Loading...
HomeMy WebLinkAboutContract 41358SPECIFICATIONS AND CITY SECRETARY Ll 13 ~ cj CONTRACTNO .. ~ ......... T ..;;..;:,~~6-___ ............. ,,,, ---~'c:. OF;~ \\\ -'\ ll-......... -+-... lt ,,:' (":, .·· * ···/I.SI t , *... ·. * ,, I*.· .._ *~ ~·····························~ ~ TIMOTHY E. CAMPBELL ~ ~·················· ....... ····~ f\\ 81011 //f,1 •t %./~9EN$~~···~ / CONTRACT DOCUMENTS Electrical •,,,\S'.s-~0······~~0:.:-"'~ ,, NAL --''IO 'l . i/j; FOR ~''£;;.,J4 t• VILLAGE CREEK RECLAIMED WATER .......... ,,,, --~OF TE. \\ J:11o."\,, ........ ~''• QUALITY IMPROVEMENTS ~10:}~,, -"'~i;;· * ··~ . , ~· . . t , ••• · ····• I '•: \., t *:. ............... : ... ~ ~· ···········MONTEMAYOR ~ \ TOMAS .................. :.~j ·~i::·"' 103251 ./If •,o~ .. <1ee~·"&~"' structural ,,~,~-..... ,•·t~ "' ,,~,,ONA'-'"'-' '11/1-Y/J<D MIKE MONCRIEF MAYOR BILL VERKEST, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ~.! ~ ........ ,C'-tl;,, ,,. -;:.··· ····~ .. ,..... ... ... _ ,.: ':. .-,. CITY PROJECT N0.00213 ,. ............................ : ••• J WATER PROJECT NO. P275-705300021380 i-.. ~.~.~~!!!r. .. J ',;\\ 81898 .:,:: CITY OF FORT WORTH, TEXAS .. · ~;;·... ""' ·'-...... Civi' Mechani~·ca1ff}•~,;;:~~iS fl~~~;~ ; SEPTEMBER 2010 . ·· .. . S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT ~~:Jt" DALE A. FISSELER, P.E. CITY MANAGER ANDREW T. GRONBERG, P.E. ASSISTANT DIRECTOR, ENGINEERING AND FISCAL SERVICES DEPARTMENT OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ~ ~~~·~·~~ TBPE REGISTRATION NO . 13 \I\\ I'll \l\111~ \ ...,...,pl I \ I I ..., . I\ l . . -. - TBPE REGISTRATION NO. 1741 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/4/2011 DATE: Tuesday, January 04 , 2011 REFERENCE NO.: C-24678 LOG NAME: 60RECLAIMED CONSTRUCTION WATER QUALITY IMP (UV SYSTEM) SUBJECT: Authorize a Contract in the Amount of $1,793 ,000 .00 with Archer Western Contractors, Ltd., for the Village Creek Reclaimed Water Quality Improvements Located at the Village Creek Wastewater Treatment Plant (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract w ith Archer Western Contractors , Ltd., for the Village Creek Reclaimed Water Quality Improvements located at the Village Creek Wastewater Treatment Plant in the amount of $1 ,793,000.00. DISCUSSION: On November 9, 2004, the City Council approved Resolution No. 3137 requesting financial assistance from the Texas Water Development Board (TWDB) for a Regional Facility Planning Grant to develop the Fort Worth Water Reuse Priority and Implementation Plan. On August 26, 2008, (M&C C-22998) the City Council approved an engineering agreement with Alan Plummer Associates , Inc., (APAI) to design the Eastside Reclaim Water System and to assist with development of wholesale contracts for service to the Cities of Arlington and Euless and the DFW International Airport. On July 27 , 2010 , (M&C C-24365) the City Council approved Amendment No. 3 to City Secretary Contract No. 37547 w ith APAI, for the design of Village Creek Reclaimed Water Quality Improvements-Ultraviolet (UV) Disinfection System. This project is required to maintain a continuous delivery of Type I reclaimed water, which will allow rec laim water use for industrial users as well as initially identified irrigation users. This construction project will include the design modification of the in-plant water system pump station, an · addition of aboveground in-channel type ultraviolet disinfectio_n system , piping from the modified pump station to the ultraviolet disinfection system , piping from the ultraviolet disinfection system to the reclaimed water pump station , modification of the reclaimed water pump station , and a high turbidity water diversion pipeline . The project was advertised for bids on September 2, 2010 , and September 9, 2010, in the Fort Worth Star-Telegram. On October 21, 2010 , the following seven bids were received: I Bidders II Bid Amount ll contract Time Archer Western Contractors, Ltd. $1,793,000.00 180 Calendar Days Ark Contracting Services, LLC $2,020,000.00 AUi Contractors , LLC $1 ,897 ,000 .00 Crescent Constructors , Inc. $1 ,923 ,000.00 Gracon Construction , Inc. $2 ,072 ,000 .00 . Legacy Contracting, LP dba $1,906 ,000 .00 I http ://apps .cfwnet.org/ ecouncil/printmc.asp ?id= 1448 5 &print=true&DocType= Print 1/5/2 011 P age 2 of 2 Red River Construction $2,108,600 .00 In addition to the contract cost , $24 ,000.00 is required for staff time and $53 ,000.00 is provided for project cont ingencies . Archer Western Contractors , Ltd., is in compliance with the City's M/WBE Ordinance by committing to 10 percent M/WBE participation and documenting good fa ith effort on this project. Archer Western Contractors , Ltd . identified several subcontracting supplier opportunities . However, the MWBEs in the areas identified did not respond or did not submit the lowest bids . The City's M/WBE goal on this project is 20 percent. This project serves the eastern and northern parts of the City ; and is located in COUNCIL DISTRICT 5 , Mapsco 68N . FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Directo r certifies that funds are available in the current capital budget , as appropriated , of the Sewer Capital Project Funds. FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers P170 54 1200 070170290010 Fernando Cost a (6122) S . Frank Crumb (8207) Farida Goderya (8214) $1 ,793 ,000 .00 1. 60Reclaimed Construction MWBE COMPLIANCE Archer Western WQ UV System.pdf (CFW Internal) 2. 60RECLAIM E D CONSTRUCTION WATER QUALITY IMP (UV SYST EM) FAR.pdf (CFW Internal) 3. BFT-60RECLAIMED CON STRUCTION WATER QUALITY IMP (UV SYSTEM).pdf (CFW Internal) 4 . VC Reclaim -WQ Imp EXHIBIT .pdf (Public) http:// apps . cfwnet. org/ ecouncil/printmc. a sp ?id= 1448 5 &print=true&DocType= Print 1/5/2011 - ADDENDUM NO. 1 TO SPECIFICATIONS AND BID DOCUMENTS FOR CITY OF FORT WORTH, TEXAS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS CITY PROJECT NO. 00213 WATER DEPARTMENT PROJECT NO. P275705300021380 0318-042-22 TO : PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications , and Contract Documents shall be modified as required by the following items: Item 1-1 Specifications , Part A , NOTICE TO BIDDERS : BID DATE: Change "1:30 P.M., Thursday September 30 , 2010 " to "1:30 P.M., Thursday, October 14, 2010 ". Change "2:00 P.M., Thursday September 30, 2010 " to "2:00 P.M., Thursday, October 14, 2010 ". PRE-BID MEETING Change "2:00 P.M., Thursday September 16, 2010 " to "2:00 P.M., Wednesday, September 29, 2010". All items in conflict with this addendum are hereby deleted . THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS , AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES , INC . Jeffrey E. Caffey, P.E. September 14 , 2010 Telephone : 817-806-1700 F :\projects\0318 \042-22\Specs\Bid\Addendum 1 \Addendum_ 1.doc _ ... ,,,,,, --4,o, 11. ,, ... "'-~.!··········~'' -..... * '•-:Y, •, , . •. , •. . .. • • • ••• , . . .. ,.f · ~.1 r ................................. ..,_ ~ JEfFREY E. CAFFEY j ' ................................ ~ • • I '•:1!\ 81898 .:'$~ '•f~!~ ADDENDUM 1 -PAGE 1 ADDENDUM NO. 2 TO SPECIFICATIONS AND BID DOCUMENTS FOR CITY OF FORT WORTH, TEXAS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS CITY PROJECT NO. 00213 WATER DEPARTMENT PROJECT NO. P2757053000 2 1380 0318-042-22 TO : PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 2-1 Addendum 1, Item 1-1, Specifications, Part A, NOTICE TO BIDDERS: BID DATE: Item 2-2 , Change "1 :30 P.M., Thursday October 14, 2010" to "1 :30 P.M., Thursday, October 21, 2010". Change "2:09 P.M., Thursday October 14, 2010" to "2:00 P.M., Thursday, October 21, 2010". Specifications, PART B -PROPOSAL: 0 Delete this section in its entirety and replace with ATTACHMENT 1-AD2. Item 2-3 Specifications, PART E -TECHNICAL SPECIFICATIONS, Section 11315: Submersible Sewage Pumps : Paragraph 1.01.A: Replace the first sentence with the following: "A. Provide all labor, materials, tools, equipment, a Physical Model Analysis or CFO Modeling Analysis, and related items required to furnish and install all submersible non-clog sewage pumping units." Paragraph 1.03: Add the following paragraph: "J. Submit the results and recommendations from the Physical Model Analysis or the CFO Modeling Analysis ." Paragraph 1.05.B: Delete the text, "If baffles are required by the manufacturer, the manufacturer shall design the baffles and perform a computational flow dynamics (CFO) analysis and provide the results to the Engineer." and replace with the following : "The pump manufacturer shall construct and analyze a Physical Model or perform a CFO Modeling Analysis to verify pumps shall operate properly in ·the non-standard wet well." F:\projects \0318\042-22 \Specs\Bid\Addendum\Addendum 2\Addendum_2 .doc ADDENDUM 2 -PAGE 1 Item 2-4 Plans, Sheet M-100 : On Section 2: Change 4'-9" dimension to 5'-3 ". Add the following notes: 0318-042-22 "3 . Contractor shall coordinate shutdown of Filter Bypass channels with Owner. . Shutdowns will only be allowed during periods of low plant flows. Contractor will only be allowed to shutdown one channel at a time. Shutdowns of each bypass channel shall not exceed 6 hours. 4 . CAV-01, CAV-02 , and CA'!-03 shall be 4-inches ." Item 2-5 Plans, Sheet M-301 : Delete "(by others)" from the callout on the right side of the page stating "3 6-inch pipe to reclaimed pump station (by others)". · All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC . William C. Rackley, P.E. October 4, 2010 Telephone : 817-806-1700 F:\p rojects \0318\042-22\Specs\Bid\Addendum\Addend um 2\Addendum_2.doc ADDENDUM 2 -PAGE 2 I J l _I J i - TO: MR. DALE A. FISSLER, P.E. City Manager Fort Worth, Texas PROPOSAL Fort Worth, Texas FOR: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS WATER PROJECT NO. P275-705300021380 City Project No.: 00213 Pursuant to the foregoing ''Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance ·with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums: Item No. Approx . Quantity Description of Items with Bid Prices Written In Words VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 101. 1 LS Furnish, install, start-up, and test UV Equipment, tank, controls, and appurtenances , complete and in place as shown on the plans and as described in Section 11305, for the lump sum of ________ _ Dollars and ____ Cents. Unit Price $ ___ _ Extended Amount Bid $ ___ _ ATTACHMENT 1-AD2 Item No. 102. 103. 104. 105. 106. 107. Approx. Quantity 1 LS 1 LS 1 LS 1 LS 1 LS f LS Description of Items with Bid Prices Written In Words Furnish, install, start-up, and test UV System Feed Pumps, complete and in place as shown on plans and as described in Section 11315, for the lump sum of --------- Dollars and Cents. ---- Furnish, install , start-up, and test all piping, valves, valve operators, and supports, complete in place , for the lump sum of ________ _ Dollars and ____ Cents. Construct concrete slab for the UV Equipment complete in place as shown on the drawings for the lump sum of Dollars and ____ Cents . Furnish and install steel canopy wi t h side panels complete in place as shown on the drawings for the lump sum of __________ _ Dollars and ___ Cents. Mobilization and demobilization for the lump sum of ________ _ Dollars and_· __ Cents . Furnish, install, start-up, and test all other miscellaneous items not included in Bid Items 1O1-106 complete iri place for the lump sum of Dollars and Cents. --- VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TOTAL BID (Items 101-107) Unit. Price $ ___ _ $ ___ _ $ ____ _ $ ___ _ $ ____ _ $ ____ _ Extended Amount Bid $ ____ _ $ ______ _ $ ____ _ $ ____ _ $ ____ _ $ ______ _ $ _________ _ ATTACHMENT 1-AD2 .... J l· - - Within ten (10) days after notification by the City of Fort Worth, 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% 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 above set forth, as liquidated damages for the delay and additional work caused thereby. OWNER will award this contract to the lowest responsive and responsible bidder. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects , and that . they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. 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 1, 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 and appurtenant plans and specifications. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract (Final Completion) within 180 days or 30 days after Notice to Proceed 3 is issued, whichever occurs later, after beginning construction as set forth in the written work order to be furnished by the Owner. ATTACHMENT 1-AD2 (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of _______ _ a. Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 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. 1 (Initials) __ _ Addendum No. 2 (Initials) __ _ Addendum No. 3 (Initials) __ ~ Addendum No. 4 (Initials) __ _ Addendum No. 5 (Initials) ___ _ Respectfully submitted, By: Title: Company: Address: ATTACHMENT 1-AD2 - -- ATIACHMENT 1A Page 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: PROJECT NAME: Village Creek Water Quality, Improvements City's M/WBE Project Goal: 20 Prime's M/WBE Project Utilization: % % ·Check applicable block to describe prime MNV/OBE . NON-MNV/DBE BID DATE PROJECT NUMBER ity Project No. 00213 Water Po. P2 ldenti.fy all subcontractors/suppliers you will use on this project Failure . to ·complete . ~his form, in_ its entirety with requested documel'1tation, and received by the Ma(:iagirig Department on :or before 5:06 p.m: fi,ve (5) City business days after brd opening, exclusive of bid opening date, will result in the 'bid b'efng considered non-responsive to bid specifications. . . . . . . . .{ .·.. . . The undersjgnJd -o.ffe"mr agrees to enter into a formal agreement with the M/VVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. ·The intentional and/or ~nowing misrep"resentation of fads is grounds fof consideration of disqualification and · will result in thif bid being considered non-responsive to bid specifications . . ... ~-'. :·. . . . . . ' . . ... 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. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e./ a dfr.ect · payment from the prime .contractor to a subcontractor is considered 1st tier, a payment by a subcoritractorto its supplier is conside'red 2n~ tier· :: .· _ . .. : ·: -: . · · · \ _-. : . -· ... : .... · .: . ' . · 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 Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (MMIBE). Jt.~·.iu.l _ing s~ryi~E!~ .afe u_t(liz~d. tre. prin,~: ~HI .~e. gi~en _ 1;re9~t t~-~)9.n~;;?[Jh~ N(Wl?.~. lfstesJ ,,9.W!1.§ And. operates at least one fully_ licensed ~nd operat_1on~l .truckJo be use;id DJJ the .c;;qntract.\Jhe M/WBE may leas·ef fru9ks " 'troi:rta·~,o1b:e(;M!Y.VE3E . firm;: i~cli.iding · "rvi!VVBE owhe(·bperator:~; and '.r~ciiiJe 'fµl(M/VYBE · credit ?"tttif ·MJ\t\'BE ·may ieisettri:icks'from' b6H~M/WBEs, induding ·owner~op_efators, ,buFwtn: oniy ·}eceive :c're"drt'for .the : fees aha commlss)oris :earried by the M/WBE as ·outlined in the lease ·agree:i'rnent: '._:· "e:.·. . . . . . ·' . : :. ,'i.'.;: '.~j\}c Rev . 5/30/03 fORTWORTH --...,..-- ATTACH ME NT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppl iers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first , use add itional sheets if necessary. Certification N (che ck one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r 8 8 R 0 8 E E C T E A ' • Rev . 5/30/03 ATTAC HMENT 1A Page 3 of4 Primes are required to identify ALL s·ubcontractors/suppliers, regardless of status; i.e., Minority , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Sup p lies Purch ased Dolla r Amount · Address e M w T D w Telephone/Fax r B B R 0 B E E C T E ' A - - ( Re v . 5/30/03 FO RT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non -M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF A LL SUBCONTRACTORS/SUPPLIERS $ $ $ ATTACHM ENT 1A Page 4 of 4 The Contractor will not make additions , deletions, or subs t itutions to this certified list without the prior approval of the Minority and Women Business Ente rprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjust ified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to th is form , the Offerer further agrees to provide, directly to the City upon request , complete and accurate information regarding actu al work performed by all subcontractors, including M/W/DBE(s) a·rrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examinat ion of any books , records and files held by the ir 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 t he M/W/DBE(s) on this cont ract , by an authorized officer or employee of the City . Any intentional and/or knowing misrep resentation of fact s wi ll be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply wi t h this ordinance and create a material breach of contract may result in a determination of an irrespo nsible Offerer and barred from participating in City work for a period of time not less than one (1) year . A uthorized Signature Pri nted Signature Ti tle Contact Name/Title (if differen t) Company Name Tel e phone and /or Fax Address E-mail Address C ity/State/Zip Date Rev. 5/30/03 -:-- J _l - - - 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 applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/W BE ,.9oal on th is project is ____ % 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 requi re d to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications . T he Offeror shall deliver the MWB.E documentation' !rl person'to.the appr opriate em ploye·e ·of ·u,emanagingdepartment and obtain a date /tim e receipt. Such r~ceip!~ beyvidenceJha,(1tw ~Cit)'. recei ~tfJ.~documentaJion l_n the]rn~...§llgcaj§q. A faxeft copy~~l!L~9J be ac,c~p!~A, 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 open ing 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 n·o M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subc_ontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid to met or exceed goal. opening date , exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev . 11 /1/05 I ADDENDUM NO. 3 TO SPECIFICATIONS AND BID DOCUMENTS FOR CITY OF FORT WORTH, TEXAS VILLAGE C R EEK RECLAIMED WATER QUALITY IM PR OVEMENTS CITY PROJECT NO. 00213 WA T ER DE PARTM ENT PROJ ECT NO. P 275 7 0530 0 02 1380 0318 -042 -22 TO : PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans , Specifications , and Contract Docum ents shall be modified as required by the following items : Item 3-1 Specifications , PART A-NOTICE TO BIDDERS , Special Instructions to Bidders : Regarding the "Prequalific ation Requirements".section , th is is for standard city pre-qua li fic ation , and submitting information is not necessary if one is already pre-qualified for plant work with the City . Item 3-2 Specifications , PART CS -SUPPLEMENTARY CONDITIONS: Regarding paragraph 4 , this is for standard city pre-qualification , and submitting information is not necessary if one is already pre-qualified for plant work with the City . Item 3-3 Specifications , PART E -TECHNICAL SPECIFICATIONS , Section 09900 : Painting : In paragraph 2 .04 .A .3: Replace references to "Valspar , 89 Series High-Build Epoxy" w ith "Amerlock 2/400 High Solids ." In paragraph 2 .04 .B.3: Replace reference to "Valspar, 89 Series High-Build Epoxy" wi t h "Amerlock 2/400 High Solids " and reference to 'Valspar, V40 Series Urethane" with "Amercoat 450H Aliphatic Polyurethane ." In paragraph 2 .04.C .3 : Replace references to "Valspar , 78 Series Tank Epoxy " with "Amerlock 2 NSF Epoxy Coating ." In paragraph 2 .04 .F.2 : Replace reference to "Valspar , 89 Series High-Build Epoxy " with "Amerlock 2/400 High Solids ." F:\proj ects \0 318\042-22 \Specs \Bid\Add endum \Addendu m 3\Add end um_3 .doc ADDENDUM 3 -PAGE 1 In paragraph 2.04.L.2 : Replace reference to "Valspar , 89 Series High -Build Epoxy" with "Amerlock 2/400 High Solids " and reference to "Valspar , V40 Series Urethane " with "Amercoat 450H Aliphatic Polyurethane ." Item 3-4 . ' 1 ti Specifications , PART E -TECHNICAL SPECIFICATIONS , Section 11305 : Ultraviolet Disinfection Equipment: Delete this section in its entirety and replace with ATTACHMENT 1-AD3. Modified items are underlined . ' ' , .,,, , Item 3-5 Specifications , PART E -TECHNICAL SPECIFICATIONS , Section 13125: Metal Building Systems : ' ' Paragraph 2.1 O: Change subparagraph numbering of "C" to "A." Paragraph 2 .11: Change subparagraph numbering to be from "A-F " in lieu of "D-1." Add the following paragraph: 1 } "G . Gravity Ridge Ven t s : Low profile, single units with dimensions of 12 inch throat by 1 O ft length , min. Cold formed steel construction of minimum 26 gage. Vent and all exposed components to match roof paneling finish and color . Refer to drawings for required quantity and locations . Vents shall include bird screen. Vent closer mechanism not required. Fastening and supports to be designed to withstand the design loads specified." Pa ragraph 2 .12 : Change subparagraph numbering to be from "A-C" in lieu of "J-L." Parag raph 2 .13: Change subparagraph numbering to be from "A-F " in lieu of "M-R." Hem 3-6 Plans, Sheet G-004 : Contractor 's Field Office shall be located near the Trailer (Building 18). The City shall provide a 20 amp breaker to power the Field Office only . Contractor shall provide all electrical conduit and ' cabling required to connect their Field Office. Contractor shall be responsible for providing all other power required for the work .. F:lp roj ects\031 8\042-22\Specs\Bid\Adde-ndum\Addendum 3\Adde ndum_ 3.doc . ., ADDENDUM 3 -PAGE 2 t 0318 -042 -22 Item 3-7 Plans , Sheet M-101: Delete this sheet in its entirety and replace with ATTACHMENT 2-AD3 . Item 3-8 Plans , Sheet M-102 : Add the following line to the table in Detail 0 : Norn ' Pipe A B C D E F G H J Size 18 4 12 3/8 5/8 1/4 12 19 24 19 Item 3-9 Plans , Sheet M-300 : The 1 %/SW/PVC callout is associated with the dashed line tied to the hose station , not t he grounding line . Pipe support locations include: the east sides of the 36 " and 24 " tees , under the influent spool piece between the FCA and 24 " 90 ° bend , and under the effluent spool piece between the FCA and 36 " 90 °bend . Item 3-10 Plans , Sheet M-301 : Add the following note : "3. THE STAINLESS STEEL INLET BAFFLE SHALL EVENLY DISTRIBUTE FLOW TO THE UV LAMPS AND INDUCE A MINIMUM HEAD LOSS OF 6" AT 9 MGD ." Pipe support callouts should reference @ Valve support callouts should reference (j40j Inlet box extension shall extend , at a minimum, to the inlet baffle . Item 3-11 Plans , Sheet M-302 : « The 1 %/SW/PVC callout is associated with the dashed line tied to the hose station , not the grounding line . Pipe support locations include : the east sides of the 36 " and 24 " tees, under the influent spool piece between the FCA and 24" 90 ° bend, and under the effluent spool piece between the FCA and 36 " 90 °bend . F:\projects \0 318\042-22\Specs \Bid\Addendum\Add endu m 3V\dd e ndu m_3 .doc ADDENDUM 3 -PAGE 3 {. .. .... Item 3-12 Plans, Sheet M-303: Add the following note: ' . ' ;,.. "3 . THE REDUCTION BAFFLE SHALL EXTEND THE ENTIRE LENGTH OF THE UV CHANNEL. THE CHANNEL SHALL HAVE THE SAME WIDTH FOR THE 4'- 0" APPROACH TO THE FIRST BANK AND FOLLOWING THE LAST BANK. 4 . THE STAINLESS STEEL INLET BAFFLE SHALL EVENLY DISTRIBUTE FLOW TO THE UV LAMPS AND INDUCE A MINIMUM HEAD LOSS OF 6 " AT 6 MGD." . ~ .}, Pipe support callouts should reference I ,)'+::I I l Valve support callouts should reference ~ Item 3-13 Plans , Sheet S-300 : Add two gravity vents along the ridge of the canopy, each approximately 12" wide by 1 O' long, with "\ one centered 1 O' from the northern edge of the canopy and one centered 1 O' from the southern edge of the canopy . ' • ~ Item 3-14 P.lans , Sheet S-302: Delete this sheet in its entirety and replace with ATTACHMENT 3-AD3. ltem3-15 Plans, Sheet E-302: Delete this sheet in its entirety and replace with ATTACHMENT 4-AD3 . Item 3-16 . ' " • Plans, Sheet E-303 : Delete this sheet in its entirety and replace with ATTACHMENT 5-AD3 . ltem3-17 Plans, Sheet E-307 : Delete this sheet in its entirety and replace with ATTACHMENT 6-AD3. -1 Item 3-18 Plans, Sheet E-309 : Delete this sheet in its entirety and replace with ATTACHMENT 7-AD3 . F:lp ro j ects \031 8\042-22 \S pecs \Bid\Adde ndu m \Adden dum 3\Ad de ndum_ 3 .do c ~. . . ~ , .. ADDENDUM 3 -PAGE 4 0318-042-22 Item 3-19 Plans, Sheet E-310: Delete this sheet in its entirety and replace with ATTACHMENT 8-AD3. Item 3-20 Plans, Sheet E-311: Delete this sheet in Its entirety and replace with ATTACHMENT 9-AD3. Item 3-21 Plans, Sheet E-312: Delete this sheet in its entirety and replace with ATTACHMENT 10-AD3. Item 3-22 Plans, Sheet l-303: Del~te this sheet in its entirety and replace with ATTACHMENT 11-AD3. Item 3-23 Plans , Sheet 1-304: Delete this sheet In its entirety and replace with ATTACHMENT 12-AD3. Item 3-24 Plans, Sheet CM-900: Add standard detail per ATTACHMENT 13-AD3 lo CM-900. All items in conflict wllh this addendum are hereby deleted . THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. Jeffrey E. Caffey, P.E. October 14, 2010 Telephone: 817-806-1700 F:\proJecli\0318\042-22\Specs\BlcMddendum\Addendum 31.Addendum_3 .doc PART 1 -GENERAL 1.01 SUMMARY SECTION 11305 ULTRAVIOLET DISINFECTION EQUIPMENT 0318-042-22 A. Furnish , install, provide startup assistance, and performance test a complete ultraviolet disinfection system to disinfect was t ewater effluent, including the following: 1. Stainless steel tank , 2 . Vertical or horizontal UV disinfection modules with lamps , quartz sleeves , and electrical ballasts housed in the modules or separate enclosures , 3. Power distribution/data center and interconnecting power and data Cables to modules , 4 . UV Intensity Monitoring System, 5. UV eye shields , 6 . Module Cleaning Station Liner, 7. Personnel safety equipment, 8. Automatic -dose/flow pacing energy conservation system (Row-By-Row), 9. Effluent level control device , 10 . Spare Parts , 11 . Start-up , testing, and personnel training , 12 . Module lifting frame , 13 . Automatic Cleaning (Wipers) System , and 14. Any other necessary equipment as required to make a complete operable system as shown on the Plans and as specified . 8 . The dis infection system shall be designed for maximum energy conservat ion and partial system sh utdown by automatic flow pacing in response to plant flow meter signal. C. MANUFACTURER shall coord inate with the platfo rm/stair des igner/fabricator to ensure a complete and smoothly transitioned walkway in conjunction with the top of the UV tank . 1.02 REFERENCES A. Texas Commission on Environmental Quality (TCEQ): Chapter 217 of the Texas Administrative Code 1.03 SYSTEM DESCRIPTION A. DESIGN REQUIREMENTS 1. Design Capacity : a. Ultimate design flow for tank structure design capacity : 9 MGD per channel. 11305-1 · OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEME NTS ATTACHMENT 1-AD3 ~· j . ' 0318-042-22 b. Current phase's design flow for tank structure design capacity : 6 MGD per channel. c . ' Minimum flow : 2 .0 MGD 2. The system supplied shall , as a minimum , include : ·--Ozonia Trojan Type of System Low pressure , Low pressure, I ' Hiqh Intensity Hiqh intensity ,, ~ Arranqement Vertical Horizontal Number of Channels 1 1 Total Number of Banks per Channel 2 (3 future) 2 .. Number of Modules per Bank 1 5 (8 future) • Number of Lamps per Module 36 8 Lamp Spacinq (inches) 2.25 x6 4x4 Total Number of Lamps 72 (108 future) 80 (128 future) I' I Rated Lamp Output (UVC Watts) 160 130 Number of Power Distribution Centers 1 , 2 Number of System Control Panels 1 -1 Number of UV Detection Systems 2 . 2 No. of Ballasts (not including ballasts for 36 " 40 . redundant banks) ~--' ,,'' . '" 3 . Channel Dimensions Ozonia -Trojan Channel Lenqth (feet) 42 .5 40.5 Channel Width (inches) 30 32 Channel Depth (inches) 84 -~ 62 --Nominal Water Depth at Effluent (inches) 64 _.~ 32 4. Manufacturer shall provide Type 304 stainless steel channel as shown on the drawings with length and/or width provided for a future addition of modules or banks . 5. Reactor Design Parameters (as defined in the EPA Design Manual where applicable): a. Influent fecal coliform concentrations : 1,000,000/100 ml. . b. Required maximum effluent fecal coliform (or E. colt) concentration : C. d . e. f . 1) For reuse conditions = 20 cfu/100 ml for any 30-day geometric mean . 2) Far reuse conditions= 75 cfu/100 ml for any single grab sample. Influent total suspended solids up to 5 mg/L. Influent C BOD 5 up to 15 mg/L. Percent transmittance: 65 percent at 2537 Angstrom (A). UV lamp end of life factor (Fp) = 0.85 for vertical = 0.95 for horizontal • 11305-2 OCTOBER 1_4, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 l 0318-042-22 g. Sleeve fouling factor (F1) = 0 .85 for systems with automatic wipers . = 0.90 for systems with automatic wipers and chemical cleaning h . Water temperature : 1 O'C to 25'C. i. Reynolds number at one half minimum flow: Not less than 6000. j . -The UV system shall be capable of providing a minimum UV dose of 40 mJ/cm 2 , after the end of lamp life and sleeve fouling factor is applied . Manufacturer shall meet target dose based upon proof of detailed third party bioassay testing in accordance with 2003 National Water Research Institute (NWRI) UV Disinfection Guidelines. B. Performance Requirements: 1. The disinfection system shall meet the effluent fecal coliform concentrations as required. The manufacturer shall provide a process guarantee as described in Part. 1.08 2 . Total headloss for each channel (measured from the top of effluent weir to just upstream of the first UV bank) at peak flow shall not exceed 4 inches for the vertical systems and 2 inches for the horizontal systems, this being confirmed by measurements in the field after start-up . UV system design shall incorporate stepped design to prevent short-circuiting . Headless shall be tested in the field . Provide hydraulic profile through channel with water surface elevations at 2 MGD , 6 MGD, and 9 MGD flow rates . Provide elevation of banks required to meet hydraulic requirements . If the actual headless exceeds the specified headless, the manufacturer shall modify the system as necessary. 3. The manufacturer shall submit data or other performance assurance documentation indicating the furnished UV system will be capable of meeting the specified disinfection requirements for the influent requirements given in Section 1.03 (A) and (B). C . Operation of Equipment: 1. Hydraulic characteristics closely simulating ideal plug flow conditions over the operating flow ranges. Flow shall be turbulent. 2 . Equipment shall be modular in design and shall include separate lamp modules and the associated wiring and controls which permits module replacement and troubleshooting on a module basis such that when a portion of a module is being worked on the remaining modules in the unit are not affected . 1.04 SUBMITTALS A. General 1. Submittals shall be prepared and submitted for review in accordance with l Division 1 Section 01300 "Submittals." All deviations from contract documents shall be clearly identified and approved by the ENGINEER in writing. 2. Any other information necessary for ENGINEER to determine compliance with~the specifications . 11305-3 OCTOBER 14, 20 10 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 • J 0318-042-22 Partial or incomplete submittals will not be reviewed by ENGINEER. B. The following submittals are required , as a minimum, in addition to the applicable requirements of Section 01300: 1. Process and Instrumentation .Diagrams. 2 . Equipment Drawings and Catalog Cut Sheets showing dimensions of equipment and weights. 3. Field Wiring Requirements indicating power and control interconnects to all compon·ents outside the panels.· 4 . Sample OMI screens for the local and master control panels . 5 . All motor starter schematics showing one line power diagrams and all control wiring . 6 . System Description for all control panels . As a minimum , provide a more detailed description than specified covering all logic and operation 7 . 8. 9. 10. sequences . Description of the data acquisition and monitoring softwa re . A list of similar installations includ ing names and telephone numbers of contacts . A complete system parts list with itemized prices for extended parts warranty. Shop drawings and product data, including the following minimum information, bound neatly in a single package. a . Complete performance information , loading rates, design parameters , system descriptions, capacities of each item furnished, and the associated design ·criteria used to determine the information. b. Hydraulic design and headlosses for each UV reactor or bank and the t otal number of banks per channel. c. Type , operation, and location of intensity monitors and sensors. d . Description of cleaning equipment and chemicals including quantities, materials , operation and estimated frequency of cleaning . e. Dimensions , sizes , and clearances required. f. Listing of materials of construction . g . Lamp model number, wattage rating, percent output at 254nm UV wavelength and arc length. h. Quartz sleeve transm ission at 254 nm and wall thickness . i. Sleeve and lamp pressure ratings and test results for water tightness . j . Complete wiring diagrams and data on controls to be furnished. k. Certification that zero levels of ozone are produced by the lamps. I. A list of manufacturer's recommended spare parts and costs. m . Certificate from the lamp manufacturer certifying the type of ballast required for the particular lamp supplied for the system . n. Performance documentation on similar equipment at an existing plant. o. Factory testing results . p. Sufficient information for ENGINEER to verify compliance with all requirements of Part 1.04 of this specification. q. Performance assurance documentation indicating the systems ability to perform as specified with the influent characteristics indicated this specification . 11305-4 OCTOBER 14 , 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 l ..1 '' l 0318-042-22 r. All other information necessary for ENGINEER to determine whether or not the equipment complies with these specifications . 11 . Location and telephone number of nearest stocking distributor of spare parts . 12 . Complete operation and maintenance data for all equipment and controls in accordance with Section 01350 . 13 . Startup and test schedule with test procedures in accordance with Section 01650 . 14 . Equipment installation report with field test data and test records in accordance with Section 01040 . 15 . Acceptable equipment installation report. 16 . Warranties and service agreements . 1.05 QUALITY ASSURANCE A. Referenced Standards : U.S. Environmental Protection Agency Design Manual , Municipal Wastewater Disinfection , EPA/625/1-86/021 . B. All ultraviolet disinfection equipment including controls and tank shall be supplied by a single manufacturer. C . Equipment Manufacturer's Representative : The Ultrav iolet Dis infection Equipment manufacturer shall furnish a qual ified field representative on si te for a minimum of four (4) trips and six (6) working days. During the initial trip , 2 days, the representative shall assist the Contractor in proper equipment installation as necessary . During another trip, the field representative will inspect all equipment specified herein after installation, ass ist in troubleshooting , and advise the CONTRACTOR and OWNER during start-up, functional testing , performance testing and operator training and to instruct the OWNER's personnel in routine operation , maintenance and troubleshooting procedures . OWNER may video the training session. Two follow-up trips for a minimum of one (1) working day shall also be included to inspect equipment performance . Work ing days shall exclude travel time and shall consist of eight (8) working hours spent at the plant site . The equipment manufacturer's representative shall conduct follow-up inspections at the end of two months and at the end of twenty-two (22) months of operation. A report shall be submitted after each inspection to the OWNER giving the details of actual operation , maintenance, and care of the equipment and suggested revisions and improvements . At the twenty-two (22) month inspection, the equipment shall be carefully examined by the representative and a list of any equipment showing defects in material and manufacturing workmanship shall be prepared . Any equipment listed as defective shall be replaced or repaired and shall be furnished by the equipment manufacturer at no cost to the owner. 11305-5 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 , f .. 0318-042-22 The CONTRACTOR shall coordinate the scheduling of such training and start-up assistance with OWNER's personnel. It is the responsibility of the Ultraviolet Disinfection ·Equipment manufacturer to ensure that their equipment item functions so ·as to meet the process design criteria specified herein . CONTRACTOR shall provide a system checkout, startup and testing schedule to the ,, , manufacturer a minimum of three weeks before checkout. Manufacturer's ·i representative shall be present during the initial energizing of the system . D. Factory Tes ting : The UV system shall be factory assembled and functionally tested as a system prior to delivery. Testing shall take place at the UV manufacture r's fabrication facility. OWNER shall have the option to witness the factory test. MANUFACTURER shall notify OWNER a minimum of 14 days prior to the factory test. 1. All costs of factory tests of equipment that are required by this specification shall be included in the Bid Price. 2 . The OWNER may have two representatives present to witness the factory testing and shall be notified at least 14 days prior to the scheduled tests . The UV manufacturer shall include in the total price of his equipment the costs of air transportation from Dallas/Fort Worth International Airport to the test facility , a rental car, lodging for two people in separate rooms, $45 per person per day for meals, and $1000 per per~on per day for the OWNER's representatives to witness the test. Any part of a day shall be taken as a full day . The UV manufacturer shall determine the total number of days required to witness the factory tests and any required retests . 3. Shipment of the UV equipment shall not commence until the factory testing has been completed , test results have been received by the ENGINEER, and any necessary rev isions or modifications have been made to the equipment. E. Design of Tank Structure: The tank structure shall be designed by a professional engineer qualified to perform this type of design . 1.06 DELIVERY, STORAGE AND HANDLING . ' A. All equipment shall be packed to protect against damage during shipment. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed , and the units and equipment are ready for operation. B. Shipment is not to be made .until the Manufacturer coordinates shipment to the jobsite with the Contractor, assuring that the equipment will be properly received and stored. C . Upon receipt, store equipment in strict accordance with the Manufacturer's instructions, and connect and energize motor space heaters (and any other protective devices), as required. 11305-6 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 ~ I i J l 0318-042-22 1.07 PROJECT CONDITIONS A. Environmental Requirements : After completion of the installation and test ing , the CONTRACTOR shall remove all debris from the site , clean all the equipment and controls , and hand over the work in perfect operat ing condition as approved by equipment suppl ier . 1.08 SPECIAL EQUIPMENT WARRANTY The EQUIPMENT MANUFACTURER shall provide a Special Equipment Warranty as described in this section .. A letter of acknowledgement accepting the Special Equipment Warran ty shall be included with the Shop Drawings . Equipment payment WILL NOT be made until the OWNER receives an approved Special Equipment Warranty . Equ ipment Warranty shall include all parts , manufacturer labor and travel expenses required to diagnose and correct all equipment failures for the period of time follow ing acceptance of the equipment prior to final acceptance of the Contract and twenty-four (24 ) month s following final acceptance of the equ ipment and placed in service by the Owner. A. Equ ipment Warranty Where indicated in the Specifications, the equipment manufacturers shall join tly warrant to the OWNER and to the CONTRACTOR that all equipment , includ ing all components of the complete assembly furnished by it hereunder, complies in all respects with the design and specifications of these Documents and conta ins no de fects of material o r workmanship . In the event of failure of any part or parts of the equipment during the warranty period due to defects of design , materials , or workmanship , the affected part or parts shall be replaced promptly upon no tice by the OWNER. All replacement parts shall be furn ished , delivered , and installed at the expense of the equipment manufacturer. During the 24 months following final acceptance , manufacturer shall replace all parts required to correct all ·equipment malfunctions or failures . Th is warranty shall include lamps and seals in the event of premature lamp failure . Premature lamp failure is any failure due to moisture , electrical short-circuits , lamp defect , or low UV output (less than 65 percent of 100-hour output) before the end of rated lamp life . Manufacturer shall provide labor on-site to diagnose and correct any problem that is not resolved via telephone communication with plant personnel within 72 hours or that reoccu rs during this warranty period. Any problem causing potent ial for discharge permit vio lation or unsafe operating conditions (as defined by OSHA) shall be considered an emergency , and a manufacturer's field representative shall be on- site with replacement parts and diagnostic equipment within 48 hours . Manufacturer shall provide a factory field representative within two weeks of problem occurrence , for non-emergency repairs . OWNER 's Plant Manager shall determine if a problem ' requ ires emergency service. 11305-7 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 14, 2010 ATTACHMENT 1-AD3 ' . f- ,, . •. ~ , t . . ' B . C. D . 0318-042-22 The warranty periods shall be exclusive of use of the equipment in installation, testing, adjusting, etc ., during construction, of beneficial use by the OWNER during construction or of the time in storage after delivery and prior to installation . Provisional acceptance of the equipment shall not affect this requirement. If the equipment does not meet the requirements of the Specifications, the equipment manu f acturer shall correct or service the equipment at no additional cost to meet the specified requirements , w here any such deficiencies are the responsibility of the equipment manufacturer. In the event the equipment is unable to meet the specified requirements w ithin the warranty period , the equipment manufacturer shall refund an amount equal to the purchase price of new equipment which will meet the specified requirements . Warranties shall clearly state accuracies , operational limitations , tolerances , etc. which may affect performance of equipment as well as a description of what performance capabilities can be ex pected from equipment. In the event that these statements are ambiguo us or not in conformi ty wi t h the specified requirements , equipment will not be accepted . The CONTRACTOR shall be responsible for insuring that the manufacturer's special equipment warranty is not. voided by acceptance of the terms of purchase agreements between the CONTRACTOR and the MANUFACTURER. In all events , the CONTRACTOR will be held ult imately respon sible for enforcement of the requirements of this warranty at his expense . Payment for equipment will not be mad e unti l t he OWNER receives the approved Special Equipment Warranty . All UV lamps shall have a min imum guara nteed lamp life of 12 ,000 hrs. After 12,000 hours of operation the lamp's ou t put must be no less than 80 % of a new lamp (after 100 hour burn in). The UV manufacturer shall guarantee t hat the ballast coo ling system shall be adequate for the climate in which the UV syst e m is to operate. Any fa il ure caused by the overheating of the ballast due to an inadequate coo ling system sh a ll be replaced at no cost to the owner. Ballasts shall be guarant eed for 5 years from date of system final acceptance and startup by the OWNER. E . Performance Guarantee A Performance Bond in the amount of 100 percent of the Contract price , including any increases or deletions due to contract modifications , shall guarantee faithful performance of the equipment and fulfillment of the obligations of the contract for a period of two (2) years follow ing final acceptance of the equipment and startup by the OWNER. ,.. 11305-8 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 l 0318-042-22 The Performance Bond shall be from an approved surety company holding a permit from the State of Texas to act as surety , and named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S . Treasury Department. The surety shall have an "A" minimum rating of performance and a financial rating strength of five times the contract price , as stated in the current "Best's Key Rating Guide, Property-Liability." Each Bond shall be accompanied by a "Power of Attorney'' authorizing the attorney-in-fact to bind the surety , and shall be certified to include the date of the Bond . Performance Test: A performance test will be performed at the minimum lamp life guaranteed by the bidder with the original lamps or at 22 months after final acceptance , whichever comes first. The system will be operated at design flow and peak flow through one channel. The system must be able to meet the specified effluent quality at these flows assuming that the influent quality does not exceed the design criteria specified . A performance test with design flow and peak flow through one channel shall be performed at that time using the original lamps to determine if the system is meeting the design requirements . 1.09 EXPERIENCE REQUIREMENTS A. MANUFACTURER supplying equipment shall have at least 5 years of operating experience and at least 1 O ultraviolet disinfection systems of the same type as specified with automatic cleaning equipment and of equal or larger flow capacity in operation in the U.S. and Canada in municipal wastewater installations. Pilot or factory operated installations shall not be counted as experience . 1.10 MAINTENANCE A. Furnish as part of the system: Five percent of total number of UV lamps , lamp connections /plugs and quartz jackets in addition to any equipment specified for backup capability ; and one control module containing the PLC programming. B. Spare parts shall be packaged in sturdy containers with identifiable markings and stored properly until transferred to the OWN ER at the conclusion of the Project. PART 2 -PRODUCTS 2 .01 ACCEPTABLE MANUFACTURERS The following manufacturers are listed as "acceptable" in order to set a definite standard of quality and performance. Listed manufacturers and products are required to fully comply with the specifications and drawings . A. Trojan Technologies -UV3000Plus, London, Ontario, Canada B. Ozonia -Aquaray 3X HO VLS Disinfection System, Richmond, VA. 11305-9 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 ~ ,. "', :.f. 0318-042-22 . 2.02 EQUIPMENT ' . ' ... };'</.. ' ' ~ , ~- ' . ' c, • A. Materials: B . C. ' 1. All equipment metal components in contact with effluent shall be passivated Type 316 or 316L stainless steel. All water containment tanks and structural components shall be 304 or 304L stainless steel. All stainless steel welds of wetted parts shall be passivated. 2. All other stainless steel shall be Type 316L. 3. All wiring exposed to UV light shall be Teflon coated. All wire internal to the UV modules to be 600 volt UL rated. 4. All material exposed to UV light shall be Type 316L stainless steel, Type 214 quartz, or Teflon and shall be unaffected by prolonged exposure to 253 . 7 nm UV. 5. All fasteners , hardware , and anchor bolts shall be Type 316 stainless steel. Structural Design Requirements: 1. Design water containment tan~s and other structural components based on full loading conditions in accordance with the structural design requirements established in the locally adopted building code . This includes requirements for support of ultimate factored loads as well as serviceability requirements under service loads . 2. Limit service deflection of tank components to the span divided by 360 or 1/4 inch, whichever is smaller. Lateral deflection of tank walls shall abide by the same requirement. 3. Removable components (i.e., checkered plate and grating) shall be supported such that the weight of each individual piece does not exceed 40 lbs (excluding UV Modules). Intermediate supports shall be added as necessary to maintain this requirement. 4. Welding operations shall be in accordance with the American Welding Society (AWS) D1 .6 Structural Welding Code-Stainless Steel. ' ,. ~ • ?,c Lamp Array Configuration: • f " 1. Horizontal Systems: a. The lamp array configuration for horizontal systems shall be the uniform array with all lamps parallel to each other and to the flow . The lamps shall be evenly spaced in horizontal and vertical rows . b. The single array pattern shall be continuous and symmetrical throughout the reactor. C. The system shall be designed for complete immersion of the UV lamps including both electrodes and the full length of the lamp tube in the effluent. Both lamp electrodes shall operate at the same temperature and be cooled by the effluent. 2. Vertical Systems a. The lamp array configuration for vertical systems shall be staggered , uniform with all lamps parallel to each other and perpendicular to the flows. b. The alternating rows shall be uniform and symmetrical. 11305-10 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 ,, • ~ ,. ~ r .. ( l ,, . ' ., t :1 0318-042-22 c . The system shall be designed with all electrical connections in the top housing out of the water. Lamps shall be capable of operating with the temperature differential of the immersed portion and the portion out of the water. D. UV Lamps . 1. The electrical connection on the UV lamp shall be only on one end through a non-proprietary pigtail with molded 2-wire connector. The 2 wire connector sha il securely lock in place and be oriented so the UV lamp can only be attached in one manner, to prevent a shock hazard of having the hot leg of the ballast running along the exterior of the UV lamp . 2 . The following lamps are acceptable . a. Low pressure, high intensity systems using GH064T5L -nominal 160 UV-C Watts) 4,000 mA lamps. b. Low pressure , high intensity systems using GA64T6L (nominal 130 UV watt) -1 ,000 mA lamps . 3. The low-pressure, high intensity systems shall use mercury slim-line lamps of the hot cathode instant start or rapid start design in which the coiled filamentary cathodes are heated by the arc current. 4. Low pressure, high intensity amalgam lamp systems shall be variable from 100-60% minimum . 5. The filament shall be the clamped design, significantly rugged to withstand shock and vibration . 6. Each connection shall have four pins . 7. 90% of UV output shall be at 254 nm . 8. The minimum lamp arc length shall be 58 inches for horizontal system and 62 inches for vertical system. 9. Rated to produce zero levels of ozone . The manufacturer shall provide certification that zero levels of ozone are produced by the lamps . 10. Lamp bases shall be ceramic, resistant to UV light and ozone . 11 . The system shall incorporate a means to prevent direct arcing across the pins in moist conditions . E. Lamp End Seal and Lamp Holder: 1. The UV lamps are to be protected from contact with the effluent by quartz jackets, with one open end . The quartz shall posses a minimum transmittance at 253. 7 nm of 89%. The open end of the quartz jacket is to be fire polished . 2 . For horizontal system : a. The open end of the lamp sleeve shall be sealed with double a-ring seals or by means of a Type 316 stainless steel sleeve nut which threads onto a sleeve cup and compresses the sleeve a-ring. b. The sleeve nut shall have a knurled surface to allow a positive handgrip for tightening . The sleeve nut shall not require any tools for removal. c. The lamp shall be held in place by means of a molded lampholder that shall incorporate two seals. d. The sear on the lampholder shall isolate and seal the lamp from the module frame and all other lamps in the module. 11305-11 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 >l < • ' ... F. . " ' 0318-042-22 e. In the event of a quartz sleeve fracture the two seals of the lamp holder "I:' • shall prevent moisture from entering the lamp module frame and the electrical connections to the other lamps in the module. f . The lamp holder shall also incorporate a UV resistant plastic stop that shall prevent the lamp sleeve from touching the steel sleeve cup. g. Lamps shall easily be replaced by unscrewing one watertight connector only and slipping the lamp from the quartz sleeve . h. The sleeve and lamp seal assembly shall be watertight to 30 psig . UV Lamp Sleeves : 1. Type 214 clear fused quartz circular tubing with a domed end and all electrical connections located at one end of the sleeve as manufactured by General Electric or equal. 2. The UV lamps are to be protected from contact with the effluent by a 99 .9% silicon dioxide quartz jacket with a minimum of 89% transmission of UV radiation at the 253 . 7 nanometer wave length and shall not be subject to solarization over the length of their li fe. 3. The nominal wall thickness shall be 1.5 mm . G . UV Module -Vertical Systems H. 1. Each vertical UV module shall be precision fabricated in type 316L stainless steel to meet the NEMA-4X standards. The lid shall include multiple individual latches and clamp against an internal gasket. Four support legs shall connect the module enclosure to a bottom pan. When all the modules are inserted in the channel and operating properly, the UV light shall be effectively blocked by the enclosures and UV manufacturer supplied eye shields . 2. Each module shall be completely field serviceable while located in t he channel and shall be fitted with water res istant UL rated multi-pin connectors for power and data . 3. All electrical connections shall be above maximum operating water elevations to protect against electrical hazard. 4. Ultraviolet lamps shall be arranged so that they may be easily tested in place . When necessary, any malfunctioning device or unit shall be capable of being replaced without removal of the entire module from the channel. 6. Each module will be equipped with lifting lugs , _hooks or handles to allow for the attachment of a lifting spreader so that the modules or banks of modules can be easily lifted with a standard hoist specified elsewhere . UV modules shall be individually removable w ithout turning off the other modules or emptying the channel. 7. Automatic interlock protection will be incorporated into each module enclosure such that with the opening of the module enclosure lid power to the lamps will be automatically shut off. 8. The UV system is to be produced in an Underwriters Laboratory recognized facility 'and have UL seal on the system . UV Module -Horizontal Systems 1. Each UV module will consist of UV lamps with an electronic ballast .enclosure mounted on a Type 316L stainless steel frame. 11305-12 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLA IM ED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 C • • f J ,. . .J. j_ r 0318 -042-22 2 . Each lamp will be enclosed in its individual quartz sleeve, one end of which will be closed and the other end sealed by a lamp end seal. To be considered as an alternate, lamp quartz sleeves that are open at both ends will be supplied with twice the amount of specified spare seals and lamps. 3. The closed end of the quartz sleeve will be held in place by means of a retaining 0-ring. The quartz slee'ile will not come in contact with any steel in the frame . 4 . The ends of the lamp sleeve will not protrude beyond the stainless steel frame of the UV Module . 5. Lamp wires will terminate in the electronic ballast enclosure located at the top of the UV Module . 6 . All lamp to ballast connections will be made by and tested by the UV Manufacturer. 7. The electronic ballast enclosure will contain the electron ic ballasts and addressable lamp status monitoring systems . 8. Each UV Module will be connected to a receptacle on the Power Distribution Cen ter. 9. At the point of exit from the UV Module frame the mul ti conductor cable wi ll pass through a waterproof strain relief . 10 . Each UV module will have a rating of Type 6P . 11 . The UV system is to be produced in an Underwriters Laboratory recogni ze d facility and have UL seal on the system . I. Photometer: 1. One single beam UV fi lter pho t ometer wi th front panel and 100 % transmittance control adjustment shall be supplied to continuously measure the UV transmittance of the effluent. 2 . The range shall be O -100% transmittance with a wavelength accuracy of +0 .16 half band width . The photometer shall provide a 4-20mA signal to t he control panel. 3. Accessories shall include two matched quartz cuvettes , 100 % T standard solution and cuvette cleaning solution . J. Level Control -Effluent Finger Weirs 1. The effluent finger weirs shall be designed to maintain a minimum channel effluent level as required to keep lamps submerged . 2 . Weirs shall be constructed of Type 304 stainless steel. 3 . Maximum head over weirs shall be 2" at peak flow for horizontal systems and 4" at peak flow for vertical systems. K. Safety Equipment: UV equipment manufacturer shall provide four face shields that block UV light wavelengths between 200 and 400 nm and cabinet for storage. 11305-13 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS '" OCTOBER 14, 2010 ATTACHMENT 1-AD3 ' . 0318-042-22 L. Lifting Device UV equipment manufacturer shall provide a lifting device or sling for removing the modules from the channel. Design of the device shall incorporate a Safety Factor of 5.0 and shall be capable of receiving a 1 inch hook. Also, a one module lifting frame shall be provided capable of lifting the weight of one module with Safety Factor of 5.0 and receiving a 1 inch hook. Module design shall be sufficiently rigid to be lifted as a unit by an overhead lifting system. Each module shall be self- supporting and shall support all associated lamps on a level slab without additional external support. Removal and replacement of modules shall be smooth and shall not allow damage or displacement of lamps. M. Lamp Cleaning: 1. Automatic: Provide a module based quartz sleeve cleaning system. System shall wipe the full quartz sleeve circumference of each lamp while lamps are in operation . System shall be PLC controlled with operator adjustable wiping . frequencies. Cleaning stroke shall be greater than the arc length of the UV lamp. Wiping mechanism shall be center driven and shall have failure mechanisms designed to prevent sleeve breakage if the system were to become bound during the cleaning stroke. Manufacturer shall replace at no cost to OWNER all quarts sleeves , lamps, and/or accessories broken or damaged by the cleaning system at any time during the first two years of operation . Manufacturer shall provide all supporting equipment needed for cleaning system operation, including hydraulic or air compressor systems . If air compressor is required, it shall be a skid-mounted oil-less rotary screw compressor complete with regenerative desiccant dryer and receiving tank. The UV System control panel is to send signals to control operation of the cleaning system . 2. Manual a. The UV modules must be removable from the channel to facilitate manual cleaning. Horizontal systems shall provide two portable stainless steel racks to securely hold modules during manual cleaning. Provide all brushes and cleaning solutions recommended by the manufacturer for manual tube cleaning for a two-year period . N. Cleaning Tank, For Vertical UV System: 1. To allow for out-of-channel chemical cleaning of vertical UV modules, a cleaning tank shall be supplied with the vertical UV system . 2 . Type 304 stainless steel cleaning tank (12 gauge min.) shall be 3' L x 4' W x 6'8" H, as shown on drawings, with 2" drain and stainless steel lid with handles and lifting lugs . 0. Provide appropriate monitoring devices and/or controls as shown on the , Instrumentation Plan. Contractor shall coordinate between the equipment manufacturer and the instrumentation subcontractor to insure all necessary control and power wiring required for proper system operation are provided per the contract documents and the manufacturer's written guidance . 11305-14 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 .. ' 0318-042-22 P. Provide a 304 stainless steel baffle plate as shown on the drawings . Support angles shall allow for removal of baffle plate. · 2 .03 ELECTRICAL AND INSTRUMENTATION A. General : 1. All instrumentation and controls provided under this Section shall conform to the drawings and applicable requirements of Section 16700. 2. Control Panel Enclosures : Provide a NEMA 4X 316 Stainless steel air conditioned enclosure suitable for outdoor service to house electrical components. Panels shall be freestanding and conform to the requirements of Section 16700 with regard to construction . Switches, lights, and other devices that require operator interface shall be mounted no higher than 5.5 feet above the floor nor lower than 2 .5 feet above the floor . 3. Provide thermostatically and humidity controlled heaters and air conditioner in the UV control panel to maintain proper operating temperature range for the PLC and its associated graphic display and minimize condensation . 4 . All. elements of the instrumentation and control system shall be tested to demonstrate that the total system satisfies all of the requirements of this specification . 5 . Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance , operation, maintenance, spare parts, and service. All components, assemblies, and wiring shall conform to the requirements of the National Electric Code. 6 . UV Disinfection System shall be operated from the local control panel and monitored from SCADA. 7 . PLC: a . PLC CPUs shall support not less than 96K sixteen-bit words of base user memory. The actual amount or use memory required shall be adequate for the functions to be performed, plus an allowance of ·100% for future expansion . The CPU front panel will also include a RS-485 communication port for configuration, programming and diagnostics . It will also include and Ethernet 10/100 Base-T TCP/IP communication port. Additional communication ports shall be provided to allow for communication to Operator Interface Screen (OIS). Each process shall have 2 slots for a PCMCIA cards . PLC shall be Allen Bradley. b. PLC Network Communication: , The PLC shall communicate with the Host and other PLCs residing on a plant wide fiber optic data highway. A media converter and fiber optic patch panel shall be provided with in the UV panel. c . The System Control Panel shall contain a modem board and wiring for communication with PLC from an external phone line . 8 . Manufacturer control panels shall include spare terminals for remote plant monitoring and alarms. 9 . Conduit and Wiring : All labor and mat~rials for the installation equipment shall be provided complete in all respects including conduits and wiring per equipment manufacturer recommendations. Contractor shall obtain 11305-15 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 0318-042-22 electrical connection details from the equipment manufacturers/supplier and submit electrical conduit layouts to the Owner for acceptance before installation . 10 . UV system manufacturer control panels shall include and uninterruptible power supply manufactured by APC , Tripp Lite or equal to protect the PLC a nd graphic display. Battery life shall be a 15 minute min imum. 11 . A ll electrical components not associ ated w ith a fr ee standi ng control panel shall be mounted to the UV tank. B . Functional Requirements. The UV System shall include as a minimum the following ins trumentation and controls . The following cont rols and indicators shall be mounted in or on local control panel for each module of lamps . 1. ON-OFF-AUTO control sw itch . 2. Green light indicating UV System runn ing operation . 3. Red light ind icating UV System off operation . 4. Blue light indicating UV System fa il. 5. Elapsed time meter f or eq ui pm ent. 6 . Lamp Status 7. %UV Transmittance 8. %System Opera ti on This list is not intended to complete ly depict all of the functional requirements of the control system provided under t his Section . The system supplier shall provide all additional instrumentation and contro ls necessary to produce a safe and operab le sys tem . The sp ec ific con t rol system proposed shall be subject to the approval of the ENGINEER . C . External Interfaces : 1. Design electrical/control power panel for the following power supply depending on type of system . Requ ired amps shall be inserted by the manufacturer. a. Power supplied to the G6H064T5L UV lamp system shall be 230 VAC 60 HZ , 3 Phase , 4 wi res+ ground , 125 .0 amps service per channel. b. Power suppl ied to the GA64T6L UV lamp system shall be 480 VAC 60 HZ , 3 phase 4 wire + ground , 22 .9kVA , 29 .5 amp service per channel . 2. Provide all required control power transformers, contactors , starters, breakers , etc., as required of eq ui pment furn ished . 3. All wir ing between remote devices shall not be provided by the manufacturer. Final electrical connections to devices provided in this sect ion and all interface connections with the instrumen tation and control system will be in accordance w ith Section 16700. 4. A ll interface signals shall be wired to an interface terminal board in control panel. All analog signals shall be 4 to 20 mA de signals suitable for driving I into 600 ohms . Discrete (two-state) signals shall be contact closures rated for 5 amps continuous at 115 volts . · 5. The system shall provide the following discrete outputs as dry contact closures . a. UV Module run status . 11305-16 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLA GE CREE K REC LA IMED WATER QU A LITY IMPR OVEMENTS '• ' . ' . ' OCTOBER 14 , 2010 ATTACHMENT 1-AD3 ..... •• J 0318-042 -22 b. UV Module fail status . c . UV Module HOA status . 6 . The system shall be able to accept a digital input from a SCADA system for . starting of operation in Auto Mode and shall receive an analog signal from SCADA for effluent flow rate . 7. Hand-Off-Auto switches shall be provided for each UV module independent of the UV display screen to allow the modules. to be operated in manual in case of a PLC or a display failure. D. Electronic ballasts shall be used to power the UV lamps. 1. Each ballast is to power two UV lamps . 2. Ballast operating frequency 20,000 -35 ,000 Hz 3. Ballast efficiency minimum 90%, defined as electrical output watt divided by electrical input watt 4 . The ballasts shall operate at a current crest factor between 1.4 and 1.5. to maximize .UV lamp life . E. Other Electrical and Instrumentation Requirements 1. Unless stated otherwise, all electrical and control material and equipment shall be by Section 16700 . a. Provide one Power Distribution Center for each horizontal bank of lamps or one Power Supply unit that will provide power to each vertical module. b. All wiring and connectors shall be UL approved . The manufacturer's UV equipment shall be UL approved as a system . c . All electrical devices shall be 60 Hz cycle . d. Power distribution shall be through bus bars to environmentally sealed receptacles to allow for local connection of UV Modules. e. Data concentration shall be through integrated circuit boards located inside the Power Distribution Center or Power Supply Units . f . Breakers shall be located inside the Power Distribution Center or Power Supply Units. g. Enclosure material shall be Type 316 stainless steel. h. All internal components shall be sealed from the environment. i. All electrical enclosures shall be designed to operate in outdoor ambient temperatures ranging from O'F to 120'F. Manufactu rer shall provide enclosure cooling, heating and condensate prevention equipment as required for optimum life of electronic components. 2 . Connectors: a. The UV module connectors shall be watertight with a molded backshell and meet the requirements of UL 574 for direct water jet spray when mated . b. Each connector shall have less than 120 volts across any pin to ground. c. Each connector shall be automatically disconnected from power when ( uncoupled. d. The connector pins shall be brass with a silver plating . e. Each pin when mated shall seal with a "cork and bottle" seal. f . The ground pin shall be longer than the other pins giving a "make first break last" ground connection . 11305-17 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 3. . ' ,, 0318-042-22 g . The body of the nut and receptacle shall be 316 stainless steel or epoxy coated aluminum. System Control Center: a. UV System control and monitoring shall be provided through display screen and message keypad to allow complete operator interface or , ' through a 1 O" viewable graphical touch screen display. Operator Interface shall be protected from the sun and kept legible by a b . C. d . e. f. g . h. i. j . k . I. sunscreen cover. Keypad shall have a sealed membrane overlay covering all function keys and numerical keys . Operator interface shall be menu driven with automatic fault message windows appearing upon alarm conditions. Minor alarms shall be provided to indicate to plant operators that maintenance attention is required . Alarms shall include : (i) Low UV Intensity warning shall be preset at the factory for 45% of the Intensity after 100 hours of lamp burn in . Alarm set point shall be field adjustable. (ii) Individual Lamp Failure shall indicate single lamp failures that occur which are not adjacent to each other and which do not exceed 5% of the total number of lamps energized. Major alam,s shall be provided to indicate an extreme alarm condition in which the disinfection performance may be jeopardized . Alarms shall include : (i) Low UV Intensity alarm. This alarm shall be preset at the factory for 25% of the intensity after 100 hours burn-in of the lamps. The alarm set point shall be field adjustable. (ii) Adjacent Lamp Failure alarm shall indicate failure of two or more lamps which are adjacent to each other. (iii) Multiple Lamp Failure Alarm shall indicate the failure of more than 5% of the lamps in a bank of lamps . (iv) Breaker Trip alarm shall indicate any current draw above 10 amps for any UV module . A set of dry contacts must be provided for remote indication of a "low" intensity condition . Alarms shall identify the affected lamps by an address system . The address shall specify the bank , module and lamp , i.e. Channel #1, Bank #1, Module #3, Lamp #2 . The 20 most recent alarms shall be recorded in an alarm history register and displayed when prompted . Bank status shall be capable of being placed either in Hand, Off or Auto mode. In Auto mode banks shall respond to a 4-20 mA signal from the plant effluent flow meter. Banks shall be cycled for equal wear and timed off to minimize bank cycling. 1. Elapsed time of each bank shall be recorded and displayed on the display screen when prompted. Panel(s) shall be rated NEMA 4X 316 stainless steel. 11305-18 OCTOBER 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 0318-042-22 m. Outputs for ON/OFF control of banks and modules shall be provided for the plant SCADA system . n. Outputs for status of all units and all alarm conditions shall be provided for the plant SCADA system . 4 . UV Intensity monitoring : a. A subme r:_sible UV sensor shall continuously sense the UV in tensity produced in each bank of UV lamp modules . Each ultraviolet bank -shall be equipped with at least one ultraviolet intensity sensor. The sensor shall measure only the germicidal portion of the light emitted by the UV lamps . The detection system shall be calibrated in the factory. b. The intensity measured by the each UV sensor shall be displayed at the UV Con t rol panel in percent intensity. UV senso r readouts shall be displayed simultaneously. 5. Dose Pacing : a. Vertical System : 1) The UV control system shall automatically turn on and off as well as adjust the lamp power in each row of lamps in relation to variations in plant flow and UV transmissivity. The signals shall be 4-20 mA or similar approved method . 2) The UV system design shall allow the operator an option to operate the UV system in either manual or automatic modes . 3) To reduce energy consumption the UV system shall be capable of automatically adjus ting the number of lamps in service by 18 lamp increments and lamp-output power adjusted from 60 up to 100 % increments in each row within each UV module . b. Horizontal System: PART 3 -EXECUT ION A dose pacing system shall be supplied to turn the UV banks on and off as well as adjust lamp output in relationship to 4-20 mA signals or similar approved methods from 1) an effluent flow monitor and 2) the UV transm issivity photometer. Logic and time delays shall be provided to regulate the UV bank ON/OFF cycle . 3.01 FIELD QUALITY CONTROL A. Retain a qualified representative of the manufacturer of the UV disinfection equipment for the following services . 1. Inspect the completed installation and _ note any deficiencies . 2. Manufacturers t hat have the ballast in the power distribution center shall be responsible for all lamp-ballast termination at the jobsite as well as on-site testing of these terminations . 3. Be present and assist the CONTRACTOR during startup and field testing . 4. Prepare manufacturer's installation report and submit within 30 days after completion of field testing . Include the following information :. a. Field test results . b. Description of field test deficiencies not resolved to the manufacturer's satisfaction . 11305-19 ULTRAVIOLET DISINFECTION EQUIPMENT VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 14 , 2010 ATTACHMENT 1-AD3 ..... ~R ' ' ,;,· . c. Description of problems or potential problems . 5. Operator Training · 0318-042-22 6 . Revis it the jobsite as specified in paragraph 1. 08 of this section after the equipment is placed in service. Prepare a report after each visit addressing condition and operation of equipment and actions required to correct any 'deficiencies. 3 .02 PERFORMANCE ACCEPTANCE TEST A. B. C. D . E. . /. Following startup and operator training, the OWNER shall burn all lamps of the UV { system for 100 hours to test for functionality. Following the 100 hour burn-in of all UV lamps, the OWNER shall operate the system for a period of 90 days as a performance acceptance test. If at any time the system fails to meet all fecal coliform discharge permit requirements, the test shall be stopped and repeated (90 additional days) after manufacturer makes necessary modifications . The UV banks will be turned on and off and lamp output will be adjusted to simulate end of lamp life conditions . Manufacturer's expenses incurred due to travel , materials, equipment, labor, and other costs associated with modifications and remedial testing shall be additional to all other requirements of this specification and shall not be reimbursed by OWNER. Equipment Reliability: All equipment provided by the manufac:turer shall operate as described in this specification with less than 8 hours of total downtime per bank during the 90-day acceptance test. Downtime is the length of time a bank is inoperable or unavailable due to failures resulting from defect(s) in material, construction, design, or operation . Acceptance test shall be repeated if any bank of lamps has more than 8 total hours of downtime. Electrical Harmonic Testing : The UV System shall meet or be less than the following harmonic limits at the point of common coupling (PCC) when the UV ' System is operating. The PCC shall be the input side of the UV System Transformer. 1. Voltage : 2 . Current: 5% Total Harmonic Distortion (THO) per IEEE 519-1992 Limits allowed by Table 10.3 of IEEE 519-1992 for 20<1sc/lL<5 Manufacturer shall submit with the shop drawings a mathematical analysis to demonstrate that the UV System meets the harmonic limits specified . Filters, line reactors, isolation transformers, etc., which are suitable for outdoor application , shall be supplied as part of the UV System if required to meet the harmonic limits. Compliance with the harmonic limitations shall be verified by field acceptance testing by the Contractor after installation . • " < END OF SECTION 11305-20 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS OCTOBER 14, 2010 AT;;J" ACHMENT 1-AD3 1" EJ SLAB ON . GRADE, SEE � SHEET S-100 I in 22'-3' �f 16'-2" � � a -- EDGE OF UV 4 DISiNfECTION � s SLAB � � � 1 EJ y � n +Q v . P 24'x18" CONC � � w��� REDUCER� �1Q2 e � '^ ' -- - -�t - - o ,_ QU-01 � o � � p � _ � ��� 1V�- 9U-02 � � � 0 m � 0 0 N � 0 o` a a v, s � a i n n m 0 H % 0 � Y 0 } a . U � � � � Z im�r- EJ �- �� CAV-�1 � / C8x11.5, ALUMINUAi, T'tP ' � / PUMP GUIDE RAILS, TYf' N� .. / I° g' �. �' ;1.� INSIDE FACE OF WALL �•.�ntq r r . � , 8. � , e . - -- a l� � `---� ------ _,.�. .,_/ I 4-DR W8xt8, �4 � 7AL�UMINUM. " � � ' ._. '�..__ ... �✓ - wo2 , a � 1 � � - � ��- BANO OPENINGS�TYF' OF 2 00 a � ;._�- � �......._. .. � , � . Q � I 1� � < ° � � Il-102 a � ' ' - - -�. u � 4 4 � � � I ALUMINUM � , c ' � ( � GRATING ---�, : � , _: , � � ---.� __ ..... ..._ . ...... ... ......-----� � - ^ W �'� 1 1 � 12" CONCRETE SLAB. / � —� � ijt6 O 10" OC EW T/8 J FILTER S1RU ----- - �` 18' DISCNARGE ` � r PIPE BELOW BEAM � q, " INS3DE FACE OF YYAi.L I a �� � o'-o' ViALL TO WALL UV PUMP STAiION — P�AN AT EL 473.20 � Z , 8 ,2 sCAtE 1'a4' j/4� SS WEAR PtA � CAV-03 CAV-02 & �I4�NEOPRENE BU-02 CK-02 � PAD BETWEEN PIPE AND C6NCRETE OOK FOR SUPPORT ( ( OF POWER CAHLING �-4_00 24'- � � \-i -1-18"- - - -}-��� 473.2t 472.00 � � � a. / ( �r ' � � � 471.5t '��:�-- ���" � ` ` �' . BV AN� t' ORAIN LINE .�cc✓� y. >'' �'i` 1' : i EI.EV AT . % 468.75 0 SLOPE PAD 2X DRAIN „ TO DRAIN 47t�75 wat °' PUMP UF'fING CHAIN 4" PVC ORAIN ��4'6� � �- .. ��+`'" �� EXIS 2z Wx72'1HK BEAM ENCASED IN , � i "' � CONCRElE � �f i '� � _ , � q ' 9 `- PUMP GUIDE RAILS, TYP - � � _ �n o ( �.�t ,"? ���1 , �1E 1 ------- -- I � 1 _ _._ —s _. � Ftow — � = ` DIRECTION : ' °D E � Y-im i a � ' SEE NOT ta > - �Pu ` t i,� i, I � 3'-D" UV PUMP STAl10N — PLAN AT EL 469.50 4 2 4 8 12 SCAI.f: 1'�4 DEMO OPENING FOR 4" DRAIN PIPE TIDEFLEX DUCK9Ti1 � � � CHECK VALVE � " 376 SS PUMP GUIDE RAILS `- SERIES iF-2 � SIZED IN ACCORDANCE WITH asa.of �i8.�f � � Y PUMP MANUFACTURER'S E REQUIREMENTS p il-1W ( ` !� � � � CU7 THROUGH 12" MIN WATEi2 LEVEL I � -• �`. BEAM (BEAM 86� �_ a u _ 1 �� 450.9t —_____ -� { • rt � ` .__........_.._......._4�.�, � Yµ � � �� . , . ,,� 1 �SECTION 0 2 4 8 12 scntE: r_4, 10'-0" � r ; , � ... --- ---.........-.. ' FE 3 � 3 t' � � j�° ----- 'a�i � i� i .� � � i i --- ���... _� - _ ...... ...... ....... � _� � / i� / /r .±fi;X� �� � � NOTE: � 1. STAINLESS STEEL BAFFLE AS REQUIRED BY PUMP MANUFACTURER. REFER TO SPECIFICATION SECTION 11315. 2. CAV-�i, CAV-02 AND CAY-03 SHALL BE 4-INCHES. � � 4 EXIST 2'Wxt2'THK BEAM BELOW 18" DISCHARGE PIPE. TOP OF BEAM AT ---- 4.6f i � 1 m 3 ._T_._.. _.._.. _..._�..._.. - -- � 10�-0�' T` I 1 , � ' . _......_..... ..._....._.__} ; UV PUMP STATI0�1 — DEMOUTION (� �EMO 0 2 + e ts r�--�W-W► �''"`' ATTACHMENT 2-AD3 � �E °F, je�y ♦�'`� "�, ; `� '' : �: : i YICNAEL. F. CRAVFS - 79733 'Q- "�:ci sa�°��' �El� �' '��" � il �� 2�a�" REVISED PER ADDENDUM NO. 3 MFG 1�/7O �REVISED PER AdDENDUM NO. 2 MFG N0. �AIE REYISION BY FORV w0� CITY OF FORT WORTN, TEXAS �'� WATER DEPARTMENT VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM W PUMP STATIO� S dc SECTION � ��� T�E pEp�qTINl10X � �3 iBPE IE�97TfAt10N / F-17N o�,m: �ca�►�t+o� suewmEn: oEscH aaH�x pE51GN; !�'p I SCAL£ PROJECT N0. SHEET ORAYRt PEC �s s�ow� arr: oo2�s cHec�o: �c j o�� ,.,�,E,�.,�-�,.�,� M-101 o�:t e.eot� . _ � TISUIB EL a S£E PtANS � � w �/%x � \ r=- � GRAOE BEA�f RE�NF. Sff GRaDE s� scKeovie. PROV�DE S3D HOOKS AT ENDS (3F SUsB RE�NF., iYP. EikF AkS -� -� ,,,r ..+- �.,,. 4 ��„ FANK �BY flitiEE25, � 1 1 _ � T � 384 SS � � SIJPPORT 8Y � � �, )A.WUFACTllR£ �� � 3' T7P. � (I) i4, CpNi. O � Yz � Y [� �.. � � �T SLAB Et j t - ` ' � - . -� I E PtlWS I - . ' • .. ' - ��Q = a. • i . � . ♦. � Y re j- ' d' •' � � • • s. ! ' i, -- , - . { °. . , b'.' NOTE: CO�fPACFEO-�//�\//\����\/�\\�/�\//f\ ' �� VAR�ES 70 \ / / � / / ticco��oa�� g►.��,t� �� �\��r\�, v �� \� \/ �SE�TION ,,,� � SCALE: 1 "� 1'� 0� � TJVh2K tiOT SHOMf�I � StAB AEItVF SEf P�ANS T!SLFB El � —, sfe ai.,ws - • • • • . . - . i _ � '" ` ." - - �. . -� ' ' � • °'� � . � �- �. , . �-.� o � �' •�. •.'6� •d s ' - � ,� �.', � ' ,. � � ����r`�\i\�\.�``,�.• Y 6, . • ,!/�\//�\/\�\/��\ W r � �//`. " .': � �-. � % � � �' \ � , � �`\� �' s`� � .�-. \ �\�COAtPACTEO //` \r ' ' - �/�� $ACKiiIL CW�DE $EAi�i � REIiVF. SEE GR/�E 8£A}A SCHEUUI,f. � � s � � � H ' 0 � � � � � 0 �R �� �o � '" ��� sEcr�aN � sc,��: , ^•,'M o' SEAB TNICKNESS 5EE PI�HS �' � � �.'y ., � �� -_ .' � ' �' i _ � �. ! W �� HQ7ES: i. J18 CRA?tE lAA1�iU�'ACTURER TO PH(riIDE SIZE, LOCATtOti AHD AkCHOR ROD CONNECitOH DETAILS. PROVI[3E �t18ED1AENF AS INRiG�7ED. J18 CRN�E SEE AIECWWfCAL J1B CRANE � DRAWIi4GS FOR fQUHDATION (SEE � /� � AUWTiONAL NO7E 1) ' � INFORIlAi�ON � � I 2' ftOH-SNRIHK � GROU7. iYP. %� 'd i A� � m o li 1� � � �l 1LL 1 I�I 1� : � , . �.A .. . •3�•�— . t �" _ • • . � . 4 , • ` • • � . - ♦. ..4♦�.`'4 '.'4' �I �: � • .•) .'� !d•• . '<• . _s' . • 4 ..' r ..♦ 1. ��•�'� �.{. ... ••.� - i._ ':d� 'i . � " ♦ . d .. � . : � ' � • � ' �` •e• .. . ' I a . . ' �• • �, . . .' ' _` i + - `. . . d ' • . . .r � ,• � d �� �' •' � �� • � � �`. . •---�+�-_,.i-.: .4�. :. ' " d . �-�` •�' � ' � s - ~�.r. • • • %��`j ` • `• � 3' Sal1ARE wast+E� �nrr� BtlUBLE NV(S {TYP.} SEE PIANS SECT'ION � $CALE: 1'-1'-4` � .tt10R' �� EXTEND S.MS TO COkT S1IRRUPS � TOP BARS r�fND BARS T0 LtiD-�£Piti B�RS i0P BARS � m Y POIkT OF p-� m Y POINT 0�' �� SPANS QS SHU4M. �}� � � 5 AS SHOWN. TYP• i ' • . � ''F—f-� i �i— -i�'t t •—�' „ '-'-'-r - �-� : . � i i � 1 I � F � M I I F P 1 I k E E F 7 1 6 1 I 1 1 � � 1 � t F # ! 1 1 1 1 1 !� � � t I 1 l I i f t I 1 1 _� j, � . , � t 1 t � ' � t ' I .� � ! � [ � , , . . 2 1 7 ! t I I 1 1 I I i � �f i i ( 1 1 1 I� 1 1 1 1 1 t I 1 1 i ! I 1 1� �( ! I E E I i 1 1 I i j 1 � 3 I 1 1 1 1 1 l 1 1 1� _j t 1; 1 � t I 1 1 I � 1 /� � :.-7 6 t- t- � I f I I 1 i StO, - � - . H4pKS I - �COHT. 807 lYF'. �na�' � � sor euis TYPlCAL GRADE BEAM DlAGRA�1 oi�eMs�ocvs aor enRs MARK W1DTH OEPTH ,�pp7L' CONi GB-f 28' 28' 3/4 S/9 GB-2 YO' 2d' -- 3 /9 G8-3 12' 2s' 2/9 T/9 ce-� �z' Aa' -- s N A4IE� 4. TO? OF GW+DE BEhAi AT E1, �72,OQ, �o. � '` :. ..- y - - • ', .;... ..:���i " • .. 1 �� ��D � �1 f 1 � 1' II� .� I GflAOE 8&V.1 OU7UkE. IYP. �� t � J � � i i � � f � ; 3 I I 1 I [ t i 1 1 t ! DlAGRAA� � � `r�— � � 1 � � � � .o/�c AODENDU1d ;$3 TML N0.7ATE REVISION 8Y �'ORTi�4Rfi' cirY o� FORr wa�rr�, �xns ' �� WATER D�PARi"MENi w� VII.,LAGE CREEK It�CLAIMED WATSR 8A3'I'BRTI DEL1V&RY SYSTEM W OcS�kPECTiOTt SYSiEA[ STRUC7URA1 DEiAtLS t , A1.1M gi,Ub(b1ER a550ClATE3, IHC. �� IS20 8 11lftYIIL4RY QSiYS HUi18 S00 a.�.o•;�.�•m..., rux� �ortnt r�ct.s tetor-a�ra� . TBYS N0. P-L3 DESICNED: REC4AiA1£710E0: SU61�k7iEp: ATTACHMENT 3-AD3 �A'15N: CR� CFtECKEO: dEC GRADE BEAM SCHEDULE � TOP BARS � �E�--DEPTH STIRRUpS ADDTL' CONT. 8�5 SIZE TYP� SPAC1t�G 3/4 3{9 i/5 EF• %4 � Ai E2' UC -- D/4 1/3 E�'. �+ Q AS 12' pC Y(9 2 j9 1 �3 EF. !� Q Ai tY OC -- � 2 f4 1 l3 f.f. i� l.7 AT ft' OC DESIGN ENpHEER � �p� arr vAacct Na SiEEi AS 9fOf!{ 00217 1 «x°",�a�o �,�� �,.,�, S-302 REMARKS sECT�or� ,� scn��: �'=r=o' BACKFllt �"'R 1 � m E Y W � � m r � � � � � s`` g � : 5 � � r� eu a R ` � 0 i � � _I � �,/� G : =:, i t' i + �., �, �. � RE: SHEET E-303 FOR CONFI UAT70N j f �- �� - : �_ �: , ;;; : „ : � �3�------ i _ ___ �—�,'`.-__ ... ,..-- -- <<�c' ;;--- � `- � � , � ; � DB-007 CQkiMUN�CATIpN � � � � � � PllLl.B9X CPB-00,2(�q, i�:3�s��.�� �" � � t i- - 4�_._.-�, -- �._..,..� r u ..L �—�n�, - �;. , �, >�t. ; �_ __ 1 __,,�~���L------� i -� {��wx � `'��. ; � oe—oio � � � F_—� � . ,P , ``e� p e � ' ' ' � �« � EXIST7NG MCC-51NP �- � � � � � ExtS7ING �� j �� x � �-' '�:.� �� � El.ECTRICAL� LL _ � � � _ � �s� � MANHOLE j i � � I � �, , �,� � $ z t �;� ° EXISTING � � � � j- �"�� RT1J3Q_._v._ �._._�-' � � i � `��. � ae—ooi � ?� � i �� � � �� + � F, i� `.� , � —�—;---i h f __. __�. _____---- ---- _ RE: SHEETS E^304 Ac � � '' E-345 FOR YPORK IN � ����_� i ( HIS AREA � � � I � � ` i � r � -- - � ,3�---- ° �`S.�r � �... _-� �,� i , ;; _._ '.i—.---- _ $�; ,� � � piSCNARGE AND R£TURN STRUCTURE VALVES t��.�--SttE��'=E=�Gu --- -- - fOR WORK 1N THIS ARE'A �e _ ��,r$ -- ::flsaeas��iQ�: 12 � I13 �vu.sox , Q-- �° `CF'@��EFi__' �-�>�. ?=n,:���" ^ �---------- - - _ t� "" ���� ,,..�, y��y. �:f:`-�-`, f 'n..�.i�'�' � � �y=�_, j ,�f _.._..�. �� �;� �---�1NFLUENT ' 3�; �� STRUCiURE 3 RE: SHEEi E-306 ��.�-0R--'tYf)FiSG-1N THlr _ i 1 ��I 1;_`�ARiA ( `'1 3? �, ; � _...."'...""�.1 � .: fl6-d04 ' 1 � �} �� j I 1: ..._.._� F44V1 TRANSM[3TER AN�i. ELECFRiCAL - �� - TURBIDITY METER � 4 + PULLBOx RE: SHEET E-3bfi fOR ir% EPB _001 Q�YdRK IN 7HI5 AREA — .-- ' �Q _—, � 5�� i f �� i � I � � OtSINFECTtQPI , s�s� _ � r" "`*. ` . 1 e � � _ .. na�aos � r�j � �;; ; I 3� �� i � � �� —� � � �-�� ? i i �t �� �-i= � � �a � , �� fl � � � �, I �`-- - � � ., i r_?rH� __ - __ _ �. �. �. � �� _ �..... __ . i � i� _.�.. � ` �.� - �,....�, � ...._ _ - ` J;�',!' , f�T' ,�` �: i � � �� � � Y� t7i iF' J- '- � �� Fs�.lILL�� '� 1 { 1 / � ,� � �{F � ���� ,4�`1., �¢I �. . � / ..� �; i 1{ --_... .�.��.:.. � � t i'� '�i � 3 � ., ' '_ _ � ;� 4g t � �J:iI��/E� /rfiJfJi � �� i �„ �9L�J G s % �: �� �� � � ((� � �______ 7.' "�'- i { i � ' . i STTE PLAN I SCPtE:I "=2D'-0" 13 ___.. ._. .7 m � { — — � �;— .m, 1 J �� ::d:—..�a��3._.._.�_ � � � � ; � � �; ;--;j � � ;� �, ; y � ; � � � x . � �. ` i� � I 1 � ) �k. a ,0 2o ao 50 Gf2APHIC SCALE: l" = 20' � , ? � t f ��.;��3., t- �� .,,., .....,...._,._.,... _ _ .J-- ��NE�a��. r�or�s : t. DUCTBANKS MAY INTERSECT W1TH PIPES OR EX[571NG 6UC78ANKS A7 VARIQUS LOCATIONS. CQNTRACTOR MAY CHOOSE 70 GO UNDER OR OVER AS REDUIRED. A A�IMIMUM GAP 6F t FOOT SHALL BE MNiYTAiNED BETY/EEN EACH. 2. NEW IM57ALLhiION SHALL BE PERFOR�AED IN OR�ER 7Q MAINTAIN THf CURRENT UL RA71NG 6F THE EOUIPMENT. .i S' ! �� �„ ., �� � j;��- 4H ' � a { � � � � �z.—,.-M,�_. .- -� _-_...---- - � ;' , � �- � � �j � �. i � . �� '_ ; � � �� � , _ { � � i , � �._...._..---- __ � ' 4 �� N�TE� F3Y �YMB(�L � i 1. L4CATION SHOWN flF NEW �UCT9ANK INTERSFETING WITH PIPE_ RUN DUCTBANK UNDER PIPtNG_ `piF;� �'tY-���� ...�...-� "'.V' f . , � � 1 ,. AlHaE tE�fSWf. . ,� 94943� � �.li�E��O: � �� �� �� ��J�� ! j 1 ID/o8 jJ� REiSSuED PER ADOENOUA(�NQ_ 3 I TC 1 �NQ DAIG REVISION 8Y �ORT�ORTH CITY OF FORT WOR7H, TEXAS �� NJATER DEPARTMENT ' w� VII.,LAGE CREEK RECI,AIM�D WATER EAST'ERN DELIVEftY SYST'EM �ctwrnL SITE PLfiN 1 ►.----- C�&�� TBPE RELISiRATON ] 13 T2P£ RECISiRAT�N j:-17a3 R£COMIAEND£0: SU8MIi7ED: DESICN ENGiNEER pEsicr�: AR I SCAt E tt'Y ��T NQ SHEET A TTACHMENT 4-AD3 oRa�: Ks '��" 0021 r Z MAlE4 N0. CHECKED; TC I o�c ae�so�o vz�s-7oe3aoozi3ea G—`� PMGR �rl ? '—i � � �� ���.— � � � I � �� � , DB-dd9 J 1,,� € MANHOLE ' �- �'C�� -''' � , I � �,-,-� f CfB-008 i � �B_Q � � ' 1 ; , � 1 ; � � � ' 1 . i � 1 I ' i� i � � ��i'3 RE: SHEE7 E-302 FOR CONTlNVATtON e► � � � --� � _ _ ; .,. \ �. � � t ,� _ __ � fi..�..__....r._ ��� --- ►j-`---�--.--= =--�- `� '�� c� �:, \ `� i ; � a_l� �: ! � � ` �' ,�'����� � � V� �� �il � � i �, �3 �-�----H ���,E__ . �;'}��� � -U } _.��_ -- }i; � � ' � �: � � .� � ��, �;� ��._ �� � �� �.1—._..� i j 5 � _ '� �'� �� � - 6 � i�l� �::�{� � _,, � � t �. �i # _, � � � , ,.,�..�.�-�„-„�„�..��.,. j �.s,.�� � w�.� � �.�-r�: - _ _ „� w�-._ � �_.��_�.-��.-�� _. ,rb��'��' = - i -�� --�--c� x�� , � ��;, - _����-_� �= • "—,,,�„"'.s�a.��mr �! o�_�c — --�--_.._ __--_ _- «_,.,��u�, — -��j-� _.--.._, _.... . ._.._---- -- �l� -. _ �_ - ' � --� ---- ' L_' ,r-�, —� d Y�3.-;=,ti _--.,, � .�9 L .... ����� ,. ..--- h��J --3---_ --- __� � . _. . � -- ,_�;�..� �3 � 3 - - _ ..__,......,,._. , . � , -} � : �f �1'�' ! fi-� { -� `i"T �' �r � � � � '�'' --� - - . _ ...<-=- � �. J ��..._.,��..Y�. :��.� 1 rt- ' �{' 1 � � �� �y 11 j,.�.1d_i. f..�• _'. .�,-,�.6r j lb ; y( c� f�—' �—J 9 E �_��� ? i �—{ � �t j � ---_= - - - -�-- .. %�, _ � _ -- .__._ ; � � :� i`_`' fi( <;T __..1; `� a �. E f ! 1 1 3 r 3 � i i � i�L? _.�._.. }— �==�-.�,..�.. % '_7 � - °�o j�:�z� �:.�x._ ^��"i .�_ _.4':'�f' ��c'�"i�_c `?2'i� �Fui -�� "" "". ..«�.. — " _ —_"_' — . ._ { Y '___-'__ �'_ _ _�... . �.. � ��� � � � � � 1 � t{� � � � � Z ;� �� �� � t s � Y �� , . , : �� ; � 3 � �; ����� � ` ; I ��� ! � �; i #1 .� � i ; � _ [ �- � 1� � � �, � �� �3 � —� � ; � ------ ---- � � i SITE PLAN II SCALE:1•-14•^0" � � �� � �"�- � ; i �:�.____ � �! { o s ro zo so � GRMHIC SCAl.E: 1 - l0' GENERAI.. N�T�S� 1. DUCT8AN7C5 MAY lNTER.4CT W1TH PIPES OR EXISTiNG DUCTBANKS A7 YARiQUS LOCATlONS, CONTRAGTOR MAY CHOQSE TO GO UNDfR OR OVER AS REQUIRED. A MIN�MUiA GAP QF t FQOT SHALL BE MAINTAINED BETWEEN EACN. [VOTFS E3Y SYME�O� d : 1. RUN WIRES FOR CEV£L EI.EMENT IN YVIRE TROUGH. CUT OPENING IiV THE CHECKER PIAT£ F�R WIRE COMIIVG OUT OF iHE WIRE TROUGH. �2. PL� 70 8E REPROGRAFA?AED 8Y COiVTRACTOR. ALL CONNEC110NS 70 RIO, NEW PARTS REOUIRFD FOR RIO CONNECTlON ANQ RIO � SHA�L '8E PROVIDEQ HY CONFRAGFOR. 3. DUCTBANKS BRANCNING OFF BETWEEN DB-[}D8 AND D8-609 ARE NOi SHdWN ON THIS SHEET. r� h,4p?F'�� -.F 4/ � 4 '# �,/'� .• MdiE IE4ESOItE� � .,� ;`�� � . 9�943 � �,�-p,�.��{�t'�,�' " "� , t�cEN?,`�.-�'�, � i+OJ08 � REISSu£D PER ADDEii�UM NU- 3 I TC NO. ]ATf REVISION � 8Y 1'�ORTWORT c�T�r oF Fo�r woRTH, �w4s w�r�R Q��a�rr��r�T W� VII,LAGE CREEK RECLAIhSED WATER EASTERN DELIVF.RY SYSTF.M a.�crniau. SIfE PIAN iI �. -�.��_ CR,�Y� T0P£ pEtlSYRATON J 13 T6PE REqS7RA770N � f-77H RECOMMENOED: SUBMITTEB: DESICN ENGINEER A TTACHMENT 5-AD3 aESiGN: hR i S�A�� "7yPft°`�"°� SHEET DRA'NN: #C8 �ts sraxr w2�a DATE �A�a N� �-3U3 CHECKEO: TC I o�e aa, 20�o Pz7s-�as3auozueo .E Y � < O r m � � � � � i n � � � S? c'a �a �� � A� � c �z zn `'r5<; _-:;S7i;: , _ _„',':� �:ne<r;?^?1i� ,: .�..: ,----- - - --------._; ._ ._ .._ __--- ... � fi ; �--, _ _ ; ('d;°i-:;="�;-��--«""}--:, 1 j .. .... " t �;�_, ! ,{ i � i _t�3} f I �i �--�"�° 1 � �t4 �. � � � pt�CF,� � 7 �p— i__.. _ _ ( f � � j ���r� � 3-� � �S, �:, t � ,�_ _�__ tl T� } 1 � � �'"S �-, � � i , t' � � L___ _ _ _ � /� _ � /I Q � � � � � � �` � �::.�� S�f:'�ICE SE'rtViC� 11.4i�R i+�ltk:�,� Pu'riP ?i1�; �' S:r-'l_j Si';-22 _. .._ � ;1JI�; :�'�v�4.` a7;� _�_ ._ ._ ...�--...._ _-,. _ ..._. __..E € 3c"�u�/. 3PH, 4!?'. i'�L�(lA �US, itJ� �iC i �..�, . . � . � .. ..:........ . _...._.._..... .,_ ... -. -� ==s�,v..-��,.:, T f -��� �� � � �, 1 I �_ , °�(i�;',A. %'jt +' 450AT � :tk; -� � ?�,; . � � 7t?:� .tGt� .�f' � r ,%. � 50DAF ! ,�` } .j!' 3F � z,`"' � � ` ' �+ ^ nf �, J, �� y � � � �� ` �ct:U' ' j ! t t` �J%.�_,� 7 5�.'Y' ; 1 i :'Y'"�, Y-� t?�%<�-.� ; � j �'�` � _i i�! t, z� r"s � 1 /` � �� � � �� � � ; � - - �� � ---- - - ._ __ .....__� _ _ --� �1 SE��CC� Y�iA'��� pt,F'rhF 5'��� 1 r-- �-----�- � —, l�; �..�� � I Lul�lTtfi�JG �nC�$'J3?iv�D �,:1CJi{1R:�'i13 �a9Cii:t(23LEFz +-.�N? S�'t� �Gip fi€.L'�E� : Lt�ta S1Jtfi?Tur: ���i�SiY�.� �If1f�,li-r? iFU, i t'tG. ? ?¢C:'. 3 � � � ,_ ^_ __ PANELSOt�RO W_IIP1, NEMA 4X ENCLOSURE, 316 SS 480V, 3PH, 3Y�, GOOA BUS, 18 KAIC MCCSWP-01P i {2) SETS 3�250 KCMiL, i�2G, 4"C y _ _ =2) 4"C SPARE � 4��� ! --- ! SPD ' � '� � ��� � � , . � a� P� . �. �.. �" - - sC3 - - - - - \ - � - a � ,a-,� ry � N O N � aeU � � � � � T\ x � n .-. � � _ � _ N N xilc � n n � vFa � � �a 2 b � �oA NF a � a � r`V a �u � � /� r N 8 " o\ V o\ � .,," � �� 'r�lxj fV . ` M 4�E �7 85 �7 85 P���E SYSTE#i EFF�t1ENT EFFLUEN7 VA1� BOJS AU�iP 80X PUMP OPERAT4R N�. 1 NO- 2 ?AOV-705 P�rJEL UV—OR� ONE—LiNE �IAGRAM � �1 � �.r..._ 1 , 1 20A� � � � 30A �j 30h P��� ��� � P�� Q!� � � � � � � � w � �r ' � � r � � � � � ` � � ` � t ` � �, ,,,. cv � � � n o a a v u� � Ape U a U O � V O � U i rN I �N � N � �� o^\ � a�� � a o�, a ar, ��.- I g�w 1 � n.- � n., rx� � u..�v �SKva � a v�.,...�✓t 5kva �,� � ,.�-- aaw- �.y,ti,.,y.�aaov- 30A� � �Z30/t33V f..L � � 120f208V ryp z q. at 3PH, 4W = a a 3PH, 4W a ca �: � 1 M �' � ` � �� � "t' U i '- v � C M PAGKAGE , v� , � SYS7EM � ( t i V.ALVE � iiV SYSTEM � L1GH77hiG qPERATpR POWER PANEL fAOV-166 �PLY� � W-LPt �s�air n � JDA NF PACKAGE SYSTEM CR4NE UY-CRt ��NERAt NQTES: 1. CQORpIN�TE ft1U1PMENi NAMtNG CaNVENTION FOR ' ALl NEW �QUIPMENT ANO AEVICf MARKWG WITH d44NER. 2. COORptNATE WITH MRINUFACTURER FpR EXACT WIRE AND CONDUTT R�pU3REMEN�S. CONTRACTpR'S SCOPE OF SUPPLY SHAI� BE SUCH AS TO PROVIQE A FULLY OPERATlONAL SYSTEM. 3. PftOVlDE 5l3N A1VD RA1N SH1EtD FOR EACN P1ECE QF ELEC7RICAL EQUIPMENT MOUP[TED OUTp00R. , tdOT�S �Y SYl��it?L � : 1. DEMGLISH STAR7ER fOR EXIST7NG SERViCE WATER PUMP SW-21. REAAOVE CABLES FROAd MCC BUClfET TO C�OSESi E�ECTRICAL MdNHOLE. 2. REMOVE CAB�ES TO EXIS'fING SERVICE WATER PUf.1,1PS SW-21, SW-22 AND SW-23. AH/�NDON CONDU3TS IN Pv+c,�. caP carvouiTs. � ` 3. PROViDE NEW 1p096 RATEd 500A BREAKER INSIDE OF EXISTING MCC SYIP. SET BREAKER Ai 450A FOR - CURRENT ANO Ftt7URF iAdPEL.LER SIZE.� 4. YFD TO BE MOUNTED ON tJNiSTRflT STRUCTURE NEXT 70 lNFLl1EN7 STRUC7URE. VFD 70 BE 6 FULSE DRNE WITH NO BYPASS. VfLI'S S[iALL 8E MOUNTED tN �VERS�ZEd, 3i6 S7AIMtESS S7E@ ENCLOSUR�, � RA7E0 fOR 12Q'F AM8(EN7 TEMAPERATUE2E AMD COAiED WITH EPQXY BkSEQ SEAiANi. 5. �EPEND�I�VT ON W MANUFACT{JREft. COORQtNATE WITH MAt�kUFACTURER fOR EXACT REQUIRfMENTS. FOR OZOid1A {SHOWN ON THIS ORAWING): POWER SUPFLY UNIT TO BE PROVIDED 6Y 020N1A, 75KVA, 48�-230/133V TR.4NSFOftivSER 8Y CQNTRACTOR. FOR TR(xJAN {M07 SH01Y;�E ON THrS dRAS41NGj: PANEt WdP2 ANQ 75 KVA ISOIATIpN 7RANSFOR}AER Tfl BE PROYtDED SY CQN7RAC7f}R. b. PRQVfDE A 42 �tRCUl7 FANELBOARD WtTN AN PiATED COPPER BUS. BREAKER TRiP RATING SHALL 8E ApJUSTA$LE FROM 300 TO 500A 7. EFFI,UENT PUMPS ARE SQED FQi2 THE FttTURE. THEY WI�,L 9E QPfR4TED AF A I.OWEfi tk.lTY POINT oURtNc rHE FIRSF PHASE. AL� c�Npu�rS AND CABLES ARE SIZED FOR THE FiiTURE_ E. Cae�E Faora vFp Ta �vNcrlQN aox ro BE PROVIDED 8Y COtYI'RAC7aR_ CAB�E FROM JUNCTION 80X TO PtiMP TO 8E PROVlQEQ 8Y PUMP �UPACFURER_ � 4a3�"�-"'Tf'� y.. �yi}��� i;� Ii ~`�:; .«.......� .............1..� �� ��� . V949s3....��.. �-'"�"s'. �� � �`CiC£NSEO` �..._ .. � %%Afir�.d�" a,. � 1 Oj68lg RffS5UE6 PQ2 AppEryp�pyl HO. 3 TC � ( � � I 1 trva. parq REtriSiCN BY Fi?RTI�ORT--H- GITY OF �ORi V/ORTi-t. 7EXA5 � WATER DEi�ARTtv1Eh1T VILLAGE CREEK RECLATMED WAT'EK EASTERN DELIVETtY SY3TE1vF a.ECfucau ONE-LINE �IAGRAM � __.._...a..,._.. ��+�t�� - TBPE flE�75iRAli�i / I3 19PE fl£q'sTRAnON � F-77�1 REC�AI�IENaED: susn+ir��: DESIGN ENqNEER DESIGN: AR � SCAIE tirr vrso.rcr rxi SHEET A TTACHMENT 6-AD3 DRAWN; i($ � SNO� � °°_„ ��_3�� � CHEC;CEf} TC I ad�°arZaia Pz�s��essaooz!aeo � � �d � � � E � i i � i E � � $ € � a� n� ..a �6 �a — — — — — — — -- — — — �.. � i w � 720YAC �� I ` a c � � — — — — — — � 1 � 1 � I I Pow�a oN -� T I .�— � r"—� HYPnss Ra o-s�+ I � �s�-�o�-o�� o�- oti s_ so s I I , D�C I �G x� T[31 � � 1� I TDiQ Lj ', �ox 1 � I , � � � 1 E CR1 CR1 CR2 � �� �� �� � LOW LEVEL !OW LEVEL LOW LEVEL I TO EfFiUENT FO EFFLUENT TO SCAQA PU1AP 1 PUMP 2 � ...._ ._ � — — — � .� �. _, — — — — — — — -- I �� . 1 �.an ��.` 8 ��rr � �� � CR ' a � � � � � NEMA 4X, � S.S. _ _ _ —ENCLOSVRE 1 J I�i PO'NER ON �. w Y E STOP �� rRUNiVING � � I FROM VFD I L o-� I� J rSTOPPED�� � FRU�A YFD I ���� RES� � 4B0 VAC �JIJVIf f'�fW� 12a VAC G � r CR4 �ccat`"F��ravTe sraR�r ! �..� STOP � -• 4 x0a CR4 �- SCADA SCADA STOP START —� OdX � m MO� � 00 �� �� � 3 R4 � CR7 � � ET � RUN 4 ♦ �I STOP . eG�i CR6 MOTOR PROTECFION ;� - �� g � CR7 R , �"p�� r SEAI� , �aituR � �o-� t--o- � � �PQ � SEE NOTE L�� _ � �t��� t L01N �d --�--o-�l t�� � a �o�� � L LSi�P f J VFD FAIL ' ��� r - -� � I , - I I 24VQC ' I M070R � MQNETQR � — — — � �� ♦ ♦ P� I B� � R � � • PT7 - ,g�� R NOTE: � MpTQR PR07ECTION REIAY PROYIDE� BY PUMR MANUfACTVRER. PUMP MANUFACTi1f�ER SHALL SUBMIT MOTOR PROTECTlQM RELAY C�NTROL LOGIC FOR APPROVAL AND SIZE REQUIRdAENTS. """��� �RZ � �T CR5 CR3 CR1 CR5 C � d d � C O O RUN FAULT LOCAL RUN L � 4 I�ODE l TO SC�ADA Ta VFa ra SE �f Tf lA' �'�•:�, h:' .: -.� os- .*..w ....................::�!' ,,r 111NiE lE�E50lE � -.. 9�9�3 � - � � • ' ..:.1��„F�,O::� .._ Po J� ������� � 7 10/C8 � REISSUED PfR MDENUUiA N0. 3 TC I i � � � N0. DATE REVISION B`r i FORT �'1�ORTIi ��jY QF FOi2T WORTH, TEXAS �� WATER DEPARTMENT WA7F.R VILLA�rE CREEK RECLAL'v1ID WATER EASTEItN DELIVERY SYSTEM �� CONTROLSCHEMATICS `� a..,. ,�._... � ��t�� 79Pr pEp$7R/�nCN N 1] 79PE REG{$TRA!1Cd � F-1741 RECOMMENDED: suernirrEa: � LEVEL LOCKOUT CC1iVTROL PANEL �LSLCP-1) C�NTROL SCHEMATIC � EFFLUENT 80X PUMPS C�NTROL SCHEMATIC OESIGN: pR `'� L5°P ;°R= �,P"_r;, P�P_Z A TTACHMENT 7-AD3 ��E��: Tg OESIGN ENGINEER SCALE ��TM ^���T �� SH££T w:hx uo � o"�,n ��_7���,� E-309 g m e k � � � a w w � � 0 � i � i � i E 3 s � i U 8� ao mn �� ..a �� � zo �� �llGHT1NG PAl4EL LIV—LP1 �LOCAilON UV STRUCTUijE, MOUNTING WALL �AOUNT�p CKT ' LOAD SERYED { 1 �LOCKOUT PANEL I 3 �Ali-103—Of I 5 �LIGHiiNG I 7 �RECEPTACLES CKT 2 9 �RIO CABINET Q 11 jONLINE TRANSMlTiANCE CONT. , 13 SPARE � 15 SPARE � �7 SPARE J 19 �SPARE I z, IsPnRE � z� �spn�E as �s�,v�E 27 �SPARE 29 TOTAI vONNEC7E0 BUS A z684 CONNEC7ED BUS 9 33QQ CONNECTED @US C 4 4 VOLT AMPS BRKR � A � 8 C ( 20/ 1 � 500 � 2�f 1 � SQO 120/� I 1 20/1 3080 4 � 20/1 1000 + 20 f 1 + 20/1 � j 2a�� � � 2�>> � � zo/i ( zo/i ! �a/� 1 1 1 20/� I � Zfl�Z � �1580 1 1500 1 ! 4Qq fi� 14Q4 CONNEC7ED 70TAZ yA 8268 i► l A e c � A 500 4(J4 (NEMA 4X £NCtOSURE)� 120/708 VOLTS � PH � W{RE � MAIN � SNORTCKT 22Q0� RA1S SYM AMPS va�r aanPs f 6RKR LOAD SERVED J CKT � � � � ( � � 20/1 i61T-102-01 � 2 ' i80D � 30/i UV MAIN CQNTROL PANEL � 4 Q � ]�84 20/1 RECEP7ACLES CKT t i 6 I I 2flI� UGMTING B � I I 20%�ISPAR� 70 � � 2�J1�SPARE 12 � � 1 20�1 SPARE � 34 � 20/Y SPARE 16 I � 2�/1 SPARE 18 � 20/i{SPARE � 20 � � ZO/1 �SFARE � 22 I i � zOI� JsP�tE � 2a � zo./� sPaa� � zs ?p/Z SPARE 28 � 30 , I 9t14 � 18Q0 � 10$0 I TOTAL � I �IGHT. FIXTURE SCHEDULE . � �UGHiiNG PANEL UV-€]F2 i0CAT10N UV STRUCTURf. MOUNTINC }yA MO � D CKF LOAd SERYED t 3 PDC-1 �2 5 � 7 SFACE � 9 ISPAGE � 1t SPACE 70TAL � TYPE MANUFACTURER/�INE � VOLT MANUFACTURER (�Ot7�L# �IXTiJRE� DESCR1PTfON A �L`OLUM8t4 l.3CH71NG 720 Ft3PS4-232E—U-2H3S 4'-0" (2) 32 WATT LAMPS, ENCLOSED AND Gh5KE7ED Fl9ERGL45S, tNDUS7RWl FLUORESCENT F1XiURE R4TE➢ FOR SEVERE IQCP.ilONS. 316SS MOVhTIHG NARQWARE. CONNEGTED BUS� A j392� CONNECTED $US 8 �392U CONNE�TEp BUS G �3920 ' (tdEMA 4X ENCLaSURE) � � �80l27T1 V4�TS 3 PH „� WIRE MAIN Z99 SNORTCKi 70C}qq RkAS SYM AMPS � V4�F AMPS � � YOLT �hiQs � BRtCR A 6 C A B C � A 8 C �RKR � LDAD SEftYEd � CKT � 8950 � ' S961� 50/3 6960 6960 5fl/3 6960 � 69&Q � 1 I I � I I � 1 I 1 � � 6960 � 6960 896� �. -���� , 69&0 6960 � 5960 � �TOTPL GONNEC7E0 TQTAL VA a176d GEI�ERAL N�TES : 1. PROY�DE 2�12, t�12 G IN A 3J4` CONDUtT FOR ALL BR4NCH CiRCUITS. AlL Uh1DERGROUNCS CONDiiITS TD 9E A�A[NfMU►A t-1/2" UNIESS OFHEAY�tSE NQrFD 4» THE DRAw�NGs. � �Ol'ES gY SYM�flL {� : i. pEPENDANT pN Uy MANU�ACTURER. COOROIhiATE WiiN i+WNL1FACTURER FOR EXACT REQUiREMENTS. CHANGE NAA�1E FROM UV FAAIH CONiROI PANEL T4 SY5TEM CONTRDL C£NTER ACCORO�NGLY. 2. PROVIOE 4�$, t�loG 9E?WEEN WDP2 aND PDC-t 8t UVPQ2 AND PDC-2. COORDINA7E CONDll7F/CABLE iRAY REQlltREMENT Y1�lTH W MANUFACNRER. NEMA 4X EtVCLOSURE. 3_ PANfL W-OP2 PROVtDED ONLY IN ?HE EVENT TRflJAN 15 SEiECTED AS W A/ANiJFkCTURER (pZONIA i0 PROVIt]E TNEFR 9�NN POWER DISTRIBUTION UN17j. IN THIS CASE, PROYIOE 4�4, 1�'8G, 1-1/2"C FROM ISOLA7i4N 7RANSPORMER iXt Df3WN TO UVDP2, 4. TH15 C1RCUiT +J�1t,t_ DNLY APPLY 1N 7'HE EVENT TROJAi� iS SELECTED AS THE UY bAANUFACTURER. � 2 �PpC-2 4 6 SPACE 8 SPACE 14 SPACE � 12 �r�rS�r F �e� +�' � .� ;# �� ..,„-..�� ,r�,- �r�,,.� ..`^�.t �'�i3a� "�` ��� `"..� � 7 IpJ08 � RE�5UE6 PER ADDENDUM N0. 3 TC Na. O,aTE REYIS(oN 9Y �',ORT WORTH C1TY 0� FOt�T WORTH, TE3fAS � WATER Q£PARTMENT WA3'Flt �ILLAGE CREEK RECLAIMEI7 WATER BASTERN DELIVERY SYSTEtvI ElEcsktCAt ELECTRICAL SCtiEDULES ' v"'�—'� ����.� iBoE. AEqSTRA710N J 13 T�E REGSiRhTON j i-17i1 RECOMMEN6EG: sueauTrFo: DESIGN: � ATTACHMENT 8-AD3 �„��"E�, TB DESFGN ENGiNEE3t SCAIE aTr caa.cer Na. SHEtT ts snowa� ao213 naTE ,�.,� � �'--31 �'1 Oci ab, 20f0 P275-7pg3pOGZ738D LOQP� EOUIP. DESC. }00-01 UV SYSTEM PUMP NO, i SEAL fAIL ` OVERTEMP 7�0-Q2 =UV SYSTEM PUMP ; �vo.z SEAL FAIL OVERTEMP FIELQ DEVICE/FIELD WIRING m jV�Di-1Q0-�tCi tb�t4, 1�14G, 2µC SF-1�0-01� �� SUPPLIED 01-1 0-03C �TR• PUMP �1 {8 14 SPARE CABLE �� ,° � PROTEC. yFp ��1-100-�2` OT-100-01� �12. ��13G,�.� ���Y � MFR. SUPPLiED �-��Z�C 4PR�16TSP, CAHLE 1 iJ2"C {2PR-SPARE) $� 14. 7 � 14G. 1 "C h�F�-100-01 C� � 16 14, 1�14G. sF-�oa-a2� ��2 0 ,�c MTR- PUMP �z (a��a-sp�� k�ae�. su�puEo �� 7-.»�?�.� �? ,.. FaarEc. vFo t - CABLE .IB ,... , . 2 � RELAY NF02-706-Q2�- Ji-140-02 #}� F R. S U P P L I E C I �-1 /� C 4 P R� t 6 7 S P, GABLE �— 1 1/2"C 4��4. 1�14G. 1"C 4�14, 1�14G, 1"C�= —�t2PR-SPARE) �Q� FILTER EFf�tUENT CHANNEL LEYEI. LOW ��z W SYSTEM FtOW MEfER REUSE PUMP lQ5 S7AitON ISOLATION VA�VE � 106 BYPA55 YALV� 103 � T�RBID�7Y ME7ER i► tOh iJV SYSTEM m � � a C � g � i � � : g 8 s � u .�� 8� ia o � �� �� z ci RICI STA7U5 (INTERNAL} LSL-IQ1-Ot I LCP-OiC I i0t:,t�ttl' i I(:P-07C � � 2#14. 7�t4G� �PANEi LSLCP-1� 2�14. 1�14G, � �� 1 7 j2'C FiT-102-d7 � 1 Fil'-1a2 D1CN 2PR�15TSP, i 7J2"C {1PR-SPARE} ta10Y-105 � I1'��-105-41C� 20�14, 7�14G, 1 1f2"C (6�14 SPAREj � �uou-ios-oic� M4V-t06 �,}�E�q., ��f14G, 1 1/2"C {4�14 SPARE} i{Mov-ios-azc� 4?R�167SP. 7 3/2"C (2PR-SPARE} I AIT-103-01G j At7-1 �3-Q 1� 2Pi2�! t&TSP. 1 1/2"C (1 PR-SPARE) IUMCP-1 4- IUAACP-104-41C� 1 CAT 6. 1 1 2 C W MAIN (4RPR�18pSPA E) PONlER SUPPLY �UMCP-104-E}3C{ CP��� IUMCP-}�4-Q2C( UN1T (PSU) � 1 �H485. � �/2'c ua�cP-aoa-o� �s�ia�sa�� ' � �/2�c � � ' JiIOW-U1C y ��o � a��a. ��14c, a �/z'c {2��4 s�aizE) Q.�Q_(�j� 1JV S'f�TEl�i IidTERCOtdl�ECTI{?M niAGRAfuI SCALE: �FNER}1L NOTES; 1. SYS7EM SH4WN FOR TROJAN AiJ� OZQNIA W SYSTEM_ COORDiNATE MATH tN lAANUFACTURER FOR FINAi, l.AYOUT AND EXACT CABLE AND �ONDUfT REs]UIREIU£N75. NOTES E�Y �YhA�QL�;, 1, POWER SUPPLY UNIT AND W MA1N CONTRDL PANEL ARE SUPPLIEO BY THE W MANiJfACTllRER. CDNNECTiONS SHOWN ON INTERCONNECT1dN TO BE PROV7AED BY CONTRACTOR, 2. POC UNITS, SCG. HSC, AN� LOW LEVEL SENSflR ARE SUPPUED 6Y THE W bAAi�lUFACTURER. 3. LOW LEVEL SEF750R TO 8E OAISY CHAINED TO EACH PQWER DISiR18UTi0N CENFfR UNiT. PROVIDE 2�14, i�14C IN A 1 1/2"C BETWEEN LOW LEVEL SEi�150R AN6 £ACH P[}C UMT. 4. WIRE 8Ei1MEEti UMCP dR SCC AND ANY i� CQNNECTED 1N70 1? TO 8E FROYIDED AiVO C�NNEC7ED 6Y W MANUFACTURER_ 5. DA15Y CHAIN PDC-1 ANti P�C-2 TO SCC_ 100P¢ E4UIP. DESC. FIEL �VFD1-100-p1 1Q0-Ol N0.1 YSTEAI PVA1P � � 15�14, 1�`14G, � Z"C SEAL fAIL =�-�a�-�� ��FR. SUPPLIEO �-� p- 3C M�' PUMP �1 8 14-SPARE) = CABIE JB � t2° ������.° PROT£C. VFD �j1-1oa-02 OVERTEMP OT-100-07 �_� 2"C RE�Y �4PR$16TSP. , �MFR. SUPPUED � t 1 2C CA$LE (2PR-SPARE) 2�14. 1�14G, 1"C � NFp�- t 00-t11 tOp-QZ N-SYSTEAt PVMP Qi 16,¢14. 1�14G\ SEAL FNL SF-tOQ-02t �TR_ 2"C @dFR. 5UPPUED t-t0a-o3 PUlAP �2 {8�14-SPARE) CAB€E JB 12. 7�12G�. PROTEG. YFD NF�2-100-U2�; �T-100-QF� �� � REiAY QVERTEMP FR. SUPPLIED �-�I2�C 4PR�16TSP. �� � � /z c -- 4{j14. 7}j14G, 1�C� (2PR-SP,4RE) FILTER EFFLUENT � 1 LCP-01C y Lt)t.taUY' 10i �HpNNEL LEVEL LSL-iO3-Dt 2�i4. 1�14G, PAN P-1 LOW t "C 702 ��R$�� �0� FIT-102-a1 � REUSE PUAIP � 1Q5 STA7tON MGV-105 � ISt}lATlON WALVE � -- D DEVICE/FIELD WTRING Rld-01 C 2 HELDEN 94fi3 CABLE. 2"C (i BELDfN � 0 9483 SPARE) � � U a i► i46 DNERSION WAL;IE MOV-l08 � � 703 � TURBIDiTY AI7-1U3-flt � MEiER �3 104 W SYSFEM R10-a2C n 3Qfj3#, 1fj74G, � EXt57tNG 2"C (8� 14 � SPANE� O flCS SPAREj � 0 0 RIO STATUS (INTERNAL) � ��1�-102--Q t d 2PR�16TSP, 1 1J2�C {1PR-SPARE} ' MOV-105-01 j'�1 zo��a, i#�4c. � �/2"C {6�14 SPARE) IMOV-106-Q1C� 14�+14. 1�14G. t T/2"C {a�14 5PARE3 [MOV-106-02C) 4PRf�i6i'SP, i 1/2"C (2PR-SPARE) � AIT-103-01C j QPR�I6TSP. 1 1j3"C (1PR-SPAREj SCC-tfl4-O6C � iON-LINE UV 2PR�7fiTSP. 1�14G, TRAN5MITTAMCE 1 7 J2 C(S Pft-5?ARE) # CON"fftOLLER N SCC-104-04C � POWER 1 SGC--t SYSiEM ; SPR�IBTSP. 2"C p15TR16UTi0N 2PR#16TSP, t t4G, C4�� -�� Pft�i6 SPkRE) CENTER CENTER �CC-10a-a5C j �nc-�� 1�.1Z=G� � (sce) {iPR-SPARE) � 0�14, 1�79C. /� SCC-lII4-�1C y � t 1�2"C ! 2FR�16TSP. 1�14�,, 8,�14 SPr4RE) � j f2,� �CC-104-03C � {7PR-SPARE fl �ZpR�16iSP. 1�14G, L-;04-02C � 1 1/2'C � (1PR-SPAREj ���owERQN t -toa-oacl srsrE�+s CENTER �3 CENTER PDC-2O ��W ��L (HSC} 2 �SENSOR �� SL-104-Q 2 ��o � � Hicsw-c��c � 4#14, 1,�14G, 9 1 /2'C (Zfjt4 SPARE) TR�JAN UV SYSTEt�i jNTER�ONNECTi01V DIAGR,4h! SCALE: NtS � � � ,„ � a I 2 14, t 1 dG, EXI571NG 2`C (6�34 DISCRETE SPARE} ``�'�E I rq nc.�s ��{p/qg [1, REISSUED PER ADOENOFIH P10. 3 � rc I 1 NO. DAiE REVf510N BY '�RT�ORTH E��Y t?�' FORT WORTi-i, �xns VYATER DEPARTMENi WA7'ER VTLLAGE CREEK RECLAI�4fED WATER BAS'T'ERN DELIV�I2Y SY5'T�M EL�cfRtcla. INTERCaNNECTI�N DIAGRAM �.� � �$c�� laP£ FEG15TftATIoN � 13 �BPE REo�iRAnON � F-1741 RECOMMENCIED: ��"'"_.�"�,... � �'',"'""��j�rj��}�'��j S1184HTiID: { jf' �l �l` JJDESIGN: AR ATTACHMENT 9-AD3 j DRAWN: KH � cHECKE6: TC � iGP-Q2C � 2�14, 1$14G, 1 1/2"C Rf0-Dt 2 BELDEN 9463 CABLf, 2"C {1 HELDEN � 0 9463 SPARE) � � U a OESICN fNqNEER �SCALE qrr PRn rcr Hp. � SftGET �s s+ovm ao2i3 DATE � WA�m Na � E�'� 1 � s � occ ae. zoio Pz�s-mss000xiaao �� � V tiJ � 1 � Iv�CCSiNP-41P 2 - 1ACCSWP—UlP ` 3 SPARE a SPARE 5 RIQ—Q1C 6' SPARE ��^ Q�� � ' 2 3 ° 4 5 6 7 8 � �O 2��3 4� �9 l0 11 12 5��6 OT �S � 13 14 15 1fi � � MCCSWP—aiP 4"C 9 MOV-705-61C 1—tf2"C b1CCSlNP—L11P 4�C t0 MQ+f-106-01C t-1J2"C UVDP1-03P 1-1/2"C it lAOV—SO6-02C 1-1j2"C WOP7-04P 1-1%2"C i2 RIO-4fC 2"C WLP7-04P 1-1/2"C 13 RI4—OZC 2"C SPARE 2"C 14 UMCP—IQ4—01C i—YJQ�C- SPARE 2"C 15 UMCP-1Q4-62C SPARE 2"C 16 SPARE 2"C �:_ _�• � � E � a 0 R � 0 0 � � �S � � 8 a � � � 9 � d� ao �g n� ..o W- W 0 �& �a ��:1� ��:JL�"! \:d� 1:Jti:J �u��l �O�V 4��5 �8 t� 11 12 i MCCSWP—01P 4"C 2 MCCS�VP-01P 4"C 3 WDP1-03P 3—i/2"C '��� 4 UVDP7-04P 1—t/2"C 4"C 5 SPARE 2"C �'�� � 6 SPARE 2�� 4!� � ? FAOY—I�S—OtC 1—tj2"C 2"� a ►�av-ias-a�c i-�t2'c 2�� 9 M�V-145-02C 1—tj2'C 10 RIO-01C 2'C 17 RiQ-02C 2"C 12 SPARE 2"C �d9�� 1 UVDP1-03P 1-1f2"C 2 WFiPi —04P 1—]/2"C 3 SPARE 2"C 4 SPARE 2"C 5 MOY-405—01C 1—IJ2'C 6 lAOV—t08-01C 1-1/2'C 7 MOV—tOS-02C i-1/2"C 8 SP:4RE 2�C pfl—t�� ���� j , j ��a��-, ��-a�� ��x. � ��z-� � � 2 }'-".iiif�-t {'3-{}G� ��i. i ��Z�G 1 � 3 � R10—Q1C �XFST. 2"C � �: 1!• �l`J �L�J �� Q�:J t UVLPt-03P 2 WLP1—�2P 3 SPARE 4 SPARE S AIT—t63-01C fi flT-1(32-01C 7 5PAF2E � 8 SPARE 7—i/2"C 1-1/2"C 2C 2"C 1-1 f2"C 1—t /2'C 2'C 2"C p�—nv� a2 1 R[O-02G 2"C 2 I SPARE � 2"C � � : i � � 0 �� 1 � Rt0—OiC ( 2"C 2 SPAR£ '�"� �� �,���� QL./ �V�:J 1° � t l3VOPt-01P 2-3/2 C 2 UVDP1-02P Z—tf2"C 3 U'YLP1-01P 1-1/2'C 4 � SPARE ��c 5 LCP-02C 1—i/2"C 6 VPD1-100-4tC 2"C 7 VFD1-100—Q2C 7-1/2'C $ VFD2-140-07C 2"C 9 VF02-�10Q-42C 1-1/2"C 10 SAARE 2'C �' •� l�'J �\;.1 Ly�+ �:./ L:J � 3 ; r�?AGR—�?��P � E7t5i. 4'C � 2 S�'�R� � Ex�Si. 4 � j 3 P#�GR—ii3—aS: �cX.. 1 ij2`C � 4 PlrfGl�—S?3-02C jE'r,'. : f/2"C� L5 I -_ R14-43C `� EXf�T. 2"� } y�°'s� � r��Yr �B—Q0� r�f �._ �# p�—oo7� - µ��� ��* � 4a943 � � `,,,�`, � ..���� �. 3 OJOB REiSSUm PER AOCfEN6uM N0. 3 7C � .__,..._....,, , . ., " ( N0. OATE� REY1510N �Y � �ORTWORTH ��7Y OF FORT WORTH, TEXAS �� WATER QEPARTMENT WATER VILLAGE CREEK RECLAIMED �IATER EAS'FERN AELiVERY BYSTEM �tTwcat � � INTERCONNECfION D1A6RAM �' .� ��s�i�� 1BPE ftEC�97F2A110N { I� 19PE REGIS7RA;IQJ X F-[711 RECClhMENDEO: SUBMIiTED: _ DESIfXJ ENGIN�ER nEs�cv: AR SCALE nr� r�er no. SHE£T ATTACHMENT 10-AD3 �,E� �: T� � o ti��o,a ��,,w;�,��r,� I�-312 RFfERENCES: J18-plan6aw PRMTEO: 10/8/2010 9:02 lJ.1 C:\pvxuF;nq\I,pornes\tl02pB]]g�CPY-1-�O7.tlwq SAVED: Itl/�f401D 6r18 PM USETt !Gm Bornea C �OC '� rb d � � -Z-� � ) C17 � � � � � D � z n CJ � � O� STATUSr '---,....._..--•---- o _ p �� i.ow�aaTrERY� '-----.._ ... '� N I_I�TI' i,z z� FAIIURE _-.-.. .-�------ --� � - r----............ __....... .._._. � �. WARNING / �.�_ i � i 0 i o � b � � � Q ~ � � O � � � d $ a < {T( � � � Z �Y C fYl � O � i O � � 0 0 � 0 rn D � D C�i _ rn Z � � D � W �a� �' Z v � �m� 00 �N N �] �� �� s N n � S b 8 W � s 2 o Q �_ I*1 � � � �JJ � c i � � �� � fl - � ry � � p �� �� �(�i „ �. ��/ �� � v o � � � � � � � v"'i � � v �� � � �� g � D = � r1 � N DPEN.". _.._....... �._. � .. = i�.E.fls�... ,..+.. . N . . �........ � � . � � .� OPEN � r .............�q... �..}, O ---6—d i u � GLOSEb . ---------� ._.rr,. o �A�LUR� � . _m._..__._. _.-r � _ . �.--o- � REMOTE . ---------• - o .. . . . _..�,. .� LOGAL--• ---..._..,. r- . -_wr� « . . . _� 8 O t!� � m � d .t. a < w i � i �--u � 0 v � 0 � � � o n i i � m v � r�- STA7US � y lOW BAiTERY ' - y �AILURE � = y� WARNIMG �/ \ � � � � � � � u C = � � � � v � Qxh V O a i . a a� N w VA�VE OPEN GQMMANq va�ve c�osE COMMAND VALVE OPEN VALVE CLOSED VALVE FAIWRE VALVE LpCAL VALV� REAIpTE 0 �-/ � _.....,_,.....W.._...._�_----Cnl _ , . . �� PDSITION V � ry -_-..-..�. __,._.._,.. ,_.�„ � - - v � � in FEEDBACK � dP�N�,_, .__,_..___.. __y. � - �, � VALYE pPEN CI.OSED r� . �_.__,....� ,.-r Q _ . . . � VALVE CLOS£� FAII,URE � y, �/pLyE FAILURE � ..�_._....."'»._. ._y�. d ,,,,.y, REMb7E � _ . _..._..__., ._-.. � _ , . . � va�v� �ocw. � LQCAL_...___,._..... ,..►� � . . . � � VAl.VE REMO7E h� � �i Z �L} . r?'1 I� T) .� r` C �T"' 7 J � O O ro a C � � -� � r�n � '� 1 a � � -Y-I rn :G O O ro 0 N �_� � n s � � �� � � � � � �a � � � � � � a � � �� � r � � m g � o� �� n� � o � � �Q � � � � � Ch�� � o o �'�`*�, �'i � [j [:, C� .'Y7 G `<. rr ty.� [il �'Y'� -I � �x �� � ` �, : � ��_: �"`*sr ,9 � � z 'n��; �; r+ �^� �= lo � - � .� .� — > � � t i : � � � ( l -mt f1 'NF'QW:�i •�r � � x �"� � .� —1 N ' �' b� � � ��z3 � ;<rn"'r � � m -r� <`` � � m "r fn �mm � ��o � � ^' a ��� ��� �d�� ��� . o� r o" � � --� c � � d =-� � � Iryl --t �, � 0 b w � � � � � � h � I ,ii � z START in ----._�_____. = STOP � _.._.._..._.... � RUNNING � FAtLURE___„__,___� � SPEED FEEDBACK_.__..---- c�i S?�'�.�-------•--... SET POINT { zacat� MaoE � - . ......... r REb10iE _.__._ MODE � � � m �a v � o � C7 m �c I � f"` C < � 'mD r ('`� p�] � _-'._._""...-- '''-'-'---.'—_'.__.._�.,.-i.id?_-o__a__r{ E�l AtARM V d.fL1 � ; � � � �.,..,. j � , � � ti o° �° �� �8N � � Q �I 0 -1 � � n � � i � � o � N � � g o �a v � _ ti. . 0 , ; � � � . i m� ` � � � _..���----------�-�----..._. a�� . . .. � :. � WDICATIDN r _ � TRENp o TOTALIZAiiON � � b � _ � � C � m � � � a Ci G � � 1 � � '-"`---""� `-+i b'i - - INDICA710N �r . . _ TR�ND l�LARM � � A�ARM a S7ART STQP RUNNING VFD FAILURE SPE�D P��D9ACK SPEED SET POtNT YFD LbCAI, MODE VFD REMOTE MODE 0 � ������ �npz� p���r ����� � b � ~ REFFf1EtJCES: ]t9-PlenboaR PPINTE� to/8/2a10 9:06 AM C1�pwworkinp\kharnea\tl02UB335\�PY^I-30d.Q,tQ SA4ED; 10/7/20f0 &19 PU USEp: Kim Bnmen �i � � n � � J rn � , : :: :�: � ��;�� � �,,, �Z �.�� N � -��, w: D � ,o ':�i � ;� W � � m c ��� � � .. -, m -�l 7f b � 9 r•� A (D Z7 � e �� _ _..^ ;j= � u> u, '^ i- o i ��� ro� �� �� o ; � � � '; � m �� i � �� ! a � � � �� m ,� I ��� � � �� � I � b� j z � i_ �rr � S _ � � �r� � � i m y t w�� _ ; � , �m � .p -r � � � r= 0 v 0 � � p — .� V � i � � .3. _ `."_"� � � ��„ � � 8 � � C" � r, m b � � �+ � 1° z � o j k�i r� ° � 3 � � � O ; � a� � l�� ix �� � � � ��� � 1 i'� � � "1 I Z " �` ---" y a � �7 F--d � � (h D C � O 0 � �� � �� O r _._,..__ ---._.... � ------- -------.., � C W O ?7 d A D I < ,..-�-^--� -----------------.._..----^ o _ i -c PUMP PUMP S FkILURE ' � fA1LURE ----. _.... _.._.._.._--�-------^--� PUMP PUMP 2 FAILURE � ���FAILURE UV MAIN CONTRO� UV MAtN CONTROL --------.__--- _ •_�._ - �---^---- GA�FJEL LOW BATT�RY q ` ' r�.�RYOw UV MAIN CON7RQL_.� a UV AIAIN CONTROL �_._..._..._.._�_------ --� ---- PANEL FAII,URE � ➢ PANEL FAILURE -------_...W..�v _Ma?y. c4n{.rrzo�_.. o _ ,, _ { W LWW1N GaNTROL PANEL WARNING �pANEL WARNING z � c p'�'� o --------•--_,..,._._,....-------------- o : i f�1MOV-105 OP�N bPEN tS.l1� �........M._..--CL�75ED �---�---___..� . : �MOY-105 CLpSED-- _.._...._.-------------..___»._..._..� ,, , K y MOv-105 FA1lEp F',v�.Ep ..__..------�-----W._.W.....--------'�"'-- - r � MOV-106 pPEN dPEN -------4\---•W--.------�--._.._..._.�o� - - -; I�IFAOV-tO6GlOSEQ= GLOS£D ��,I C�.l.d -----�--• .............�-----^�-----� . . _ ; 1-<itaOV-10B FAILE6 FAIL�D ��� L31.C1 -ro , o n =' i � � �� n �° ------- � = � PLC STATUS � � S1ATU5 +ur+J� �/ y ` � m r � r ._____________.._ _..._ .___. _._. _ _ , - — � .. _.J 2 I-°' ~ ~ t') 0 ~ I t') I 1-z w 2 I u ~ > t') 2 ::, 0 z w 0 0 ~ / "O 0 0 > N N I NN Ns:t" 10 N/ "'" IX) 0,-1 t') IX) 0 ,-/ t') 2 oo ,.~ ,-0 ,-L. X 0. lf)/ oci i;,: I _.J I 2E ::, a. Os:!" Z,-W •• oco 0 ~I .. o U),-wo UN 3 . o::~ 3/4" RAD. (IYP.) ... • • PLAN ~ f4n BARS 012" C/C '!-COORDINATE WITH VALVE MANUFACTURE l3/4" :I: 1/4" NON-SHRINK EPOXY GROUT UNbER ALL BEARING SURFACES AND IN BOLT HOLES ~===~ 1J/i" CLR. . 01 •. #4012" EF EW UNLESS OTHERWISE NOTED !:'illJI;. COORDINATE WITH VALVE MANUFACTURE FINISHED FLOOR SURFACE ROUGHENED TO WITHIN 1" OF EDGE 1. EXTENT OF CONCRETE SUPPORT SHALL NOT IMPEDE CLEARANCES NEEDED FOR BOLTING OR UNBOLTING EQUIPMENT. VALVE SUPPORT e NOT TO SCALE ~ ~ I ATTACHMENT 13-AD3 t.l / I - - TO : ADDENDUM NO. 4 TO SPECIFICATIONS AND BID DOCUMENTS FOR CITY OF FORT WORTH, TEXAS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS CITY PROJECT NO. 00213 WATER DEPARTMENT PROJECT NO. P275705300021380 PROSPECTIVE BIDDERS AND PLAN HOLDERS 0318 -042-22 The Plans , Specifications, and Contract Documents shall be modifi ed as required by the following items : Item 4-1 Addendum 3, Plans, Sheet E-310: On panel UV-LP1 , substitute circuit #10 callout from "spare " to "Heat Trace Ckt No . 1 ". Add note by symbol #5, "Heat Trace for above ground pipe to hose station . Re : Sheet M-300 for exact location. Run 2#12 , 1#12G in a 1 Yi"C to associated heat trace panel ". Show note by symbol# 5 hexagon by circuit #10. Show 100 VA of load on bus B for this circuit. On panel UV-LP1 , substitute circu it #12 callout from "spare " to "Heat Trace Ckt No .2 ". Add note by symbol #6 , "Heat Trace for above ground drain line. Re : Sheet M-101, section 1 under CAV-03 callout for exact location . Run 2#12 , 1#12G in a 1 W C to associated heat trace panel ". Show note by symbol# 6 hexagon by circuit #12 . Show 100 VA of load on bus C for this circuit. On panel UV-LP1 , substitute circuit #13 callout from "spare " to "Heat Trace Ckt No.3 ". Add note by symbol #7 , "Heat Trace for above ground pipe to turbidity meter. Re: Sheet E-306 , drawing "Flow transmitter and turbidity meter" for exact location. Run 2#12 , 1#12G in a 1 W'C to associated heat trace panel ". Show note by symbol # 7 hexagon by circuit #13 . Show 100 VA of load on bus A for this circuit. On panel UV-LP1 , substitute circuit #14 callout from "spare " to "Heat Trace Ckt No.4 ". Add note by symbol #8 , "Heat Trace for exposed portions of service water 4" piping associated with the hose station and the drain lines originating from the UV banks . Re : Sheet M-301 and M-303 for exact location. Run 2#10 , 1#1 OG in a 1 Yi"C to associated heat trace panel ". Show note by symbol # 8 hexagon by circuit #14. Show 1500 VA of load on bus A for this circuit. Replace 20A/1 p breaker with a 30A/1 p breaker. Update load summaries associated with panel UV-LP1 with the new loads mentioned above . F:\p roject s\0318\042-22\Spe cs \Bid\A dde ndum\Addendum 4\Add e ndu m_ 4 .doc ADDENDUM 4 -PAGE 1 0318-042-22 Item 4-2 Specifications, PART E -TECHNICAL SPECIFICATIONS, Section 0101 O: Summary: Replace paragraph 1.02 .D.1 with the following : "1. Item 4-3 Notice to Proceed 1: Major Equipment Shop Drawings . Upon notice of Intent to Award, the City may authorize the initiation . of shop drawing preparation for the following manufacturers : selected UV manufacturer, major electrical equipment, and submersible pumps. In the event the project is cancelled, the City will pay up to a combined total of $24,000 for time and expenses in preparing shop drawings for equipment with long lead times, including: UV equipment, electrical equipment, pumps , valves, actuators, and any other piece of equipment the manufacturer deems necessary. The Owner has decided to authorize the early preparation of shop drawings to assist with the delivery schedule for long lead time equipment items, due to the minimal length of the construction contract time . Currently , there are no known issues that would prevent or delay award of the general contract." Specifications , PART E-TECHNICAL SPECIFICATIONS, Section 11315 : Submersible Sewage Pumps : In paragraph 2 .02 .C.6, replace the value of "69" with the value of "63 ". In paragraph 2.03 .C .4 .a, following the text "Type 431 Stainless Steel", add the text "or AISI 329 Stainless Steel". In paragraph 2 .03 .F, in the third sentence of the paragraph , following the text "The pump shaft shall be 431 stainless steel", add the text "or A576 Grade 1045 steel with P<2.76, 420 stainless steel sleeve,". In paragraph 2 .04 .A.5, following the text "431 stainless steel", add the text "or AISI 329 stainless steel ". Item 4-4 Specifications, PART E -TECHNICAL SPECIFICATIONS, Section 15102: Butterfly Valves: Add the following to paragraph 2 .03.A : "4 . Pratt." Item 4-5 Plans , Sheet E-304 : Add the following general note: "3. Re : sheet E-310 for circuits requiring heat trace . Locate heat trace panel near associated pi ping." F:\projects\0318\042-22\Specs\Bid\Addendum \A ddendum 4\A ddendum_ 4 .do c ADDENDUM 4 -PAGE 2 T - - - 0318-042-22 Item 4-6 Plans, Sheet E-305 : Add the folfowlng general note: "4. Re: sheet E-310 for c!rcuits requ ir ing heat trace. Locate heat trace panel near associated piping." • Item 4-7 Plans, Sheet E-306: Add the following general note: "1. Re: sheet E-310 for circuits requiring heat trace . Locate heat trace panel near associated piping ." All items in conflict with th is addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE . ALAN PLUMMER ASSOCIATES, INC. Jeffrey E. Caffey, P.E. October 18, 2010 Telephone: 817-806-1700 F:\projec!s\0318\042 -22\Specs\Bld\Addendum\Addendum 4\Addendum _ 4.doc ADDENDUM 4 -PAGE 3 PART A PARTS PARTC PART CS PARTD PART DA CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TABLE OF CONTENTS NOTICE TO BIDDERS Notice to Bidders Special Instructions to Bidders PROPOSAL Proposal GENERAL CONDITIONS Table of Contents Section C 1 Definitions Section C2 Interpretation and Preparation of Proposal Section C3 Award and Execution of Documents Section C4 Scope of Work Section CS Control of Work and Material Section C6 Legal Relations and Public Responsibility Section C7 Prosecution and Progress Section C8 Measurement and Payment SUPPLEMENTARY CONDITIONS Supplementary Conditions SPECIAL CONDITIONS Special Conditions Additional Special Conditions 2009 Prevailing Wage rates Project Sign ADDITIONAL SPECIAL CONDITIONS Additional Special Conditions 0318-042-22 i SEPTEMBER 23 , 2010 TABLE OF CONTENTS F:\projects\0318\042-22\Specs\Bid\Technical Specifi cations\Table of Contents .doc Specifications sections listed on this page were prepared by Jeffrey E. Caffey, Texas P:E. 81896, except where noted : (1) Tomas Montemayor Texas P .E. 103251 (2) Timothy E: Campbell, Texas P.E . 81011 (3) Michael F . Graves, Texas P.E . 79733 PARTE CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TABLE OF CONTENTS (CONTINUED) TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01001 01010 01040 01045 01051 01070 01153 01200 01300 01310 01350 01360 01370 01420 01500 01520 01600 01640 01650 01700 01710 01720 01750 General Construction Requirements Summary of Work Coordination Demolition, Cutting and Patching Grades , Lines and Levels Reference Standards Change Orders Project Meetings Submittals Construction schedule Operation and Maintenance Data Quality Control Schedule of Values Owner Project Representative Temporary Facilities and Controls Security Material and Equipment Manufacturer's Services Startup Systems Contract Closeout Cleaning and Adjusting Project Record Documents Warranties and Bonds 0318-042-22 ii SEPTEMBER 23, 2010 TABLE OF CONTENTS F:\projects\0318\042-22\Specs\Bid\Technical Specifications\Table of Contents .doc Specifications sections listed on this page were prepared by Jeffrey E . Caffey, Texas P.E. 81896 , except where noted : (1) Tomas Montemayor Texas P.E. 103251 (2) Timothy E. Campbell , Texas P.E. 81011 (3) Michael F . Graves , Texas P.E . 79733 CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TABLE OF CONTENTS (CONTINUED) DIVISION 2 -SITE WORK 02001 02230 02240 02260 02300 02320 02575 02910 Materials Site Clearing Dewatering Excavation Support and Protection Earthwork (1l _ Excavation Trenching and Backfilling for Utilities Pavement Repair and Resurfacing Hydromulch Seeding DIVISION 3 -CONCRETE 03310 Miscellaneous Cast-in-Place Concrete (1) 03600 Grout (1J DIVISION 4 -MASONRY (NOT USED) DIVISION 5 -METALS 05120 05500 05501 05511 05512 05520 05530 Structural Steel (1l Miscellaneous Metal Fabrication (1> Anchor Bolts , Expansion Anchors and Concrete Inserts (1> Metal Stairs (1> Metal Platforms (1> Aluminum Handrail and Railing (1) Gratings (1l DIVISION 6 -WOOD AND PLASTICS (NOT USED) 0318-042-22 DIVISION 7 -THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 -DOORS AND WINDOWS (NOT USED) DIVISION 9 -FINISHES 09900 Painting iii SEPTEMBER 23 , 2010 TABLE OF CONTENTS F :\projects\0318\042-22\Specs\Bid\Technical Specifications\Table of Contents .doc Specifications sections listed on this page were prepared by Jeffrey E. Caffey, Texas P.E. 81896 , except where noted : (1) Tomas Montemayor Texas P.E. 103251 (2) Timothy E. Campbell , Texas P.E. 81011 (3) Michael F. Graves , Texas P .E. 79733 CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER QUALiTY IMPROVEMENTS TABI-E OF CONTENTS (CONTINUED) DIVISION 10 -SPECIAL TIES 10952 Identification, Stenciling and Tagging DIVISION 11 -EQUIPMENT 11305 11315 Ultraviolet Disinfection Equipment Submersible Sewage Pumps (3> DIVISION 12 -FURNISHINGS (NOT USED) DIVISION 13 -SPECIAL CONSTRUCTION 13125 Metal Building Systems (1l DIVISION 14-CONVEYING SYSTEMS 14350 Jib Crane DIVISION 15 -MECHANICAL 15010 15015 15020 15030 1504) 15060 15064 15070 15100 15101 15102 15103 15106 15120 · 15256 Basic Mechanical Requirements Piping Systems-Basic Materials and Methods Piping System , Ductile Iron Pipe Piping System , PVC and CPVC Drains, Hydrants, and Cleanouts Hangers and Supports for Piping Systems Steel Pipe (3> . Field Testing of Plant and Station Piping Systems Miscellaneous Valves (3> Valve Appurtenances (3> Butterfly Valves (3l Check valves (3) Gate Valves Piping Specialties <3l Insulation and Heat Tracing 0318-042-22 iv SEPTEMBER 23, 2010 TABLE OF CONTENTS F:\projects\0318\042-22\Specs\Bid\Technical Specifications\Table of Contents .doc Specifications sections listed on this page were prepared by Jeffrey E . Caffey, Texas P.E. 81896, except where noted : (1) Tomas Montemayor Texas P.E. 103251 (2) Timothy E. Campbell , Texas P.E. 81011 (3) Michael F. Graves , Texas P .E. 79733 CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TABLE OF CONTENTS (CONTINUED) DIVISION 16 -ELECTRICAL 16010 16012 16040 16060 16073 16110 16120 16130 16140 16191 16289 16360 16362 16370 16438 16445 16450 16600 16700 Electrical General Provisions (2l Identifications (2l Electrical Motor 150 HP and Less <2l Acceptance Testing and Calibration <2> Hanger and Supports <2> Raceways <2> Conductors 600V and Below <2> Boxes <2> W iring Devices <2> Miscellaneous Equipment <2> Surge Protective Devices <2> Underground Duct Banks <2l Electrical Manholes <2> Variable Frequency Drives <2> Dry-Type Transformers 600V and Below Primary and Rated 150 KV A and Smaller <2> Panelboards -Distribution and Branch Circuits <2> Grounding <2> Lighting <2> Common Control Panel Requ irements for Equipment <2> DIVISION 17 -INSTRUMENTATION 17000 17520 17910 17920 Instrumentation General Provisions <2> Instruments <2> Input Output List <2> Control Narrative <2> 0318-042-22 V SEPTEMBER 23 , 2010 TABLE OF CONTENTS F :\projects\0318\042-22\Specs\B id\Techn ical Specifications\Table of Contents.doc Specifications sections listed on this page were prepared by Jeffrey E. Caffey, Texas P.E. 81896 , except whe re noted : (1) Tomas Montemayor Texas P.E . 103251 (2) T imothy E. Campbell, Texas P .E . 810 1 1 (3) M ichael F . Graves , Texas P .E. 79733 PARTF CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TABLE OF CONTENTS (CONTINUED) BONDS AND INSURANCE Performance Bond Payment Bond Maintenance Bond Insurance Form Worker's Compensation Affidavit PART G CONTRACT APPENDIX A Geotechnical Bore Logs 0318-042-22 vi SEPTEMBER 23, 2010 TABLE OF CONTENTS F:\projects\0318\042-22\Specs\Bid\Technical Specifications\Table of Contents .doc Specifications sections listed on this page were prepared by Jeffrey E. Caffey , Texas P.E. 81896 , except where noted : (1) Tomas Montemayor Texas P .E: 103251 (2) Timothy E. Campbell, Texas P.E. 81011 (3) Michael F. Graves, Texas P.E. 79733 - - - - - - - - Part A Notice to Bidders City of Fort Worth , T ex as Village C reek Was tewate r Treatment Plant (WWTP) Recl aimed Water Quality Improvements 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 (WWTP) Reclaimed Water Quality Improvements City Project No: 00213 Water Department Project No: P275705300021380 Such proposals addressed to Purchasing Manager, will be received at the office of the Purchasing Manager, located on the lower level, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:39 P . .M., Thursdllr September 39, 2919 l:30 ~,.,Thui:~~!'Y,9.£teh,erJ.4~ lOlQ 1:30 P.M., Thursday:;October 21, 2010. Bids will be publicly opened and read aloud in the City Council Chambers at 2:09 P . .M, Thursd1ty, September 30, 2910 . 2:00 P.M;Tfil!.i.~d1ty, Qeteber 14, ~ 2.0 ~P.M/Thursda:y,, Oc;tober 21 2010. The major work will consist of the following (all approximate): 6 MGD Ultraviolet Disinfection System for Reclaimed Water System, Structural, Electrical, Instrumentation and Controls, Pumps and related ancillaries. Contract Documents have been prepared for this project by Alan Plummer Associates, Inc and may be examined without charge at their offices in Fort Worth, 1320 S. University Drive, Suite 300, Fort Worth, Texas 76107. Contract documents may also be purchased from them at the non-refundable costs Half Size Set (Plans and Specifications): Full Size Set (Plans and Specifications): $100.00 $130.00 General Contract Documents and General Specifications for Water Department projects, dated January l, 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 . All bidders are advised to attend pre-bid meeting (non-mandatory) at the /\ ~~:1;:~~r~::o~,p;e!:~~d:;::~~:b~~~~~~~l:.exas 76012, at 2:09 P . .M., Thursd1ty, Sef)tember ~ . 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. Part A.doc A-1 f:\projects\0318\042-22\specs\conformed\notice to bidders.doc C ity of Fo rt Worth, Texas Village Creek Wastewate r T reatment Plant (WWTP) Reclai med Water Quality Imp rovements For additional information, contact Mr. Jeff Caffey, P .E ., Alan Plununer Associates, Inc. at (817) 806- 1700 and jcaffey@ apaienv.com, OR Ms . Farida Goderya, P.E, Project Manager, Fort Worth Water Department at (817) 392-8 214 and farid a.goderya@ fortworthgo v .org. Advertising Dates: September 2, 2010 September 9, 2010 Part A .doc Dale Fisseler, P.E . City Manager Marty Hendrix City Secretary A-2 f:\projects\0318\042-22\specs\conformed\notice to bidders .doc City of Fort Worth, Texas Village C reek Wastewate r Treatment Pl ant (WWTP) Reclaimed Water Qua lit y Improvements SPECIAL INSTRUCTIONS TO BIDDERS Regarding the "Prequalifi~tionRequireme(lts" se d ion, this is for standard c!ty pre-qualification , ~ an!:f submittin information JS not njce_ffi'sa & if on~ is alread~ Qre:-gualifii d for lant work wi h the ~ filly, PREOUALIFICA TION REQUIREMENTS. All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independe nt certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposal submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 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 Part A.doc A-3 f :\projects\0318\042-22\specs\conformed\notice to bidders.doc City of Fort Worth, Texas Village Creek Wastewater Treatm ent Plant (WWTP) Reclaimed Water Quality Improve ments 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. 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 72 °d Session of the Texas legislature and amended by the 73rd Session of the Texas Legislature with HB 1569. 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 vice-president ( or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant 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 Notice to Bidders and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the B1dder 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. AW ARD 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. Part A.doc A-4 f:\projects\0318\042-22\specs\conformed\notice to bidders .doc C ity of Fort Worth, Texas Village Creek Wastewater Treatment Plant (WWTP) Reclaimed Water Quality Imp rovements 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 material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time . Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction. 8.1 .2 OWNER will award the contract to the lowest responsive and responsible bidder. The award will be based upon the Total Base Bid. 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 RATES. Not less that the prevailing wage rates established by the CityofFortWorth, 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 Texas. For licensing procedures, contact the Texas Secretary of State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060) 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 Part A .doc A-5 f :\projects\0318\042-22\specs\conformed\notice to bidders .doc City of Fo rt Worth, Texas Village Creek Wastewater Treatment Plant (WWTP) Reclaimed Water Quality Improvements 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 ADA's provision and any other applicable Federal, State, and local laws concerning disability and will defend, indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the -Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 18. MINORITY AND WOMEN BUSINESS ENTERPRISES: In 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 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 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 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 Part A.doc A-6 f :\projects\0318\042-22\specslconformed\notice to bidders.doc City of Fort Worth , Texas Village Creek Wastewater Treatment Plant (WWTP) Reclaimed Water Quality Improvements 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 ofnot 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 will be bound and made a part of the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the fort Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer. 20 . PRE-BID CONFERENCE: 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, September 16, 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. Part A.doc END OF SECTION A-7 f :\projects\0318\042-22\specs\conformed\notice to bidders.doc PARTB Proposal - MR. DALE A. FISSLER, P.E. City Manager ort Worth, Texas PROPOSAL FOR: AGE CREEK RECLAIMED WATER QUALITY IMPROVEME R PROJECT NO. P275-705300021380 City Project No.: Pursuant to the foregoing "Notice o Bidders," the unders· ned has examined the plans, specifications and the site, understands the amoun f work to be don and hereby proposes to do all the work and furnish all labor, equipment, and mate · s necessary fully complete all the work as provided in the plans and specifications, and subject to t inspecti and approval of the Director, Department of Engineering of the City of Fort Worth. Ifr uire by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Dep ents of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Coun · d required by this project, the bidder is bound to · execute a contract and furnish Performance ain ance Bond for the water replacement contract only, and Payment Bond approved by the City Fort Wo for performing and completing said work within the time stated for the following sums, t wit: Total quantities given in the bid pro sal may not reflect ac al quantities, by represent the best accuracy based on a reasonable ef£ rt of investigation; howev they are given for the purpose of bidding on and awarding the con act. Approx . Quantity Description of Items w ith Bid Pr ices Written In VVords VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS For Construction of all work required to complete and place in operation the Village Creek Reclaimed Water Quality Improvements (except for bid items as · listed separately below) in Section 11305 , for the lump sum of Dollars and Cents. A contingency bid item for furnishing and installing extra 4,000 psi reinforced concrete (for slabs on grade and grade beams), including excavation, forms, and finishing , as directed by OVV~H:R, complete in place for the sum of Dollars and cubic yard . Cents per A contingency bid item for furnishing and installing extra 4,000 psi reinforced concrete (for all concrete except slabs on grade and grade beams), including excai.1ation , forms, and finishing , as directed by OVVNER, complete in place for the sum of Dollars and cubic yard . Cents per $ $ ___ _ $ ___ _ 318-042-22 Extended Amount B id Approx . Quantity Description of Items with Bid Prices Written In Words A contingency bid item for furnishing and installing extra 3,000 psi reinforced concrete sidewal, mow strip, or pads, including excavation and surface preparation, as directed by OVVNER, complete in place for the sum of Dollars and Cents per '\ square foot. --- VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TOTAL 81D (Items 101 104) I ' $ ___ _ 318-042-22 Extended Amount Bid - LIST OF STEEL PRESSURE FITTINGS For Project: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS D OR SUBTRACT FOR THE FOLLOWING STEEL PRESSURE I LUDING INSTALLATION. TYPE " SIZE QTY WEIGHT ) VTOTALWT COST '\. / '\. I " ; ' I '\ I ' I " I ' I ' I ' I '\. V V /\ ... I '\... I '\... I '\... I " ' I ' I '\... I '\... I/ '\... J "I'\.. I ' I "'· I ' I ' I ' I \. I '\. I '\. ntractor shat~ blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for rrect quanity t l of all fittings and specials. Co co Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and ill deliver an approved Surety Bond and such other bonds as required by the Contract Documents, or the faithful performance of the Contract. The attached bid security in t e amount of 5% is to be me the property of the City of Fort Worth, Texas, in the event the co act and bond or bonds are note ecuted and delivered within the time above set forth, as liquidated amages for the delay and additional ork caused thereby. If as a requirement of this p · ect, the undersigned bidder certified that they have en furnished at least one set of the General Contra _ Documents and General or Special Specificatio for Projects, and that they have read and thoroughly derstand all the requirements and condition f those General Documents and the specific Con act Documents and appurtenant plans. The undersigned assured that its em loyees and applicants for emplo ent and those of any labor organization, subcontractors, or empl ent agency in either furnis mg or referring employee applicants to the undersigned are not di criminated against as pro bited by the terms of City Ordinance No. 7278 as amended by City Ordinance o. 7400. The Bidder agrees to begin construction wit ten (l 0) cal aar days after issue of the work order and to complete the contract within 365 days after be inning c nstruction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicabl A. The principal place of business y is in the State of _______ _ a. , our principal place of business, are requ· ed to be __ percen lower than resident bidders by state law. A copy of the sta e is attached. b. Nonresident ·aders in the State of , our principal place of business, ar riot required to underbid resident idders. B. The principal ace of business of our company or our par t company or majority owner is in the State o Texas. Respectfully submitted,. By: Title: Company: Address: FORT WORTH PROJECT NAME: Village Creek City's M/WBE Project Goal: 20 % \ City of Fort Worth Subcontractors/Suppliers Utilization Form Quality , Improvements Prime's M/WBE Project Utilization: % Identify all su~ntractors/suppliers you will e on this project ATIACHMENT 1A Page 1 of 4 NON-M/W/DBE Failure to complete this form, ii\ its entirety with requested doc entation, and received by the Managing Department on or before 5:00 p.m\five (5) City bus iness days a r bid opening , exclusive of bid opening date , will result in the bid being considere\non-responsive to bid sp ifications . The undersigned Offerer agrees to ~ter into a formal greement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon e\ecution of a co tract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts\s grounds fo consideration of disqualification and will result in the bid being considered non-responsive to bid ecificati s M/WBEs listed toward meeting the project goa in the nine (9) county marketplace or currently doing business in the marketplace af time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson , Collin , Dallas , Denton , Ellis , Kauf-:: an a~ockwall counties . Identify each Tier level.· Tier is the .1 el of subco acting below the prime contractor, i.e., a direct payment from the prime contractor to a bcontractor is co side red 1 st tier, a payment .by a subcontrac~or to its supplier is considered 2nd tier ONTRACT AWARD. Certification means those firms, I cated or doing business at the time of bid en ing within the Marketp lace , that have been determined to be bonafid minority or women businesses by the Nort Central Texas Regional Certification Agency (NCTRCA), or the Tex . s Department of Transportation (TX DOT), highw divis ion . Disadvantaged Business Enterprise (DBE) is synonym . s with Minority/Women Business Enterp ri se (M/WBE : If hauling services re utilized , the prime will be given credit as tong ·as the E listed owns and operates at least on fully licensed and operational truck to be used on the ·contract. e M/WBE may leas'e trucks from anotl:l MIWBE firm , including M/WBE owner-operators , and receive full /WBE credit. , Th!3 M/WBE may leas rucks from non-M/WBEs , including owner-op~rators, ·buf will ,only re eive credit for the ' .... .~~ ' . fees and comni1 . ions earned b the M/WBE as outlined in the lease a reement. Rev. 5/30/03 FORT WORTH --...,..-- ATIACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minority, Women and non-M""."B~. Please list M/WBE firms first, use additional sheets if necessary. / SUBCONTRACTOR/SUP~LIER Company Name \ . Address \_ Telephone/Fax Certification (check one) T1---.--,--~---1 N 0 n I N T e M W C X M r B B T D W E E R O B C T E A \ I\ ~ I\ I V I V V V V j I Detail Subcontracting Work / / / \ / I\ Rev. 5/30/03 ATTACHMENT 1A Fo RT WOR TH 73of4 --..,.-- Pri mes a,. requ;red to ;aenUfy ALL subcontractors/suppl;ers , rega,dless of status ; Le., M;nonty, Women and no n-f Es Please list M/WBE firms fi rst, use add it ional sheets if necessary. Certification N I (check one) 0 SUBC TRACTOR/SUPPLIER T n C pany Name I N T Detail Detail C X M Subcontracting Work Supplies Puro7 Dollar Amount ddress e M w T D w Tele one/Fax r B B R 0 B E E C T E A ·,, ,·, I I \ 11· \. .. '\ / \ I I I' \ I I\ I ; / ~ I I ; I / I V I V ~ I I ~ I J I/ ~ ~ "\ Rev. 5/30/03 foRTWORTH ~ Total Dollar Amo t of M/WBE Subcontractors/Suppliers $ Total Dollar Amount f Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMO T OF ALL SUBCONTRACTORS/SUPPLIERS $ ·-r·' ATIACHMENT 1A Page 4 of 4 The Contractor will not make additions, deletions , or substitutions to this certified I' t without the prior approval of the Minority and Women usiness Enterprise Office Manager or design through the submittal of a Request for Approval of Cha e/Addition. Any unjustified change or delef n shall be a material breac h of contract and may result in deba ent in accord with the procedures outline in the ordinance. The contractor shall submit a detailed explanatio of how the requested change/addition r deletion will affect the committed M/WBE goal. If the detail explanati is not submitted, it will affect the fin compliance determination . By affixing a signature to this form , th Offeror further agrees to rovide , directly to the City upon request , complete and accurate information r arding actual work rformed by all subcontractors , including M/W/DBE(s) arrangements submitted w the bid . The eror also agrees to allow an audit and/or examination of any books , records and es .held by the · company . The bidder agrees to allow the transmission of interviews w ith ow ers , princi Is, officers , employees and applicable subcontractors/suppliers/contractors participa g on th contract that will substantiate the actual work performed by the M/W/DBE(s) on this contra , by authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of fa ts II be grounds for terminating the contract or debarment f rom City work for a period of not less than three ) years and for initiating action under Federal, State or Local laws concerning false statements. Any fa · to comply with this ordinance and create a material breach of contract may result in a determinatio of a irresponsible Offerer and barred from participating in City work fo r a period of time not less than one ) year . Authorized Signature Title Company Name Address E-mail Address City/State/Zip Date Rev. 5/30/03 - - - TO: MK. DALE A. FlSSLER, P.E. City Manager Fo1i Worth, Tex as PROPOSAL Fort Worth, Texas FOR: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS WATER PROJECT NO. P275-705300021380 City Project No .: . 00213 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans , specifications and the site , understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications , and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums: Item No. Approx. Quantity Description of Items with Bid Prices Written In Words VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 101. 1 LS Furnish, install, start-up, and test UV Equipment, tank, controls, and appurtenances, complete and in place as shown on the plans and as described in Section 11305, for the lump sum of pi V€ f{UNDflFl) sfV fJ:tDL 1-J rf\f E llfOU51t7',/ () . I Dollars and · . N D Cents. Unit Price Extended Amount Bid ATTACHMENT 1-AD2 Item No . 102. 103. 104. 105. 106. 107. Approx . Quantity 1 LS 1 LS 1 LS 1 LS 1 LS 1 LS Description of Items with Bid Prices Written In Words Furnish, install , start-up , and test UV System Feed Pumps, complete and in place as shown on plans and as described in Section 11315, for the lump sum of 11-\-2££ \.h.J N De£]) 11+1 R-\\1 F o kl'<. ·n+:a V.SfrliJD Dollars and 1\13} Cents. Furnish , install , start-up, and test all piping , valves, valve operators, and supports, complete in place, for the lump sum of S\X hAah-e cl ·-hfry ooe +hrusr'-<nrl Dollars and NO Cents. Construct concrete slab for the UV Equipment complete in place as shown on the drawings for the lump sum of r-oe.:.t\i EJ e-, H-T :::d±DH .. sA-N l) I . Dollars and No Cents. Furnish and install steel canopy with side panels complete in place as shown on the drawings for the lump sum of S \: v END{ 'T1-1{)U.Sr'\-M\J Dollars and No Cents. Mobilization and demobilization for the lump sum of ________ _ TWO 1t\C>"66N b Dollars and I\\ 0 Cents. Furnish, install, start-up, and test all other miscellaneous items not included in Bid Items 101-106 complete in place for the lump sum of CN[ 1:t\lNDl2£1) M1 NC ]}bUSA-Nt) Dollars and N v Cents. VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS TOTAL BID (Items 101-107) Unit Price Extended Amount Bid $ 33Y .ooaoe, , $ 2,. ooooD ATTACHMENT 1-AD2 Within ten (10) days after notification by the City of F011 Worth, 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% 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 above set forth, as liquidated damages for the delay and additional work caused thereby. OWNER will award this contract to the lowest responsive and responsible bidder. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. 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 1, 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 and appurtenant plans and specifications . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract (Final Completion) within 180 days or 30 days after Notice to Proceed 3 is issued, whichever occurs later, after beginning construction as set forth in the written work order to be furnished by the Owner. ATTACHMENT 1-AD2 (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of 0etvU;1 A a. Nonresident bidders 'in the State of , our principal p1ad! of business, are required to be __ percent lower than resident bidders by state law. A -copy of the statute is attached. . Nonresident bidders in the State of 0~oU7t t4 , our principal place of b. X business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 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 r.1 . ~ Addendum No . 2 (Initials) ~ Addendum No. 3 (Initials) · Addendum No. 4 (Initials · -Addendum No. 5 (Initials) ___ _ · Respectfully submitted, By: /);0 !It!~ {/;21iff1Mt4 . Title: ~Aw::2-=9,=(=D.=E,,.,J_._r _______ _ Company: ,Atz.c1tft-~~,,,-n~.~11.l l}Jl'J',1 cxc.0 , lm . Address: 2121 Av~r-.J ue _j 5 tJ ,rrc 10 3 ATTACHMENT 1-AD2 FORT WORTH -....., . .Ii! 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 applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MM'BE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Bus iness Enterprise Ordinance apply to this bid . M/\11/BE PROJECT GOALS Th e Ci t/s MM'BE goal on this project is ____ % 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 in tent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; -3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation' i"ri person i i thei" approp ri ate"erniio yee of the m anaging dep artment and obtain a . date/time . receipt. Such receipt shaH ~e \3yigE:llC:y __ tb§t _tb\3 gity !:t3(;t3iye,g , tb ¢ gg c:~r 11e,_rit§1i_()_ll Lr:! tbe,Ji _[!l f:l _§)l gc:9te,~. ---~-f§Xe,c:l _~<?PY~il,I_ ~g(~~ §~C:_epJE:t:( -----------· 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., fi ve (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 MM'BE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5 :00 p.m., five (5) City business days after the bid . perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5 :00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev . 11 /1/05 ATTACHMENT 1A P~e 1 of4 fo~RTH . City _of Fort Worth Subcontractors/Suppliers Utilizat1on Form PRIME COM?Atff NAME: Archer Western Contractors, Ltd. PROJECT NAME: vmage Creek Water Quality Improvements City's MIWBE Project Goal; . 20 % Check app!lcable b lock to describe prime M/W/D6E X NON-M/W/DBE BIOtlATE October 21, 2010@ 1:30pm PROJECT NUMBER City ProJea. No. 00213 Waler Pro. P27S.70S300021380 Identify all subcontractors/supplier~ you wm use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) Clty business days after bid opening, exc;;lusive of bid openlng date, will result l n the bid belng considered non-responsiVe to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MlVVBE firm(s) Hsi:ed in this utiiization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of iacts is grounds for consideration of disqualificafion and wm result in the . bld being considered non-responsive to bid specifications M/WBEs fisted toward meeting the project goaf 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, Dailas, Denton, Ellis, Kaufm~n and Rockwall counties. Identify each Tier [eve!. Tier is the level of subcontracting below the prime contractor, Le., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to !is supplier 1s considered 2nd tier ALL M/lf,J'BEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certiflcatlcn means those firms. located or doing business at the time of bicl opening within the Marketplace, th:at have been detennined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency {NCTRCA}, or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling servrces are utilized, the prime will be given credit as long as the Mf\iVBE listed owns and operates at least one fully licensed a·nd operational truck to be used on the contract. The M/'NBE may lease trucks from another M/V\IBE tinn, including MM'BE owner~operators, and receive full M/WBE credil The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for ttie fees and commissions earned bv the M/WBE as outlined in the lease aqreement gev. 5/30/03 - - - ATIACHMENT 1A Page2of4 Primes are required to iden tify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please Ii&! MM'BE flnns iirst, use addilional sheets if necessary. Certiilcath;n N (check one) 0 SUBCONm.ACTOR1$UPPLlER T 11 Cornp-any Name I N T Detall Detail Address e M w C X .M 5ubcontmcfing W¢rk Supplies Purchased Dollar Amount Telephone/Fax r s B T D w R 0 Ei E E C T E A Clemons Trucking 1 X Onsite and Offsite $2,563.00 7934 S Lancaster Rd Trucking Dallas, TX 75241 P-214-794-1645 F-972-228-0256 1 Eagle Aggregate Trans. 1 X Aggregate $6,425.00 14401 N !-35 Supply I Denton, TX 76207 I P-940-383-0096 I F-940-3,83--0097 ' South Texas Rebar 1 X Rebar Material $14,640.00 : 122 E Indus trial B lvd Cleburne, TX 76031 I P-817-558-6999 F-817-558-6943 I Fraire's Rebar 1 X Rebar lnstallatlon $3,840.00 432 West Yarmouth Dallas, TX 75208 P-21 4-942-4630 I F-214-941-0713 . LKT & Associ ates 1 X Furnish $153,000.00 3345 Count y Rd 275 Fabrlcated Steel Melissa, TX 75454 Piping P-214-544-0440 I F-214-544-3684 Cowtown Ready Mix 1 X Ready Mix $13,596.00 P.O. Box 162327 Concrete Fort Worth, TX 76161 ( P-817-759-19 .19 F-817-759-1716 .. Rey. 5130/03 • ATTACHMENT 1A Paga3 of 4 Primes are re quired to Identify & subcontractors/suppliers, regardless of status; i.e., Mi nori!y, Women and non ·M/\1\/BEs . Please list MIWBE iimis first , use additional sheets if necessary. ·-·· Certifi cation N (che ck one ) 0 S UB C01.'TRACTOR/SUPP U ER n T T Detail Detail Compi!i ny Name I N Address e M w C X M Subcontracting Work Supplies Purchase d Do ll ar Amou nt Tele!J hone/Fax r a B T D .w R 0 'S E E C T · i A Accura te Advantage 1 V Electrical $1 14,370.00 A 3767 Forest La ne Materials j ·lo vJ A-'R . · #124-1265 r Jj Of Court Da ll as, TX q,~ ~oa.l co,11 P-214-295-8 660 V{)/711£ MW I Hllim,. ~ ~ 6fi11//c'£. ds .1 -1... m, Ttnf11 l, R Crouch Sand & Gravel 1 X Select Fill . $8 ,2 16 .00 618 So ut h Be!tline Rd Irving, TX 75060 P-972-986-795 i F-972-5 14-()701 Seg ui n Fabri cators 1 X Misc. Metals $87,438.00 P.O. Box 1230 Segui n , TX 7 8 156 ?~830-379-4 129 F-830-37 9-0685 Dobbs Coati ng Systems 1 r Pa inti ng & $34 ,255.00 1888 Mi nera l Well Hwy Coatings Weatherfo rd, TX 76086 P-817-341-1m i F-817-341-1797 ' Newman Regency 1 X UV Disinfectio n $225,000.00 4011 West Plano Pkwy Equ ipment Plano, TX 75093 P-972-769-1993 F-972-769-9042 F lygt 1 X Submersible . $98,000.00 2400 Tarpfey Rd Pumps Carrollton, TX 75006 I P-972418-2400 F-972-4 :t 6-9570 . ~.5,'~0/03 - - - ATTACHMENT 1A Page2of4 Primes are required to identify ALL subcontractors/suppliers, regardless of st .. tus; i.e., Minority, Women amJ non-MMIBEs. Please list MlWBE iirms first, use additional sheets if l'\ecessary. Certification N (check one) Q SUBCONTRACTOK/SUPPJ.JER n T T Detail Detail Company Name I N Address e M w C x-M Subcontracting Work Supp!les Purchased Dollar A.-nount i D w Telephone/Fax r B B R 0 $ E E C T E A Tyson Building Corp 1 X M~tal Canopy $65,294.00 7250 West Vickery Fort Worth, TX 76116 P-817-732-1471 F-817-732-1518 - Crane America 1 X Jib Crane $28,401.00 413 Southfork Drive Lewisville, TX 75057 P-972-956-0789 F-972-956-0793 I WHF Electrical 1 X Electrical $516,700.00 I 2903 Capitol Drive Wylie, TX 75098 P-972-442-5738 F-972-442-5921 I l I I I I I I Rev. 5/3D/03 . · FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcont ractors/Suppliers $ $ ATTACH M ENT 1A P age 4of4 308,434.00 1,063,304.00 TOTAL DOLLAR A MOUNT OF ALL SUBCO NTRACTORS/SUPPLIERS $ 1,371,738.00 Contract Amount-$1 ,793,000 .00 The Cont ractor will not make additions, deletions, or substitutions to this cert ified list w ithout the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. 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 ord i nance. The contractor . shall submi t a detail ed exp lanation of how the requ~sted change/addition or deleti on will affect the committed M/WBE goa l. If the detail explanation is not submitted , it w ill affect the final comp li ance determination . By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, comp lete and accurate informa tion regarding actual work performed by all subcont racto rs, · includ ing M/W/DBE(s) arrangements submitted with the bid. The Offerer also ag rees to allow an aud it and/or examinat ion 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/supp ll ers/cont ractors participating on t he contract that will substantiat e the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any i ntentional and/or knowing m isrepresentation of facts will be grounds for te rminating the contract or debarment from City work for a pe riod of not less than three (3) years and for ini tiating action under Federal, St ate or Local laws concerning fa lse statemen ts. Any fai lure to comp ly w it h th is ordina nce and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participati ng in City work for a period of time not less than one ( 1) year. Ch ief Estimator T itle Archer Western Contractors, Ltd. Company Name 2121 Avenue J , Ste. 103 Address Arlington, TX 76006 City/State/Zip Printed Si gnature Rod Lunkwitz Con ta ct Name/Title (if different) 817 -640-3898 / 817-640-8734 Telephone and/or Fax rlunkwitz@archerwestern .com E-mail Address October 28 , 20.10 Date Rev. 5/30/03 i T r Part C General Conditions 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) Proposa l Cl-1 (2) Bidder ~ Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl -1 (2) Bonds Cl-1 (2) Contract Cl-I (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 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) .. -C2-2.5 Rejection of Proposals C2-2 (3) C2-2 .6 Bid Security C2-2 (3) C2-2 .7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2 .9 Telegraphic Modifications of Proposals C2-2 (3) C2-2 .10 Public Opening of Proposal C2-2 (4) ·-C2-2.11 Irregular Proposals C2-2 (4) C2-2 .12 Disqualification of Bidders C2-2 (4) ... C3-3 AWARD AND EXECUTION OF DOCUMENTS:. C3-3.1 Consideration of Proposals ' C3-3 (1) . - C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) ~ .!· Enterprise Compliance C3-3 .3 Equal Employment Provisions C3 -3 (1) - C3-3.4 Withdrawal of Proposals C3-3 (1) C3 -3.5 A ward of Contract C3-3 (2) C3-3 .6 Return of Proposal Securities C3-3 (2) "-. C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) -C3 -3 .9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 ( 4) C3-3.12 Contractor's Obligations C3 -3 (6) · C3-3 .13 Weekly Payrolls C3-3 (6) C3 -3.14 Contractor's Contract Administration C3-3 (6) -C3-3.15 Venue C3-3 (7) -... C4-4 SCOPE OF WORK C4-4.l Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) -C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) - C4 -4.6 Schedule of Operation C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) - C5-5 CONTROL OF WORK AND MATERIALS C5-5. l Authority of Engineer C5-5 (1) - CS -5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5 -5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) ... C5-5 .5 Emergency and/or Rectification Work C5-5 (2) CS-5 .6 Field Office C5 -5 (3) -C5-5 .7 Construction Stakes C5-5 (3) C (2) C5-5 .8 Authority and Duties of City Inspector C5-5.9 Inspection C5-5.10 Removal of Defective and Unauthorized Work C5-5.11 Substitute Materials or Equipment C5-5.12 Samples and Tests of Materials C5-5.13 Storage of Materials C5-5.14 Existing Structures and Utilities C5-5 .15 Interruption of Service C5-5.16 Mutual Responsibility of Contractors C5-5.17 Clean-Up C5-5.18 • Final Inspection C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 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.l 5 C6-6.l 6 C6-6.17 C6-6.l 8 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 Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades , Warnings and Flagmen Use of Explosives, Drop Weight, Etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, Etc . Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by the City Use of a Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of W orkrnen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C5-5 (3) 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) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6 -6 (5) C6 -6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6 -6 (9) C6-6 (10) C6-6 (10) C7-7 (1) C7-7 (1) C7-7 (1) C7-7(2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7(3) .. ,..,, ~::1'l <, ':~ ~ < . ;~ 'i, ,4,.. \ .._, ' ,,, ',: .. "' , .. . """ C7-7 .9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7(4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) ~ C7 -7.14 Su spension or Abandonment of the Work C7-7 (6) , .. -and Annulment of the Contract: , ' .,, ~. C7-7.l 5 Fulfillment of Contract C7-7 (8) ,:I:'~ .. ' C7-7.16 Termination for Convenience of the Owner C7-7 (8) ~ C7-7.17 Safety Methods and Practices C7 -7(11) < . . C8-8 MEASUREMENT AND PAYMENT . C8-8.1 Measurement Of Quantities C8-8 (1) - C8-8 .2 Unit Prices C8 -8 (1) C8-8 .3 Lump Sum ~ C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) ' -... C8-8.5 Partial Estimates and Retainage C8-8 (2) 1-" 'ti!< ·~,. ' C8-8 .6 A Withholding Payment C8-8 (3) C8-8 .7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8 -8 (3) ·~' C8-8.9 Adequacy of Design C8 -8 (4) ' -C8-8.I0 General Guaranty ,· C8 -8 (4) I< ,,. C8-8.ll Subsidiary Work C8 -8 (4) . ~ . ' .. C8 -8.12 Miscellaneous Placement of Material C8-8 (4) , ' ""' , .. . t• ' C8 -8.13 Record Documents C8 -8 (4) .,, " ... . ... t, - L f ..... . !i.'· • l (4) r\ "" PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION C 1-1 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 D0 s uments 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 Yellow 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 separately) Cl-1 (1) • ,, . ; C 1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . C 1-1.4 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. C 1-1.5 BIDDER: Any person, persons firm, partnership, company, associat10n, corporation, acting directly or through a d i y 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: Speci'11 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. C 1-1.8 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. b . C. d. Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3 .7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-1 (2) •. - - \ ~ ' - - - ..... 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 th other parts of the Contract , Dotflments, 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. · Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas , or his duly authorized representative. C 1-1.16 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-1.20 CONTRACTOR: The person , person's, partnership , company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) . . , 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. C 1-1.22 THE WORK OR PROJECT: The completed work contemplated in and c 9v ered 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" th_e 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 C 1-1.24 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 Chri stmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 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-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents , the intent and meaning shall be as follows : Cl-1 (4) -. .. - - - ..... '·' - AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O .D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph . Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F . Linear Foot Max. Maximum D.I. 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. C 1-1.2 8 PAVED STREETS AND ALLEYS : A pav ed 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) ;: .J'#Jl-."...,.r-:}~ t ' t, ,. 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 ." Cl-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 . I, C 1-1.32 GRAVEL STREET: A gravel street i : an unimproved street to which has been added one or more applications of grkvel or similar material other than the natural material found on the street surface before any improvement was made. !, \ • r ' ' •. ' . ·~ • ,, ' . ~ ' 'II \~CL . ' f•, '. Cl-1 (6) . . ">• ,. "\ ;;/• '' ,, 1' 1 .. • C - ..... ' .. - ,\,_... :.~ ...... SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2 -2.1 PROPOSAL FORM: The Owner will furnish bidders with Propo sal 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 un derstanding of the project to be : completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record ," "Equipment Schedule ," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids . The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and 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 giv en 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 form s 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 Plan s. The quantities of work to be performed and materi als to be furni shed may be increased or decreased as hereinafter provided , without in any way in v alidating 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 an J in ve. ·tigations, 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 C2-2(2) - - - -. . - of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 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 SECURJTY: 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 {s 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 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. C2-2(3) 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 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 e) f) a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. 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. 2. 3. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 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. 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 A WARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD 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 0th er .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 WITHDRAWAL 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) p 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 contract shall not become effective until the Owner has notified the Contractor in writing of such award . . C3-3.6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which , in its judgment, would not be considered for the award. All other proposal securities , usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished 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. b. C. 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. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph CS-8.10. 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 propo sal tabulation or otherwise , guaranteeing the prompt , full and faithful payment of all claimants as defined in Article C3-3 (2) -- ... ) . . ' d. 5160, Revised Civil Statutes of Texas , 1925, as amended by House Bill 344, Acts 56 1 h 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 sh all 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 Owner. No payment will be made under the contract until the new surety or sureties , as required ,· have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of 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 A ward. 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 C3-3 (3) ' , suffer by reason of such failure on the part of the A wardee and shall thereupon immediately by forfeited to the Owner. 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 c• mmencement date set forth in such written -J:., • I authorization, commence the physical exe ~ution 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 ori 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 Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500 ,000 covering each occurrence on account of property damage with $2,000 ,000 umbrella policy coverage. 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 s ub-contractors). C3-3 (4) , ' , r ' \ ' .. " 2. Blasting, prior to any blasting being done . 3. Collapse of buildings or structures adjacent to excavation ill 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 . f. g. SCOPE OF INSURANCE AND SPECIAL HAZARD: The msurance 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. PROOF OF CARRIAGE OF INSURANCE: The Contr actor 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. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) 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 representative is not SO · empowered by the insurance or bonding companies, then such auth ·1ty must be vested in a local agent or claims officer residing in the Me tr oplex , the Fort Worth- Dallas area. The 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 C3-3 (6) • ..... \ - 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 admini stration , 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 s::itisfactory to the Engineer is assigned. No credit of working time will be allowed forperi,o ds in which work stoppages are in effect for this reason. 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 . l 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 a,11 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 Conti;a ct 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. C. An agreed lump sum. ,_ 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 1 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 dev: i;ttions fr om 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 Co?,tractor 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 cormnencing 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 submission 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 Contractor 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 ~p1 :,gres s shall be divided into activities 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. C4-4 (4) ' ' -, 3 . 4 . 5 . 6. 7 . r 8. ',. 9. Shop fabrication and delivery. Erection or installation . Transmittal of manufacturer's operation and maintenance instructions. Installed equipment and materials testing. Owner's operator instruction (if applicable). Final inspection . 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 CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 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 ~o 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 contract 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. CS-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. CS-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 the CS-5 (1 ) ·, .. u• ' • .. Contract Documents , and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or dfacrepancy, 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 qf 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 d ' 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 conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed . The written notice shall direct attention to the 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, substantiall ", con structed , well heated, air conditioned, lighted, and weather proof, so that documen:s wi11 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 will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for 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 C5-5 (3) Contract Documents . The City Inspector will in no case act as superintendent or 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 Controv ersy. C5-5.9 INSP ECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. -Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should 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 C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require 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 ~y 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.I2 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: CS-5.13 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 l,ocation .of, existing underground utilities. The location of many gas mains, water mains, conduits , sewer lines and service lines for C5-5 (5) all utilities , etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all s uch 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 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 speci al 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 responsibilit _,' to verify locations of the adjacent and/or conflicting utilities sufficiently in advanc of c0 nstruction in order that he may negotiate such local adju stments 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 a s to location, time, and schedule of service interruption. 2. 3. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service , or In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: CS-5 (6) - "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be intem1pted 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 . C5-5.16 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 sha ll 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 th ese 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 gi v en 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, shall 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 the se 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 exi sted. Surplus and waste materials removed from the site of the work shall be disposed of at locations sati s factory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed b y 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 ) C5-5.18 FINAL INSPECTION : Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily complete~ 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 Engine er and the date of final inspection of the work . C5-5 (8) ....... -- - PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l 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 regul at ions which exist or which may be enacted later by bodies having jurisdiction or a uthority 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 C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with . 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 unobstrncted 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 constrnct 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 damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever 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 street s 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 C6-6(3) construction or being maintained . The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage . All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Stre e ts 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 no ~ remove any regula.tory 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 mu st 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 w ork or the public due to failure of barricad~s , signs , fences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer m ay 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 materi als in v olved in th e constructing, providing, and maintaining of barric a des , signs , fences , and lights or sal aries 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 wei ght, etc., in the prosecution of the work , the utmo st care shall be exercised at all times so a s not to endan g er life or property. The Contractor shall notify the proper representati v e of any public service corporation , any company, individual , or utility, and the Own er, not le ss than tw enty -four hours in ad v ance of the use of any C6-6(4) ' ,, <, -, ' - - -, activity which might damage or endanger their or his property along or adjacent to the work. 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 .10 WORK WITHIN EASEMENTS: Where the work passes over, through , or into private property, the Owner will provide such right -of-way or 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 prnperty 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 C6-6(5) . ,: replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross 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 .6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and 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 C6-6(6) ' ' '· . ' - '··~ - - - - - 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 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 after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period , the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the 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: I. 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 C6-6(7) '· 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. 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 1h 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. l 5 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 his 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(8) - - . - - -· C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work , he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense . The Contractor's responsibility in the use of all existivg fire hydrant and/or valves is detailed in Section E2 -l.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. l 8 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 mJunes or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6 .19 NOW 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(9) C6-6 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carry:mg 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 .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 Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materi als, supplies and equipment used or consumed in the performance of this contract by is 1ing 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 appli_cable 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 annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the 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 Sec6on C7-7 .8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a pro gress 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 · 1ocal 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 sha11 have sufficient skill, ability, and ex perience 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 th at 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 Cl-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whic~ever 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 m ade 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. C7-7(3) . 'II • When the date of completion is based on a calendar day bid , a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot inake 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. C7-7( 4) - - - - - - -- - AMOUNT OF CONTRACT 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 inclu sive $ 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 constmction 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 stmctures 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 C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall ot s uspend 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 equipment 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. C7-7.14 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 foJlowing , by way of example, but not of limitation, may be considered grounds for suspension or cancellation : a. b. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) - - ·- - - • ! - " ' ""., •• -t,. - 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. 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 , prov ided 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 sh all thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) ,, . ' l , . ·~ • $1, • • 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 Owner shall have the right to take possession 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 o .vner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue ofi , 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. ,. ! ., .. > .. ' '" - - -- , ·- .. ,, - • I -' . 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 .... - C7-7(8) - claim , demand or suit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination , and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials , s rvices 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 termjnation; 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 C7-7(9) C . t D. E. F. • which has been directed or authorized by Engineer, Not later than 15 days thereafter, th e owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list , and any necessary adjustments to correct the list as submitted , shall be made prior to final settlement. 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. 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. 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 . 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; C7-7(10) - - - - - - - - • G . 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. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this coniract , the Contractor may file with the Engineer a request in writing tor an equitable adjustment of the price or prices specified in the contract rel ating 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. H. 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 bre ach of contract b y Contractor. C7-7.17 SAFETY METHODS AND PRACTICES : The Contractor shall be responsible for initiating, maintaining and supervi sing 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 pers on and property from injury, including de ath , or dama ge in connection w ith the work . C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 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 iIL 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 clau ses , del ays, 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 contempl ated and embraced under th es e 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 conn ected with the prosecution of the work , for all expenses incurred by or in consequence of the su spension 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 , C8-8(1) and for completing the work m 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 · 0 .,suc h defects, which defects, imperfections, or damage shall have been discovered on c~· 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 herejn. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1 st 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 101 h 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 ot 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(2) - - - - - 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. 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, andii f 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 liabilities 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. C8-8(3) 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. CS-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 comple+ed 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 compEance shall be upon the Conti-actor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. CS-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 in 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. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans , the General Contract Documents or 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. CS-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made f<?r only that amount of material used , measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. CS-8 .13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans , addenda, modifications, shop drawings and samples at the CS-8(4) - - - - - - - l , 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 . t ~f C8-8(5) i. I' f~. ''I;.. - - Part CS Supplementary Conditions To Part C -General Conditions SUPPLEMENTARY CONDITIONS FORT WORTH WATER DEPARTMENT WATER AND WASTEWATER 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) PART C -GENERAL CONDITIONS PART CS-SUPPLEMENTARY CONDITIONS PART D -SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS PART E-TECHNICAL SPECIFICATIONS PERMITS/EASEMENTS (Some Permits are Multicolored) PART F-BONDS AND INSURANCE PART G -CONTRACT PART H -PLANS /FIGURES (may be bound separately) White White White Canary Yell ow Green Green Green White White White White White" 2 . DIRECTOR OF TRANS PORA TION AND PUBLIC WORKS: Delete entire Paragraph Cl-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.l, Paragraph 1, delete last sentence and replace with the following : "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-1 Regarding paragraph 4~ this is for standard city · pre-qualification, and submitting informat!on is notnecessary jf "one. is already pr~-qualified for plant wori< :Ni!h the _~ity. 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 DELNERY 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. MINORJTY BUSINESS ENTERPRJSE/WOMEN BUSINESS ENTERPRJSE COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following: CS-2 "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 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: Delete first paragraph and replace with the following: "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 CS-3 determine the adequacy of the proof required herein. Each bond shall be properly executed by both the Contractor and the Bonding Company." 10. INSURANCE. Delete entire Section C3-3.1 l INSURANCE, and replace with the following : "C3-3. l l 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. l l are met for all subcontractors . Failure of the Owner to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor's liability shall not be limited to the specified amounts of insurance required herein. a . b. 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. 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. CS-4 - -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: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2 . Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ill excavations 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). 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. 7. 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 CS-5 automobile property damage insurance m 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 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. h. l. J. 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. INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of "A:VII" or equivalent measure of financial strength and solvency. NOTIFICATION. During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing, of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum 10 day notice shall be acceptable in the event of non-payment of insurance premium to insurance company. CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." CS-6 - - ll.C3-3 .13 WAGE RATES: Delete Section C3-3-13 WEEKLY PAYROLLS m its entirety and replace with C3-3-13 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 . Such prevailing wage rates are included in these contract documents. 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- l 4, 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. C4-4.3 INCREASED OR DECREASED QUANTITIES: Delete Section C4-4.3 and replace with the following : "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 nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents." 13 . C4-4.5 EXTRA WORK: Delete Section C4-4.5, paragraph (c) and replace with the following: "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%. CS-7 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. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Delete Section C4-4. 7 in its entirety. 15. C5-5.12 TESTING COSTS: Paragraph C5-5.12 , revise the first sentence to read as follows : "Where , as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications and shall be subsidiary to various items bid." 16. C6-6.1 LAWS TO BE OBSERVED : Paragraph C6-6 .1, delete "or which may be enacted later by bodies having jurisdiction or authority for such enactment" and replace with the following: "at the time of the Contract or may be hereafter exist during the performance of the Contract." 17. C6-6.2 PERMITS AND LICENSES: 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." 18. C6-6 .8 BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever it 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". 19. C6-6.12 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 CS-8 - - - 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 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 1s outstanding as a result of work performed under a City Contract." 20. C6-6.21 STATE SALES TAX: Delete Paragraph C6-6.21 STATE SALES TAX in its entirety and replace with the following: "A. 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: CS-9 "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." 21. C7-7. l 8 AIR POLLUTION WATCH DAYS: Add the following Section C7-7.18: "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 HA VE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. 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." 22. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT m 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. CS-10 - - - - - - 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." 23. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Delete Section C8-8.5 and replace with the following: "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. CS-11 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accord ance with the specifications or other provisions of this Contract." 24. C8-8 .I0 GENERAL GUARANTY : Delete Paragraph CS-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 work resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined . The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this 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." 25 . CS-8.14 RIGHT TO AUDIT: Add the following Section CS-8.14 : "CS-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 Contr~ctor 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. CS-12 - - - - - - ( 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 ). 26. C8-8.15 SCHEDULE OF COSTS: Add the following Section C8-8.l5: "C8-8 . l 5 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 .... - - - PartD Special Conditions - - PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C 1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS FORT WORTH , TEXAS CITY PROJECT NO . 00213 WATER DEPARTMENT PROJECTS NO . P257-705300021380 D-1 GENERAL 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 gu idelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained , the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules , regulations, requirements , instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying -product control , performance, quality, or other shall be binding upon the contractor . The specifications and drawings shall be considered cooperative ; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications , which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 03112109 SC-3 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Publ ic Works Director, 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security , to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered . The Bidders must have the 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 as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Divis ion , PO Box 17027, Fort Worth , Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager, and filed 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. C. 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. 03/12109 SC-4 - PART D -SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC.:.82 , TWCC-83, or TWCC-84), showing statutory workers' compensation insurance · coverage for the person's or entity's employees provid ing services on a project, for the duration of the project. 2 . Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3 . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation, independent contractors , subcontractors , leasing companies , motor carriers, owner operators , employees of any such entity, or 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 services 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 . 8 . 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) or all employees of the Contractor providing services on the prqject, for the duration of the project. C . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. 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 governmental entity showing that coverage has been extended . E . The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1 . A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 03112/09 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extens ion of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F . The contractor shall reta in all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing 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. H. The contractor shall post on each project site a notice , in the text , form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project , to: 1. Provide coverage , based on proper reporting on 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 of its employees providing services on the project, for the duration of the project; 2. 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 ; · 3 . Provide the Contractor, prior to the end of the coverage period, a r]ew 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 ; 4. Obtain from each other person with whom it contracts , and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) 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. 5 . Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (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 03112/09 SC-6 - PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8 . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity 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 proper reporting of classification codes and payroll amounts, and that all coverage agreements w ill be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative , criminal , civil penalties or other civil actions . 9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. 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 Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 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 any additional words or changes : "REQUIRED WORKER'S 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 prov iding, hauling , or delivering equipment or materials, or providing labor or transporfation or other service related to the project, regardless of the identity of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requ irement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines . The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines . · D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or 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 watertight or be 03112/09 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill , fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. 0-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans , or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities , service lines , or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support, protection 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 . It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction . The Contractor is liable for all damage~ done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type 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 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. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent,· 1ocation, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground . D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 03112109 SC-8 - PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads . The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City . In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed . It st ill is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . 0-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these deta ils during the preparation of the Proposal and all unusual conditions , which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 0-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 0-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction . 0-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury lo street improvements or to abutting property. 0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis . Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property 03112/09 SC-9 PART D -SPECIAL CONDITIONS If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way , or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site . of the work in an orderly manner and appearance . The City of Fort Worth shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup . The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. 0-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines . The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR , and shall record action taken in each case . 4 . The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 03/12109 SC-10 - PART D -SPECIAL CONDITIONS D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities . There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw . All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 34 (dated 2-09). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs , project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 34, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information: For Quest ions on this Project Call: (817) 392-8296 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways , such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. 03112109 SC-11 PART D -SPECIAL CONDITIONS 0-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establ ish 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. 0-22 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 conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208 .3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill , Construction Specifications , 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 , Construction Specifications, and General Contract Documents . 0-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . 0-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots , driveways, gravel surfaced roads, within easements , and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill , if the stated maximum trench widths are exceeded , either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements . All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas , with a map showing the location and depth of the various test holes . If excavated material is obviously granular in nature, containing little or no plastic material , the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" 03/12109 SC-12 I PART D -SPECIAL CONDITIONS Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable , at the direction of the Engineer, Type "B" backfill material shall be used. In general , all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material _specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay , soil , loam or vegetable matter and shall meet the follow ing gradation : • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following : Sieve Size 1" 1/2 " 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 · 95-100 All other provisions of this section shall remain the same . 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S .T.M . D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as _described above must be within +-4% of its optimum moisture content. The City , at its own expense, will perform trench compaction tests per AS .T.M . standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested . No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for t~sts conducted by the City . 4. MEASUREMENT AND PAYMENT : All material, with the exception of Type "B" backfill, and labor costs · of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe . Type "B " backfill shall be paid for at a pre-bid unit price of $15 .00 per cubic yard . D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19} FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition , thickness , etc., to existing pavement as 03/12109 SC-13 PART D -SPECIAL CONDITIONS detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets , to determine HMAC depths on existing streets , are provided in these specifications and contract documents . All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details , compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced . All residential driveways shall be accessible at night and over weekends . It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width . Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outs ide the trench wall nearest the center of the street to the gutter line . The pavement shall be replaced within a maximum of five (5) working days , providing job placement conditions will permit repaving . If paving conditions are not suitable for repaving , in the opinion of the Owner, the repaving shall be done at the earliest possible date . A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No . 3449 and/or Ordinance No . 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet" in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains , manholes, vaults, service lines ,· and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards , 29 CFR Part 1926, Sub-Part P -Excavations , are hereby · made a part of this specification and shall be the minimum governing requirements for trench safety . C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen ( 15) feet. 03112109 SC-14 PART D -SPECIAL CONDITIONS 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation . 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields ". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses . Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins . Shoring systems are generally comprised of cross-braces , vertical rails , (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottofl'l of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools , materials, equipment and incidentals necessary for the installation and removal of trench safety systems . 0-30 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 and 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 two inches with a minimum unit weight of 2Yi pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : T~ee of Utilit~ Color Code Legends Water Safety Blue Caution! Buried Water Line Below Reclaimed Safety Purple Caution! Buried Reclaimed Water Water Line Below Sewer Safety Green 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 unit price bid for the appropriate bid item(s). 03112/09 SC-15 PART D -SPECIAL CONDITIONS 0-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. 0-32 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the locat ion 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 Ordinances 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 floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit , including any necessary Engineering studies , shall be at the Contractor's expense . In the event that the Contracto r disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section . 0-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 0-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material , which has been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a material , product , or piece of equipment bearing the name so used is furnished , it will be approvable, as the particular trade name was used for the purpose of establ ishing a standard of quality acceptable to the City . If a product of any other name is proposed for use , the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal ", or "or approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsib ility of proving that the proposed substitution is, in fact , equal, and the Engineer, as the representative of the City , shall be the sole judge of the acceptability of substitutions . The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications . D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size 03112109 SC-16 PART D -SPECIAL CONDITIONS to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line . D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement , and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense . Any retesting required as a result of fa ilure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City . The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested . E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dams, berms, sediment basins , fiber mats , jute netting , temporary seeding , straw mulch, asphalt mulch , plastic liners , rubble liners , baled-hay retards, dikes, slope drains and other devices. 8. 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 03/12109 SC-17 PART D -SPECIAL CONDITIONS measures to prevent contamination of adjacent streams , other water courses , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes , dams , sediment basins , slope drains and use of temporary mulches, mats , seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading , mulching, seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic , temporary soil-erosion-control measures shall be performed as directed by the Eng ineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwis_e approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 4 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work . 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels , oils , bitumen , calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 0-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 0-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. 03112109 -SC-18 PART D -SPECIAL CONDITIONS D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil , Sodding and Seeding . 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil , free from rock and foreign material , in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and med ians before any topsoil is obtained from a borrow source . Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations , topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways . 2. SODDING DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips , on embankments or cut slopes , or in such areas as designated on the Drawings and in accordance with the requirements of this Specification . Recommended Buffalo grass varieties for sodding are Prairie .and 609. MATERIALS: Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy , virile root system of dense , thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted . Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling , and planting . Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated . CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades , and cross-sections shown on the Drawings and as provided for in other items of the contract , sodding of the type specified shall be performed in accordance with the requirements 03112109 SC-19 PART D -SPECIAL CONDITIONS hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St. Augustine grass . a . Spot Sodding Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows , sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the fin ished grade . Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy , hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression . Hand tamping may be required on terraces. b. Block Sodding . At locations on the Drawings or where directed , sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the ent ire designated area shall be covered , and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass . Surfaces of block sod, which , in the opinion of the Engineer , may slide due to the he ight or slope of the surface or nature of the soil , shall , upon direction of the Engineer , be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently close to hold the block sod firmly in place . When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously prov ided and existing at the time sodding operations were begun . Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance . The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such tif1!es and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3 . SEEDING DESCRIPTION: "Seeding" will consist of. preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS : a. General. All seed used must carry a Texas Testing Seed label showing purity and germination , name, type of seed, and that the seed meets all requirements of the Texas Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 03/12109 SC-20 PART D -SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) · Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total : 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described . a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . b . Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed . If the sowing· of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the 03112/09 SC-21 PART D -SPECIAL CONDITIONS specified uniform rate of application for both is obtained . "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods. The seed, or seed mixture , specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings , or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45 , Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting , the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface without ruts or tracks . In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth . RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the fQllowing manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. 03112109 SC-22 PART D -SPECIAL CONDITIONS * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications . MA TE RIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as · determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to . be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected . Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. · Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place . Acceptable material for "Sodding" will be measured by the linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted 03112/09 SG-23 PART D -SPECIAL CONDITIONS below), loading , hauling , placing and furnishing all labor , equipment, tools , supplies , and incidentals necessary to complete work. All labor, equipment , tools and incidentals necessary to supply, transport , stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and will not be paid for directly . "Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price per square yard , complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping ; for all watering; for disposal of all surplus materials; and for all materials , labor , equipment , tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be , which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows : Fertilizer material and application will not be measured or paid for directly , but is considered subsid iary to Sodding and Seeding . D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes , regardless of depth, are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes : The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project , the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substant ially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection . 5. Final inspection shall be in conformance with general condition item "CS-5 .18 Final Inspection" of PART C -GENERAL CONDITIONS . 03112/09 SC-24 PART D -SPECIAL CONDITIONS D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction , in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid . No payment shall be made for exploratory excavation(s) conducted after construction has begun. · D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply . However, no direct payment will be made for this item and it shall be considered to this contract. D-54 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 project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open · overnight. Contractor shall fill any trench the same day of excavation . No extra payment shall be allowed for this special condition. 03112/09 SC-25 PART D -SPECIAL CONDITIONS D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258 .023. Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker , concerning an alleged violation of 2258 .023, Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred . The City shall not ify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before -the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. 03/12109 SC-26 PART D -SPECIAL CONDITIONS Pay Estimates . With each partial payment estimate or payroll period, whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section.) (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61 , Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law , ord inance, regulation or policy whose requirements are more stringent. 8 . ACP is defined under NESHAP as a Category II , non-friable material in its intact state but which may become friable upon removal , demolit ion and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable , it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it rema ins in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency (EPA) defines friable as material , when dry , which may be crumbled , pulverized or reduced to powder by hand pressures . C. The Generator of the hazardous material is responsible for the ident ification and proper handling, transportation , and disposal of the material. Therefore , it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means, methods , techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibil ity for compliance programs , which are the responsibility of the Excavator. (Copy of forms attached) 03112109 SC-27 PART D -SPECIAL CONDITIONS F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT : As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activit ies that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc .state .tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Pract ices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign , prior to final payment , a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be -mailed to: 03112/09 Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 SC-28 PART D -SPECIAL CONDITIONS P.O . Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Copies of the project SWPPP 's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded cop ies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requ irements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the · conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to, silt fences , straw bale dikes, rock berms , diversion dikes, interceptor swales , sediment traps and basins , pipe slope drain, inlet protection , stabilized construction entrances , seeding, sodding, mulching , soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a min imum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may 03/12109 SC-29 PART D -SPECIAL CONDITIONS obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project , the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law . In addition , the Contractor will assume all liabilit ies and responsib ilities as a result of these actions. D-70 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contracto r who is the apparent low bidder(s) for a project to submit such addit ional information as the City, in sole discretion may require , including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule , to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid w ithin the stipulated time frame . Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for reJ"ecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail , return receipt requested demanding that , within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion , be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 03112109 SC-30 PART D -SPECIAL CONDITIONS 4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals . 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 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 .. 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 burns 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 . D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required . The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . END OF PART D -SPECIAL CONDITIONS 03/12109 SC-31 PART D -SPECIAL CONDITIONS 03112109 SC-32 PART D -SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date : CPN No .: Project Name: Mapsco Location: Limits of Construction : THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL 03112/09 SC-33 03112/09 PART D -SPECIAL CONDITIONS Date: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON _______ _ BETWEEN THE HOURS OF AND-----~ IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS SUPERINTENDENT) (fELEPHONE NUMBER) OR MR. ___________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ____________ __,CONTRACTOR SC-34 .F (! r 0 ff i C e u E> e. n I y d T PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH ~ DEMOLITION/ RENOVATION ~ NOTIFICATION FORM T D H NOTIFICATION#. ________ _ NOTE: CIRCLE ITEMS THAT ARE AM ENDED t) Aba lemem Contracto r. __________________ TDH License Number:._=:----- Addres.s : City : Sia.le: ___ Zfp: ___ _ Offlca Phone Number: ..__.__ ___ -____ Job Site Phone Numb01 :. ____________ _ S"rte Supermor. TDH Uce!1$~· Number:-------~----- Site Stlpo~c: TOH Licerni.e Number.-......~------------ Traine<I On-Site NESHAP lnd i\li'dual :. _____________ Gertific.lticm Date:. ______ _ Demolition Contractor : ________ ~-~--Otrice Pbooc Number..__'"--'------=----- Addr"'~·; ____ ~ _________ Ci ty: _________ Ste,1e ;_· -~----Zip; ___ _ 2) Project Consultan t cc Operator:. __________ ~-~--TOH Lrainse Number:. _____ _ Malling Adcfress : ______________ -=-=---::::-:----,--,---:-.....,.-...,..--------- Clty:. ________ s1ate :. ___ Zip:. ____ Office Phone Number;..__ ....... -___ _ A , 3) faclli1y0wner., __________________________________ _ H Alle!')tt0 0: _____________ ---------------------- p Meiling Add ress :. ______ _.,,-.....--------------=--:---:--:-:--------- . City: State: Zip : Ovmer Phone Number._i _l..._....,_..-:--:-- A "Noto: Thi> invoic:11 fot lho notlficatlon fee will be sent to th.a owner of th~ b\lllc:fl nt1 l\Md ffic bllll1'18 Oekll'C$$ for the Invoice will be 0 ~ E s H A p D 0 L V t obtal11ei:t mim the lnfOfl'n~Uon lh~t Is provid4Hl In this secllo.n. - 4) Description or Facility Name=·---------::--~~-----~----------=,------ Ph~iccll Address :. _________ ~ __ County: City: _____ ~Zip-.._· ·-· --- Facility Phooe Number Fo!!cility Contact P-erson :, _____________ ~ Description of ArealRoom Nurnber.·-------------~~------------Pri<!r Use ; ........ FUIUM Use:. _________ --~-~--- Age Qf Buildin.g/Faclllty ,, ___ ~~Size : _____ Number of FkJQm.:_ ---~ Sdlool {K ~ 12): D YES o NO 5) Type of Work: a Demo lition .o Re-novatlon (Abatement) a Annual Cons.olidated Work will be during: Cl Day D Evening D Night O Pti ~d f rQject . Oescrlpllon of work sched lde:. _____________ -------------=~- 6) Is !hit a Pubflc Buildi ng? El YES NESHA?-Only F~cillty'? D YES 0 NO Federal Fac11Jty1 0 YES -NO lndusttiaf Site? D YES O NO D NO Is 84Jildtr,g!Facil ity Occupfed? u YES Cl NO 7} Nolificatioo Type CHECK ONLY ONE D Original (10 Work:lng Days} O Ca11ceU.a1icm D Amernlmeot o EmergencyfOrdcrcd 0 ff this is an an:tsndment, wtiicil .imeridment number Is this ?_ (Enclose copy of origin.ii and/or last amendment) I If an emergency, who did you talk w ith at lOH? · · Emer!)ency#:'--------- a Date and Hou t of E:m9t(;~ncy (HH /MMJDD/YY): . . . tf D~iptiOn or the s udden, unexpected event end explanation or how the event eaused unsafe conc:litir;ms qrWoulQ cause ~ equ ipment dam age (computers. machinery. etc. __________ ----------~-- ? D 8) 04:!scription of proc:edure-s to be fullowed In 1he event that 1Jr1expsc1Eid asbestos is found or prevf<!usly noo•fiiable Y asbestos material becomes cwmblad. pul ... eri Z!;ld. or reduoed to powder.----~------------ E, s 9) Wa s an Asbes 1os survey perfooned? D. YES a NO Data: / I TOH lnspeclor Uoense No ,,_· ------- ~ Anafytical Method : 0 PLM D TEM D Assumed TDH LabOtatoty license No ; .. . . · N (For T AHPA {public buikl in g) pr<Jiecii;: .Pn .Pssumptio:n mus t be made by a TOH Licens ed! i nspactor) .. 10) Oescriptio n of planned dernomi on or ranov.ation Wl)tk, type of materiel, and method(s} to be used . ._· -----~- 11) Desctip1ion of work pr.;icUces and engineering controb to be used lo prevent amissions Of asbes1o~ at the den;oliticn/renovatfori: _____ --------------'------------ 03/12109 SC-35 PART D -SPECIAL CONDITIONS 12} ALL applicable Usms in the ro:llowing table must be completed : IF NO ASBESTOS PRESENT CHECK HERE: Approximate amount of Check unit of measurement Asbestos-Containing Building Material Asbestoi. Type t---~....,,--"------+---,.--,---.--.,.....-,--.---1 Pipes Surtace Aree RACM to be romoved RACM NOT rern~ J oterior Cate J non-friable remo\'Sd Exletiot Cate o I non-friab fe removed Catec;<J f non-friable NQJ remo,,ed Interior Cat o 11 non-friable removed Exterior Gateq II non-fri.ible removed Cat II noo-frlahle NOT removed RACM Oft-Facility Componen t 13) Waste TranspMer Name : --~----------------TOH Lfcense Number;------Address: ___________ Ci!y : ___ ~~-,,.,.,,,--·Sta.1.e: ___ Zip: ___ _ Contc;1ot Par~on : Phooa Number: ....._ ..... · --------- 14) Wast!! Oii;pos:al Sita Name=----------=-------------~---- Addre5s:'---,-----,-----------~Cily: ---------Staie: ___ Zip: ___ _ Telephone: f . ) . TNRCC Permit Number:-------- 15) For slruch.Jrally unsound facllltles, attach a copy o: demtilition order and identify Governmental Officia-1 below: Nam&: .Registration No:-· ------------- Ti l le;--:--,--.,,...,.,--:::C".:"":,..,,....,---,--~-....... -- Date of order (MM/OD/YY) I J Date order t,;> begin (MM!OD/YY) --'-' --"-= 16) Sche(U.lled Dates of Asbestos Abatement (MM/DDlYY) st:irt --~'-~'--Complele; -~-~'-· 17) Scheduled Dates Demolition/Renovaoon {MM/DD/YY} Start / / Compl'(!t!I:_~/ __ /~--- .,. Note: If the :st.an data on thts nolitie-.a:tion can not 1M mot, tho TDH ~tonal or Local. Prngram office Must be contacted by phone pfior to the siart data . Failure to do so 1$ a vtolatlon l.n aeeotd.tnco lo TAHPA. Section .295.61. l here'b)' cer1ify that ell informaoon I ha\le pm\llded Is cot recl. complete. atld true to the best of my knowtedg!;!. I 1;1ckn0'.vledge that. I am respons£ble for all aspects of the. n0tifica.1ion form, r.n cloding . but not limiti119 , cooloot and submiss ion dates. The maximum penalty is S10,000 pe r day per violation . (S:IQ081ute of Building Owner/ Operator or Oefegated Consul tant/Contractor) MAIL TO: (Pr1ntea Name) (Date} ASBESTOS NOTIFlCATION SECTION TOX!C SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH PO BOX 143538 AUSTIN , TX 78714-3538 PH: 512-834-6800, 1-800-572-5548 {~ax Number} "Faxes arc not acc:cttpmd* ;: Fonn APB#5, d,;ited 07!29/02. Replaces TDH form datMI 07lt3!01. For .:,s:sistance In comp/lit!lng form, r;af/ 1-800-572-5548 f 03112/09 SC-36 PART D -SPECIAL CONDITIONS 2009 Prevailrng· Wage Rates for City~Awarded Pubtic-Works Projects . --· ·-··-.. ... ···-rn•-... ·-·-·---. ----· ',fetal Bulldii:ig k.-scmbkr $16..CIC • ~l.~'1 $(l.63 so .«· $1P..11 .. -... ,\'letal Bulldhig,-t!.i~int,!1:r .Helper $12 .00 s,.~' $0.63 ~o .oc $-l'lc-:1~ Pair.te: $1257 S0 ,6~ sa.m S0.09 Sl3.li -·-· - Piiqter ife~er $9.1( $0.~t '$0.Q-i SQ.~ SJO.it --·· ··-- -Pi~itt<-', S~i.F $0.9C SI), 13 sa_e S2 '.Ui~ -.... --·· ·-.. 1Pii;..efit~~r lklper .. ··--- SH.92 $0.SB SO,, 1 so.n rn.~i -·- Pla~t-i:':'c;r $17 .2-'I $1.l .cr SQ.,oo ~O.Oll $17.)!l) , ... Pl.35~r'er Hi;,lp'-"r S12.1,1,5 SO.ts so.u t&.<3 -$U.91,; ·-... . -··----..• Plmn~er $20.]] ~0.6$ $0.12 S0.4l' $21,5( ... -· .. Plumber tie-Ip~ S,14 .95 -~o.95 $.0.11 ~o.oc . $16.il:l --·-···-.... - f1P-;11forclr'li 5t~I -~ttcr $-13.01 SO .J.6 $-(]_Di-~0.2:3 $13.6, fl.elnforclng_ Stee< Sett<'r H'.e(;,.,er ·s1 us SO ,~ SD.<:5 w.;6 "$11.61. ... . .. -. ·- Roofer $t6.7l: SL25 $0.Zl so,.n ~J3."13 --. Roofer Hetper S1i.B s1:z5 $0.i] SO.fl S1l.91i ... !i:l:!eet "1.etal Wo:ter $11 . .fi ~.9l $(L1Cl SO.St S1t.tJ& .. ~~ Mc-ta! W~~ tfelf!er $14 ,16 $1 • .te ~0.11 SD..44 $16,1 ·' -··· .. .. -· ipfa1klcr S~ern l.r.st:1Ller Sl9. '7 $1.~ $0.B $0.13 $l1,S2 .. . ... iptim:~ -Sv;.tcrtt i."&alre1 H~p!l' $14.15 $1..SC $0.00 so.so $16.0} -·-·-·- Heel Warker S~cturai S1-CJ/l8 SU7 S"QS5 $0.12 ; S2U2 -. ··-· ... i-teel Wcr~r Strucrural: Helpe<" $!).7• SU, SO ,J~ $0 .0~ $i5"~ .. .. . -- :~ere~ Pump St8.5C SO ,ffl . $0,0( $,!t.O: S,~,~c. -· .. -.. ·-··· ;rar-tl!', ctarn~eel, 5.?;(::k~. Penick, (n.ine ~ s,1.!1 $1.31 S-0. 1 i $0.2i $19.'li -· ·-· . -·-· -- r~t4ift S.12.9f $:tAZ SO:.D<. $0 .m ' S.13.S€ -----. ... 'c;-1,1~atior; Drill Ope,~cot ~2.HC SJJJX ~O.C( $0.Ql; SU.SC ... .. . . - ·tqnt fno Loader sn.21 $0.31 · SO.Of , $JU; SHJ~ ··- • rud: Ori~-e-r S.1'i.lf $[).65 W.06 $0. ti $16.1£ .. i~.t'..i?.f $17 .1!1 Stt-.91 sa~,::, $Mll 5-W.fi ·-·. --·· . ----.• CC~-te~I::! tlt."lflc't $U.~E" 5u.n so ... ' . -so.lJ $13.f,• .. . ·-·-----·--·-=·-· -·- ·--··. 03112/09 SC-37 PART D -SPECIAL CONDITIONS ~uu~ nevallrng wage Hates tor City-Awarded Public-Works Projects 03112109 SC-38 PART D -SPECIAL CONDITIONS i HEAVY & HIGHWAY CONSTRUCTI ON PREY AILI.NG WAG£ RA TES 2008 r Ai:r Tooi O~r.itor _ AsDh.a.lt Distrib utor Ch>crl.l(Oi' Asc>ha.lt Pavi11~1!i'i;iiine ~mror As~lR.ah:r --Asnh.\Jc Sho\'eler - Batcbioi!; Plant Weil?Jl,er Broom or Sweemr Operator Bulldozer (Jperaio. C.-m,e!l(c:r Concrete Fir1fa her, J'avin a C-oncrete Finisher. S1rm;tlf1fi:es Conct:ece Pavin ~ Ci:lrbin1t '1.·tachinc Occrator ~on.;r ~-O":: P-avfo2 Finr.s.hmg Madtine Otx!ra!.\}r Canertte P-ivlni Joln t Scsf!!r Oeerator .. C~tc paving Saw Ooerator Ccmc:tete. Pi1v.int Sp~adcr Oc~ratcr Concrete Rubticr Crane, Ci~m_shel l Bllct:f\oe, Derrkk. Draglinoe , Shove,] Qr.,e.r~~ B~trk:ian Fl_a,..11er Porm Buildt:t/S~i1er. Swctur ~ Form Setter, Paving & <..wb Foundation Drill Operator, Cn1wkr Mounted .four1dation Drill Oom.tor, Truek Mou nied Front End Loader O~racor Labor ,;r Commoa Laoorer. rnmw Medianic Mlllfoi!: Mach ine Ootra.tor Fine Grade Mix.er Operator Motor GraderOllerator Fine Grade Motor Gra der Cffieraror, Rouah Oiler Painter. S~re$ Pl{vem e,tlt MarkioR J\.tacb:in.e Opct1{(1r l'iodaver JlQinfureinl!: Steel Setter, Pa~ii g R.einfordoi S~ 1 Sotti;r Structure . Roll11r Qp~tor, Prn:umalic , Self.F'ro-~Uc.d Roller Operator, ~et~ Flat Wbcel/Tamnin 11 Rol[,er Ooerai.ot, ~el • Pfant Mix P1.wem~nt Ser~ Onerator &n·iccr _SU R P-0rm Ms.ell inc Oeerator . Soreader Box ()pen~ Triu;k>r Operator1 CrawleT T)o~ Tr.i.c1or Qcerator ~math:, Tmsdiru?: Mixer Oper-.-tor . Truek. Driver Lowboy-Floe:t Truck Driw .. '!f·, Slnele Axle, Hea~ Tf\lck Oma:: Siagle Axle, Ugb i Ttuek nr, ... ~; Tar\dffll Axle. Semi-Trailer Truck. Driver T'taos !t ,Mix WalKlfl Prill Borint MllChine. Pon Hole Drliler Ck>erat.QJ · WeLdct Work Zooc Barricade Sen·ic er 03112109 SC-39 S:10.06 .. SJ3.99 $12.78 Sl I.IH $ 8.80 $14.lS $ 9-.SS 111.22 $12.SO $12 .S5 $13.21 $12.00· .$D .63 $12,50 SD.S6 l S14 ,!i0 -·--Sl0.61 S 14 ,12 1 31-8.1 2 . $. 8.43 s1u;, St LIB $Hh7 $16.J-O $12.62 s 9.!8 $10.65 $16.9·7 • $11.83 • $lLS8 _. $.15.20 Sl4,S0 $14 .~S SIJ.17 SH).04 Sl H>.4 ~14.86 $16.29 Sl 1.07 $1-0 .92 st 1.28 $tJA2 ·-st 2.n $12.JJ $10.92 $12.60 $12 .9 1 $12,03 :$14 .93 Sll.47 $10.9! .$1 J.75 . S12 .0S Sl4.00 $13.57 Sl0.09 Part DA Additional Special Conditions DA-1 DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ........................... OMITIED PIPELINE REHABILITATION CURED-IN-PLACE PIPE .................................................. OMITIED PIPE ENLARGEMENT SYSTEM ..................................................................................... OM I TIED FOLD AND FORM PIPE .................................................................................................. OMITIED SLIPLINING ...................................................................................................................... OMITIED PIPE INSTALLED BY OTHER THAN OPEN CUT .......................................................................... 4 TYPE OF CASING PIPE .................................................................................................. OMITIED SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ................................................. OMITIED PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..................... OMITIED MANHOLE REHABILITATION ......................................................................................... OMITIED SURFACE PREPARATION FOR MANHOLE REHABILITATION ................................... OMITIED INTERIOR MANHOLE COATING -MICROSIUCATE MORTAR SYSTEM .................... OMITIED INTERIOR MANHOLE COATING -QUADEX SYSTEM .................................................. OMITIED INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM .......................................... OMITIED INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM ....................................... OMITIED INTERIOR MANHOLE COATING : PERMACAST SYSTEM WITH EPOXY LINER ....... OMITIED INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ......................................... OMITIED RIGID FIBERGLASS MANHOLE LINERS ....................................................................... OMITIED PVC LINED CONCRETE WALL RECONSTRUCTION ................................................... OMITIED PRESSURE GROUTING ................................................................................................. OMITIED VACUUM TESTING OF REHABILITATED MANHOLES ................................................. OMITIED FIBERGLASS MANHOLES .............................................................................................. OMITTED LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........................ OMITIED REPLACEMENT OF CONCRETE CURB AND GUTIER .............................................................. 7 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................................ OMITIED REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ................................................................ 7 GRADED CRUSHED STONES ...................................................................................................... 8 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................................... OMITIED sun JOINTS-MILLED ................................................................................................................. 8 2" H.M .A .C. SURFACE COURSE (TYPE "D" MIX) .......................................................... OMITIED REPLACEMENT OF 7" CONCRETE VALLEY GUTIER ................................................ OMITIED NEW 7" CONCRETE VALLEY GUTIER ......................................................................... OMITIED NEW 4" STANDARD WHEELCHAIR RAMP ................................................................... OMITIED 8" PAVEMENT PULVERIZATION .................................................................................... OMITIED REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ............................. OMITIED RAISED PAVEMENT MARKERS ..................................................................................... OMITIED POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..................... OMITIED LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL.: .......... OMITIED ROCK RIPRAP -GROUT -FILTER FABRIC .................................................................. OMITIED CONCRETE RIPRAP ....................................................................................................... OMITIED CONCRETE CYLINDER PIPE AND FITIINGS ............................................................... OMITIED CONCRETE PIPE FITIINGS AND SPECIALS ............................................................... OMITIED UNCLASSIFIED STREET EXCAVATION ....................................................................................... 9 6 " PERFORATED PIPE SUBDRAIN ................................................................................ OMITIED REPLACEMENT OF 4" CONCRETE SIDEWALKS ......................................................... OMITIED RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................... OMITIED PAVEMENT REPAIR IN PARKING AREA .....................................................................•. OMITIED EASEMENTS AND PERMITS .......................................................................................... OMITIED HIGHWAY REQUIREMENTS .......................................................................................... OMITIED CONCRETE ENCASEMENT .......................................................................................................... 9 CONNECTION TO EXISTING STRUCTURES .............................................................................. 9 TURBO METER WITH VAULT AND BYPASS INSTALLATION ..................................... OMITIED OPEN FIRE LINE INSTALLATIONS ................................................................................ OMITIED · WATER SAMPLE STATION···············································-············································ OMITIED CURB ON CONCRETE PAVEMENT ............................................................................... OMITIED SHOP DRAWINGS .......................................................................................................... OMITIED ASC-1 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA.,108 DA-109 DA-110 DA-111 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS COST BREAKDOWN ....................................................................................................... OMITIED STANDARD STREET SPECIFICATIONS H .M.A.C. OVERLAY ................................................... 10 H.M.A.C . MORE THAN 9 INCHES DEEP ........................................................................ OMITIED ASPHALT DRIVEWAY REPAIR ................................................................................................... 10 TOP SOIL ...................................................................................................................................... 10 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..................... OMITTED BID QUANTITIES .......................................................................................................................... 10 WORK IN HIGHWAY RIGHT OF WAY ........................................................................... OMITIED CRUSHED LIMESTONE (FLEX-BASE) ........................................................................... OMITIED OPTION TO RENEW .................................................................................................................... 11 NON-EXCLUSIVE CONTRACT .................................................................................................... 11 CONCRETE VALLEY GUTIER ....................................................................................... OMITIED TRAFFIC BUTIONS ........................................................................................................ OMITIED PAVEMENT STRIPING ................................................................................................................. 11 H.M .A.C. TESTING PROCEDURES ............................................................................................. 11 SPECIFICATION REFERENCES ................................................................................................. 12 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX .................................................................................................................................. OMITIED RESILIENT-SEA TED GATE VALVES .......................................................................................... 12 EMERGENCY SITUATION , JOB MOVE-IN .................................................................................. 12 1 W & 2" COPPER SERVICES ....................................................................................... OM I TIED SCOPE OF WORK (UTIL. CUT) ...................................................................................... OMITIED CONTRACTOR'S RESPONSIBrL TY (UTIL. CUT) .......................................................... OMITIED CONTRACT TIME (UTIL. CUT) ....................................................................................... OMITIED REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) .................................... OMITIED TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ....................................................... OMITIED LIQUIDATED DAMAGES (UTIL. CUT) ............................................................................ OMITIED PAVING REPAIR EDGES (UTIL. CUT) ........................................................................... OMITIED TRENCH BACKFILL (UTIL. CUT) .................................................................................... OMITIED CLEAN-UP (UTIL. CUT) ....... : ........................................................................................... OMITIED PROPERTY ACCESS (UTIL. CUT) ................................................................................. OM I TIED SUBMISSION OF BIDS (UTIL. CUT) ............................................................................... OMITIED STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) .................................................... OMITIED CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ................................. OMITIED 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ................................................................... OMITIED ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ................ OMITIED MAINTENANCE BOND (UTIL. CUT) ............................................................................... OMITIED BRICK PAVEMENT (UTIL. CUT) ..................................... ~ ... , .......................................... OMITIED LIME STABILIZED SUBGRADE (UTIL. CUT) ................................................................. OMITIED CEMENT STABILIZED SUBGRADE (UTIL. CUT) ........................................................... OMITIED REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................................ OMITIED "QUICK-SET' CONCRETE (UTIL. CUT) ......................................................................... OMITTED UTILITY ADJUSTMENT (UTIL. CUT) .............................................................................. OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ........ OMITIED LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ...................................... OMITIED CONCRETE CURB AND GUTIER (UTIL. CUT) ........................................................ OMITIED PAYMENT (UTIL. CUT) ............................................................... : ............................... OMITIED DEHOLES (MISC. EXT.) .................................................... : ........................................ OMITIED CONSTRUCTION LIMITATIONS (MISC . EXT.) ....................................................................... 12 PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................ : .............. : ............... 12 BID QUANTITIES (MISC. EXT.) ................................................................................................ 12 LIFE OF CONTRACT (MISC. EXT.) ............................................................................ OMITIED FLOWABLE FILL (MISC. EXT.) ................................................................................................ 13 BRICK PAVEMENT REPAIR (MISC . REPL.) .............................................................. OMITIED DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ............................... OMITTED WORK ORDER COMPLETION TIME (MISC. REPL.) ................................................ OMITIED ASC-2 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-119 10/'23108 PART DA -ADDITIONAL SPECIAL CONDITIONS MOVE IN CHARGES (MISC. REPL.) .......................................................................... OMITIED PROJECT SIGNS (MISC . REPL.) ............................................................................... OMITIED LIQUIDATED DAMAGES (MISC. REPL.) .................................................................... OMITIED TRENCH SAFETY SYSTEM DESIGN (MISC . REPL.) ................................................ OMITIED FIELD OFFICE .......................................................................................................................... 13 TRAFFIC CONTROL PLAN ......................................................................................... OMITTED COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ........ : ................... 14 CATHODIC PROTECTION SYSTEM .......................................................................... OMITIED ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories , with strengths, thickness, coatings , and fittings indicated , specified and/or necessary to complete the work . 2 . All excavation shall provide an open area conforming to the outs ide diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown an the Plans and as established in the Specifications . 3 . Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department , the Texas Department of Transportation, or railroad company, as applicable . B. MA TE RIALS : 1. Casing Pipe : Casing pipe shall be steel conforming to ANSI 636 .10 and the following : a. Field Strength : 35 ,000 psi minimum . b. Wall thickness: 0 .312 in . minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS 01 .1 . 2 . Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3 . Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft . of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. 10/23108 Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as notto weaken or damage any embankment or structure. During construction operations, barricades and lights ta safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be _removed from the site. ASC-4 -10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it. such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. c. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by baring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen : The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted . b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hale, and furnish lubrication for subsequent removal of cuttings and · installation of the pipe immediately thereafter. c. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging an the inside of the casing, and to keep the installed line from resting on the bells. ASC-5 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area-and spigot area necessary for assembly unless otherwise specified. c. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d . At all bored, jacked , or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout Care must be taken that not too much water is forced into the casing so as not to float the pipe . The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5 . Baring and Jacking Ductile Iron Pipe without Casing Pipe : a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary ta achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut c . Bore and jack in accordance with paragraph C.3. above. d . Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6 . Tunneling: Where the characteristics of the soil , the size of the proposed pipe , or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans , a tunneling method may be used, with the approval of the Engineer or railroad/highway officials . a. b. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer far approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed . The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans . The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same , and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor ta remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-84. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No . 106 "Unclassified Street Excavation ", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item Na. 304 "Prime Coar and Item No . 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 ·Top Soil\ if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition ta date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient ta obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the 10/23/08 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces : Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process . All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils, and Emulsions'', 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8'1 deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No . 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-29 BUTT JOINTS -MILLED A. Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation ta the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No . 9 -Wedge Milling. The configuration of the butt joints is described in mare detail below. General details of butt joint locations -along with wedge milling in general -are s.hown in plan form at the back of this document. B. Construction Details 10/23108 Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be · tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation far all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8n PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-50 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 E 1-20 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 far Concrete Encasement. DA-51 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 E1-20 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. 10/23108 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for such work as connecting to existing facilities including all labor, tools , equipment, and materia l necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM . DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work invo lving paving and/or drainage shall conform to the two following published specifications, except as mod ified here in: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C . driveways are encountered , such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway . DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment . tools and incidentals shall be included in the square yard bid price for the top sail. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision , this provision controls. No claim will be considered for last or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an ·emergency" basis only . Total quantities given in the bid proposal may not reflect actual quantities; however, they are given far the purpose of bidding and awarding the contract A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is ta be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scape of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all change orders . 10123/08 ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and uD" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Praetor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved far placement of-the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and far Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 10/23108 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26 .1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required , the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens , etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed , there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing . DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to ke-ep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed , as directed by the Engineer, for flushing and for providing sample points for bacteria tests . The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired . DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4 .3 conflicts with this provision , this provision controls. Na claim 10/23108 ASC-12 - PART DA -ADDITIONAL SPECIAL CONDITIONS will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description : The flowable fill material shall be delivered to the site , free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping , vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu . ft .• with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications: Flowabl.e fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meet ing ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder farm used in standard ready-mix concrete products unless specifically designed far flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal , which are specifically designed for flawabl e_fill to lower unit weights , reduce shrinkage and subsidence , and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260 . c. High range water reducers confo rming to ASTM C-494 Type F or G. d. Accelerating admixtures conform ing ta ASTM C-494, Type. C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members . 2. Calcium chloride DA-116 FIELD OFFICE As specified in Part C, General Conditions CS-5.6 , the contractor shall prov ide a field office exclusively far the City of Fart Warth Construction Manager and coordination meetings far the fallowing: A . Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished . 10/'2ll08 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS 8 . Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction . The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated . The office shall be provided with janitor service , heating and cooling equipment, electrical wiring , outlets and fixtures suitable to light the tables and desk adequately as directed . Provide separate toilet facilities in the field office. C . Provide the following furniture and equipment in the Construction Manager's office : 1. One plan table, 3-ft by 5-ft and one stool 2 . Desk about 3-ft by 5-ft with desk chair 3 . Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2 . Eight folding chairs . 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4 . Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring , lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. -The plans indicate "connecting to an existing pipelinea constructed by others and ending the line with the installation of a plug . If the start of the project cannot be connected ta the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug . Contractor will be paid for "connectionp to existing line or installation of blind flanges ·based an the unit price bid for the water or sewer main. 10/23108 ASC-14 - - PARTE Technical Specifications - 318-042-22 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS 1.01 SCOPE The work involved under this Contract consists of the furnishing of all materials, tools, equipment, transportation , services, and all labor and superintendence necessary for the construction and completinn of the project, including but not limited to the following major items : The construction of Reclaimed Water Quality Improvements (UV Disinfection) starts at the Village Creek Wastewater Treatment Plant , as shown on the drawings. The project consists of a vertical or horizontal UV disinfection system with a steel tank, UV lamps , control devices and control panel, power supply, and necessary appurtenances at the Village Creek Wastewater Treatment Plant. 1.02 MATERIAL FURNISHED BY OWNER All materials for this contract shall be provided by the CONTRACTOR in accordance with the applicable specifications unless specifically noted otherwise in the Plans or Specifications . 1.03 SANITATION FACILITIES The CONTRACTOR shall provide portable toilet and drinking water facilities in sufficient number for the CONTRACTOR'S use throughout the course of the Project and in accordance with OSHA requirements. CONTRACTOR'S personnel will not be permitted to use toilet or drinking water facilities in the existing buildings. 1.04 POWER FOR CONSTRUCTION The CONTRACTOR shall at his own expense pay for all electrical power for project construction . 1.05 FIREARMS Neither the CONTRACTOR nor any of his employees shall be allowed to carry firearms on the Project, either on their persons or within their automobiles . 1.06 REFERENCE STANDARDS Reference to the standards of any technical society, organization , or association or to the codes of local and state authorities shall mean the latest standard codes , specifications, or tentative specifications adopted and published at the date of taking bids, unless specifically stated otherwise . 01001-1 GENERAL CONSTRUCTION REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 1.07 OFFSITE STORAGE Offsite storage of materials or equipment shall be the sole responsibility of the CONTRACTOR. In the event that the CONTRACTOR does not have adequate facilities to receive and protect equipment or materials when delivery is made, then the CONTRACTOR shall be solely responsible for the storage of such items. Equipment or materials shall be stored by the CONTRACTOR according to each manufacturer's recommendations . .... The CONTRACTOR may, at his option, make suqh arr angements with each vendor to delay shipment of certain items by storing them at th~1factory. Additional costs incurred thereby shall be borne by the CONTRACTOR. Such changes in shipping schedules shall not in any way affect the designated completion date of this Contract. 1.08 HANDLING MATERIALS NOT APPROVED The CONTRACTOR shall remove from the site any materials found to be damaged and any materials not meeting the Specifications. Any payment for materials found to be damaged shall be deleted from the next monthly partial payment request. Inspection before installation shall not relieve the CONTRACTOR from any responsibility to furnish materials which meet the specified requirements. 1.09 CONTRACT DOCUMENTS AT THE SITE The CONTRACTOR shall maintain at the Project site one copy of the Contract Documents including Plans , Specifications, Addenda, Change Orders, approved Shop Drawings, and any other modifications approved by the ENGINEER. The CONTRACTOR shall maintain a working copy of the Stormwater Pollution Prevention Plan showing current control devices . The CONTRACTOR shall also keep copies of all project correspondence and payment requests at the site. These documents shall be kept in good order in file cabinets and shall be marked to accurately record all changes made during construction and to accurately record the location and size of existing buried pipe and valves encountered during construction of the Project. With each monthly pay request, the CONTRACTOR shall make available updated record drawings for OWNER's review. Upon completion of the Project, these drawings shall be made available to the ENGINEER for the OWNER. 1.10 DUST CONTROL The CONTRACTOR shall be responsible for eliminating and/or alleviating dust resulting from his construction operations . This is particularly applicable to dust which results from vehicular traffic traveling along or through areas where construction has resulted in dirt. or dust being left on streets. The CONTRACTOR shall sprinkle water or use other dust control methods which will reduce dust to a minimum. The OWNER may request additional dust control sprinkling at anytime as deemed necessary . Dust control will be considered subsidiary to construction and no separate measurement and payment will be made. No . oils, petroleum based solutions, or other substances which endanger the environment may be utilized for dust control. 01001-2 GENERAL CONSTRUCTION REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 1.11 CITY AND COUNTY ORDINANCES The CONTRACTOR shall abide by all City and County ordinances and standards when working within their jurisdiction , pertaining to any and all of the CONTRACTOR'S construction and work activities . The CONTRACTOR is responsible for obtaining copies of and becoming familiar with all applicable ordinances and standards . Such ordinances shall include , but are not limited to, those addressing barricades , warning and detour signs ; disposal of excess earth and materials ; allowable hours and days for performing work; noise ; air pollution ; erosion and sedimentation control ; and any other applicable ord i nances and standards . The CONTRACTOR shall contact the jurisd iction in which the work is being conducted to obtain all necessary ordinances and standards . No separate measurement and .payment will be made for abiding by all City and County ord inances and standards , but will be considered as subsidiary to construction . 1.12 OPEN TRENCHES Except at excavations created as the result of pits for bores , tunnels , jacking or similar operations (i.e ., construction other than open trench), or as set forth in these Contract Documents , the CONTRACTOR shall backfill all trenches at the complet ion of each day 's work to the OWNER 'S satisfaction and in addition to other required barricades and warning devices . The backfill shall extend from the end of the pipe to the top of the trench . At excavations created as the result of pits for bores , tunnels , jacking or similar operations , the CONTRACTOR shall , in addition to other required barricades and warning devices , furn ish and install adequate barricades to prevent and stop vehicles from driv ing into pits and prevent pedestrians and livestock from fall ing into pits . 1.13 PIPE CLOSURE AND BUOYANCY OF STRUCTURES At the end of each working day, the CONTRACTOR shall p lug the ends of all exposed pipeline w ith inflatable plugs placed inside the ends of the pipe or w ith OWNER approved plug , to prevent any material or objects from entering the pipeline . The CONTRACTOR shall anchor all pipelines and structures to prevent the ir flotation should rain occur prior to the completi on of backfilli ng to proposed final grade . 1.14 LIGHTING A. Provide light ing for construction operations and security . B. Permanent lighting may be used when available . C. Mainta in light ing and make routine repairs . 1.15 HEATING AND VENTILATION A. Provide as required to ma intain specified cond itio ns for construction operations. B. Protect materials and finishes from damage due to temperature or humid ity . 01001-3 GENERAL CONSTRUCTION REQUIREMENTS V ILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 318-042-22 C. Provide ventilation of enclosed areas to cure materials , disperse humidity and prevent accumulations of dust, fumes , vapors , or gases. 1.16 FIRST AID FACILITIES CONTRACTOR shall prov ide full compliment of first aid supplies in weatherproof container at locations convenient to work sites. 1.17 FIRE PROTECTION . . A. Provide portable fire extinguishers, rated 2A minimum, in CONTRACTORS' field office, and storage sheds . B . Provide means of notifying personnel in case of emergency. C. Ensure internal combustion engine powered equipment is located at safe distance from combustible materials. D. Prohibit smoking in locations and operations of potential fire hazard and clearly post "No Smoking" or "Open Flame" signs. E. Flammable/Combustible Liqu ids: 1. Store flammable/combustible liquids in conformance with requirements of federal and local codes and regulations. 2. Provide approved metal safety containers for storage of flammable/combustible liquids in excess of one gallon. · 3 . Prohibit storage of flammable/combustible liquids near exits, stairways or common passageways. 1.18 FIELD OFFICES AND SHEDS The CONTRACTOR may provide a field office and sheds for the CONTRACTOR's use. The CONTRACTOR shall be responsible for utilities . The CONTRACTOR has sole responsibility for acquiring a site for the location of offices and sheds . 1.19 SPECIAL ACCESS REQUIREMENTS AND CONSTRUCTION LIMITATION ON ROADWAYS This item pertains to work adjacent to and within all roadways on this Project. The CONTRACTOR will be required to provide one lane of traffic at all times on all roadways in the Project area , unless otherwise indicated on the drawings. The CONTRACTOR shall notify all emergency units operating in the area of the proposed work and closing schedule . The CONTRACTOR shall immediately inform all said units of any change in the closing schedule . The CONTRACTOR shall provide a minimum of one point of ingress and egress to all apartments, businesses, schools and homes on both sides of all roadways. Prior to installing asphalt pavement, the CONTRACTOR shall place an all-weather surface for 01001-4 GENERAL CONSTRUCTION REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 temporary access. The all-weather surface shall meet the requirements of the Texas Department of Transportation Standard Specifications (TXDOT), Item 248 , Type A The CONTRACTOR shall take all necessary precautions to protect pedestrians in the work area . When working within or adjacent to the following rights-of-way, the CONTRACTOR shall cover all open trenches at the end of each work day using a method designed by the CONTRACTOR's Texas Registered Professional Engineer which will be capable of supporting AASHTO H-20 highway loads and/or provide bc1rricades as set forth in the contract documents: All City roadways All County Roadways All State Roadways All other open trenches within roadways not noted hereinabove shall be properly barricaded and protected as set forth in the Contract Documents . At intersections and driveways , the CONTRACTOR shall install gravel material, as set forth in TXDOT Item 247, Type A , Grade 1. 1.20 POTABLE WATER LINE PROTECTION AND TCEQ REQUIREMENTS The CONTRACTOR shall abide by all TCEQ standards for installir:ig reclaimed water pipelines . Reclaimed water lines and potable water lines shall be installed no closer than nine (9) feet from each other. Where the nine feet separation distance cannot be achieved , the CONTRACTOR shall place all underground potable water, reclaimed water and wastewater lines in accordance with the TCEQ's Rules and Regulations for Public Water Systems effective October 1, 1992 and Design Criteria for Sewage Systems and the requirements of Texas Natural Resource Conservation Commission Chapter 290 relating to Water Hygiene. 1.21 STORMWATER DISCHARGE PERMIT In accordance with the requirements set forth by the Environmental Protection Agency (EPA) in the Federal Register, Volume 63, No. 128, July 6 , 1998, pages 36490 through 36519 , tit led "Final NPOES General Permit for Stormwater Discharge from Construction Sites ," it will be the sole responsibility of the CONTRACTOR to comply with the referenced General Stormwater Permit conditions for the life of the project. A Storm Water Pollution Prevention Plan is provided in Appendix A These requirements include , but are not limited to , the provision for filing a Notice of Intent (NOi) and maintaining the pollution prevention plans required in the General Stormwater Permit. All costs associated with complying with all provisions of the General Stormwater Permit shall be borne by the CONTRACTOR. Unless notified otherwise , the CONTRACTOR shall be authorized to discharge stormwater associated with the CONTRACTOR's Project work activities. Additional information may be obtained by contacting EPA's NPDES stormwater hotline at 703/821-4823 or the appropriate EPA Regional Office . 01001-5 GENERAL CONSTRUCTION REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 This requirement is set forth to ensure that no damage or degradation to neighboring properties , public or private thoroughfares and waterways occurs as a result of erosion caused by construction activities . Any property disturbed by construction activities shall be returned to either specified condition or preconstruction conditions as set forth in the Contract Documents . The CONTRACTOR shall provide an overall erosion and sedimentation control system which will protect all disturbed areas and soil stockpile/spoil areas . An appropriate erosion and sedimentation system must be used and maintained in effective operating condition during construction, and ,311 exposed soil and other fills must be permanently stabilized at the earliest pra .t icable date. The CONTRACTOR shall have the sole responsibility for the means , methods, techniques, sequences and procedures for the furnishing, installing and maintaining erosion and sedimentation control structures and procedures . The overall system shall be modified by the CONTRACTOR from time to time as may be required to effectively control erosion and sediment during construction and as directed by the OWNER during construction . 1.22 EXPLOSIVES Use of explosives will not be allowed on this Project: 1.23 PROJECT PHOTOGRAPHS A The CONTRACTOR shall take photographs of the project site and all residences prior to construction , a minimum of 30 monthly during the construction of the Project and after completion of the Project including all residences . Photographs may be taken with a quality 35mm or better quality 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 OWNER and/or ENGINEER. All prints and negatives required by the OWNER shall become the property of the OWNER. B . Two (2) glossy color prints (minimum 4" x 6") and the negatives shall be provided for each photograph taken . Each print shall be marked to indicate project name, date and time , location , direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If photographs of adequate quality are not produced from exposure , additional photographs shall be taken immediately. C. The CONTRACTOR shall provide photographs of the entire site prior to construction . Starting one (1) month after the date of the preconstruction photographs , and continuing as long as the work is in progress, monthly photographs shall be taken to accurately record the work that has progressed during that period . D. The CONTRACTOR shall record the condition of the project by video taping the entire site prior to construction. The video shall be clear and sharp and accurately record the preconstruction condition of the permanent easement, temporary easement and all structures within and adjacent to the easements . The OWNER shall be furnished a DVD copy of the video taken prior to the CONTRACTOR moving equipment and materials onto the project site . 01001-6 GENERAL CONSTRUCTION REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 1.24 UNCLASSIFIED EXCAVATION All excavation will be unclassified. It shall be the responsibility of the CONTRACTOR to make such subsurface investigations as he deems necessary to determine nature of material to be excavated . END OF SECTION 01001-7 GENERAL CONSTRUCTION REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 -GENERAL 1.01 SCOPE SECTION 01010 SUMMARY OF WORK 0318-042-22 A. The CONTRACTOR shall complete the work as specified in the plans and specifications. 1.02 WORK COVERED BY CONTRACT DOCUME'ifS A. The work covered by these contract documents comprises the construction of improvements for the City of Fort Worth Village Creek Reclaimed Water Quality Improvements project. B. The scope of the work to be completed is defined by the plans and these specifications. In gener~I terms the work consists of furnishing all labor, materials, equipment , tools and related items as required to complete the following improvements: 1. UV Disinfection System, including stainless steel tank, modules, and appurtenances, to be furnished and installed per specification section 11305. 2. Power distribution/data center and interconnecting power and data cables to modules. 3. Concrete slab for UV equipment to be set upon. 4. Jib crane to pick up UV equipment. 5. Metal canopy tied into new concrete slab to cover the UV equipment. 6. Pumps, discharge piping, valves, and all appurtenances for a lift station in the filter effluent box to deliver flow to the UV Disinfection System. 7. Pressure piping with a flow meter and turbidity meter between the lift station and the UV Disinfection System. 8. Gravity flow pipe from UV effluent to the Reclaimed Water Lift Station to include two motorized valves and a diversion pipe line . A section of the pipe line shall be buried to provide a vehicle crossing, a portion of the pipe line shall be supported above a chlorine contact basin, and the pipe line shall connect to a pipe in the Reclaimed water wet well installed by others. 9. Miscellaneous sitework, piping, and other utilities. C . Work on the Village Creek Reclaimed Water Eastern Delivery System Pump Station No. 1 is funded under the American Recovery Reinvestment Act (ARRA) through the Texas Water Development Board. This work must be completed, tested and closed by the TWOS before the UV system discharge pipeline can be connected. It is estimated that the Village Creek Reclaimed Water Eastern Delivery System Pump Station No. 1 projected will be closed by the TWDB in March 2011 . D. For this project, (Village Creek Reclaimed Water Quality Improvements) the CONTRACTOR will receive three notices to proceed. 1. Notise lo Proseed 1: Major Equiparnnl Shop Drawings. Upon nolise of Intent lo & /\ward, the City may authorize the initiation of shop dra1Ning preparation for the 01010-1 SEPTEMBER 23 , 2010 SUMMARY OF WORK V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 following manufacturers : selected UV manufacturer, major electrical equipment, and submersible pumps. In the event the project is cancelled, the City will pay the manufacturers up to $15,000 in total for time and expenses in preparing the shop drawings. 1. Notice to Proceed 1: Major Equipment Shop Drawings. Upon notice of Intent to Award, the City may authorize the initiation of shop drawing preparation for the following manufacturers: selected UV manufacturer, major .electrical equipment, 6 and submersible pumps. In the event the project is cancelled, the City will pay 4 up to a combined total )f $24 ,000 for time and expenses in preparing shop .. drawings for equipment v •. h long lead times, including: UV equipment, electrical · · equipment, pumps·, .valves, actuators, and any other piece of equipment the manl;Jfacturer deems necessary. ifhe Owner has •decided to authorize the early preparation ·of shop drawings to assfst with the "delivery schedule for long lead time equipment items, due to the minimal length of ttie construction contract time. Currently, there are no. known issues that ould revent or delay award of the general contract." 2 . Notice to Proceed 2: General Contract. Upon this notice to proceed, the CONTRACTOR may proceed with all work under the general contract except for the Final Connection to the Reclaimed Water Pump Station as described in Notice to Proceed 3. 3. Notice to Proceed 3: Final Connection. Upon this notice to proceed, the CONTRACTOR may perform the following work: (1) make final piping connection to the Reclaimed Water Eastern Delivery System Pump Station No. 1, (2) perform HMI reprogramming of PLC-REP, and (3) make all communication wiring connections to the Reclaimed Water Pump Station facilities necessary for a complete and operable system. 1.03 STANDARD SPECIFICATIONS A. City of Fort Worth "Design and Construction Standards " shall apply except where amended , modified, or otherwise addressed by these technical specifications . B. Comply with applicable building codes . 1. Comply with all City, State, and National Codes as a minimum or the requirements of these documents if more stringent than codes. ~ 2. All work is to be inspected by the appropriate Code Enforcement Officers. 1.04 LOCATION A. The Village Creek Reclaimed Water Quality Improvements site is located at the Village Creek Wastewater Treatment Plant at 4500 Wilma Lane, Arlington, Texas . B. CONTRACTOR's storage facilities, if necessary , will be located on site as allowed by OWNER, or a bonded storage facility in the general vicinity. Any off-site storage is 01010-2 SUMMARY OF WORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 subject to the OWNER's approval. All storage costs and transportation are the responsibility of the CONTRACTOR. 1.05 MEASUREMENT AND PAYMENT A. Measurement and payment shall be in accordance with the Bid Form and the General conditions. 1.06 WORK SEQUENCE A. Co ns t ruct work in stages to accommodate 'the.'OWNER 's use of the premises during the construction period; coordinate the construction schedule and operations with the OWNER and as specified in Section 01310-Construction Schedules. B. Connections to existing piping, electrical, etc. and structures will require partial or total equipment shutdowns. CONTRACTOR shall coordinate connections with the OWNER as specified in Section 01310 --Construction Schedules . C. Construction operations shall be scheduled to allow the OWNER uninterrupted operation of existing adjacent facilities, except as noted in Section O 1310 -Construction Schedules. Coordinate connections with existing work to ensure timely completion of interfaced items. D. At no time shall CONTRACTOR or his employees modify operation of the existing facilities or start construction modifications without approval of the OWNER, except in emergency to prevent or minimize damage. In an emergency condition, OWNER shall be notified immediately of impact to operations . E. Prior to any excavation at the facility, CONTRACTOR shall notify City personnel. City personnel may choose to observe excavation activities and CONTRACTOR shall coordinate the work to accommodate observation of work. 1.07 CONTRACTOR'S USE OF PREMISES A. The temporary facilities shall be in accordance with Section 01500. CONTRACTOR shall limit his use of the premises for work and for storage to allow for: 1. Work by other contractors . 2. OWNER occupancy. B. Coordinate use of premises under direction of the OWNER. C. Assume full responsibility for the protection and safekeeping of products under this contract , stored at the site. D. Move any materials or products stored outside the designated storage areas which interfere with operations of the OWNER. 01010-3 SUMMARY OF WORK VILLAGE CREEK RECLAIMED WATER QUALITY IM PROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 E. The CONTRACTOR shall maintain roads during construction and restore all roads and surrounding properties to their original condition. F. CONTRACTOR shall comply with all security measures and protocols established at the facility. G. Hazardous gaseous chemicals, including chlorine and sulfur dioxide , are used at the facility and excavation plans are in place. The CONTRACTOR shall train its personnel on how to respond to alarms and how to evacuate the facility in accordance with the facilities' plans . 1.08 OWNER OCCUPANCY A OWNER will occupy the premises during the entire period of construction for the conduct of normal operations. Coordinate with OWNER in all construction operations to minimize conflict, and to facilitate OWNER's usage. B. The facilities ' sites on which the work is to be completed are operating facilities and are critical components. Except as specified in Section 01310-Construction Schedules, the CONTRACTOR shall conduct his work such that capacity of the OWNER's facilities is not impacted. 1.09 PERMITS A CONTRACTOR shall obtain all building and trade permits required by the City of Fort Worth. The OWNER will pay the cost of building permits required from the City of Fort Worth. B. CONTRACTOR shall coordinate and schedule any building or trade inspections or approvals required by the City of Fort Worth. Any fees required from the City of Fort Worth will be paid by the OWNER. C. OWNER has or will obtain approval for construction from the following agencies : 1. Texas Commission on Environmental Quality -Water Utilities Department -Plan Review. 2 . Texas Department of Licensing and Regulation . D. The CONTRACTOR shall obtain any required Storm Water Pollution Prevention Permits from the USEPA. CONTRACTOR shall implement best management practice for control of storm water at all sites , regardless of area. E. CONTRACTOR shall obtain any other permits required to complete the work not specifically listed herein . 1.10 DRAWINGS AND CONTRACT DOCUMENTS FOR CONTRACTOR USE A Refer to General Provisions. 01010-4 SUMMARY OF WORK V IL LAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 B. The CONTRACTOR will be provided with the following "no-charge" documents within 30 days of data of Notice to Proceed . "No-charge" documents will include two sets of conformed specifications , two sets of conformed half-sized drawings , one set of conformed full-sized drawings and one CD containing .pdf files of the specifications and drawings . C. Additional documents after "no-charge" documents will be furnished to CONTRACTOR at cost. 1.11 SPECIAL CONSIDERATIONS A. CONTACTOR shall be responsible for negotiations of any waivers or alternate arrangements required to enable transportation of materials to the site. PART 2 -PRODUCTS (NOT APPLICABLE) PART 3-EXECUTION (NOT APPLICABLE) END OF SECTION 01010-5 SUMMARY OF WORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 PART 1 GENERAL 1.01 RELATED REQUIREMENTS A. Agreement SECTION 01040 COORDINATION B . Supplementary Conditions to the Standard Specifications C. Section 01010: Summary of Work D. Section 01300 : Submittals E . Section 01360: Qual ity Control F. Section 01640 : Manufacturer's Field Services G. Section 01700: Contract Closeout PART 2 PRODUCTS -Not Applicable PART 3 EXECUTION 3.01 COORDINATION OF SHOP DRAWINGS AND SUBMITTAL DATA A. Shop Drawings , Product Data , and Samples . 318-042-22 1. The CONTRACTOR shall insure that the Equipment Supplier submits shop drawings, product data , and samples to the ENGINEER as specified . B . Quality Control Submittals . 1. Design data . - a. The CONTRACTOR shall insure that the Equipment Supp lier submits the specified design data to the ENGINEER as spec ified. 2. Test reports. a. Factory test procedures . The CONTRACTOR shall insure that the Equipment Supplier submits factory test procedures as specified to the ENGINEER for rev iew and comment. b . Factory test reports . 1. The CONTRACTOR shall insure that the Equipment Supp lier submits factory test reports as specified to the ENGINEER. 2. ENGINEER will notify the CONTRACTOR as to the acceptability of the test reports. c . Field test procedures . 1. The CONTRACTOR shall insure that the Equ ipment Supplier submits field test procedures to the ENGINEER for review and comment. 2. The CONTRACTOR will coordinate field test procedures , equipment , and manpower requirements with the Supplier. 01040-1 COORDINATION V ILLAGE CREEK REC LAI MED WATER QUALITY IM PROVEM EN TS SEPTEMBER 23 , 2010 318-042-22 d . Field test reports. 1. The CONTRACTOR will submit the field test reports to the ENGINEER. 2 . ENGINEER will notify the CONTRACTOR and the Equipment Supplier as to the acceptability of the test reports. 3. Certifications . a . Certification of Acceptable Delivery , Un!o.ading , and Storage. 1. The CONTRACTOR shall insure that the Equipment Supplier's Field Representative certifies the acceptable delivery, unloading, and storage by signing the appropriate form . 2 . The CONTRACTOR will also certify the acceptable delivery , unloading, a nd .storage by signing the appropriate form . 3 . Payment for equipment delivery will require submittal of this form signed by both parties. b. The Equipment Supplier's Certification of Proper Installation . 1. The CONTRACTOR shall insure that the Equipment Supplier's Field Representative certifies the proper installation by signing the appropriate form. 2 . The CONTRACTOR will also sign the appropriate form. 3. Start-up and field testing of the equipment shall not occur until receipt of this form by the ENGINEER. 4 . Manufacturer's instructions. a . Unloading instructions . 1. The Equipment Supplier shall provide unloading instructions with the equipment when it is delivered to the project site. 2 . The Equipment Supplier shall provide the services of a manufacturer's representative to provide guidance to the Contractor in the proper unloading of the equipment. 3 . Contractor will unload the equipment in accordance with manufacturer's instructions . b . Storage instructions. 1. The Equipment Supplier shall provide manufacturer's storage instructions with the equipment when it is delivered to the project site. 2 . Contractor will store the equipment in accordance with manufacturer's instructions, including providing power for energizing of space heaters if required . c . Installation instructions . 1. The Equipment Supplier shall provide installation instructions, anchor bolts, and anchor bolt template delivered with the equipment to the project site . 2 . The Equipment Supplier shall provide the services of a manufacturer's representative to verify proper installation of the equipment. 3. Contractor will install equipment as recommended by the Equipment Supplier and as shown on the drawings. d . Lubrication instructions . 1. The Equipment Supplier shall provide lubrication instructions, including type , quantity, and proper filling of required lubricant, delivered with the equipment to the project site. 2. Contractor will provide lubricants and fill all reservoirs as required by Supplier. 01040-2 COORDINATION VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 e. Start-up instructions. 1. The Equipment Supplier shall provide start-up instructions delivered with the equipment to the project site. 2. The Equipment Supplier shall provide the services of a manufacturer's representative to verify proper installation , including filling of all lubricant reservoirs , prior to start-up of the equipment. 3 . Contractor will provide initial start-up of the equipment as recommended by the Equipment Supplier. 3.02 COORDINATION OF EQUIPMENT DELIVERY A. The Equipment Supplier shall coordinate with the Contracto r regarding the specific timing of delivery of the equipment. 3.03 COORDINATION OF MANUFACTURER'S FIELD SERVICES A. The Equipment Supplier shall provide the services of a manufacturer's representative as specified. 8. Contractor will coordinate w ith the Equipment Supplier regarding the exact timing of the manufacturer's representative's services. 3.04 COORDINATION OF OPERATION AND MAINTENANCE MANUALS A. The Equ ipment Supplier shall submit Operation and Maintenance Manuals as specified to the Contractor. 8 . Contractor shall subm it the Operat ion and Maintenance Manuals to the ENGINEER for review . C . ENGINEER will provide comments to the Contractor for coordination with the Equipment Supplier . 3.05 COORDINATION OF PROGRESS PAYMENT APPLICATIONS A. All Progress Payments shall be submitted to the ENGINEER. The Contractor shall submit all documentation requ ired for payment to the ENGINEER for review and recommendation for payment to the OWNER as per General Conditions. 3.06 CONSTRUCTION PHOTOGRAPHS A. Provide digital photographs and video show ing preconstruction area, construction progress, and the post construction site . Preconstruction video and photographs shall be submitted to the Engineer within 10 days of the effect ive date of the agreement. Photographs shall be provided on digital compact d isk in JPG format. Each photograph shall be marked with the date , project name and number, and brief description of the photographs and location where the photograph was taken . Deliver to ENGINEER two compact disks of photographs and video . 8 . Take video and a minimum of 36 digital photographs of the preconstruction area at the Village Creek Recla imed Water Quality Improvements and pump station site . 01040-3 COORDINATION VIL LA GE CREEK RECLAIMED WAT ER QU ALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 C . Take a minimum of 36 digital photographs monthly showing the progress of construction . The location of these photographs will be determined by ENGINEER. Deliver to Engineer two compact disks each month with monthly pay request. D. Take video and a minimum of 36 digital photographs of the post-construction area at the Village Creek Reclaimed Water Pump Station and pump station site . Deliver to Engineer two compact disks of photographs and video. END OF SECTION 01040-4 COORDINATION VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 01045 DEMOLITION, CUTTING AND PATCHING 0318-042-22 PART 1 GENERAL 1.01 A. B. C. D . E. F. 1.02 A. DESCRIPTION This Section includes the removal of existing construction to the limits as indicated and specified. It also includes relocating existing construction as indicated and specified. Contractor shall comply with the requirements of Section 0131 O in scheduling and o mpleting all demolition work. Demolition includes the complete or partial removal and turn over to Owner, salvage or disposal of equipment and materials as indicated or specified. Relocation of existing construction includes isolation, draining, cutting , joining, new piping , new fittings, new junction boxes, new conduit , new wiring , etc. as required to reinstall a fully functional system as indicated , as specified or as required to accommodate the new work. Contractor shall be responsible for all demolition cutting , core drilling , fitting and patching, including attendant excavation and backfill , required to complete the work or to: 1 . 2 . 3. 4. 5. 6. Make its several parts fit together properly . Uncover portions of the work to provide for installation of ill-timed work. Remove and replace defective work . Remove and replace work not conforming to requirements of contract documents. Remove samples of installed work as specified for testing . Provide penetrations of structural and nonstructural surfaces for installation of piping and electrical conduit. Related Requirements in Other Parts of the Project Manual. Basic responsibilities of parties: Conditions of the Contract. Related Requirements Specified in Other Sections : 1. General Provisions: Division 1. 2 . Divisions 2 through 16 as applicable. SUBMITTALS Schedule: Submit proposed methods and operations of demolition , cutting and patching in accordance with Section 01300 -Submittals and Section 0131 O - Construction Schedules . B. The schedule shall include : 1 . Identification of the project. 2. Description of the affected work. 3. The necessity for cutting , alteration or excavation, when appljcable . 4. The effect on the work of the Owner or any separate Contractor, or on the structural or weatherproof integrity of the project. 01045-1 DEMOLITION , CUTTING AND PATCHING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 5 . Coordination schedule for shut-off, capping and continuation of utility services as required . 6. Description of the proposed work shall include : a. The scope and detailed sequence of cutting , patching, alteration, or excavation . b . The trades who will execute the work . c . Products proposed to be used. d . The extent of refinishing to be done . e . Sequence and methods of removal and disposal of demolished materials. f. Alternatives to cutting and patching , when applicable. g . Written permission of any· separate Contractor whose work will be affected. C. Submit a written notice to Owner designating the date and the time the work will begin . 1.03 JOB CONDITIONS A Condition of Structures : Owner assumes no responsibility for actual condition of equipment and portions of structures to be demolished . Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable . 8. Explosives : Use of explosives will not be permitted. C. Traffic: Conduct demolition operations and removal of debris to ensure minimum interference with roads , streets , walks , and other adjacent occupied or used facilities. Do not close or obstruct streets , walks or other occupied or used facilities without permission from Owner. Provide alternate routes around closed, or obstructed traffic ways if required by Owner. D. Support System . The support system/shoring plan shall be designed by the Contractors Designer, designer shall seal the plan and a copy of the plan shall remain on site at all-times. E. Damages : Promptly repair damages caused to adjacent facilities by demolition operations at no cost to Owner. F. Utility Services : Maintain existing utilities required to remain , keep in service, and protect against damage during demolition operations . 1. Do not interrupt existing utilities serving occupied or used facilities , except when authorized in writing by the Owner. Provide temporary services during interruptions to existing utilities , as acceptable to Owner. 2. When utility lines are encountered which are not indicated in the plans , the Owner shall be notified . G. Operating Facilities 1. Perform Work in a manner which will not disrupt the operation of existing in service facilities, except as allowed in Section 01310. 2 . Provide temporary services to assure uninterrupted operation of existing facilities, except where service disruption is allowed for as specifically specified in Section 01310 or specifically noted on the drawings . 3 . Stage materials, equipment and Work in a manner wh ich will not obstruct Owner access to operate and maintain existing operating facility components. 01045-2 SEPTEMBER 23 , 2010 DEMOLITION , CUTIING AND PATCHING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 4. Sequence and perform Work to minimize disruption of existing facilities . PART 2 PRODUCTS Comply with specifications and standards for each specific product involved . PART 3 EXECUTION 3 .01 INSPECTION A. Inspect existing conditions of the i:,.-oject , including elements subject to damage or to movement during demolition , cutt L ,J, patching, splicing or relocation . · 8. After uncovering work, inspect the conditions affecting the installation of products or performance of the work . C. Report unsatisfactory or questionable conditions to the Owner in writing; do not proceed with the work until the . Owner has provided further instructions. D. Conditions which are visible without uncovering work shall be reported to the Project Manager in writing no later than two weeks after site mobilization. E. Test equipment for proper function after relocation . F. The Contractor shall be liable for any lost or damage items which are to be reused . Any lost or damage items shall be replaced with pr_oducts identical to the existing items or equivalent , as determined by the Owner . The Owner, along with the engineer, shall have sole discretion in determining what product is equivalent. 3 .02 PREPARATION A. Recommendation . The support system/shoring plan shall be designed by the Contractor's Engineer licensed in the State of Texas . The plans shall be sealed by the licensed Engineer in the State of Texas . The plan and a copy of the plan shall remain on site at all-times . 8 . Provide devices and methods to protect other portions of the project from damage. C. Provide protection from the elements for that portion of the project which may be exposed by demolition , cutting and patch ing work , and maintain excavations free from water. 3 .03 PERFORMANCE A. Pollution Controls: Use water sprinkling , temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Com- ply with governing regulations pertaining to environmental protection . 1. Do not use water when it may create hazardous or objectionable conditions such as ice , flooding , and pollution. 2. Clean adjacent structures and improvements of dust , dirt, and debris caused by demolition operations , as directed by Owner or governing authorities . Return adjacent areas to condition existing prior to start of work. 01045-3 SEPTEMBER 23 , 2010 DEMOLITION , CUTTING AND PATCHING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3 . Prior to demolition inside existing structures , provide covers consisting of plastic sheeting and framing over existing pumps , motors , switchgear and control panels . Maintain covers during demolition operations . B. Structure Demolition: Demolish as required and remove from site . Use such methods as required to complete work within limitations of governing regulations. 1. Proceed with demolition in a systematic manner , from top to ground . 2. Locate demolition equipment throughout structure and remove materials so as to not impose excessive loads to supporting walls , floors or framing. 3 . Execute cutting and demolition by methods which will prevent damage to other work , and will provide proper surfaces to receive installation of repairs. Torch cutting will n·ot be permitted. 4 . Where physical cutting is required, cut work with sawing and grinding tools , not with hammering and chopping tools . Unless otherwise specified , core dr ill or saw cut openings through all concrete work . Core drilling shall be done utilizing diamond bits . Corners shall not be over cut without prior written approval from the Consulting Engineer. 5 . Torch cutting of steel members is not allowed . C. Execute excavating and backfilling by methods which will prevent settlement or damage to other work . D. Execute fitting and adjustment of products to provide a finished installation to comply with specified products , functions , tolerances and finishes . E. Fit work watertight and airtight to pipes , sleeves , ducts, conduit and other penetrations through surfaces. F. Patch with seams which are durable and as invisible as possible . Restore exposed finishes of patched areas and , where necessary , extend finish restoration onto retained work , adjoining, in a manner which will eliminate evidence of patching . G. Take care in the removal of equipment and materials to be salvaged to prevent damage to such. H. The Owner is responsible for the lead and asbestos abatement. Contractor shall notify Owner immediately upon encountering lead or asbestos during demolition work. 3.04 DISPOSAL OF DEMOLISHED MATERIALS A. The Owner shall retain salvage rights to all material and equipment. All materials and equipment retained by the Owner shall be transported and delivered to a point designated by the Owner: B. Any material or equipment not retained by the Owner shall be removed from the site and disposed of by the Contractor in accordance with applicable regulations and laws . END OF SECTION 01045-4 DEMOLITION , CUTIING AND PATCHING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL 1.01 SCOPE SECTION 01051 GRADES, LINES AND LEVELS 0318-042-22 Unless otherwise specified , all construction stakes shall be provided by the Contractor using the bench marks as shown on the plans . 1.02 QUALITY ASSURANCE The Contractor shall provide an experienced instrume n ,. man , competent assistants, and such instruments and tools as required to complete the survey , layout, and measurement work . PART 2 PRODUCTS-NOT APPLICABLE. PART 3 EXECUTION 3.01 GRADES, LINES AND LEVELS A. The Contractor shall construct all structures and pipelines under this contract to within the following tolerances . In all cases , the grading must be such that water is not ponded and drainage is not impeded . Alignment Grade Structures ±0.10 ft . ±0.02 ft . Pavement ±0 .20 ft . ±0.05 ft. Pipelines 1.0 ft./1000 ft. 0 .25 ft./100 ft. Grading ±0.10ft. Railroads ±0 .10ft. ±0.05 ft. Ductbanks 1. 00 ft./1000 ft. 0.25 ft./100 ft. B . The permanent benchmarks near the site are prov ided as shown on the plans. C . Within ten days after the effective date of the agreement, the Contractor shall verify the grade and location of all permanent benchmarks . If a discrepancy is found, the Construction Manager shall have the benchmarks checked and resolve the discrepancy. After such time , the Contractor shall be responsible for the accuracy and protection of all benchmarks. D. The Contractor shall be responsib le for layout, staking and control of all grades , lines and levels . E . The Contractor shall safeguard all permanent benchmarks at the site and shall bear the cost of replacing the benchmarks and assume entire expense or correcting work improperly constructed due to failure to maintain and protect such established points and marks. END OF SECTION 01051-1 SEPTEMBER 23 , 2010 GRADES, LINES AND LEVELS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SECTION 01070 REFEij!=NCE STANDARDS 0318-042-22 PART1 GENERAL 1.01 REQUIREMENTS INCLUDED Abbreviations and acronyms are used in Contract Documents to identify reference standards. 1.02 QUALITY ASSURANCE A Application: When a standard is specified by reference, comply with requirements and recommendations stated in that standard , except when requirements are modified by the Contract Documents, or when these Contract Documents establish stricter standards. B. Publication Date : Use the publication in effect on the date of issue of Contract Documents, except when a specific publication date is specified. 1.03 ABBREVIATIONS , NAMES AND ADDRESSES OF ORGANIZATIONS A Obtain copies of referenced standards direct from publication source, when needed for proper performance of Work , or when required for submittal by Contract Documents . AA . AABC ACI ADC Al Alum inum Association AISC . 818 Connecticut Avenue , N.W. Wash ington , DC 20006 Associated Air Balance Counc il AISI 1000 Vermont Avenue, N .W . Washington , DC 20005 American Concrete Institute P.O . Box 19150 Reford Station Detroit , Ml 48219 Air Diffusion Council 435 North Michigan Avenue Chicago , IL 60611 Asphalt Institute Asphalt Institute Bu ilding College Park , MD 20740 AMCA ANSI ARI 01070-1 REFERENCE STANDARDS American Institute of Steel Construction 1221 Avenue of the Americas New York , NY 10020 American Iron & Steel Institute 1000 16th Street, N.W. Washington, DC 20036 Air Movement and Control Association 30 W . Un iversity Drive Arlington Heights , IL 60004 American National Standards Institute 1819 L Street, NW Wash ington, DC 20036 Air-Condit ioning and Refr igeration Institute 1815 N. Fort Myer Dr ive Arlington , VA 22209 SEPTEMBER 23 , 2010 VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS ASHRAE Amer ican Society of Heat ing Refr igeration and Conditioning Engineers 345 East 47th Street New York, NY 10017 ASME Amer ican Society of Mechanical Engineers 345 East 47th Street New York , NY 10017 ASTM American Society for Testing and Materials 1916 Race Street ,. Philadelphia , PA ·19103 AWi Architectural Woodwork Inst. 2310 South Walter Reed Drive Arlington , VA 22206 AWPA Amer ican Wood-Preservers' Association 7735 Old Georgetown Road Bethesda , MD 20014 AWS Amer ican Welding Society 2501 NW 7th Street Miami , FL 33125 AWNA American Water Works Associat ion 6666 W . Quincy Avenue Denver , CO 80235 CDA Copper Development Assoc . 57th Floor, Chrysler Building 405 Lexington Avenue New York , NY 10017 CGA Compressed Gas Associat ion, Inc . 1225 Jefferson Davis Highway Arlington , VA 22202-4102 CLFMI Cha in Link Fence Manufacturers Institute Washington , DC 20036 CRSI Concrete Reinforcing Steel Institute 180 North LaSalle Street , Suite 2100 Chica·go, IL 60601 NESC National Electric Safety Code IEEE 445 Hoes Lane Piscataway , NJ 08855-1331 NETA National Electrical Testing Association 231 Red Rocks Vista Dr ive Morrison , CO 80465 0318-042-22 FM Factory Mutual System 1151 Bost-Prov idence Turnpike Norwood , MA 02062 FS Federal Specification General Services · Administration Specificat ions and Consumer Informat ion Distribution Section (WFSIS) Washington Navy Yard , Building 197 Wash ington, DC 20407 GA Gypsum Association 1603 Orrington Avenue Evanston , IL 60201 ICEA Insulated Cable Engineers Association P.O. Box 440 South Yarmouth , MA 02664 IEEE Inst itute of Electrical and Electronic Engineers 445 Hoes Lane Piscataway , NJ 08855-1331 ISA Instrument Society of America 67 Alexander Drive P.O. Box 12277 Research Triangle Park , NC 27709 MIL Military Specification Naval Publicat ion and Forms Center 5801 Tabor Avenue Ph iladelphia , PA 19120 MLSFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago , IL 60601 NMMM National Association of Architectural Meta l Manufacturers NEC National Electric Code Batterymarch Park Qu incy , MA 02269 NEMA National Electrica l Manufacturer's Assoc . 2101 L Street , N.W . Wash ington , DC 20037 PCA Portland Cement Association 5420 Old Orchard Road Skokie , IL 20076 PCI Prestressed Concrete Inst itute 20 North Wacker Dr ive Ch icago , IL 60606 PS Product Standard U.S. Department of Commerce Wash ington , DC 20203 01.070-2 REFERENCE STANDARDS SEPTEMBER 23 , 2010 VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS NFPA National Fire Protection Association 470 Atlantic Avenue Boston , MA 022 10 NFPA National Forest Products Association NTMA 1619 Mass. Ave . N.W . Washington , DC 20036 i'-l ational Terrazzo and Mosaic Association 3166 Des Plaines Avenue Des Plaines , IL 60018 NSWMA National Solid Wastes Management Assoc. OSHA 1120 Connecticut Ave ., NW Washington, DC 20036 U.S . Department of Labor Occupational Safety and Health Administration 200 Constitution Avenue , N.W . Washington , D .C . 20210 PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTION -NOT APPLICABLE SDI Steel Deck Institute P .O. Box 3812 St. Louis , MO 63122 0318-042-22 SDI Steel Door Institute 7 12 Lakewood Center North Cleveland , OH 63122 SIGMA Sealed Insulating Glass Manufacturing Assoc . 111 East Wacker Drive Chicago , IL 60601 SMACNA Sheet Metal & Air-Conditioning Contractor's Nat'I Association 8224 Old Court House Rd . Vienna , VA 22180 TAS TCA Technical Aid Series Construction Specs . Inst itute 1150 Seventeenth St., N.W . Washington , DC 20036 Tile Council of America P .O. Box 326 Princeton , NJ 08540 UL Underwriters Laboratories Inc . 333 Pfingsten Road Northbrook , IL 60062 END OF SECTION 01070-3 REFERENCE STANDARDS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 PART 1 GENERAL 1.01 SCOPE SECTION 01153 CHANGE ORDERS 0318-042-22 A. This section is intended to further define the procedures for processing change orders. In case of conflict between the requirements listed herein and the General Provisions or the Addenda , the order of procedure shall be : 1. Addenda 2. General Provisions 3. This section 1.02 RELATED REQUIREMENTS A. General Provisions : Methods for determining cost, credits , and schedule impacts of changes in the Scope of Work . 8 . Agreement: The amount of contract unit prices where applicable from the Schedule of Values . C. Sect ion 01370 : Schedule of Values D. Section 01600 : Material and Equipment E. Section 01720 : Project Record Documents 1.03 AUTHORIZATION A. Designate in writing the member of Contractor's organization : 1. Who is authorized to accept changes in the work . 2. Who is responsible for informing others in the Contractor's employ of the authorization of changes in the work . 3. Such person shall visit the site on a daily basis . B. Owner will designate in writing the procedure and authorized persons to execute change orders . C. Consulting Engineer and Owner's Representative are not authorized to execute or order extra work . No action on their part shall be construed by the Contractor as authorization on direction to proceed with extra work . D. Do not start work on any affected work until an authorized change order is received from the Owner, or directed to proceed in writing by the Owner. PART 2 PRODUCTS -NOT APPLICABLE 01153-1 CHANGE ORDERS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 PART 3 EXECUTION 3.01 PRELIMINARY PROCEDURES A. Owner may initiate changes by submitting a written Request for Change to Contractor through the Owner's Representative . 1. Request may include : a . Detailed description of the change , products , and locat ion of the change in the project b . Supplementary or revised drawings and specifications c . The projected time span for making the change d . A specific period of time during which the requested price w ill be considered val id . 2 . Such request is for informat ion only and is not an instruct ion to execute the changes nor to stop work in progress . 8 . Contractor may initiate changes by submitting a written Request for Change to Owner, through the Owner's Representative : 1. Request shall include: a. Description of the requested changes b. Statement of the reason for making the changes c . Statement of the effect on the contract sum and ,the contract time . d . Statement of the effect on the work of separate Contractors e . Documentation supporting any change in contract sum or contract time , as appropriate . 2 . Such Request for Change is for information only , and is not an instruct ion or authorization to execute the changes , nor to stop work in progress. 3 . Contractor shall not begin work on any proposed change until authorized to do so by the Owner. 4 . Contractor shall , within fourteen (14) calendar days , notify the Owner of any conditions which will result in changes in the contract price or schedule . 3.02 CONTRACTOR DOCUMENTATION OF REQUESTS AND CLAIMS A. All correspondence and requests concerning change orders shall be submitted to the Owner's Representative . B. Support each quotation for a lump sum request , and for each unit pr ice which has not previously been established , with sufficient substantiating data to allow Owner to evaluate the quotation . C. On request provide additional data to support time and cost computations : 1. Labor required 2 . Equipment required 3 . Products required a. Recommended source of purchase and unit cost b. Quantities required 4 . Insurance and bonds 5. Credit for work deleted from contract , similarly documented 6 . Overhead and profit 01153 - 2 CHANGE ORDERS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 7 . Justification for any change in contract time D. Support each claim for additional costs and for work done on a time-and:..material , or force account, basis as specified plus additional information: 1. Name of the Owner's authorized agent who ordered the work and date of the order 2 . Dates and times work was performed and by whom 3. Time record , summary of hours worked , and hourly rates paid 4. Receipts and invoices for : a . Equipment used , listing dates and times of use b. Products used, listing of quantities c. Subcontract cost breakdown E. Document requests for substitutions for products as specified in Section 01600 , Materials and Equipment. 3.03 PREPARATION OF CHANGE ORDERS DOCUMENTATION A. O_wner's Representative will compile supporting documentation for each change order . B. Change order will describe changes in the work , both additions and deletions , with attachments of revised Contract Documents to define details of the change. C. Change order will provide an accounting of the adjustment in the contract sum and in the contract time. 3 .04 LUMP SUM/FIXED PRICE CHANGE ORDER A. Content of change orders will be based on, either: 1. Owner's Request for Change and Contractor's responsive proposal as mutually agreed between Owner and Contractor. 2. Contractor's Request for Change and Owner's written acceptance of same . B. Owner will sign and date the change order as authorization for the Contractor to proceed with the changes. C. Contractor shall sign and date the change order indicating agreement and acceptance of the terms therein . The change order form prepared by the Owner shall be used and signed by the Contractor. 3.05 CORRELATION WITH CONTRACTOR'S SUBMITIALS A. Revise Section 01370 , Schedule of Values , to record each change as a separate item of work and to record the adjusted contract sum . . . B. Revise the Construction Schedule as required in Section O 1310 to reflect each change in contract time . C . Upon completion of work under a change order, enter pertinent changes per Section 01720 , Project Record Documents . END OF SECTION 01153-3 CHANGE ORDERS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL SECTION 01200 PROJECT MEETINGS 1.01 PRE-CONSTRUCTION CONFERENCE 0318-042-22 A. A pre-construction conference will be held at a location designated by Owner after award of Contract and prior to the start of significant construction activities. Owner will notify the Contractor as to the date and time of the conference one week in advance of the proposed date. Owner, Engineer, Project Superintendent, and Contractor's Subcontractor Representatives shall attend. B. Contractor shall be prepared to discuss the following items as a minimum: 1. Distribution and discussion of: a . List of major subcontractors and suppliers b. Projected construction schedules 2 . Critical work sequencing 3 . Liquidated Damages 4 . Major equipment deliveries and priorities 5 . Project coordination: a. Designation of responsible personnel 6. Procedures and processing of: a . Field decisions b. RFls c. Proposal requests d . Submittals/Shop Drawings e. Change Orders f . Applications for Payment 7. Adequacy of distribution of Contract Documents 8 . Procedures for maintaining record documents 9 . Use of premises : a. Office, work, and storage areas b. Owner's requirements 10 . Construction facilities , controls, and construction aids 11. Temporary utilities 12 . Contractor's safety plan and first-aid procedures 13. Security procedures 14. Housekeeping procedures 15. Submittal schedule 16. Quality control 17. Planned outages 18. Laboratory testing 19. Factory and Field Testing C. The Owner will preside at the conference, The Owner will prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference . 01200-1 PROJECT MEETINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042 -22 1.02 PROJECT MEETINGS A The Owner shall conduct construction meetings involv ing: 1. Contractor's Project Manager. 2 . Contractor's Project Superintendent. 3 . Owner's designated Representative(s). 4 . Eng ineer's designated Representative(s). 5. Contractor's subcontractors as appropriate to the work in progress . B. Conduct meetings monthly at the Pro lect fie ld office of the Contractor or location determined by the Owner. C. The Owner shall take meeting minutes and submit copies of meeting minutes within 5 business days to participants and designated recipients identified at the pre-construction Conference. Corrections , additions or deletions to the minutes shall be noted and addressed at the following meeting . D. The Contractor shall update record drawings prior to submittal of application for each progress payment. Contractor shall also have ava ilable at each meeting an updated list of record drawing notes and an updated progress schedule . E. Suggested Agenda : 1. Review of work progress, including up-to-date subm ittal , RFI , and change order logs provided by the Construction Manager. 2. Field observations, problems, and confl icts. 3 . Problems that impede construction schedules . 4 . Review of off-site fabrication and delivery schedules . 5. Corrective measures and procedures to regain projected schedules . 6 . Revisions to construction schedules. 7 . Plan progress schedules during succeeding work period. 8. Coordination of schedules . 9 . Review submittal schedules ; expedite as required . 10. Maintenance of quality standards . 11 . Review proposed changes for effect on construction schedules and on completion dates . 12 . Other business . END OF SECTION 01200-2 SEPTEMBER 23 , 20 10 . PROJECT MEETINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SECTION 01300 SUBMITTALS PART 1 GENERAL 1.01 PRIOR TO BEGINNING WORK 0318-042-22 Submit the following items with the signed agreement form as a prerequisite to starting the work . The location of information concerning each submittal is referenced. A PE r'.'ormance Bond . Bidding Requ irJ'ments , Contract Forms , General Provisions and Supplementary General Provisions. B. Payment Bond. Bidding Requirements, Contract Forms, General Provisions and Supplementary General Provisions . C. Certificate of Insurance. General Provisions and Supplementary General Provisions . 1.02 WITHIN 30 DAYS OF THE EFFECTIVE DATE OF THE AGREEMENT Prepare and submit the following : A Submittal schedule indicating each item to be submitted , the scheduled date of initial submission and latest date that review must be complete to maintain the overall project schedule. B. Preliminary Construction Schedule indicating in Gantt chart format , the first 60 days of construction activities as specified in Section 01310-Construction Schedules. C. Subcontractor and Supplier List indicating all proposed subcontractors and suppliers to be used to complete the work. D. Schedule of Values for lump sum bid items indicating the cost breakdown of lump sum bid items for use in progress payment preparation . E. Pre-Construction Video. Submit pre-construction video of the existing plant site and facilities involved in or adjacent to the proposed construction of this project. Include all proposed haul and delivery routes within the plant site . Submit three (3) copies of the video . 1.03 WITHIN 60 DAYS OF THE EFFECTIVE DATE OF THE AGREEMENT OF THIS PROJECT. Prepare and submit the following : A Proposed construction schedule indicating in chronological order all proposed construction activities required to complete the work as specified in Section 01310 - Construction Schedules. 8 . No more than one progress payment will be authorized until this submittal is made in accordance with the contract documents. 01300-1 SUBMITTALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 1.04 MONTHLY DURING CONSTRUCTION A. A listing of the value of work completed for each bid item . Lump sum bid items shall indicate the value complete of each item listed on the accepted schedule of values. B. A listing of the value of materials stored on hand keyed to the applicable bid item or, in the case of lump sum bid items , the schedule of values item . Invoices indicating the full value of materials on hand must also be submitted. C. An updated project schedule as specified in Section 0131 O -Constr 1:1 ction Schedules. D. An updated listing of subcontractors and suppliers . E. Contractor shall submit a narrated video with a minimum of thirty (30 minutes) of video showing full coverage of project activities. F. A progress report indicating : 1. Items of work scheduled to be commenced or completed during the proceeding month. 2 . Items of work actually commenced or completed during the preceding month. 3 . Discuss the reason that any scheduled item may not have been commenced or completed. 4 . Summary of the overall status of the work (on schedule, ahead of schedule, behind schedule) with discussion . 5 . If the work is behind schedule , a discussion of the measures being taken to maintain the schedule. 6 . A listing of number of weekdays in the month , number of days and hours worked, number of weekdays not worked and reason for each, and weekend days worked and reason for each . G. Documentation of MBE/WBE participation in the project indicating the total value of work performed by each minority or women owned business . H. A subcontractor's payment affidavit. I. Contractor's Certified Payroll . J. Application for Payment. Submit applications for partial payment as specified in the General Provisions and Supplementary General Provisions and within the time specified in the agreement. K. Change Order Proposal. A proposal for change order may be submitted to the Owner whenever a need arises . The request must be in writing and must include sufficient information to assess the need for a change in the work , the contract time , or the contract sum. Requests for additional time or compensation are subject to the applicable time limitations stipulated in the General Provisions. 01300-2 SUBMITTALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 L. Items Entitling Owner to Retain set-offs : the following items entitle Owner to retain set- offs from the amount recommended to be paid to the Contractor, including but not limited to: 1. Owner compensation to Engineer for labor and expenses at an estimated average rate of $125 per each hour for labor, plus expenses , because of the following Contractor-caused events: a. Delays necessitating a time extension for the performance of Engineer's serv ices. b. ·investigations of defective work. c. Retesting of defectiv? work . d. · Return visits to man ..;;iacturing facilities for shop testing or retesting . e. Shop drawing review in excess of two reviews by Engineer for substantially the same Submittal. f . Evaluation of proposed substitutes and in making changes to Contract Documents occasioned thereby . 1.05 TYPES OF PRODUCT AND SHOP DRAWING SUBMITTAL DATA A. Fabrication and Erection (or Placement). Dimensioned drawings , lists and schedules. B. Catalog sheets. C. Specification sheets. D. Certifications . E. Laboratory, shop or mill test reports . F. Basis of design and design calculations, test procedures and related information as required per various sections of these specifications . G. Experience and facilities brochures . H. Samples . I. Parts lists . J . Operation and Maintenance manuals . 1.06 INFORMATION TO BE INCLUDED IN PRODUCT SUBMITTALS AND SHOP DRAWINGS All data needed to determine the following facts shall be submitted . A. Conformance to specifications , including : kind, type, size , arrangement , finishes, and operation of component materials , and devices . B. Conformance to plans , including dimensions, orientation, appearance, external connections and anchorages , installation clearances . 01300-3 SUBMITTALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 C . Specific purpose or design conditions , and adequacy to meet same: weights , dynamic, loads , supports required, operating characterist ics . D. Coordination w ith other work, including items needed by this trade , but furnished by others, and information needed by others to perform their part . · E . A letter certifying full and complete compliance with the specifications , drawings and other project requirements. The letter shall list any exceptions to or deviations from specified requirements , if any, and reasons for same. Exceptions or deviations shall also be clearly marked in a separate color in submittals. F. Delivery Date: 1. This should be stated as a firm date of delivery, not measured from approval of drawings to date of shipping . For this purpose the time taken by the Eng ineer to process data may be taken as not exceeding 21 calendar days . The Engineer does not assume responsibility for correctness or completeness of the data , however. 2 . The Contractor should determine that proposed delivery dates w ill not cause delay or result in failure-to complete the project on time . 3 . No extension of time or waiver of liquidated damages will be granted due to failure to deliver on time unless the Contractor presents written evidence that favorable delivery is not obtainable for an acceptable item. 4 . Such evidence will be considered as a basis for extension of time only when presented promptly after award of contract. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3 .01 PREPARATION OF SUBMITTALS A. Shop Drawings: 1. Preparation by a qualified detailer is required. 2 . Identify details by reference to sheet, detail numbers , and specification section , schedule or room numbers as shown on the contract drawings. 3 . Include on the drawing all information required for submission or submit transmittal letter containing required information . 4. Submit the number of copies which is specified in Paragraph 3.03 of this section. B. Product Data: 1. Modify the manufacturer's standard schematic drawings to delete or supplement information as applicable . 2. For manufacturers' catalog sheets, brochures, diagrams, schedules , performance charts , illustrations and other descriptive data: 3. Clearly mark each copy to identify pertinent materials , products or models. 4 . Show dimensions and clearances required. 5 . Show performance characteristics and capacities . 6 . Show wiring diagrams and controls. 7 . I nclude on the data all information required for submission or submit transmittal letter containing required information . 01300-4 SUBMITIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 3 .02 PROJECT TRANSMITTAL A Transmittal Mechanics : 1. Ut ilize two copies of a "project transmittal form " approved by the Engineer to transmit all shop drawings and samples . 2. Assure resubmitted items retain the original number but with an added suffix letter starting with "A" 3. Restrict each letter of transmittal to only one Spec ification Section or portion thereof. 4 . If the transmittal letter covers more than one item or-drawing provide a breakout description of each transmittal component on the "Project Transmittal Form." Each component thus identified will be addres ~ed on the "Engineer's Submittal Review Form ." Define item number, description of each item, manufacturer, supplier, Drawing/Specification reference , and number of copies submitted . 5. Do not change the scope of any resubmittal from the original transmittal scope . Even if some of the components of the original transmittal were not commented on by the Engineer, resubmit all components in subsequent resubmittal packages . 6. Contractor shall not use red color for marks on transmittals . Duplicate all marks oA all copies transmitted, and ensure marks are photocopy reproducible . Outline Contractor marks on reproducible transparencies with a rectangular box . B. All transmittals must be from Contractor and bear his approval stamp on the submittal item . Transmittals will not be received from or returned to subcontractors . 1. Shop drawing transmittal stamp shall read "(Contractor's Name)" represents that the Contractor has determined and verified all field dimensions and measurements, field construction cr iteria, materials , catalog numbers , and sim ilar data, and that the Contractor has checked with the requirements of the Work and the "Contract Documents" as stipulated in General Provisions , Item 1.28 . Transmittals will not be received from or returned to subcontractors . C. Provide submittal information defining specific equipment or materials utilized on the project. Generalized product information not clearly defining specific equipment or materials to be provided will be rejected . D. Transmittal Contents : 1. Coordinate and identify shop drawing contents so that all items can be easily verified by the Engineer. 2. Identify equipment or material use , tag number, drawing detail reference , weight, and other project specific information . 3. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. 4 . Submit items like equipment brochures , cuts of fixtures, product data sheets or catalog sheets on 8-1/2" x 11" pages . Indicate exact item or model and all proposed options . 5. Include legible scale details, sizes , dimensions , performance characteristics , capacities , test data , anchoring details , installation instructions , storage and handling instructions , color charts , layout drawings , parts catalogs, rough-in diagrams , wiring diagrams , controls , weights and other pertinent data . Arrange 01300-5 SUBMITTALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 data and performance information in format similar to that provided in Contract Documents . 6 . If proposed equipment or materials deviate from the Specifications, Drawings , or applicable codes in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. If explanation is not given, shop drawings may be returned without action . If no deviations are requested, the transmittal shall include the statement "No deviations from the Contract Documents are requested in this submittal." 3.03 ROUT~ G OF SUBMITIALS A Subm.ittal data and routine correspondence should be routed as fo0ows : 1. Supplier to Contractor (through representative if applicable) for preliminary check . 2 . Contractor to Owner. Owner shall log submittal and archive one copy of the original submittal. 3 . Owner to Engineer all remaining copies for review and comment. 4 . Engineer to Owner. 5 . Owner to Contractor. Owner will log date submittal returned when acceptable and no further submittal is required. 6 . Contractor to Supplier or Subcontractor. B. Work Schedules . 1. Contractor to Owner and Engineer for rev iew and comment. 2. Owner and Engineer will discuss schedules with Project Manager and Operations . 3. Following review , Owner to Contractor. C. Application for Payment 1. Contractor to Owner for review and comment. 2 . Owner will process application for payment. D. Potential Change O rder 1. Contractor to Owner. Owner shall log and file a copy . 2 . Owner to Engineer. 3 . Owner and Engineer will rev iew . Owner has final approval of all change orders . 4 . Owner to Contractor. E. Request for Information 1. Contractor shall subm it RFI using Engineer's form . Owner will issue RFI number and log RFI into record . 2 . Owner to Engineer and simultaneous copy Project Manager for review and comment. 3 . Eng ineer response to Owner. 4 . Owner to Contractor. F. Other submittals 1. Contractor to Owner 2 . Owner to Engineer for review and comment. 3. Owner to Contractor. 01300 -6 SUBMITTALS V ILLAGE CREEK RECLAIMED WATER QUALI TY IMPROVEMENT S SEPTEMBER 23, 2010 G. Addresses for Communications: 1. Engineer. Jeffrey E. Caffey , P.E. Alan Plummer Associates, Inc. 1320 South University Drive , Suite 300 Fort Worth , Texas 76107 Phone: (817) 806-1700 2 . Owner. Farida Goderya City of Fort Worth 3 . General Contractor. Name ------Job Address ___ _ Firm ---------- Job Phone ------- Address -----City ___ _ Phone _____ _ H. Number of copies and distribution 0318-042-22 'i. _, I • 1. For all data which requires review, the Contractor shall submit all of the required number of copies in the original submittal to the Engineer. a . The minimum number of copies required for review and distribution is eleven (11) paper copies and two (2) electronic copies on CDs. One unmarked original will be retained by the Owner. The remaining original submittals will be sent to the Engineer for review and comment. b . The Engineer will review and mark each submittal (or provide submittal review comment transmittal) as scheduled in Section 01310 and submit to the Owner for distribution . Owner 2 Plant Staff 2 Inspectors 2 Contractor's File 3 Engineer 2 Total (minimum) 11 To the above number, up to two additional copies may be added as required by the Contractor. 01300-7 SUBMITIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2. For informational items , such as parts lists and operation and maintenance manuals , submit three preliminary copies to the Owner for review . Upon acceptance of preliminary operation and maintenance manual , submit seven additional distribution copies (in addition to accepted preliminary copies) to the Owner who will distribute as follows: Owner 2 Plant Staff 2 Inspector 1 Engineer 2 Total C ~pies 7 I. Submittals in Electronic Format. 1. Contractor shall provide all submittals on compact disk at the time of submission of the specified paper copies. Files shall use PDF format. 3 .04 DISPOSITION OF SUBMITTALS A. Transmittals received will be initially reviewed to ascertain inclusion of Contractor's approval stamp. Drawings not stamped by the Contractor or stamped with a stamp containing language other than that specified in Paragraph 3 .02.B will not be reviewed for technical content and will be returned without any action. B. Items within transmittals will be reviewed for overall design intent and will receive one of the following actions : 1. No exception -Furnish item as submitted. 2. Exceptions as noted -Furnish item with changes as noted. 3 . Rejected/Resubmit -Item is not acceptable or lacks sufficient information , resubmit with information conforming to the project requirements and the Engineer's comments. · C. The actions defined above in Paragraph B signify the following : 1. No Exception: Signifies equipment and material represented by the submittal is in general conformance with the design concept and generally complies with the intent of the Contract Documents. Contractor is to proceed with fabrication or procurement of the items and with related Work . 2 . Exceptions as noted: Signifies equipment and material represented by the submittal is in general conformance w ith the design concept and generally complies with the intent of the Contract Documents , except for Engineer's notations and comments. Contractor is to proceed with fabrication or procurement of the items and with related Work in strict accordance with Engineer's notations and comments . If the Contractor desires a variance from the Engineer's notations or comments the Contractor shall submit the revised Submittal in its entirety to the Engineer and not proceed on any variance until a "No Exception " Engineer action is received . 3 . Rejected/Resubmit: Signifies equipment and material represented by the Submittal does not appear to be in general conformance with the design concept, does not generally comply with the intent of the Contract Documents, or is either insufficient in detail or contains discrepancies which prevent the Engineer from 01300-8 SUBMITTALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 completing review. Contractor is to resubmit revised information responsive to Engineer's notations and comments and the Contract Documents . Fabrication or procurement of items represented by the Submittal and related Work is not to proceed . D. If for any reason a transmittal that has been returned to the Contractor noted a "No Exception" or "Exception as Noted," is resubmitted , it must be accompanied by a letter defining the changes that have been made and the reason for the resubmittal. Destroy or conspicuously mark "SUPERSEDED" all documents having previously received "No Excertion'' or "Exception as Noted" that are superseded by a resubmittal. E. In a Jition to calculations, other transmittc,1ls such as submittals which the Engineer considers as "Supplemental Information" which is supplemental to but not essential will not be stamped or returned to the Contractor. The Engineer will acknowledge receipt in a transmittal letter and forward to the Owner. F. Owner will distribute reviewed copies as noted in paragraph 3.03 -Number of Copies Required . 3.05 RESUBMISSION REQUIREMENTS A. Shop Drawings: 1. Revise initial drawings as required and resubmit as specified for initial submittal. 2. Indicate on drawings any changes which have been made , including those requested by the Engineer. B. Product Data and Samples : Submit new data and samples as required for initial submission . 3 .06 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense , based on the Engineer's rates as specified in Section 01300 , Paragraph 1.04 .L. The Contractor shall reimburse the Owner within 30 calendar days for all such fees invoiced to the Owner by the Engineer. B. The need for more than one resubmission or any other delay in obtaining Engineer's review of submittals , will not entitle the Contractor to an extension of Contract Time . 3.07 CONSUL TING ENGINEER DUTIES A. The submittal schedule shall allow sufficient time for the to adequately complete his review . A minimum of 14 calendar days shall be allotted for the review of each submittal. Allow more time for large, voluminous , or complex submittals . Delays caused by resubmittal and subsequent reviews shall be the responsibility of the Contractor. 01300-9 SUBMITIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 B . Affix stamp and signature, and indicate results of his review as specified in paragraph 3.04. Review of submittals shall not constitute approval of any deviation from the requirements of these specifications and plans unless those deviations are clearly noted on the submittal as specified in Paragraph 3.02 . C . Forward submittals to Owner for distribution . END OF SECTION 01300-10 SUBMITIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART1 GENERAL 1.01 SCOPE SECTION 01310 CONSTRUCTION SCHEDULE 0318-042-22 A. Prepare and submit a construction schedule that accomplishes the work within the allotted time and adheres to the overall schedule and project specific constraints listed herein. The schedule shall be of sufficient detail to : . 1onitor the construction activities on a monthly basis. B . Complete the work in accordance with the schedule. C. Update the schedules as necessary to reflect changes in the work and actual site conditions. In no case shall the contract completion date be altered unless specifically approved by Change Order. D. Prepare and submit monthly progress reports . E . Coordinate the Work with activities of the Owner and other contractors. F. The Construction Schedule is a tool for the Contractor's and Owner's use in executing and monitoring the progress of the Work. Failure to include any items of Work in the schedule does not relieve the Contractor of his responsibility to complete the work as specified in the Contract Documents. 1.02 RELATED WORK AND SPECIFICATIONS A. General Provisions. B. Section 01300: Submittals. 1.03 SIGNIFICANCE OF CONSTRUCTION SCHEDULING DOCUMENTS The percentage completion reported for each activity as listed in the monthly progress report and the prices of those activities as stated in Section 01370, SCHEDULE OF VALUES , shall reflect each other and will be used in part to determine the amount of each monthly payment to the Contractor. The CPM network diagram, bar charts and monthly progress reports will be primary references in evaluating claims for delay and requests for time extensions. No monthly progress payments will be made to the Contractor until all required scheduling reports and documents have been received and accepted by the Owner. 1.04 USE OF FLOAT Float is not for the exclusive benefit of the Contractor, but is an expiring resource available to the Owner and the Contractor to accommodate changes in the Work, however originated. Contract time extensions will be granted only to the extent that · delays to affected work paths exceed available float along the critical path of the current Construction Schedule (updated schedule) in effect at the time of delay. 01310-1 SEPTEMBER 23, 2010 CONSTRUCTION SCHEDULE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318 -042-22 Contract time extensions will be granted only to the extent that such delays are beyond the control and without fault of negligence of the Contractor or any subcontractor at any tier. 1.05 EARLY COMPLETION 1.06 A. B. C . D. An early completion schedule is one which ant icipated completion of all or specified part of the work ahead of the corresponding Contract Time. Since Contract float belongs to the project, the Contractor shall not be entitled to any extension in Contract Time, or recovery for any delay incurred because of extensions in an early completion date. PROJECT SPECIFIC SCHEDULING CONSTRAINTS The submittals schedule shall allow sufficient time for the Owner and Consulting Engineer to adequately complete their review. A minimum of 14 calendar days shall be allotted for the Consulting Engineer's review of each submittal. A minimum of 7 calendar days shall be allotted for the Owner to review and transmit the Consulting Engineer's comments to the Contractor. Allow more time for large, voluminous, or complex submittals. Delays caused by resubmittal and subsequent reviews shall be the responsibility of the Contractor. The work must be completed in such a manner to allow the existing pump stations to operate as its maximum capacity throughout the duration of the project except as provided in this Section. Work at the Village Creek Reclaimed Water Quality Improvements project may be concurrent with work at other Owner's facilities. Outages at these facilities will be coordinated by the Consulting Engineer, and Owner. In case of conflicts in scheduling work requiring shutdowns or partial outages at multiple facilities, the Owner will determine which shutdown will be delayed. The following defines limitations of the Work. The Contractor shall plan and execute his Work to comply with these limitations. · 1. Milestone Dates (Refer to Section 01010 , Summary of Work for descriptions of Notices to Proceed) a. Notice to Proceed 1: Major equipment shop drawings b . Notice to Proceed 2: General Contract c . Notice to Proceed 3: Final Connection d. Substantial Completion : e. Final Completion : Notice to Proceed 2+150 Days Notice to Proceed 2+180 Days or Notice to Proceed 3+30 Days, if Notice to Proceed 3 occurs after substantial completion. f . Liquidated damages for uncompleted work that is required to meet the milestones set out above shall be as set forth in the General Conditions . 01310-2 CONSTRUCTION SCHEDULE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 2 . Specific Project Constra i nts a . Existing Pump Station and Chlorine Contact Basin shall remain in serv ice at all times during the length of this project except for shutdowns approved by the Owner. PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTION 3 .01 WORK INCLUDED A. Prepare and submit the following construction scheduling documents in accordance w ith the terms of this sect ion : 1. Preliminary Construction Schedule a . Shall be submitted within 10 days of the effective date of the Agreement. b . Shall schedule all proposed activities (in bar chart format) for the project. c . No single activ ity shall have a duration in excess of 7 days . d . Shall be definitive of the schedule of values. e. Shall include a preliminary forecast of partial payments . f . Shall indicate float and weather day allowances. g. Engineer may , after review, require more detailed schedul ing . 2 . Shop Drawing and Sample Submittal Schedule a . Shall be submitted within 10 days of the effective date of the Agreement. b. Shall list the following (i) Projected initial submittal date. (ii) Latest date for completion of subm ittal review . 3 . Proposed Construction Schedule a . Shall be submitted with in 30 days of the effective date of the Agreement. b . No progress payment will be made until this schedule is submitted and accepted by the Engineer. c . Shall include : (i) Critical path method analysis of all construction activ ities . (ii) Bar chart illustrating the proposed schedule. (iii) Critical Path Method network diagram . (iv) Shall be definitive of the schedule of values . (v) Schedule of projected earnings (forecast of partial payments). d . No single activity shall have a duration in excess of 7 days . e . Engineer may , after review, require additiona l detai l in the schedule. 4 . Monthly Schedule Updates a. Submit a revised schedule each month with progress payment request. b. Shall identify all activities and dates when commenced during the preceding month . c. Shall identify all activities and dates when completed duri ng the preceding month. d. Shall identify any activities , which are beh ind schedule . e. Shall include a deta iled plan to bring any act ivit ies that are behind schedule · up to schedule and to maiotain the overall completion schedule . f . Shall include an updated shop drawing and sample submittal schedule . g. Shall include a bar chart, schedule analys is , network diagram , and schedu le of projected payments . 01310-3 CONSTRUCT ION SCHEDULE VI LLAGE CREEK RE C LAI MED WATER QU ALIT Y IMPRO VEM ENTS S EP T E MBE R 23 , 20 10 0318-042-22 5. Schedule of desired plant shutdowns of affected work area. B. Execute the work in a manner consistent with the proposed schedule . Revise the schedule monthly as necessary to reflect the actual conduct of work. 3.02 SIGNIFICANCE OF CONSTRUCTION SCHEDULING DOCUMENTS A. The percentage completion reported for each activity as listed in the monthly progress report and the prices of those activities as stated in Section 01370 SCHEDULE OF VALUES will be used in part to determine the amount of each monthly payment to the Contractor. B. The Critical Path Method (CPM) network diagram bar charts and monthly prpgre~s . reports will be primary references in evaluating claims for delay and requests for time extensions . C . No payments will be made to the Contractor until all required scheduling reports and documents have been received and accepted by the Engineer. 3.03 PARTIAL OR TOTAL FACILITY SHUTDOWNS A. Regardless of the dates outlined herein , partial or total shutdown of any facility , the Contractor shall submit to the operational constraints . B . At least fourteen (14) calendar days prior to partially or totally shutting down any faci li ty , the Contractor shall submit to the Owner for rev iew. C . A detailed description of the work to be performed. D . A schedule outlining the duration of each scheduled task and total duration of the shutdown . E . A list of all equipment and materials required to complete each task . F. Documentation that all manpower, equipment and mate ri als necessary to complete each task are available on site . G . A minimum of two working days prior to shutdowns , a special coordinat ion meeting will be held with the Contractor, Owner and other parties (subcontractor and Consulting Engineer) as requested by Owner to review procedures . H. The Owner shall be respons ible for directing shutdown operations. The Contractor shall provide any labor assistance necessary to complete shutdown operations including but not limited to : 1. Operating gates and valves (under direction of the Owner's operating staff). 2 . Removing water, scale , mud and debris from pipelines and containing , pumping and conveying water, which may leak through existing gates and valves. I. The Contractor shall work whatever hours are necessary to maintain schedules during shutdowns , at no additional cost to the Owner . END OF SECTION 01310-4 CONSTRUCTION SCHEDULE V IL LAG E C REE K RE CLAIME D WATER QUA LI TY IM P ROV EMENTS S EPT E MBER 23, 20 10 SECTION 01350 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 WORK INCLUDED 0318-042-22 A. Provide operation and maintenance data for the following items. It is intended that the Contractor shall submit the specified operation and maintenance data, if it is specified in the Technical Specifications· and not listed in this section. 1. A,i process, plumbing and electrical equipment. 2 . /alves, cocks, gates and related accessories . 3. Instruments, control and SCADA devices and systems. 4 . Pumps and pump drives. 5. Switchgear and VFD. 6. All Facilities or Equipment specified in other Specification Sections 1.02 RELATED WORK AND SPECIFICATIONS A. Section 01300 : Submittals. 8 . Section 01700 : Contract Closeout. C. Section 01720 : Project Record Documents. 1.03 DEFINITIONS A. Operations and Maintenance Data : All product related information and documents which are required for preparation of the plant operation and maintenance manual. This information shall be supplied by the manufacturer for initial use during testing and start-up . 8 . Preventive Maintenance Instructions : All information and instructions required by plant personnel to keep a product or piece of equipment properly lubricated, adjusted and otherwise maintained so that the item functions economically throughout its full design life . C. Corrective Maintenance: All information and instructions required by plant personnel to repair a product or piece of equipment in the field. 1.04 REQUIRED INFORMATION A. Prepare the data specifically for this installation. 8 . Include, as a minimum requirement, the following items for each piece of equipment listed in 1.01.A of this section. 1. Tracing, photocopy or other suitable reproduction of the equipment nameplates. 2 . Equipment performance curves, where applicable. (Copies of those submitted under Section 01300). 3. Installation and start-up instructions . 4 . Name, address and telephone number of the manufacturer. 01350-1 OPERATION AND MAINTENANCE DATA VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 5 . Name , address and telephone number of source of replacement parts and service nearest to the Project site . 6. Complete , detailed operating instructions , written in the English language for overall system and each subassembly . 7. Complete , detailed written preventive maintenance instructions as defined in paragraph 1.03 .8. of this section for each system and subassembly . 8. Recommended spare parts lists and life expectancy of each part. 9. Written explanations of all safety considerations relating to operation or maintenance procedures . 10 . Parts lists showing parts and catalog numbers with explod,ed view showing interrelationship of parts. 11 . A written explanat ion · with . illustrations as required for each preventive maintenance task . 12 . Recommended schedule for execution of preventive maintenance tasks . 13 . Lubrication and other consumables charts , including rate of consumption and alternate lubricants. 14 . Troubleshooting instructions and diagnostic procedures . 15. List of required maintenance tools and equipment. 1.05 SUBMITTAL REQUIREMENTS A Adequate Operations and Maintenance Data shall be submitted for initial use in testing and start-up . 8 . Submit Operations and Maintenance Data to Owner within 60 days after review of shop draw ings , but no later than 30 days prior to the scheduled equipment installation date. C. Submit updated Operation and Maintenance Data to the Owner as it becomes available . D. Subm it all revisions of manufacturer's literature and Operation and Maintenance Data to the Owner within 60 days after such revision is made . E. Subm it number of copies of each item as specified in Section 01300 . F. Major equipment items may be submitted in separate binders . Minor miscellaneous equipment shall be submitted together in a common manual (i.e., Miscellaneous Mechanical Equipment, Miscellaneous Instruments , Miscellaneous HVAC). G. Attach a letter of transmittal (to be provided by Consulting Engineer) with each submittal and include the follow ing in the letter: 1. Date of submittal. 2. Contract title and number. 3. Contractor's name and address . 4 . A list of the attachments and the specification sections to which they relate. _ 5. Reference to or explanation of any related submittals previously submitted or to be submitted at a future date . H. Submit electronic version of final Operations and Maintenance Manuals . 1. Electronic manuals shall be provided on compact disc, in .pdf format to be viewed by Adobe Acrobat Reader . 01350-2 OPERATION AND MAINTENANCE DATA VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2 . Files shall be organized in a tree structure utilizing the "Bookmarks " tab within the Adobe Acrobat Reader program. The tree structure within the "Bookmarks " tab and the file naming convention shall be organized similar to the hard copy . The contents of the O&M Manual shall be accessible by navigating through the bookmarks . 3. Provide two copies of each compact disc. 4 . Provide an adhesive label to each compact disc . The label shall contain the following information : a. Name of Project. b. Date of the submission of the electronic O&M Manual. c. Name of Manufac•1Jrer . d. Name of the equ ip ment , followed by the phrase "O&M Manual ". e . Specification secuon(s) relating to the equ ipment. 1.06 FORM OF SUBMITTALS A. Prepare data for inclusion in an instructional manual for use by Owner's personnel. B. Do not staple pages , drawings and illustrations. C. Format: 1. Size: 8-1/2 inch x 11 inch or 11 inch x 17 inch, folded . 2 . Paper: Manufacturer's data printed , or neatly typewritten . 3. Drawings : a. Provide reinforced punched binder tab , bind in with text . b. Z-Fold 11-inch x 17-inch drawings to size of text pages . 4 . Prov ide fly-leaf for each separate product , or each piece of operating equipment. a . Provide typed description of product, tag number as shown in plans and specifications , and major component parts of equipment. b. Prov ide left-hand binding margin of 1.25 inches . D. Organization and Packaging: 1. Submit data in a 3-ring binder arranged in logical sequence , neatly boxed in cardboard boxes . 2 . Provide a table of contents for each box . 3 . Label exterior of each box with typewritten labels indicating the titles of contents. 4 . Use dividers between major categories of information such as operating instructions, preventive maintenance instructions , etc . 5 . Identify products by their functional names and tag number in the table of contents and at least once in each chapter or section . Thereafter, abbreviations and acronyms with the tag number may be used if their meaning is explained in a table in the back of each box . Exclusive use of model or catalog numbers or letters for identification is not acceptable. PART 2 PRODUCTS -NOT APPLICABLE. PART 3 EXECUTION -NOT APPLICABLE. END OF SECTION 01350-3 OPERATION AND MAINTENANCE DATA VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL 1.01 SCOPE SECTION 01360 QUALITY CONTROL 0318-042-22 The Contractor is responsible for qual ity control throughout th _e construction project. 1.02 RECORDS Throughout construction, daily records shall be ma intained of all aspects of the work and all tests performed . All tests performed shall be numbered. One (1) copy of daily records and all test performed shall be maintained at job site , one (1) copy be given to the Consulting Engineer and two (2) copies to the Owner. 1.03 SCHEDULE A. A specific plan and a check list should be made between the Contractor, the Consult ing Engineer and the Owner for observation and inspection to assure that all facility requirements have been met. 1.04 RECORD AVAILABILITY All records of the work and all tests performed shall be kept available by the Contractor at the job site for the Consulting Eng ineer or the Owner at any time. 1.05 QUALIFICATIONS OF PERSONNEL A. All operat ions shall be under the control of the contractor's General Superintendent. The General Superintendent shall be experienced in all aspects of the project, including pipe laying , concrete work, mechanical piping , electrical and instrumentation work . The Superintendent 's experience and diligence will be the key to maintain proper quality control during the project. B. Engineers responsib le for design of trench safety systems , structural excavat ion plans and existing utility and structure protect ion systems shall be Professional Engineers licensed in the State of Texas . Such engineers must also demonstrate experience in so il mechanics , structural engineering and design of trench safety systems. Such engineers shall also submit to the Owner certification of professional liabi lity insurance coverage of at least $1 ,000 ,000 .00 . Such coverage must not exclude structural des ign or trench safety design . 01360-1 QUALITY CONTROL VI LLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 PART 2 PRODUCTS -NOT APPLICABLE. PART 3 EXECUTION 3.01 A. B . C . 3.02 A. B. C. 3 .03 A. B. C. D. MANUFACTURER'S FIELD SERVICES Contractor shall provide and pay for the services of manufacturer's representatives to perform the specified services . Contractor shall schedule manufacturer's field services to avoid conflicting with other field testi g or ot her manufacturer's field services. Related requirements specified elsewhere : 1. Inspections and testing required by laws, ordinances, rules, regulations, orders, or approvals of public authorities : Conditions of Contract. 2. Certification of products : The respective sections of specifications. 3. Test, adjust, and balance equipment: The respective sections of specifications . 4 . Field tests required and standards for testing: The respective specification sections. 5 . Operation and maintenance data: Section 01350. QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE Authorized representative of the manufacturer. Experienced in the application and installation of the subject equipment and capable of providing a quality training program for the Owner's staff. Submit a statement of qualifications of proposed manufacturer's field representative. SERVICES PROVIDED BY REPRESENTATIVE Visit the Site: 1. Inspect existing site facilities prior to starting work and factor in all site constraints in equipment design and configuration . a . Perform periodic visits to site during construction to assure installation tolerance and method meet manufacture and industry standards. b. Inspect, check, and adjust equipment as required and approve installation . 2. Be present when equ ipment is placed in operation and during performance testing . 3. Revisit the site as often as required to correct all problems and until equipment installation and operation are acceptable to Consulting Engineer, and Owner. Instruct Owner's personnel in the operation and maintenance of the equipment in accordance with Section 01350 and DIVISION 2 through 16. Advise the Owner and Engineer upon arrival at the project site . Do not leave the site without meeting with the Owner and advising the Owner of task performed and observations. Submit a written trip report within one week of each site visit stating purpose for visit, observation and recommendations. 01360-2 SEPTEMBER 23 , 2010 QUALITY CONTROL VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 E. Furnish six copies of a written report to Engineer, through Contractor, certifying that: 1. Equipment is properly installed and lubricated. 2 . Equipment is in accurate alignment. 3. Equipment is free from any undue stress imposed by connecting pipe, conduit , anchor bolts, etc. 4. Equipment has operated satisfactorily under full load conditions . 3.04 FIELD TESTING A General: 1. Contractor shall pay all costs associated with field testing of equipment. 2 . Contractor shall schedule all field testing to avoid conflicting with the r manufacturer's field services and other field testing . 3. Related requirements specified elsewhere : a. Inspection and testing required by laws, ordinances, rules, regulations , orders, or approvals of public authorities: Conditions of the Contract. b . Certification of products : The respective sections of specifications. c . Test , adjust, and balance equipment: As specified in the respective sections of specifications. d . Field tests required and standards for testing : As specified in the respective specification sections. e . Operating and maintenance data: Section 01350. B. Testing: 1. Provide all required materials , labor, equipment, water , and power required for testing. 2 . Perform all tests in presence of Engineer and Owner. 3 . Prepare and submit to Engineer five copies of written reports detailing the results of the tests and identifying corrective action for materials and equipment that fail to pass field tests . 4. Repair all materials and equipment that fail during testing -with no additional compensation . END OF SECTION 01360-3 QUALITY CONTROL VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART1 GENERAL 1.01 SCOPE SECTION 01370 SCHEDULE OF VALUES 0318-042-22 Contractor shall develop and submit to the Owner for approval a schedule of values for the ,.)roject. PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTIONS 3.01 SCHEDULE OF VALUES A Within thirty (30) calendar days following the Effective Date of the Contract , the Contractor shall submit to the Owner in triplicate a tentative schedule of values (a breakdown of each lump sum bid) which in turn shall be used to determine partial payment estimates and may be used to verify costs of credits , change orders , etc. 1. The tentative schedule of values will be reviewed by the Consulting Engineer to determine whether , in his judgment, the schedule of values is of sufficient detail and if the prices included are "unbalanced" or "front-end loaded", in an effort to inflate the prices of those items of work to be completed in the early stages of the work . 2 . The schedule of values and the work schedule shall be definitive of each other. 3 . The Consulting Engineer will provide the Contractor with his comments and/or may request additional information from the Contractor to justify certain item quantities and prices therefore . On the basis of the Consulting Engineer comments , the Contractor shall revise and resubmit the tentative schedule for further review and/or approval. 4 . Once the tentative schedule is accepted by the Consulting Engineer, it shall become the schedule of values to be used in determining partial payment estimates . Twenty (20) copies of this schedule shall be submitted to the Consulting Engineer for distribution and his use . 5. No partial payment request (including the first) shall be approved until the schedule of values has been approved by the Consulting Engineer. B. Each partial payment request by the Contractor shall include the approved schedule of values , modified to indicate the total quantity and price of the work completed to the date of the request. After acceptance of the Schedule of Values Submittal , no modifications will be made to the schedule of values , except as required by approved change orders. C. In so far as possible , total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor and such other sub-items as the Contractor may desire . "Lump sum ", "miscellaneous", and other such general entries in the schedule shall be avoided whenever possible . Such items as Bond premiums , insurance , temporary facilities and equipment storage may be listed separately in the 01370-1 SCHEDULE OF VALUES V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 schedule of values, provided the costs can be substantiated . Overhead and profit shall not be listed as separate items. Breakdown cost to list major products or operations for each line item which has an installed value of more than $5,000 .00 . D. The sum of the items listed on the schedule of values shall equal the contract lump sum price. The value for mobilization costs list in the Schedule of Value shall . not exceed 3% of the total contract price . No additional payment will be allowed if the quantities shown on the schedule are less than those actually required to accomplish the work , unless the quantities are altered by a change order. 3 .02 FORECASTS OF PAYMENTS Within 30 days after the award of the Contract, prepare and submit to the Owner a chart forecasting the monthly partial payment amounts that are anticipated for this project. During progress of the job, mark this chart to show actual payments to date and revise the forecast of payments as necessary and submit the revised chart to the Owner monthly . END OF SECTION 01370-2 SCHEDULE OF VALUES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 SECTION 01420 OWNER PROJECT REPRESENTATION PART1 GENERAL 1.01 SCOPE This section summarizes the duties , responsibilities and limitations of authority of the Owner's Representative in connection with his observation and observation of the work. 1.02 AUTHORITY The Contractor is solely responsible for maintaining the quality of work and for developing and implementation of a quality control plan. The . Owner and Owner's Representative will however, observe the contractor's work to confirm that the Contractor's quality control program is implemented and effective. Should Owner's Representative note any deficiencies in the work, Contractor shall ·promptly correct the deficiencies and any shortcoming in his quality control procedures that cause the deficiencies. 1.03 DEFINITIONS A. Representative : Representatives of the Owner will be assigned to observe the work. B. Day's Work ; Working Hours : Work shall be done only during the regular and commonly accepted and prescribed working hours (8:00 a.m . to 5 :00 p.m . Monday through Friday). No work shall be done nights, Sundays or scheduled holidays unless special permission is given by the Owner. C. Uninspected Work : Any work performed without benefit of Owner's observation may require removal and replacement if so directed by the Owner. Removal and replacement will be completed at no additional cost. PART 2 NOT APPLICABLE PART 3 EXECUTION 3.01 AUTHORITY OF OWNER 'S REPRESENTATIVE Owner's Representative will observe the work in progress and promptly notify the Contractor of any deficiencies. Representatives are not authorized to accept work not in conformance with the plans and specifications nor are they authorized to change the requirements of these Contract Documents . 3.02 RESPONSIBILITY OF THE CONTRACTOR Contractor shall provide safe access to the work for observing the progress and quality of the work , including but not limited to ladders and scaffolding . He shall also assist the Owner's Representative in obtaining samples and performing tests as necessary . END OF SECTION 01420-1 OWNER PROJECT REPRESENTATION VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS . PART t GENERAL 1.01 DESCRIPTION The facilities and controls specified in this section are considered minimum for the project. The Contractor may provide additional facilit ie s and controls which he considers necessary for the proper execution o: the work and to meet his responsibilities for protection of persons , property an r • rhe environment. 1.02 Submit plan of temporary facilities noting location of all storage areas including areas where hazardous or dangerous materials will be stored . PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTION 3.01 PERMITS Contractor is responsible for obtaining all City or other regulatory permits required for the temporary facilities . 3.02 BUILDINGS A. Contractor's Field Office : Provide a temporary field office at the Village Creek VVWTP site on an approved location. The building shall be weatherproof with a lockable door with adequate illumination. Provide a smooth table for reference drawings and filing space for project administrative documents . 8 . Storage Facilities: 1. Provide watertight storage facilities as required with floor above ground level for materials susceptible to weather damage . Storage of other materials on blocks off the ground is acceptable. Place materials to permit easy access for inspection and identification . Location of storage facilities and areas shall be approved by the Owner. 2 . Provide separate storage areas for hazardous , dangerous or volatile materials . 3.03 UTILITIES A. Contractor's Job Telephone : The Contractor is to provide telephone service for the Contractor's field office at all times for the duration of the construction period . Existing phones at other locations shall not be used by the Contractor's personnel. B. Wastewater Facilities : 1. Contractor: The Contractor shall provide and maintain toilets and other wastewater facilities for his employees and his subcontractor's employees that will comply with the regulations of the State and local health departments and as directed by the Owner. Chemical toilets , if used , shall be of watertight 01500-1 TEMPORARY FACILITIES AND CONTROLS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 construction . A m inimum of one toilet per 20 employees shall be provided by the Contractor. Chemical toilets shall be maintained by the Contractor until the completion of construction or as directed by the Owner. Upon completion of the work , all wastewater facilities shall be removed and the area restored to its original condit ion . Contractor's personnel shall not be permitted to use Owner's wastewater faci lities and shall be required to use Contractor provided facilities. C . Water for Construct ion : The Contractor shall arrange for the necessary temporary water service, including the securing of any necessary permits . There is no charge for the wat er permit. The Contracto r shall make the necessary arrangement to supply water required for testing the work prior to acceptance of the work, unless otherwise specifically stated in the Specifications for the equipment , system , or facility . Cost of water usage w ill be borne by the Owner. D. Electric Power for Construction: The Contractor shall determine the type , amount required and make arrangements for providing temporary electric power. The Contractor shall pay the cost of obtaining temporary electric power. The Contractor shall maintain the temporary electric powe r system during the Contract period at his expense . The electrical service shall be of adequate capacity for all construction tools and equ ipment without overload ing the temporary facilities . The temporary systems and the ir components shall be furnished and installed in conformance with the requirements of the National Electrical Code and all local authorities having jurisdiction . Temporary electric power installation shall meet the construction safety requirements of NEC. Federa l (OSHA), State and other governing agencies . Cost of electrical power usage for the Contractor's and his subcontractors construction tra ilers and associated equipment shall be paid for by the Contractor. The Contractor shall make necessary arrangements at his own cost to provide power to the Contractor's construction trailer and construction act ivities . 3.04 ACCESS AND PARKING 1. Access shall be through main plant gate unless otherwise approved by Owner. Location of Contractor and Subcontractor parking areas shall be as directed by Owner. The Contractor shall limit the number of veh icles on the site, other than in the designated Contractor and Subcontractor parking area , to six (6). 2. Contractor shall provide a complete list of all employees and subcontractor employees , includ ing names , driver's license numbers, and contact information . Employees whose name is not on the list w ill not be allowed entry to the site . 01500-2 TEMPORARY FACILITIES AND CONTROLS V ILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 3.05 SECURITY AND TEMPORARY PROTECTION A. Furnish , install and ma intain suitable barriers , fences, and protections to prevent public entry , and to protect the work , existing facilities and existing roads from construction operations . Damage to existing roads caused by the Contractors' vehicles shall be repaired by the Contractor at no cost to the Owner. B. The Contractor will take all necessary measures and be solely respons ible for the protection of temporary facilities , finished construction areas , equipment , and materials at the site until the project has been completed and accepted by t~e (?wner. 3.06 CONTROLS Protect equipment, newly finished areas and connected finished areas from dust and moisture . Use temporary walls , dust curtains or other enclosures , as necessary , to prevent damage . 3.07 CONSTRUCTION AIDS A. Furnish , install and maintain required construction aids : 1. Provide construction aids required by personnel and to facilitate the execution of the work : scaffolds, staging , ladders , stairs , ramps , runways , platforms , railings , hoists , cranes , chutes , and other such facilities and equipment. 2 . When permanent stair framing is in place , provide temporary treads , platforms and railings for use by construction personnel. 3.08 SITE MAINTENANCE A. The Contractor shall limit his on site operations and storage of equipment and materials to the area des ignated and as directed by the Owner. B. Except as provided herein , no sidewalk , private property , or other areas adjacent to the plant site shall be used for storage of the Contractor's equipment and materials unless prior written approval is obtained from the legal owner. C. The Contractor shall maintain the area during construction in a manner that will not obstruct operations on street areas. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials . D. At all times , the Contractor shall maintain areas covered by the Contract and public propert ies free from accumulations of waste, debris, and rubbish caused by construction operations . All trash and waste materials shall be cleaned up and disposed in an approved waste receptacle each day . Contractor shall sweep streets used by construction personnel weekly. E. Excavated materials shall be removed from the site in a manner that will cause the least damage to adjacent lawns , grassed areas , trees , gardens, shrubbery, or fences regardless of whether these are on private property or on publ ic right-of-ways. 01500-3 TEMPORARY FACILITIES AND CONTROLS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 3.09 FIRST AID FACILITIES Maintain at a well-known location at the job site all articles for giving first aid to the injured . Make standing arrangements for the immediate removal of persons , including employees, who may be injured on the job site to a hospital o·r a doctor's care. In no case shall employees be permitted to work at a job site before the employer has made standing arrangements for removal of injured persons to a hospital or a doctor's care . 3.10 PROJECT SIGNS A. Furnish and install : 1. A standard sign at the site ~nt ranc e road during the duration of the work at that facility . 2. Project sign shall conform to .the sign detail which is located in the plans . B. Install in locations approved by Owner. C. Signs not listed in this Specification permitted only upon approval of Owner. 3.11 REMOVAL OF TEMPORARY FACILITIES AND CONTROLS Prior to final inspection, remove all temporary buildings , wastewater conveniences, signs and other items. Remove or restore , as required , all temporary roads and parking areas . Clean up all construction areas at the site . 3.12 ENVIRONMENTAL CONTROLS The Contractor shall, without additional expense to the Owner, be responsible for complying with any applicable Federal , State and Municipal laws , codes and regulations, in connection with the prosecution of the Work. He shall take proper safety and health precautions to protect the Work , the workers , the public and the property of others . He shall also be responsible for all materials delivered and work performed . 3.13 STORM WATER POLLUTION CONTROLS Prior to commencing excavation and construction, submit detailed plan showing procedures intended to handle and dispose of stormwater, groundwater, and dewatering pump_ discharges. Contractor shall be respons ible for installing , ma intaining , and removing appropriate eros ion control devices such as silt fences , hay bales, etc . in accordance with Storm Water Quality Best Management Practices for Construction Activities (BMP Manual). . END OF SECTION 01500-4 TEMPORARY FACILITIES AND CONTROLS VILLAGE CR EEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 01520 SECURITY PART 1 GENERAL 1.01 SECURITY PROGRAM A The CONTRACTOR shall: 0318-042-22 1.. Protect WORK, existing premises and Owner's operations from theft, vandalism , and unauthorized entry . 2. Initiate program at mobilization . - 3. Maintain program throughout construction period until Owner's occupancy. 8. Contractor shall comply with all of the Owner's security protocols for the Plant facility. 1.02 ENTRY CONTROL A The CONTRACTOR shall : 1. Restrict entry of persons and vehicles into Site[s]. 2. Allow entry only to authorized persons with proper identification. 3. Maintain log of workmen and visitors and make log available to Owner on request. 8 . Contractor shall control entrance of persons and vehicles related to Owner's operations . 1.03 SECURITY SERVICE A The Contractor may , at the Contractor's discretion and cost , employ uniformed guard service to provide watchmen at Site . 1.04 RESTRICTIONS A The Contractor shall not allow cameras on site or photographs taken except by the Owner or Consulting Engineer or by written approval of Owner. PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTION -NOT APPLICABLE END OF SECTION 01520-1 SECURITY V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 REQUIREMENTS 0318-042-22 Provide material and equipment as specified conforming to the follow ing : A New and in current production , con f xming to applicable specifications and standards . B. Comp ly w ith size , make , type an d qua li ty -specified , unless specifically authorized in writing by the Consult ing Engineer . C . Manufactured and Fab ricated Products. 1. Design , fabricate and assemble in accord with the best eng ineering and shop practices . 2. Manufacture like parts of duplicate un its to standard sizes and gages , to be interchangeable . 3. Products shall be suitable for service conditions . 4 . Equipment capacit ies , sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writ ing . 1.02 RELATED REQUIREMENTS SPECIFIED IN OTHER SECTIONS. A Summary of Work : Section 01010 . B. Submittals : Sect ion 01300. C. Cleaning and Adjusting : Section 01710. PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTION 3.01 CONTRACTOR'S SELECTION OF MATERIALS AND EQUIPMENT A For products specified only by reference standard , select any product meeting that standard. B. For products specified by nam ing several products or manufacturers , select any one of the products or manufacturers named , which complies with the specifications . C. For products specified by nam ing one or more products or manufacturers and "or equal ", Contractor must submit a request as for subst itutions for any product or manufacturer not specifically named. D . For products specified by naming only one product and manufacturer, there is no option . 01600-1 MATERIAL AND EQUIPMENT VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPT EMBER 23 , 20 10 0318-042-22 3 .02 SUBSTITUTIONS A For a period of 30 days after contract date , Consulting Engineer will consider written requests from Contractor for substitution of products . B. Submit a separate request to the consulting Engineer through the Owner for each product , supported with complete data , with drawings and samples as appropriate , including : 1. Comparison -of the qualities of the proposed substitution with that specified. 2 . Changes required in other elements of the work because of the substitution . 3 . Effect on the construction schedule . 4 . Cost data comparing the proposed substitution with the product specified . 5. Listing of any required license fees or royalties . 6 . Availability of maintenance service, and source of replacement materials . C. Consulting Engineer shall be the sole judge of the acceptability of the proposed substitution. D. In submitting a request for a substitution, the Contractor represents to the Owner and Consulting Engineer that he: 1. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. 2 . Will provide the same or superior warranties or bonds for the substitution as for the product specified. 3 . Will coordinate the installation of an accepted substitution into the work , and make such other changes as may be required to make the work complete in all respects. 4 . Waives all claims for additional costs , under his responsibility , which may subsequently become apparent. E. Consulting Engineer will review requests for substitutions with reasonable promptness , and notify Contractor, in writing , of the decision to accept or reject the requested substitution. The Consulting Engineer shall discuss the acceptability of any proposed substitution with the Owner prior to notifying the Contractor of the decision . F. Structural , mechanical and electrical changes are necessitated because if the Contractor selects equipment with dimensional, power or mechanical differences from that shown on the Drawings , it shall be made by the Contractor at no additional cost to the Owner . All engineering costs associated with revisions shall be borne by the Contractor. 3 .03 COMPLIANCE WITH MANUFACTURER'S INSTRUCTIONS A When contract documents require that installation of work shall comply with manufacturer's printed instructions , obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the Owner and one copy to the Consulting Engineer. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle , install , connect , clean , condition and adjust products in strict accord with such instructions and in conformity with specified requirements . 01600-2 SEPTEMBER 23 , 2010 MATERIAL AND EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 C. Should job conditions or specified requirements conflict with manufacturer's instruction, consult with Consulting Engineer for further instructions. D. Do not proceed with work without clear instructions . E. Perform work in accordance with manufacturer's instructions . Do not omit any preparatory step or installation procedure unless specifically authorized by the Consulting Engineer. · F. Manufacturer shall supply to the Owner a Certificate of Compliance on equipment furnished that it meets the specification requirements and has been installed in accordance with the manufacturer's instructions . 3.04 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT A. Arrange deliveries of products in accordance with construction schedules; coordinate to avoid conflict with work and conditions at the site. B. Deliver products in undamaged condition, in manufacturer's original containers or · packaging, with identifying labels intact and legible . C. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged . D. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging . 3.05 STORAGE AND PROTECTION OF MATERIALS AND EQUIPMENT A. All materials shall be stored in accordance with manufacturer's recommendations . B. Indoors : 1. Store products in accord with manufacturer's instructions , with seals and labels intact and legible . 2 . Store products subject to damage by the elements in weathertight enclosures . 3 . Maintain temperature and humidity within the ranges required by manufacturer's instructions. C. Outdoors : 1. Store fabricated products above the ground, on blocking or skids ; prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings ; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. 3 . Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions , and free from damage or deterioration . D. Contractor may store materials and equipment in bonded warehouse off-site subject to Owner's approval. 01600-3 MATERIAL AND EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 3.06 PROTECTION AFTER INSTALLATION Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations . Remove when no longer needed . END OF SECTION 01600-4 MATERIAL AND EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL 1.01 DEFINITIONS SECTION 01640 MANUFACTURERS' SERVICES A. Person-Day : One person for eight (8) hours . 0318-042-22 ~ .02 CONTRACTOR 'S RESPONSIBILITIES FOR MANUFACTURERS' FIELD SERVICES AND FIELD TESTING A. The Contractor shall provide and pay for the services of manufacturers ' representatives to perform the specified services and all costs associated with field testing of equipment. B. The Contractor shall schedule manufacturers' field services and all field testing to avoid conflicting with other field testing or other manufacturer's field services. C . The Contractor's responsibilities for field testing shall include: 1. Provide all required materials , labor, equipment, water , and power required for testing . 2. Perform all tests in presence of the Owner 's and/or Engineer's Representative. 3 . Prepare and submit to Engineer five (5) copies of written reports detailing the results of the tests and identifying corrective action for materials and equipment that fail to pass field tests. 4 . Repair all materials and equipment that fail during testing with no additional compensation . D. Related requirements specified elsewhere 1. Inspections and testing required by laws, ordinances , rules, regulations , orders, or approvals of public authorities: conditions of Contract. 2. Certification of products as specified in respective specification sections. 3 . Test , adjust, and balance equipment as specified in respective specification sections . 4 . Field tests required and standards for testing as specified in respective specification sections . 1.03 SUBMITIALS A. Trip Reports : Submit a written trip report within one (1) week of each site v isit stating purpose for visit, observation and recommendations. B. Quality Control Submittals: When specified in the individual specifications, furnish and submit seven (7) copies of Manufacturer's Certificate of Proper Installation to the Engineer, through the Contractor. One form is appended at end of this section . C . Training Schedule : Submit not less than one hundred eighty ( 180) calendar days prior to substantial completion and revise as necessary for acceptance . 01640-1 MANUFACTURERS' SERVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 D. Preliminary Training Plan : Submit one hundred eighty (180) days prior to Project Completion . E. Final Training Plan : Submit after training coordination meeting. F. Training Materials : 1. Submit written outlines of proposed training sessions not less than ninety (90) calendar days prior to substantial completion . 2. Furnish complete training materials, to include operation and maintenance data as required in this section to be retained . by each aine e. ··-l 1.04 QUALIFICATION OF MANUFACTURER 'S REPR ESE NTATIVE A. Authorized representative of the manufacturer, factory trained , experienced in the technical applications , installation, operation , and maintenance of respective equipment , subsystem , or system , and capable of providing a quality training program for the Owner's staff. Representative subject to acceptance by Owner and Engineer. No substitute representatives will be allowed unless prior written approval by Engineer has been given ~ 1.05 MINIMUM REQUIREMENTS FOR FIELD SERVICES PROVIDED BY MANUFACTURER'S REPRESENTATIVE A. Where manufacturers' field services are specified , furnish manufacturer's qual ified representative . B. Schedule manufacturer's field services as specified in Section 01310. Avoid conflicting with other field testing or other manufacturer's field services. Determine that all conditions necessary to allow successful testing have been met before scheduling services. C. Manufacturer's field services shall include as a minimum : 1. Inspecting existing site facilities prior to starting work and factoring in all constraints in equipment design and configuration . 2. Inspection , checking , and adjustment as required for equipment to function as warranted by manufacturer and necessary to furnish written approval of installation. 3. Performing periodic visits to site during construction to assure installat ion tolerance and methods meet manufacturer and industry standards . 4. Revisiting the site as required to correct problems and until equipment installation and operation are acceptable to the Owner's and/or Engineer's Representative. 5. Resolution of assembly or installation problems attributable to , or associated with , respective manufacturer's products and systems. 6. Assistance during functional and performance testing and start-up demonstration , and until product acceptance by the Owner's and/or Engineer's Representative . . 7. Training of Operator's personnel in the operation and maintenance of respective product as required herein . 8. Completion of Manufacturer's Certificate of Proper Installation (form enclosed at end of this section) with applicable certificates for proper installation and initial , interim , and final test or service . 01640-2 MANUFACTURERS' SERVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 D. Instruct Owner's personnel in the operation and maintenance of the equipment in accordance with Section 01350 , and other requirements as specified in respective specification sections . 1.06 TRAINING SCHEDULE A List specified equipment and systems with respective manufacturers that require training services as specified in Section 01310 , and elsewhere , and include : 1. Estimated dates for installation completion . 2. Estimated training dates to allow for multiple sessions when several shifts are invol d. 8 . Adjust train ing schedule to ensure training of appropriate personnel as deemed necessary by operator, and to allow full participation by manufacturers ' representatives. Adjust schedule for interruptions in operabi lity of equipment. C . Coordinate with the Owner's and/or Engineer 's Representative . for facility start-up and followup training as specified in other specification sections . 1.07 TRAINING PLAN A Preliminary Training Plan : Submit for each proposed course : 1. Title and objectives. 2 . Training schedule . 3 . Prerequisite training and experience of attendees . 4 . Recommended types of attendees (e.g ., managers , eng ineers , operators , maintenance). 5. Course descript ion and outline of course content. 6 . Duration . 7 . Location (e .g., training center or site). 8 . Format (e .g., lecture , self-study , demonstration , hands -on). 9 . Instruct ion materials and equipment requirements . 8 . Final Training Plan : Subm it the following after training coordination meeting . 1. Updated versions of course descriptions from preliminary train ing plan. 2. Who will attend each course. 3 . Schedule of training courses including dates , durations , and locations of each class . 4 . Detailed course schedule for each day showing t ime allocated to each topic . 5 . Resumes of instructors providing the training . 1.08 TRAIN ING OPERATOR 'S PERSONNEL A Training: 1. The Owner will videotape all training sess ions for future training of the Owner's Personnel. 2. The equipment manufacturer shall subm it the outl ines of lesson plans and proposed training schedules to the Owner for approva l 30 days prior to instructional period . The tra ining shall include approximately 1/2 t ime for classroom instruction and 1/2 time for hands-on tra ining . This work may be conducted in con j unction with Inspection and Testing , wherever possible , as 01640-3 SEPTEMBER 23 , 20 10 MANUFACTURERS ' SERVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROV EMENTS 0318-042-22 provided in the detailed specifications . However, the total number of days specified for either instruction of Owner's and Engineer's representatives on proper operation and maintenance of equipment or field inspection and testing shall not be reduced . Each training shall be conducted in two separate sessions , so that the Owner can schedule half the staff for each training session . 3 . Training to be provided to the Owner's personnel at the equipment manufacturers' facility shall include following: a . Notification four weeks in advance of the training schedule. b . Air travel to/from Dallas/Fort Worth International Airport to the ma n ufacturer's facility . Number of persons attending the training is specified in the individual sections . c. Lodging in a hotel. d . Ground transportation . e. Meals . B. Furnish trained personnel to coordinate and expedite training, to be present during training coordination meetings with Engineer, and familiar with operation and maintenance manual information as specified in Section 01350. C. Furnish manufacturers' representatives for detailed classroom and onsite hands-on training to Operator's personnel on operation and maintenance of specified product (system, subsystem , component) and as may be required in applicable Specifications. Manufacturer's Representative should be familiar with facility operation and maintenance requirements as well as with specified equipment. D. Pre-start-up Training: 1. Coordinate training sessions with Operator's personnel and manufacturers' representatives , and with submission of operation and maintenance manuals in accordance with the requirements as specified in Section 01350. 2. Complete at least 14 days prior to actual start-up. E. Post-Start-up Training: As required in Specifications , furnish and coordinate training of Operator's personnel by respective manufacturer's representatives. 1.09 SUPPLEMENTS A. The supplements listed below , following "END OF SECTION ", are part of this specification . 1. Forms: Manufacturer's Certificate of Proper Installation PART 2 PRODUCTS (NOT USED) . PART 3 EXECUTION (NOT USED) END OF SECTION 01640-4 MANUFACTURERS' SERVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION COMPANY: _________ _ EQPT SERIAL NO .: _______ _ EQPT TAG NO .: ________ _ EQPT/SYSTEM : ________ _ PROJECT NO.: ________ _ SPEC. SECTION _______ _ I hereby certify tnat the above-referenced f.quipmenUsystem has been: (Check applicable) D Installed in accordance with Manufacturer's recommendations. D Inspected, checked, and adjusted . D Serviced with proper initial lubricants . D Electrical and mechanical connections meet quality and safety standards. D All applicable safety equipment has been properly installed. D System has been performance tested, and meets or exceeds specified performance requirements , (when complete system of one manufacturer). Comments: ______________________________ _ I, the undersigned ManufacturerJ s Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve , and operate his equipment, and (iii) authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein . I further certify that all information contained -herein is true and accurate. Date: , 20 ------------ Manufacturer: ------------------------------ By Manufacturer's Authorized Representative: _________________ _ (Authorized Signature) SECTION 01650 STARTING SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED 0318-042-22 A. Provide step-by-step procedures for starting provided systems , including equipment, pumps and processes. B. Provide pre start-up inspections by equipment manufacturers . C . Provide instruction and demonstration of operation , adjustment , and maintenance of each system and the component parts . D . Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship , calibration , and operation . E. Provide for initial maintenance and operation . 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include : 1. A Plan of Action for testing , checking, and st~rting major equipment and process piping systems. Submit reports as required by this specification . 2. Operation and Maintenance Manuals per Section 01350 , OPERATION AND MAINTENANCE DATA. 1.03 STANDARDS A. Comply with any standards associated with the testing or start-up of equipment , as listed in the various sections of the specifications. 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. B. A representative of the Manufacturer shall be in attendance of tests and start-up procedures when required by these specifications. PART 2 PRODUCTS 2.01 TESTING INSTRUMENTATION Furnish any instrumentation or other testing devices needed to conduct tests . 01650-1 STARTING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 PART 3 EXECUTION 3.01 SERVICES OF MANUFACTURERS' REPRESENTATIVES A. The Manufacturer's representative for inspection , supervision of installation , and training must be an experienced and competent technical (not sales) representative of the Manufacturer or Supplier. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the Manuf "ture 's representative where specified. C. The Manufacturers repr sent~tive is to instruct the Owner or his authorized personnel on operational procedures and mainte.nance requirements. D. Include the cost of the services of the Manufacturer's representative in the equipment price . 3.02 INSPECTION AND START-UP - A. Inspect equipment prior to placing any equipment or system into operation . Make adjustments as necessary for proper operation. 1. Check for adequate and proper lubrication. 2. Determine that parts or components are free from undue stress from structural members, piping or anchorage . 3. Adjust equipment for proper balance and operations . 4 . Determine that vibrations are within acceptable limits . 5. Determine that equipment op~rates properly under full load conditions. 6 : Determine that the equipment is in true alignment. B. Have the Manufacturer's representative present when the equipment is placed in operation. 1. The Representative is to be on site as often as necessary for proper and trouble free operation. 2. Ensure that the proper procedure is employed in start-up of systems. 3. Certify that the equipment and related appurtenances have been thoroughly examined and approved for start-up and operation . 4 . Include the date when Owner's personnel were instructed in the proper operation and maintenance of the equipment in the report . 3.03 STARTING REQUIREMENTS Refer to the individual sections of the specifications for specific start-up procedures. 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the Owner and Engineer to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Equipment which operates on a limited or part-time basis shall be operated in the presence of the Engineer to demonstrate that controls function as specified . 01650-2 STARTING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 C. Perform acceptance test as specified in individual specification sections . Demonstrate that equipment and systems meet the specified performance criteria. D. Unless specifically stated otherwise in the individual equ ipment specifications , equ ipment and systems are not substantially complete until the end of this initial operation period . If an exception to this requirement is specifically noted in an individual equipment specification , the exception shall only apply to that particular piece of equ ipment and not to the remaining components provided under the project. 3.05 OPERATOR TRAINING .·r:.. A. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training . B. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products , and systems provided. C. Refer to Section 01640 for requirements of training Operator's personnel. 3.06 INITIAL MAINTENANCE A. Maintain equipment until the project is accepted by the Owner. 1. Insure that mechanical equipment is properly greased , oiled , or otherwise cared for as recommended by the Manufacturer. 2 . . Operate air handling equipment only when filters are in place and are clean . Change filters weekly during construction. B. Service equipment per the Manufacturer's instructions immediately before releasing the equipment to the Owner. 1. Replace replaceable filters and clean permanent filters associated with air handling un its or other packaged equipment. 2. Remove and clean screens at strainers i n piping systems . 3. Clean insects from intake louver screens. END OF SECTION 01650-3 STARTING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL 1.01 REQUIREMENTS SECTION 01700 CONTRACT CLOSEOUT 0318-042-22 A. Comply with requ irements stated in the Conditions of the Contract and in specifications for adm inistrative pro ce dures in closing out the work. B. Related Requi re r 1en ts in other parts of the Project Manual. Fiscal provisions , legal subm ittals and additional administrative requirements : Cond itions of the Contract. C . Related Requirements Specified in Other Sections : 1. Cleaning and Adjusting : Section 01710. 2 . Project Record Documents: Section 01720. 3 . Closeout Subm ittals Required for Trades : The respective sections of the specifications . PART 2 PRODUCTS -NOT APPLICABLE PART 3 EXECUTION 3 .01 FINAL INSPECTION A. When Contractor considers the work complete, he shall submit written certification to the Owner that: 1. Contract documents have been reviewed . 2 . Contractor has inspected for compliance with contract documents. 3 . Work has been completed in accordance with the contract documents. 4 . Equipment and systems have been tested in the presence of the Owner, Consulting Engineer, and other required Owner's representatives and are operational. 5 . Work is completed and ready for final inspection . 6 . Schedule and obtain all code enforcement inspections. Obtain and provide to the Owner all required green tags and certificates of occupancy. Notify the Owner of all inspections at the time of the request. B . Owner and Consulting Engineer will make an inspection to verify that status of completion with reasonable promptness after receipt of such certification . C. Should the work be designated as incomplete or defective: 1. Owner will promptly notify the Contractor in writing , listing the incomplete or defective work. 2 . Contractor shall take immediate steps to remedy the stated deficiencies , and send a seccind written certification , as specified in Paragraph A , to the Owner that the work is complete. 3. Owner and Consult ing Engineer will reinspect the work. 01700-1 CONTRACT CLOSEOUT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 D. When the work is acceptable under the contract documents , the Contractor shall be requested to make closeout subm ittals . 3.02 CONTRACTOR'S CLOSEOUT SUBMITTALS TO CONSUL TING ENGINEER A. Project Record Documents . To requirements of Sect ion 01720 . B. Operation and Maintenance Data , Instructions to Owner's Personnel. To requirements of respective sections in specifications . C . Spare Parts and Maintenance Materials. As specified in respective secti oi s of specifications. D. Evidence of Payment and Release of Liens . Submit the following in such form as approved by Owner . . 1. Contractor's affidavit of payment of debts and claims . 2. Contractor's affidavit of release of liens , with : a . Consent of surety to final payment. b . Separate releases or wa ivers of liens for subcontractors and Gthers with lien rights against property of Owner with a list of those part ies . 3. All submittals shall be duly executed before delivery to Owner. E. Certificate of Insurance for Products and Completed Operations . F. Equipment Warranties and Bonds . To requi rements of Sect ion 01750 . G. Keys and Keying Schedule . H. Certification from all manufacturers of proper equipment installation . I. All construction photographs including those of completed project. Photographs shall be labeled indicating the date and location of each photograph. They shall be bound in a loose leaf binder, indexed accord ing to structure or photograph location and photographs for each area bound in chronolog ical order. J . Submittals required by federal , state and local regulatory agencies . 3.03 ACCESSORY ITEMS The Contractor shall provide the Owner, upon acceptance of the equipment , all special accessories required to place each item of equipment in full operation. These special accessory items include , but are not limited to , the specified spare parts , adequate oil and grease required for the first lubrication of the equ ipment , light bulbs , fuses, hydrant wrenches , valve wrenches , valve keys , handwheels , chain operators for valve handles more than 6 feet above floor, and other expendable items as required for initial start-up and operation of all equipment. 3.04 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of account ing to Owner. 01700-2 CONTRACT CLOSEOUT V ILLAGE CREEK RECLAIM ED WATER QUALI TY IMPROVEMENTS SEPTEMBER 23 , 2010 8 . f ··'" C . 3.05 0318-042-22 Statement shall reflect all adjustments to contract sum : 1. Original contract sum . 2 . Additions and deductions resulting from : a. Previous change orders. b. Deductions for uncorr.ected work . c. Deductions for liquidated damages . d. Other adjustments . 3 . Total contract sum, as adjusted . 4. Previous payments. 5 . Sum remaining due . Owner will prepare any final change orders , reflecting approved adjustments to contract sum which were not made by previous change orders. FINAL APPLICATION FOR PAYMENT Contractor shall submit the final application for payment in accordance with procedures and requirements stated in the Contract Conditions . END OF SECTION 01700-3 CONTRACT CLOSEOUT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 01710 CLEANING AND ADJUSTING PART1 GENERAL 1.01 RESPONSIBILITY 0318 -042-22 A The Contractor is responsible for cleaning and adjusting the work. If the Contractor fails to clean and adjust the work , the Owner may do so and charge the resulting costs to the Contractor. B. Detailed cleaning and adjusting requirements for specific trades or work are specified in sections pertaining to that trade or work. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A Fire Protection : 1. Dispose of volatile waste in suitable covered metal containers and remove from premises daily. 2. Store volatile materials in safe metal containers . 3 . Submit temporary facility plan showing location of volatile waste and material storage areas . B. Pollution Control : Conduct cleaning and disposa l operations in compliance with local ordinances and antipollution laws. 1. Burning or burying of rubbish and materials on the project site is not permitted . 2. Disposal of volatile fluid wastes and other chemical wastes in storm or wastewater systems or into streams or waterways is not permitted . C. Safety Standards : Maintain the project in accordance with insurance and safety standards. PART 2 PRODUCTS 2 .01 GENERAL Use only cleaning materials recommended by the manufacturer of the surface to be cleaned. Employ cleaning materials as recommended by the cleaning material manufacturer. PART 3 EXECUTION 3.01 DURING CONSTRUCTION A Clean and ensure that the premises are maintained free from accumulations of waste material and rubbish. Do not allow waste materials , rubbish and debris to accumulate and become unsightly or create a hazard . Dispose of materials in an approved receptacle daily. · 01710-1 CLEANING AND ADJUSTING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318 -042-22 B. At least weekly during progress of the work or at the direction of the Owner, remove collected waste · material , rubbish and debris from the site . Handle waste in a controlled manner; do not drop or throw materials from heights . C. At least weekly during the progress of the work or at the direction of the Construction Manager, mow the area surrounding Owner's and Contractor's construction trailer, staging area site and Construction Manager's construction area . 3.02 FINAL CLEANING AND ADJUSTING A. At the comp! tion of work and immediately prior to fin9 1 inspection , cleaning of the · entire projecl sha ll be accomplished according to the following provisions: 1. The Contractor shall thoroughly clean , sweep , wash and polish all work and equipment provided under the Contract , including finishes . The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Construction Manager. 2. The Contractor shall remove all temporary structures and all debris , including all dirt , sand , gravel , rubbish and waste material. See Section 01500 , TEMPORARY FACILITIES AND CONTROLS . 3 . Should the Contractor not remove rubbish or debris or not clean the buildings and site as specified above , the Owner reserves the right to have the cleaning done at the expense of the Contractor. B. Employ experienced workers , or professional cleaners , for final cleaning . C . Use only cleaning materials recommended by manufacturer of surface to be cleaned. D. Use cleaning materials only on surfaces recommended by cleaning material manufacturers . E. In preparation for substantial completion or occupancy , conduct final inspection of sight-exposed interior and exterior surfaces , and of concealed spaces . F. Remove grease , dust , dirt , stains , labels , fingerprints , and other foreign materials from sight exposed interior and exterior finished surfaces . Polish surfaces so designated to shine finish . G. Repair, patch and touch up marred surfaces to specified finish , to match adjacent surfaces . H. Replace air handling filters if units were operated during construction. I. Clean ducts , blowers , and coils , if air handling units were operated without filters during construction . J. Vacuum clean all interior spaces , includ ing inside cabinets. Broom clean paved surfaces, rake clean other surfaces of grounds. K. Schedule cleaning operations so that dust and other containments resulting from cleaning process will not fall on wet , newly painted surfaces . 01710-2 CLEANING AND ADJUSTING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 3 .03 ADJACENT AREAS To the Owner's satisfaction, clean or repair adjacent areas affected by the construction . Remove dust and debris in the adjacent area . Repa ir , patch and touch- up marred surfaces to match adjacent finishes. END OF SECTION 01710-3 CLEANING AND ADJUSTING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 RECORD DOCUMENTS 0318-042-22 A. Prepare and maintain record docume'nts for the project to accurately reflect the construction as built. Documents must be submitted at work completion as a condition of fnal acceptance . B. Meet with the Owner monthly to review record drawings. 1.02 MAINTENANCE OF RECORD DOCUMENTS A. Maintain at the job site, one copy of : 1. Contract drawings . 2 . Specifications . 3 . Addenda . 4. Reviewed shop drawings . 5. Change orders . 6 . Other contract modifications . 7 . Field test records . 8 . Correspondence. 9 . Submittals B. Store record documents in an approved location apart from documents used for construct ion . Do not use record documents for construction purposes . Provide files and racks for orderly storage. Maintain documents in clean , dry, legible cond ition . Make documents and samples available at all times for inspection by the Consulting Engineer, and Owner. PART 2 PRODUCTS -Not applicable . PART 3 EXECUTION 3.01 MARKING DEVICES Mark all changes with red pencil. 3.02 RECORDING A. Keep record documents current. Do not permanently conceal any work until required information has been recorded . B. Stamp each document "PROJECT RECORD" in neat, large , printed letters . . Legibly mark contract drawings to record actual construction: 1. Horizontal and vertical location of underground and under-s lab utilities and appurtenances referenced to permanent surface improvements . 2. Location of internal utilities and appurtenances referenced to permanent surface improvements . 01720-1 SEPTEMBER 23 , 2010 PROJECT RECORD DOCUMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3 . Field changes of dimension and detail. 4 . Changes made by change order . 5 . Detai ls not on original contract drawings . C. Legibly mark specifications and addenda to record : 1. Manufacturer, trade name , catalog number and suppl ier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 3. Other matters not originally specified . 3.03 SUBMITTAL A. At project completion , deliver record documents to the Owner. Place all letter-sized material in a 3-ring binder, neatly indexed . Bind contract drawings and shop drawings in rolls of convenient size for ease of handling . 8. Accompany the submittal with a transmittal letter in duplicate , containing: 1. Date. 2. Project t itle and number. 3 . Contractor's name and address . 4 . Title and number of each record document. 5. Certification that each document as submitted is complete and accurate . 6 . Signature of Contractor. END OF SECTION 01720-2 SEPTEMBER 23, 2010 PROJECT RECORD DOCUMENTS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SECTION 01750 WARRANTIES AND BONDS PART 1 GENERAL 1.01 PROJECT MAINTENANCE AND WARRANTY 0318-042-22 A Provide duplicate, notarized copies . Execute Contractor's submittals and assemble documents executed by subco ntractors, suppliers, and manufacturers. Provide table of contents and assembl in bi nder with durable plastic cover. B. Submit material prior to final application for payment. For equipment put into use with Owner's permission during construction, submit within 10 days after first operation . For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after final acceptance , listing date of final acceptance as start of warranty period . C. Maintain and keep in good repair the improvements covered by these Drawings and Specifications during the life of the Contract. D. For all improvements indemnify the Owner against any repairs which may become necessary to any part of the work performed and to items of equipment and systems procured for or furnished under this Contract , arising from defective workmanship or materials used therein , for a period of two (2) years after date of final payment by the Owner for the work. Such warranty period shall be provided by the Contractor regardless of suppliers standard warranty provisions . The equipment manufacturer shall provide an extended warranty for the equipment furnished in Division 11 . The extended warranty period will be an additional one year from the end of two year warranty period provided by the Contractor. The extended warranty shall cover all parts of the equipment , and parts and labor for replacement parts, shipping costs of the parts and equipment , manufacturer's field services for restoring the equipment to full and complete operability, and all other costs incidental to the warranty coverage. The manufacturer shall provide a report on each warranty request by the Owner detailing diagnosis of the problem and the action taken to remedy the issue . The Owner reserves the right to have the equipment repaired by other than equipment manufacturer during the extended warranty period should the equipment manufacturer be non-responsive to correct the problem. The equipment manufacturer shall be responsible for the costs associated with equipment repair performed by other than equipment manufacturer. The Contractor shall submit a warranty document from the manufacturer that is specific to the stipulat ions of these contract documents . E. The Contractor shall , at his own expense , furnish all labor, materials , tools and equipment required and shall make such repairs and removals or shall perform such work or reconstruction as may be made necessary by any structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials , in any part of the Work performed by him . Such repair shall also include refilling of trenches , excavations or embankments which show settlement or erosion after backfilling or placement. 01750-1 WARRANTIES AND BONDS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 F. Except as noted on the Drawings or as specified , all structures such as embankments and fences shall be returned to their original condition prior to the completion of the Contract. Any and all damage to any facility not designated for removal, resulting from the Contractor's operations, shall be promptly repaired by the Contractor at no cost to the Owner . G . In the event the Contractor fa ils to proceed to remedy the defects of which he has been notified within fifteen (15) days of the date of such not ice , the Owner reserves the right to cause the required materials to be procured and the work to be done, as described in the Draw ings and Specifications , and to hold the Contractor and the sureties on his bond liable forthe cost and expense thereof. H. In the event that immediate repairs are necessary to continue operations of the facility , the Owner reserves the right to cause those repairs to be made and hold the Contractor liable for the expense of such repairs . In such a case, every reasonable effort will be made by the Owner to notify the Contractor in advance but, failure of such notification shall not constitute a waiver of the Contractor's liability. In any case, the Contractor will be notified as soon as reasonably possible of the need for such repairs . I. Notice to Contractor for repairs and reconstruction will be made in the form of a registered letter addressed to the Contractor at his home office. PART 2 PRODUCTS -NOT APPLICABLE . PART 3 EXECUTION -NOT APPLICABLE . END OF SECTION 01750-2 WARRANTIES AND BONDS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 02001 MATERIALS 0318-042-22 A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 01 Specification Sections , apply to this Section. 1.02 SUMMARY A. This Section provides the requirements for ma tG rial s used for preparation of roadway fill , subgrade and base ; structural subgrade and backfill ; utility subgrade , bedding , embedment ; and backfill; embankment and levee subgrade and fill ; underdrain system subgrade , bedding , embedment , and backfill ; and other materials for related work . 1.03 SUBMITTALS A. Submittals for Rev iew. 1. Samples : As required by ENGINEER, provide five-gallon sample in a sealed container. 2 . Contractor Design Mix Determination : Submit proposed mix design for Controlled Low Strength Material and prel iminary results demonstrating the mix design achieves required compressive strength . B. Submittals for Information. 1. Source of Materials : Submit name and location of source of materials . 2 . Off-Site Borrow Source : Prior to furnishing off-site borrow (soils), provide notarized certification from the landowner stating to the best of landowner's knowledge and belief, the borrow source has never been contaminated by hazardous and/or toxic waste materials. 3. Certified Analysis : Submit test results by independent laboratory of material compliance with specifications . Results shall not be more than 30 days old . 1.04 REFERENCES A. Definitions . 1. Well-Graded : A mixture of particle sizes that has no specific concentrations or lack thereof of one or more sizes producing a material type which, when compacted , produces a strong and relatively incompressible soil mass free from detrimental voids. B. Reference Standards: Following are standards that may be referenced in . this Section . 1. American Concrete Institute , ACI 229. -Controlled Low Strength Materials . 2. ASTM International (ASTM): a. C33 -Standard Specification for Concrete Aggregate . b. C40 -Standard Test Method for Organic Impurities j n F ine Aggregates for Concrete . c. C88 -Standard Test Method for Soundness of Aggregates by Use of Sod ium Sulfate or Magnesium Sulfate . 02001-1 SEPTEMBER 23, 2010 MATERIALS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 3. 4 . 5 . 0318-042-22 d . C94 -Standard Specification for Ready.:Mixed Concrete. e. C117 -Standard Test Method for Material Finer than 75 Micrometer (No . 200) Sieve in Mineral Aggregates by Washing. f . g . C127 -Standard Test Method for Density, Relative Density (Specific Gravity), and Adsorption of Coarse Aggregates. C 131 -Standard Test Method for Resistance to Degradation of Small- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. h . C136 -Standard Test Method for Sieve Analysis of Fine and coarse Aggregates . i. j . k . I. C142 -Standard Test Method for Clay Lumps and Friable Particles in Aggregates. C 150 -Standard Specification for Portland Cement. C535 -Standard Test Method for Resistant to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. m . D75 -Standard Practice for Sampling Aggregates. n . 0 . p . q . r. s. t. u . V. D448 -Standard Classification for Sizes of Aggregate for Road and Bridge Construction. D1140 -Standard Test Method for Amount of Materials in Soils Finer than the No. 200 (75 micrometer) Sieve. D2487 -Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). D2940 -Standard Specification for Graded Aggregate Material for Bases or Subbases for highways or Airports. D2974 -Standard Test Method for Moisture, Ash, and Organic Matter of Peat and other Organic Soils. D4221 -Standard Test Method for Dispersive Characteristics of Clay Soil by Double hydrometer. D4318 -Standard Test Methods for Liquid Limit , Plastic Limit, and Plasticity Index of Soils. D4832 -Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. D5084 -Standard Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials using a Flexible Wall Permeameter. w . E-11 -Standard Specification for Wire-Cloth and Sieves for Testing Purposes. Public Works Construction Standards, North Texas Council of Governments (NCTCOG). Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets , and Bridges (TxDOT). a . TxDOT Item 247 "Flexible Base" Texas Department of Transportation , Manual of Testing Procedures (TEX): a . TEX-110-E "Particle Size Analysis of Soils " b . TEX-116-E "Ball Mill Method for Determining the Disintegration of Flexible Base Material" C. TEX-117-E 'Triaxial Compression for Disturbed Soils and Base Materials" 02001-2 MATERIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 d . TEX-411-A "Soundness of Aggregate Using the Los Angeles Mach ine " e . TEX-460-A "Determining Crushed Face Particle Count " 1.05 DELIVERY , STORAGE AND HANDLING A. Storage and Protection . 1. Stockpile excavated materials and imported materials in designated areas or in areas approved by ENGINEER. Clearly ident ify stockpiles . 2 . Lightly compact top and slope stockpiles to prevent excessive erosion and ponding of water. 3 . Store and handle materials in a manner to prevent contamination . B. Erosion and Sedimentation Contro l: Provide s ilt fences and surfacf dra inage control at material stockpile areas in accordance with the Storm Wate ~ Poll ut ion Prevention Plan (SWPPP). PART 2 -PRODUCTS 2.01 GENERAL A. Various site preparat ion , earthwork , trenchin_g , and roadway subgrade and base sections reference the materials listed in the follow ing paragraphs . Not all materials listed in this Section are used on the Project. B. Sampling of materials shall be in accordance with ASTM D75. 2 .02 GRANULAR MATERIAL A. Granular material shall be free flowing , such as sand or hydraul ically graded crushed stone fines , or mixed sand and gravel. The material shall be free from lumps , stones over 2-inches in diameter, clay and organic matter. The granular material shall be classified as GW, GP , GM , GC , SW , or SP according to Unified Soil Classification System , ASTM D2487 . · 2 .03 COARSE AGGREGATE A. Coarse aggregate shall consist of gravel , crushed gravel , and crushed stone . It shall consist of sound and durable particles , free from frozen materials or injurious amounts of salts , alkali , organic matter of other material either free or as adherent coat ing , and reasonably well graded between the prescribed limits listed in Table 1 when tested in accordance with ASTM C 136. B. Abrasion : It shall have a wear of not more than 40 percent when tested in accordance w ith ASTM C131 or ASTM C535 . C . Soundness : When mater ial is subjected to five (5) cycles of the sodium sulfate soundness test in accordance w ith ASTM CBS , the weighted percentage of loss shall not exceed 12 percent. D. Amount of material finer than 75-micrometer (No . 200) sieve: Coarse aggregate for embedment shall contain not more than one percent by weight organic matter (other than native bitumen), clays , loam or pebbles coated therew ith , and shall contain not more than five percent by weight on any one or combination of slate , schist or soft particles of sandstone . 02001-3 MATERIALS VILLAGE C R EEK RECLA IMED WATER QUALI TY IMPROVEMENTS SEPTE MBER 23 , 20 10 0318-042-22 E. Each class of aggregate gradation shall comply with the applicable gradation limits listed in Table No . 1, when tested in accordance with ASTM C136 . Table No. 1 oarse ,aaregate ra a ,on C A G d f Aggregate Size Aggregate Size Aggregate Size Aggregate Size Aggregate Size Sieve Size No.467 No. 4 No. 57 No. 67 No. 8 (1-1/2 to No. 4) (1-1/2 to 3/4 in.) (1 in. to No. 4) (3/4 in. to No. 4) (3/8 in. to No . 8) Amounts Finer than Each Laboratorv Sieve Mass Percent 2 in . 100 100 --------------- 1-1/2 in. 95 to 100 90 to 1C J 100 ---------- 1 in . ----20 to t Ft 95 to 100 100 ----- 3/4 in . 35 to 70 Oto 5 -----90 to 100 ----- 1/2 in . ---------25 to 60 -----100 3/8 in . 10 to 30 0 to 5 -----20 to 55 85 to 100 No . 4 Oto 5 -----Oto 10 0 to 10 10 to 30 No .8 ---------Oto 5 Oto 5 0 to 10 No . 16 -------------------Oto 5 A~rnreqate Size Number and qradation is in accordance with ASTM C33 and ASTM D448. 2 .04 FINE AGGREGATE A Fine aggregate shall consist of natural sand , manufactured sand , or a combination thereof, complying with the requirements for abrasion , soundness, and impurities as specified for coarse aggregate . B . The fine aggregate gradation shall comply with the applicable gradation limits, when tested in accordance with ASTM C136 . Fine aggregate shall not have more than 45% passing any sieve and retained on the next consecutive s.ieve shown in Table No . 2 and , its fineness modulus shall not be less than 2 .3 or more than 3 .1. Table No. 2 F" A tGdf me ,aarega e ra a ,on Sieve Percent Pa·ssing 3/8 in . 100 No. 4 95 to 100 No . 8 80 to 100 No. 16 50 to 85 No.30 25 to 60 No .SO 5 to 30 No. 100 0 to 10 Gradation in accordance with ASTM C33 Fine Aggregate . C. Plasticity index shall be less than 6 for material passing No . 30 sieve. 2.05 NATURAL GRAVEL A Natural gravel shall consist of uncrushed stones, washed and screened, complying with the requirements for abrasion , soundness , and impurities as specified for coarse aggregate . 02001-4 MATERIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENT S SEPTEMBER 23 , 2010 0318-042-22 8 . The aggregate gradation shall comply with the gradation limits listed in Table No . 3, when tested in accordance with ASTM C136 . Table No. 3 Natural Gravel Gradation Passing or Retained Percent by Weight on Sieve Coarse Aaareaate PassinQ on 1-1/2 inch 100 Retained on 3/4 inch 100 Fine Aagregate 1 1. PassinQ on 3/4 inch ' e,, 100 Retained on No. 4 100 2.06 CRUSHED STONE FOR FOUNDATION A. Crushed stone for foundations shall comply with the requirements for abrasion , soundness, and impurities as specified for coarse aggregate. 8. Unless otherwise shown on the drawings , the aggregate gradation shall comply with the gradation limits listed in Table No. 1; Aggregate Size No. 57 or No . 67 , when tested in accordance with ASTM C136 . 2.07 CRUSHED ROCK FOR UNDERDRAINS A. Crushed stone for underdrains should be hard, durable , rounded , or subangular particles of proper size and gradation, and should be free of sand , loam , clay , excess fines, and other deleterious materials. Crushed stone should conform to the gradations requirements listed in Table 4. Table No. 4 Crushed Stone for Underdrain Gradation U.S. Standard Sieve Percent Passing by Size Weiaht 1 inch 100 % inch 2.08 90-100 Yi inch 10-50 3/8 inch 0-5 2.08 SAND A. Sand shall consist of well-graded , clean, hard , durable , uncoated grains, free from lumps and organic material having a Soil Classification SW. Sand particles will pass a No. 4 sieve and be retained on a No . 200 sieve with the subdivisions as listed in Table No.5 . If gradation subdivision not indicted, provide sand complying with the above gradation limits. 02001-5 MATERIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 Table No. 5 Sand Gradation Subdivisions Passing or Retained Percent by Weight on Sieve Coarse Sand Passing No . 4 100 Retained on No . 10 100 Medium Sand Passing on No. 10 100 Retained on No. 40 100 Fine Sand Passing on No. 40 100 Retained on No . 200 t_.:.;• ' 100 Gradation requirements obtained from ASTM D2487 . 2.09 PEA GRAVEL A Pea Gravel : Conforming to ASTM C33 , Aggregate Size No . 8, and coarse aggregate graded with 100 percent passing a 3/8-inch sieve and 90 percent retained on a No . 4 sieve . 2.10 CONCRETE ENCASEMENT A Provide Ready mixed concrete prepared in accordance with ASTM C94 . Select and proportion ingredients to obtain a minimum compressive strength of 2,000 psi at 28 days . B. Materials : 1. Cement: ASTM C150 , Type I or Type II. 2. Aggregate : ASTM C33, Size 67 or similar. 3. Fly Ash (if used): ASTM C618 , Class C. 4 . Water: Clean, potable , free of odor, organics , and deleterious materials . C. Slump : Not less than 1-inch , cushion portion of embedment ; 1 to 3 inches for the sides and top of encasement. 2.11 CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) A Ready mixed flowable fill is a blend of cement , fly ash , fine aggregate, and water. It is designed as a low strength , flowable material requiring no subsequent vibration or tamping to achieve 100% consolidation . · B. Unless indicated otherwise , select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832. c : Materials : 1. Cement: ASTM C150, Type I, II, or 111. 2. Aggregate: ASTM C33 , Size 8 or fine aggregate . 3. Fly Ash (if used): ASTM C618 , Class C. 4. Water: Clean , potable , free of odor, organics, and deleterious materials. D. The flowable fill mixture shall be mixed either in a pug mill , concrete mixer, or transit mixer and shall a minimum slump of 5-inches . 02001-6 MATERIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2.12 FLEXIBLE BASE A. Material Type: Unless otherwise specified, provide either crushed stone or crushed gravel as described below: 1. Crushed Stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source . Do not use gravel or multiple sources . 2 . Crushed Gravel with a minimum of 60% of the particles retained on a No. 4 sieve with two or more crushed faces as determined by TEX-460-A, Part I. Blending of two or more sources is allowed. B. Material Grade : U11less other specified on the Drawings , aggregate used as flexible base material, sh all comply with the requirements listed in Table 6, Grade 2. Do not use additives SL ~h as, but not limited to lime, cement, or fly ash to modify aggregate to meet requirements of Table 5, unless shown on the Drawings . Property Master Gradation Sieve Size (% Retained) 2-1/2 inch 1-3/4 inch 7/8-inch 3/8-inch No . 4 No . 40 Liquid Limit % Max. Plasticity Index% Max. Wet Ball Mill 1 Maximum Wet Ball Mill, % Max . increase passing No. 40 Classification£ Minimum Compressive Strength 2 , psi at: Lateral Pressure 0 psi Lateral Pressure 15 psi Foreign Material, % Max . Table No. 6 Flexible Base Material Test Grade 1 Method ---Tex-110-0 E 10-35 30-50 45-65 70-85 ASTM 35 D4318 10 40 Tex-116- E 20 1.0 Tex-117- E 45 175 1 02001-7 MATERIALS Grade 2 0 0 -10 --- --- 45-75 60 -85 40 12 45 20 1.1 to 2.3 35 175 1 VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS Grade 3 0 -0 -10 --- --- 45 -75 50 -85 40 12 --- --- --- --- --- SEPTEMBER 23 , 2010 0318-042-22 3. When soundness value required by Drawings , test material in accordance with Tex-411-A. 4. Meet both the classificat ion and the minimum compressive strength , unless otherwise shown on the Drawings . 5. For work under-TxDOT jurisdiction the flexible base material shall comply with the requirements of TxDOT Item 247, "Flexible Base ", Type A , Grade 2, or Type C, Grade 2, unless otherwise indicted on the Drawings . 2 .13 CLAY LINER FOR BASINS A. Clay liners shall be constructed using clean , uniform clay soils having a liquid limit greater that 30 and a plasticity index greater than 20 . Because the basins w ill remain dry most of the year, highly plastic clays {Pl > 30) should be avoided du e t o shrinkage cracks forming during dry per iod of the year . B. These clay type soils must have a minimum of 30% by dry weight passing the number 200 sieve . The clay materials shall be free of all organics , larg~ rock or other deleterious materials . · C. The materials should be placed in loose lifts less than 8 inches thick , and should be compacted to a minimum of 95 percent of Standard Proctor maximum dry density (ASTM 0-698) at optimum to no more than 4% above optimum as determined by that test. Clay liners should be placed in a manner to provide uniform compaction and their moisture maintained until use of the basin begins . D. The in-situ subgrade shall be scarified prior to placement of the lowest lift. E. Clay liner material shall have a minimum coefficient of permeability of 1x10-7 centimeters per second (cm/sec). Contractor shall prove that minimum coefficient of permeab ility has been met by submitting test results to Engineer for review . 2 .14 SELECT FILL A. Select fill shall cons ist of non-expansive material, such as gravel , fine stone cuttings , sand , sandy loam , or loam free from excessive clay , roots , grass , trash , or other organic materials . Stone cuttings shall have no dimension greater than 2- inches . Use approved material excavated from site or imported material. B. Select fill shall have a liquid limit of 35 or less ; plast icity index between 4 and 20 ; and gradation approximately the limits indicated in Table No . 7. Table No. 7 Select Fill Retained on Sieve Percent by Weight No . 4 25 to 50 No . 40 50 to 85 No. 200 Not less than 35% fines pass ing Maximum aggregate size: 1-3/4 inches . 02001-8 MATERIALS V IL LAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPT EMBER 23, 2010 0318-042-22 2.15 COMMON FILL • J ' A Common fill may consist of native soils removed during the excavation operation . Common fill shall consist of silty clay or sandy clay material free of organic material , loam , wood , trash , and other objectionable material which may be compressible or wh ich cannot be compacted properly . Common fill shall not contain stones larger than 4 -inches in any dimension , broken concrete , masonry , rubble , asphalt pavement , or other similar materials . It shall have phys ical properties , as approved by the Engineer, such that it can be readily spread and compacted to a minimum of 95 percent of Standard Proctor maximum dry dens ity (ASTM D-698) at opt imum to no more than 4% above optimum as determined by that test. 2.16 IMPERVIOUS CLAY FILL A Impervious clay fill shall be placed as indicated on the Drawings . The material shall not be used as backfill against walls of structures except in the upper two feet. Use approved material excavated from site or imported material. 8 . The materia l shall consist of soil materials class ified as CH or CL in accordance with ASTM D2487 ; have a minimum liquid limit of 40 ; have a min imum plasticity index of 20 ; have a minimum of 50 percent by we ight passing a No . 200 s ieve ; and shall be free of organics or other deleterious materials . C. The material shall have a percent dispersion of less than 20 when tested in accordance with ASTM 04221 . The material , when compacted to the recommended moisture and density, shall have permeab ility less than 1x E-06 emfs (1 ft/yr), as determ ined by remolded specimens of the actual materials proposed , in accordance with ASTM D5084. 2.17 SITE FILL A Satisfactory Soils : ASTM D 2487 Soil Classification Groups GW, GP , GM , SW, SP , and SM , or a combination of these groups ; free of rock or gravel larger than 3- inches in any dimension , debris , waste , frozen materials , vegetation , and othe r deleterious matter. Use approved material excavated from site or imported material. 8. Material shall have a liquid limit of 40 or less ; plasticity index between 4 and 20 ; and gradation approximately the limits indicated in Table No . 8. 2 .18 TOP SOIL Table No. 8 Site Fill Retained on Sieve Percent by Weight No . 4 Less than 35 No .200 Less than 65 A Material shall be natu ral fr iable loam ; free of subsoil , roots , grasses , and excess ive amount of weeds , stone , and foreign matter. 8. Material shall have a acid ity range (pH) between .5.5 to 7 .5; an organic matter content between 4 to 25 percent in accordance w ith ASTM 0297 4 ; and a gradat ion complying with Table No . 9. 02001-9 MATERIALS V IL LAGE CREEK RECLAIMED WATER QUA LITY IM PROV EMENTS SEPTEMBER 23 , 2010 0318-042-22 Table No. 9 op 01 T S ·1 Retained on Sieve Percent by Weight No. 4 Less than 35 No .200 Less than 65 2.19 UNCLASSIFIED EXCAVATION A All material excavated from site not meeting the requirements for materials specified above . 2 .20 MA T ERIA _ QUALITY CONTROL A Sampling of material stockpiles and material sources shall be in accordance with ASTM D75 . B. Perform gradation analysis in accordance with ASTM C136 for: 1. Coarse and fine aggregate , natural gravel, crushed stone for foundation, sand , select fill , impervious clay fill , earth fill , and topsoil. C . Perform abrasion testing in accordance with ASTM C131 or ASTM C535. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation . D. Soundness testing in accordance with ASTM C88. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. E. Deleterious materials determination in accordance with ASTM C40, C117, and C142 . 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation F. Determine liquid limit and plasticity index in accordance with ASTM D4318 . 1. Sand for particles passing No . 8 sieve, select fill , impervious clay fill, and earth fill. G. Determine pH of topsoil in accordance with ASTM D2974 . H . Determine permeability (hydraulic gradient) in accordance with ASTM D5084 and percent dispersion in accordance with ASTM D4221 of impervious clay fill materials . I. Provide tests results showing flowable fill mix design achieves desired compressive strength . 2 .08 CONTAMINATION TESTING AND CERTIFICATION A The CONTRACTOR shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite borrow material samples furnished to the site which shall be representative of each separate borrow source in accordance with the U .S. Environmental Protection Agency protocol for the list of contaminants described in 40 CFR , Part 261 , Appendix VIII and by EPA Methods SW-846 . All costs for contamination testing and certification shall be considered subs idiary to construction , and no separate payment will be made . 02001 -10 MATERIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 B . The CONTRACTOR, prior to proceeding to furnish soil borrow to the site , shall submit copies of the results of the laboratory scan to the ENGINEER. The test results shall indicate whether the presence of contaminants is above EPA acceptable levels . Any potential off-site borrow on which scan test results indicate the presence of contaminants above background levels will be rejected as an off- site soil borrow source . C . The laboratory perform ing the scan test for contaminants for the CONTRACTOR shall provide a written certification along with the test , which sta tes that the laboratory is EPA approved and that the tests were performed accord ing to EPA guidelines . D . The CONTRACTOR shall obtain a written , notarized certific atio n ! from the landowner, supplier or manufacturer of each proposed offsite borra ·, so urce stating that to the best of the landowner's, supplier's , or manufacturer's knowledge and belief, there has never been contamination of the borrow source site with hazardous or toxic materials. The CONTRACTOR prior to proceeding to furnish so il materials to the site shall submit these cert ifications to the ENGINEER. The lack of such certification on a potential offsite soil borrow sources will be cause for re j ection of that source . E. Soil materials derived from the excavation ·of underground petroleum storage tanks shall not be used as fill on this project. PART 3 -EXECUTION (NOT USED) END OF SECTION 02001-11 MATERIALS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 02230 SITE CLEARING 0318-042-22 A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies site clearing activities including trees and vegetation removal and root grubbing, tree protection, topsoil stripping and stockpiling, capping and removing utilities, temporary erosion and sedimentation control measures, and removing minor above-and below-grade site improvements. B. This section does not include detailed tree protection and trimming, tree and root pruning, or tree relocation; grading, excavating, backfilling for earthwork and trenching; building and selective demolition; or landscaping. C. Related Sections include the following: 1. Division 2 Section 02300 "Earthwork" for soil materials , excavating, backfilling , and site grading. 1.03 DEFINITIONS A. Interfering or Objectionable Material: Trash, rubbish , and junk; vegetation and other organic matter, whether alive, dead, or decaying. B. Clearing: Removal of interfering or objectionable material lying on or protruding above ground surface. C. Grubbing: Removal of vegetation and other organic matter, including stumps , buried logs, and roots greater than two-inch caliber to a depth as specified in the following paragraphs . D. Scalping: Removal of sod without removing more than upper 3-inches of topsoil. E. Stripping : Removal of topsoil remaining after applicable scalping is completed. F. Topsoil: Natural or cult ivated surface-soil layer containing organic matter and sand , silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel , and other objects more than 2 inches in diameter; and free of subsoil and weeds , roots , toxic materials, or other non-soil materials . G. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated . H. Project Limits: Areas, as shown or specified, within which work is to be performed. 02230-1 SITE CLEARING VILLAGE CREEK R ECLAI ME D WATER QUALITY IMPROV EMENT S SEPTEMBER 27, 2010 0318-0 42-22 1.04 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to rema in Owner's property, cleared materia ls shall become Contractor's property and shall be removed from Project site. 1.05 SUBMITTALS A. Photographs or videot ape , sufficiently detailed , of existing conditions of trees and plant ings , adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing . B. Record drawings , according to Division 1 Section 01 72 0 "Project Record Documents ," identifying and accurately locating capped utilities no other subsurface structural , electrical, and mechanical conditions. 1.06 PROJECT CONDITIONS A. Traffic : Minimize interference with adjoining roads, streets, walks , and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or . obstruct streets, walks , or other adjacent occupied or used facilities without permission from OWNER and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements : As applicable, carefully remove items indicated to be salvaged and store on Owner's premises where indicated . C. Utility Locator Service : Notify utility locator service for area where Project is located before site clear ing . D. Do not commence site clear ing operations unt il temporary erosion and sedimentation control measu res are in place . PART 2 -PRODUCTS 2.01 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory so il materials are specified in Division 2 Section 02300 "Earthwork ." 1. Obtain approved borrow soil ma terials off-site when satisfactory soil materials are not ava ilable on -s ite . PART 3 -EXECUTION 3 .01 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction . B. Locate and clearly flag trees and vegetation to remain or to be relocated . C. Protect existing s ite improvements to remain from damage during construct ion . Restore damaged improvements to their orig inal cond ition , as acceptable to Owner. 02230-2 SITE CLEARING VILLAGE CREEK RECLAIM ED WAT ER QUALI TY I MPROVE MENTS SEPTE MB ER 27, 2010 0318-042-22 3 .02 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Storm Water Pollution Prevention Plan (SWP3): 1. The CONTRACTOR shall comply with all requ irements of the Permit filling the Notice of Intent (NO i) and Notice of Termination (NOT), record maintenance, and posting of the Perm it. B . Temporary Erosion and Sedimentation Control : 1. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff to adjacent properties and walkways , according to a sediment and erosion control plan, specific to the site, which comf!Jies with t he requ irements of TCEQ, or EPA 832/R-92-005, or requ ire r. i ents of authori (ies having jurisdiction , whichever is more stringent. 2 . The Cl)NTRACTOR sl1 all have the sole responsibility for the means, methods , techniques, sequences, and procedures for furnishing , installing and maintaining the erosion and sed imentation control system . 3 . Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. 4. Remove erosion and sedimentation controls and restore and stab ilize areas disturbed during removal. 3 .03 TREE PROTECTION A. Erect and maintain temporary fencing around tree protection zones before st arting site clearing. Remove fence when construction is complete . 1. Do not store construct ion materials, debris , or excavated material w ithin fenced area. 2 . Do not permit veh icles , equipment, or foot traffjc within fenced area. 3 . Maintain fenced area free of weeds and trash . B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required with in tree protection zones , hand clear and excavate to minimize damage to root systems . Use narrow-tine spading forks , comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2 . Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Coat cut faces of roots more than 1-1/2 inches in diameter with em ulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4 . Backfill with soil as soon as possible. D. Repair or replace trees and vegetation indicated to rema in that are damaged by construction operations , in a manner approved by ENGINEER. 1. Employ an arborist , licensed in jurisd iction where Project is located , to subm it details of proposed repairs and to repair damage to trees and shrubs . 2 . Replace trees that cannot be repaired and restored to full-growth status , as determ ined by ENG INEER . 3 .04 UTILITIES A. Locate , ident ify , disconnect , and seal or cap off ut ilities indicated to be removed . Arrange with utility companies to shut off indicated utilit ies . 02230-3 SE PTE MB E R 27, 20 10 SITE CLEARING VI LLAG E CR EEK REC LAI M ED WATER QUALITY IMPROV EME NTS 0318-042-22 B. Existing Utilities : If applicable , do not interrupt utilities serv ing facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated : 1. Notify ENGINNER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. C. Excavate for and remove underground utilities as indicated to be removed. 3 .05 LIMITS OF CLEARING A. As follows, but not to extend beyond Project limits shown on the Drawings . 1. Excavation, Excluding Trenches: 5 feet beyond top of cut slopes. 2. Trench Excavation: 4 feet from trench centerline, regardless-Of trench width. 3. Fill: :.1 a. Clearing and Grubbing: 5 feet beyond toe of permanent fill. b . Stripping: 2 feet beyond toe of permanent fill. 4 . Roadways: Clearing and grubbing 20 feet from roadway centerl ine. 5. Overhead Utilities: Clearing and grubbing entire width of easements and rights- of-way. 6. Other Areas : As shown on drawings. B. Remove rubbish , trash and junk from entire area within Project limits. 3.06 BLASTING A. Explosives : Do not use explosives. 3 .07 BURNING A. Un less otherwise indicated , burning will only be allowed when the CONTRACTOR provides the OWNER with copies of written authorization from all appropriate and responsible regulatory agencies indicating that burning is acceptable . Said regulatory agencies may include, but not be limited to, State, City , County or local officials, fire marshals/chiefs, etc. 3 .08 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs , grass, and other vegetation to permit installation of new construction . 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated . 2 . 3 . 4. 5 . Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction . Grind stumps and remove roots , obstructions , and debris extend ing to a depth of 18 inches below exposed subgrade . Use only hand methods for grubbing within tree protection zone . Chip removed tree branches and dispose of off-site . B. As required , fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated . 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground . 02230-4 SITE CLEARING V ILLAG E CR EE K RECLAI M ED W ATE R QU ALITY IMP ROVEMENTS SEP T E M BER 27, 2010 I I I - l. I 0318-042-22 3.09 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and non-soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Lim it height of topsoil stockpiles to approxi m ately 6 feet. 2. Do not stockpile topsoil within tree prc t'3ction zones . 3. Dispose of excess topsoil as specifiec. {or waste material disposal. 3.10 SITE DEMOLITION A. Remove existing above-grade and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. -1 _ Neatly saw-cut length of existing pavement to remain at the line of demolition before removing existing pavement. Saw-cut faces vertically . 2. Epoxy coat cut ends of steel reinforcement in concrete to remain to prevent corrosion. 3.11 DISPOSAL A. Disposal: 1. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off OWNER'S property. 2. Dispose of stockpiled waste materials within 30 days. 3. When requested by OWNER, provide copies of the landfill receipts for waste material disposal. END OF SECTION 02230-5 SITE CLEARING V ILLAGE C REEK RECLAIMED WATER QUALITY IMP ROV E MENTS S EPTEMBER 27, 2010 PART 1 -GENERAL 1.1 RELATED DOCUMENTS SECTION 02240 DEWATERING 0318-042-22 A. · Drawings and general prov1s1ons of the Contract , including General and Supplementary Condit ions and Division 1 Specification Sections , apply to th is Section . 1.2 SUMMARY A. Section includes construction dewatering . 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance : Design , furnish , install , test, operate , monitor, and maintain dewatering system of sufficient scope , size , and capacity to control hydrostatic pressures and to lower, control , remove , and dispose of ground water and perm it excavation and construction to proceed on dry , stable subgrades . 1. Delegated Des ign : Design dewatecing system , includ ing comprehensive engineering analysis by a qual ified professiona l engineer in the state where the Project is to be constructed , using performance requirements and design criteria indicated . 2 . Continuously mon itor and maintain dewatering operations to ensure erosion control , stability of excavations and constructed slopes, that excavation does not flood , and that damage to subgrades and permanent structures is prevented . 3 . Prevent surface water from entering excavations by grading , dikes , or other means . 4 . Accompl ish dewatering without damaging exist ing build ings , structures , and site improvements adjacent to excavation . 5. Remove dewatering system when no longer required for construction . 1.4 SUBMITIALS A. Action Submittal. Provide shop drawings for dewatering system. Show arrangement, locations , and deta ils of wells and well po ints ; locations of risers , headers , filters , pumps , power units , and discha rge lines ; and means of discharge , control of sediment , and disposal of water . B . Delegated-Design Subm ittal: For dewatering system ind icated to comply with performance requirements and design criteria , includ ing analysis data signed and sealed by the qualified professiona l eng ineer respons ible for their preparation . C . Informational subm ittals 1. Qualification Data : For qualified Installer, land surveyor and professional eng ineer as applicable . 2 . Field qual ity-control reports . 3. Other Informational Subm ittals : a. Photographs or Videotape: Show exis ti ng cond it ions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations , if applicable . 02240-1 DEWATERING V ILLAGE CREEK RECLAI MED WATER Q UALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer that has specialized in design of dewatering systems and dewatering work . B. Regulatory Requirements : Comply with governing notification regulations before beginning dewatering. Comply with hau li ng and disposal regulations of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Interruption of Existing Util ities: As applicable, do not interrupt any utility serving facilities occupied by wne r or others unless permitted under the following conditions and then only after a ra ng ing to provide temporary-utility according to requirements indicated: 1. Notify Engineer no fewer than two (2) days in advance of proposed interruption of utility . 2. Do not proceed with interruption of utility without ENGINEER 's written permission . B. Project-Site Information : A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil condit ions , tests , and results of analyses conducted by geotechn ical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data . 1. Make additional test borings and conduct other exploratory operations necessary for dewatering. 2. The geotechnica l report is referenced elsewhere in the Project Manual. C. Survey Work: If applicable , engage a qualified land surveyor or professional engineer to survey adjacent existing buildings, structures , and site improvements , establishing exact elevations at fixed points to act as benchmarks . Clearly identify benchmarks and record existing elevations. 1. During dewatering , regularly resurvey benchmarks , maintaining an accurate log of surveyed elevations for comparison with original elevations . Promptly notify Architect if changes in elevations occur or if cracks , sags, or other damage is evident in adjacent construction . PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures , utilities , sidewalks , pavements , and other facilities from damage caused by settlement , lateral movement, undermin ing , washout , and other hazards created by dewatering operations. 1. Prevent surface water and subsurface or ground water from entering excavations , from ponding on prepared subgrades, and from flooding site and surrounding area . 2. Protect subgrades and foundation so ils from softening and damage by ra in or water accumulation . 02240-2 DEWATERING VILLAGE CREEK RECLAIMED WATER QUA LI TY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 B. Install dewatering system to ensure minimum interference with roads, streets , walks , and other adjacent occupied and used facilities. 1. Do not close or obstruct streets , walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction . Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction . C. Provide temporary grading to facilitate dewatering and control of surface water. D. Monitor dewatering systems continuously . E. · Promptly repair damages to adjacent facilities caused by dewatering . F. Protect and maintain temporary erosion and ' sedim~ntation controls, which are specified in Division 2 Section 02230 "Site Clearing" during dewatering operations . 3 .2 INSTALLATION A Install dewatering system utilizing wells, well points , or similar methods complete with pump equipment , standby power and pumps , filter material gradation , valves , appurtenances, water disposal ; and surface-water controls . 1. Space well points or wells at intervals required to provide sufficient dewatering . 2. Use filters or other means to prevent pumping of fine sands or silts from the subsurface. B. Before excavating below ground-water level, place system into operation to lower water to specified levels . Operate system continuously until drains, sewers , and structures have been constructed and fill materials have been placed or until dewatering is no longer required. C . Provide an adequate system to lower and control ground water to permit excavation , construction of structures , and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations , drains , sewers , and other excavations . 1. Do not permit open-sump pumping that leads to loss of fines , soil piping , subgrade softening, and slope instability. D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Unless otherwise specified in the Geotechnical Report, maintain piezometric water level a minimum of 24 inches below surface of excavation . E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed . Dispose of water and sediment in a manner that avoids inconvenience to others . Provide sumps , sedimentation tanks , and other flow-control devices as required by authorities having jurisdiction . 02240-3 DEWATERING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 F . Provide standby equipment on site , installed and available for immediate operation, to mainta in dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not sat isfied due to inadequacy or failure of dewatering system , restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering . Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construct ion . G . Damages : Promptly repair damages to adjacent faci lities caused by dewatering operations . 3.3 FIELD QUALITY CONTROL ·; i ' A. Observat ion Wells : When shown on Drawings , provide , take measurements, and maintain at least the min imum number of observation wells or piezometers indicated; additional observation wells may be required by authorities having jurisdiction . 1. Observe and record daily elevation of ground water and piezometric water levels in observation wells . 2 . Repair or replace, within 24 hours, observation wells that become inactive, damaged , or destroyed. In areas where observation wells are not functioning properly , suspend construct ion activities until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly . 3 . Fill observation wells , remove piezometers , and fill holes when dewatering is completed . B. Provide continual observation to ensure that subsurface soils are not being removed by the dewatering operation. END OF SECTION 02240-4 DEWATERING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1 -GENERAL 1.01 RELATED DOCUMENTS A Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 SUMMAR'( A Section includes temporary excavation support and protection systems. B . Related Sections: 1. Divis ion 2 Section 02240 "Dewatering" for dewatering system for excavations . 1.03 PERFORMANCE REQUIREMENTS A Design, furnish , install, monitor, and mainta in excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostat ic pressure and superimposed and construction loads . 1. Delegated Design : Design excavation support and protection system , including comprehensive engineering analysis by a qualified professional engineer, licensed to practice in the state where the Project will be constructed , using performance requ irements and design criteria indicated. B . As a m i nimum , the Excavation Support and Protection Plan shall address the following items : 1. Provide details of shoring , bracing , sheet piling , soldier piles and lagging , tie backs, and other support systems and prov isions for worker protection from hazards of caving ground. 2 . Methods and sequencing of installing excavation support. 3. Proposed locations for excavated materials. 4 . Minimum lateral distance from the crest of slopes for vehicles , equipment, and stockpiled materials . 5. Prevent surface water from entering excavations by grading, dikes , or other means. 6 . Install excavation support and protection systems without damag ing existing buildings , structures , and site improvements adjacent to excavation . 7. Mon itor vibrations, settlements , and movements. 1.04 SUBMITTALS A Delegated-Design Submittal : For excavation support and protection system indicated to comply with performance requirements and design criteria , including analysis data s igned and sealed by the qualified professional engineer, licensed to practice in the state where the Project is constructed, responsible for their . preparation . 02260-1 EXCAVATION SUPPORT AND PROTECTION VILLAGE C REEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318 -042-22 1.05 PROJECT CONDITIONS A. Project-Site Information : A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil condit ions , tests , and results of analyses conducted by geotechnical engineer. OWNER and ENGINEER will not be .responsible for interpretations or conclusions drawn from the data . 1. Make additional test borings and conduct other exploratory operations necessary for excavation support and protection . 2 . The geotechnical report is referenced elsewhere in the Project Man ual. B. Survey Work : Engage a qualified land surveyor or profess ional n g lneer to survey adjacent existing buildings, structures , and site improvements ; esta bl ish exact elevations at fixed points to act as benchmarks . Clearly ident ify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems , regularly resurvey benchmarks , mainta ining an accurate log of surveyed elevat ions and positions for comparison with original elevations and positions . Promptly notify ENGINEER if changes in elevations or positions occur or if cracks, sags , or other damage is evident in adjacent construction. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.01 PREPARATION A. Protect structures , utilities, sidewalks , pavements , and other facilities from damage caused by settlement , lateral movement, underm ining , washout, and other hazards that could develop during excavation support and protection system operations . 1. Shore , support, and protect util ities encountered . B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets , walks , or other adjacent occupied or used facil ities without permission from OWNER and authorit ies having jurisdiction . Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction . C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces are not impeded . D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation rema ins open. Promptly correct bulges, breakage , or other ev idence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilit ies caused by installing excavation support and protection systems. 02260-2 EXCAVATION SUPPORT AND PROTECTION V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 3 .02 TRENCHES A For excavations exceeding 5 feet in depth, provide adequate safety system meeting requirements of applicable state and local construction safety orders, and Federal requirements . 3 .03 REMOVAL AND REPAIRS A Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities , rind utilities . 1. Fill voids immediately ,v ith approved backfill compacted to density specified in Division 2 Section 023 20 "Ea rt hwork." 2 . Repair or replace , as approved by ENGINEER , adjacent work damaged or displaced by removing excavation support and protection systems. B. If the support or stability of existing structures or site improvements is dependent , leave excavation support and protection systems permanently in place. Remove excavation support and protection systems to a min imum depth of 48 inches below overlaying construction and abandon remainder. END OF SECTION 02260-3 EXCAVATION SUPPORT AND PROTECTION VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 02300 EARTHWORK 0318-042-22 PART 1 -GENERAL 1.01 A 1.02 A 1.03 RELATED DOCUMENTS Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . SUMMARY This Section includes the following : 1. Preparing subgrades for roadways , structures, slabs-on-g rade , and related facility work not specified elsewhere. 2. Excavating and backfilling for build ings and structures. 3. Drainage course for slabs-on-grade. REFERENCES A Definitions. 1. Backfill : Soil material or controlled low-strength material used to fill an excavation . 2. Borrow Soil : Satisfactory soil imported from off-site for use as fill or backfill . 3. Completed Course : A course or layer that is ready for next layer or next phase of Work. 4 . Drainage Course: Course supporting the . slab-on-grade that also minimizes upward capillary flow of pore water. 5. Earthwork : Includes excavation , fill and compaction, grading, and disposal of waste and surplus material. 6. Excavation : Removal of material encountered above subgrade elevations and to lines and dimensions indicated . a . Authorized Additional Excavation : Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by ENGINEER. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices. b. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length . c . Unauthorized Excavation : Excavation below subgrade elevations or beyond indicated lines and dimensions w ithout direction by ENGINEER. Unauthorized excavation , as well as remedial work directed by ENGINEER , shall be without additional compensation. 7. Prepared Ground Surface : Ground surface after completion of required demolition , clearing and grubbing, stropping of topsoil, excavation or fill to grade, _and subgrade preparation. 8. Fill : Soil materials used to raise existing grades . 9. Lift : Loose (uncompacted) layer of material. 10 . Optimum Moisture Content: Determined in accordance with ASTM Standard specified to determine maximum dry density for relative compaction . Determine field moisture content on basis of fraction passing 3/4-inch sieve . 11 . Relative Compaction: Ratio , in percent , of as-compacted field dry density to laboratory maximum dry density as determined in accordance with ASTM D698 . 02300-1 SEPTEMBER 23 , 2010 EARTHWORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 Apply corrections for oversize material to either as-compacted field dry density or maximum dry density , as determined by ENGINEER. 12. Rock : Rock material in beds, ledges , unstratified masses , conglomerate deposits, and boulders of rock material that exceed 1 cu . yd . for bulk excavation or 3/4 cu. yd. for footing , trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings , without systematic drilling, ram hammering, ripping , or blasting, when permitted: a . Excavation of Footings, Trenches , and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch-wide, maximum,· short-tip- radius rock bucket; rated at not less than 138-hp flywheel power with buck t cu rling force of not less than 28,090 lbf and stick-crowd force of not less than 18,650 lbf; measured according to SAE J-1179 . b. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 210-hp flywheel power and developing a minimum of 48 ,510-lbf breakout force with a general-purpose bare bucket; measured according to SAE J- 732 . 13 . Structures : Buildings, footings, foundations , retaining walls, slabs, tanks , curbs, mechanical and electrical appurtenances , or other man-made stationary features constructed above or below the ground surface. 14 . Subgrade : Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials . 15. Utilities : On-site underground pipes , conduits, ducts, and cables, as well as underground services within buildings. 16. Well-Graded : A mixture of particle sizes that has no specific concentrations or lack thereof of one or more sizes producing a material type which, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. B. Reference Standards. 1. ASTM International: a. 0448 -Standard Method Classification for sizes of Aggregate for Road and Bridge construction . b. 0698 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 ,499 ft-lb .ft3 (600 kN-m/m3)) c. 02487 -Standard Method Classificat ion of Soils for Engineering Purposes (Unified Soil Classification system) d . 02922 -Standard Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) 2. American Association of State Highways and Transportation Officials (AASHTO): a . M288 -Geotextile Specification for Highway Application 3. Texas Department of Transportation: Standard Specifications for Construction of Highways, Streets and Bridges. (TxDOT). a . TxDOT Item 216 "Proof Rolling " 1.04 SUBMITTALS A Product Data: For the following: 1. Geotextile , if specified on Drawings . 2. Controlled low-strength material, including des ign mixture. ' 02300-2 EARTHWORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 B. C . D . 1.05 A. B. 0318-042-22 Samples: 12-inch by-12-inch Sample of subdrainage and/or separation geotextile . Material Test Reports : From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated : 1. Classification according to ASTM D 2487 of each on-site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each on-site and borrow soil material proposed for fill and backfill. 3. Designated submittals for materials per Division 1 Section 01600 "Materials and Equipment". Pre-excavation Photographs or Videotape : Show existing conditions of adjoining construction and site improvements , including finish surfaces, which might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. PROJECT CONDITIONS Existing Utilities : If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted in writing by ENGINEER and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions . 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 3 . Contact utility-locator service for area where Project is located before excavating. Demolish and completely remove from site existing underground utilities as indicated to be removed . Coordinate with utility companies to shut off services if lines are active . C. Weather Limitations : 1. Material excavated when frozen or when air temperature is less than 32 °F shall not be used as fill or backfill until material completely thaws. 2. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. PART 2 -PRODUCTS 2 .01 SOIL MATERIALS A. General : Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations . B. Satisfactory Soils : ASTM D 2487 Soil Classification Groups GW, GP , GM , GC, SW, SP , SM, SC, ML and CL or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. The fines portion of GM, GC , SM, SC, ML, and CL soils shall have a liquid limit less than 35 and a plasticity index between 5 and 16. Satisfactory soils shall comply with the requirements of Division 1 Section 01600 "Materials and Equipment". C. Unsatisfactory Soils : Soil Classification Groups, OL, CH, MH , OH , and PT according to ASTM D 2487 or a combination of these groups. 02300-3 EARTHWORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 1. Unsatisfactory soils also include satisfactory so ils not maintained within 2 percent of opt imum moisture content at time of compaction . 2.02 DRAINAGE COURSE AND FILTER MATERIAL A. Drainage Course : Narrowly graded mixture of washed crushed stone , or crushed or uncrushed gravel ; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and Oto 5 percent passing a No . 8 sieve . B. Filter Material: Narrowly graded mixture of natural or crushed gravel , or crushed stone and natural sand ; ASTM D 448 ; coarse-aggregate grading Size 67; with 100 percent passing a 1-inch sieve and O to 5 percent pa s-!;ing a No . 4 sieve. 2.03 GEOTEXTILES ··· ! ·; ,, \ A. Subsurface Drain.age Geotextile : When shown on Drawings, provide non-woven needle-punched geotextile , manufactured for subsurface drainage applications , made from polyolefin or polyesters ; with elongation greater than 50 percent ; complying with AASHTO M 288 and the following , measured per test methods referenced : 1. Survivab ility: Class 2; AASHTO M 288 . 2 . Grab Tensile Strength: 157 lbf; ASTM D 4632. 3. Sewn Seam Strength: 142 lbf; ASTM D 4632 . 4 . Tear Strength: 56 lbf; ASTM D 4533 . 5 . Puncture Strength : 56 lbf; ASTM D 4833 . 6 . Apparent Opening Size : No . 60 sieve , maximum ; ASTM D 4751 . 7 . Permittivity : 0.2 per second , minimum ; ASTM D 4491 . 8. UV Stability : 50 percent after 500 hours' exposure; ASTM D 4355 . B. Separation Geotextile : If shown on the Drawings , provide woven geotextile fabric, manufactured for separat ion applications , made from polyolefin or polyesters ; with elongation less than 50 percent ; complying with AASHTO M 288 and the following , measu red per test methods referenced : 1. Survivability : Class 2 ; AASHTO M 288 . 2 . Grab Tensile Strength : 247 lbf; ASTM D 4632 . 3. Sewn Seam Strength : 222 lbf; ASTM D 4632 . 4 . Tear Strength : 90 lbf; ASTM D 4533 . 5 . Puncture Strength : 90 lbf; ASTM D 4833 . 6. Apparent Opening Size : No . 60 sieve , maximum; ASTM D 4751 . 7 . Permittivity : 0.02 per second , minimum ; ASTM D 4491 . 8. UV Stability : 50 percent after 500 hours' exposure ; ASTM D 4355 . 2 .04 MATERIAL QUALITY CONTROL A. Sampling of material stockpiles and material sources shall be in accordance with ASTM 075 . B. Perform gradat ion analysis in accordance with ASTM C136 for: 1. Coarse and fine aggregate , natural gravel , crushed stone for foundation , sand , select fill , impervious clay fill , earth fill, and topsoil. C. Perform abras ion test ing in accordance with ASTM C131 or ASTM C535 . 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. 02300-4 EARTHWORK V ILLAG E CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 D . E. F . G . H . I. 2 .05 A B . 0318-042-22 Soundness testing in accordance with ASTM C88. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation . Deleterious materials determination in accordance with ASTM C40, C117 , and C142. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation Determ ine liquid limit and plasticity index in accordance with ASTM 04318. 1. For particles passing No . 8 sieve , of select fill, impervious clay fill , and earth fill. De termine pH of topsoil in accordance with ASTM 02974. Determine permeability (hydraulic gradient) of impervious clay fill materials in accordance with ASTM 05084 and percent dispersion in accordance with ASTM 04221 . Prov ide test results showing flowable fill mix design achieves desired compressive strength . CONTAMINATION TESTING AND CERTIFICATION When materials are suspected of contamination, the CONTRACTOR shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite borrow material samples in accordance with Division 1 Section 01600 "Materials and Equipment." So il materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on Project. PART 3 -EXECUTION 3 .01 PREPARATION A Protect structures , utilit ies , sidewalks, pavements , and other facilities from damage caused by settlement, lateral movement, undermining , washout , and other hazards created by earthwork operations . B. Preparation of subgrade for earthwork operations including remova l of vegetation , topsoil , debris, obstructions , and deleterious materials from ground surface is specified in Division 2 Section 02230 "Site Clearing." C . Protect and mainta i n erosion and sedimentation controls , which are specified in Div ision 2 Section 02230 "S ite Clearing ," during earthwork ope rations . D. Provide excavation support and protection in accordance with Divis ion 2 Section 02260 "Excavation Support and Protection ". 3 .02 DEWATERING A Prevent surface water and ground water from entering excavations , from ponding on prepared subgrades , and from flooding Project site and surrounding area . 02300-5 EARTHWORK VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 B. Protect subgrades from softening , undermining , washout , and damage by rain or water accumulation . 1. Reroute surface water runoff away from excavated areas . Do not allow water to accumulate in excavations . Do not use excavated trenches as temporary drainage ditches . 2. Install a dewatering system , specified in Division 2 Section 02240 "Dewatering ," to keep subgrades dry and convey ground water away from excavations . Maintain until dewatering is no longer required . 3 .03 EXCAVATION , GENERAL A. Unclassified Excavation : Excavate to subgrade elevations regardless of +he character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials , and obstructions . No changes in the Contract Sum or the Contract Time w ill be authorized for rock excavation or removal of obstructions . 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock , replace w ith satisfactory soil materials . 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceed ing the following dimensions : a . · 24 inches outside of concrete forms other than at footings . b . 12 inches outside of concrete forms at footings . c. 6 inches outside of minimum required dimensions of conc rete cast aga inst grade . d. Outside dimensions of concrete walls indicated to be cast aga inst rock without forms or exterior waterproofing treatments . e . 6 inches beneath bottom of concrete slabs on grade . 3 .04 EXCAVATION FOR STRUCTURES A. Excavate to spec ified elevations and d imensions within a tolerance of plus or minus 1 inch. If applicable , extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construct ion , and for inspections . 1. Excavations for Footings and Foundations : Do not disturb bottom of excavation . Excavate by hand to final grade just before placing concrete re inforcement. Trim -... bottoms to required lines and grades to leave solid base to receive other work . Refer to Drawings for treatment of subgrade , the addition of a concrete seal slab, installation of vapor barrier, or other work required prior to placement of footings and foundations. 2 . Excavation for Underground Tanks , Basins , and Mechanical or Electrical Utility Structures : Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1-inch . Do not disturb bottom of excavations intended as bearing surfaces . B. Undercutting : 1. When objectionable mate rial not suitable for foundation or subgrade material is present in locations for subgrade or foundation construction , as determined by ENGINEER, undercut material to the depth and extent as directed and backfill with suitable material. 2. Place fill material in uniform layers and compact as specified for soil backfill and fills. 3. Dispose of undercut materials off-site . 02300-6 EARTHWORK VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 3.05 A. B . C . D . E . 3 .06 A. 3.07 A . 3.08 A. 0318-042-22 SUBGRADE INSPECTION Notify ENGINEER when excavations have reached required subgrade . If ENGINEER determines that unsatisfactory soil is present , continue excavation and replace with compacted backfill or fill material as directed . Proof roll subgrade to identify soft pockets and areas of excess yielding using rollers that when loaded weigh at least 25 tons and no more than 50 tons . 1. Do not proof-roll wet or saturated subgrades . 2 . Make at least two passes , offsetting each pass one t ire width . Operate at speed between 2 and 6 m iles per hour. 3 . Excavate soft spots , uns ,:'.i'sfact ory soils , and areas of excessive pumping or ... rutting , as determined by ENGINEER , and replace with compacted backfill or fill as directed . 4 . Work in areas under TxDOT jurisdiction , proof roll in accordance with TxDOT Item 216 . Authorized additional excavation and replacement material will be pa id for according to Contract provisions for unit prices. Reconstruct subgrades damaged by freez ing temperatures, frost , rain , accumu lated water, or construction activities , as directed by ENGINEER, without additional compensation . UNAUTHORIZED EXCAVATION Fill unauthorized excavation under foundations or wall footings by extending bottom elevat ion of concrete foundat ion or footing to ex~ava t ion bottom , without altering top elevation . Lean concrete fill , with 28-day compressive strength of 2500 psi , may be used when approved by ENGINEER. Fill unauthorized excavations under other construction or utility pipe as directed by ENGINEER. STORAGE OF SOIL MATERIALS Stockpile borrows so il materials and excavated sat isfactory so il materials w ithout intermixing. Place , grade , and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpi le soil materials away from edge of excavations. Do not store w ithin drip line of remaining trees . 2 . Confine stockpiles to with in easements, right-of-way , and approved areas . Do not obstruct roads or streets . BACKFILL Place and compact backfill in excavations promptly , but not before completing the following work as applicable : 1. Construction below finish grade including , where applicable , subdrainage , damp proofing , waterproofing , and perimeter insu lat ion . 2 . Surveying locations of underground ut ilit ies for Record Documents . 3. Testing and inspecting underground util ities . 4 . Removing concrete formwork . 5 . Removing trash and debris . 6 . Removing temporary shoring and bracing , and sheeting . 02300-7 EARTHWORK VILLAGE CREEK RECLAIMED WATER Q UALI TY IM PROVE MENTS SEPTEMBER 23 , 2010 B . 3.09 A B . C . 3.10 A 3 .11 A B. C . 0318-042-22 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 8. Leakage tests for structures . Place backfill on subgrades free of mud , frost, snow, or ice . SOIL FILL Plow, scarify, bench , or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. Place and compact fill material in layers to required elevations as follows : 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements , use satisfactory soil mat~rial. . 3. Under steps and ramps , use select or granular fill , unless otherwise shown on Drawings. 4 . Under building slabs , use select or granular fill , unless otherwise shown on drawings . Place soil fills on subgrades free of mud , frost , snow, or ice . SOIL MOISTURE CONTROL Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content, if not specified on the Drawings or in the Geotechnical Report . 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen , or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. COMPACTION OF SOIL BACKFILLS AND FILLS Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equ ipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. Place backfill and fill soil materials evenly on all sides of structures to required elevations , and uniformly along the full length of each structure . Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698 , if not specified on the Drawings: 1. Under structures, building slabs , steps, and pavements, scarify and compact top 12 inches of existing subgrade and each layer of backfill or fill soil material against underground structural walls at 95 percent. 2. Under walkways , scarify and compact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. · 3 . Under lawn or unpaved areas, scarify and compact top below subgrade and compact each layer of backfill or fill soil material at 90 percent. 02300-8 EARTHWORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 3.12 GRADING A. General: Uniformly grade areas to a smooth surface , free of irregular surface changes. Comply with compaction requirements and grade to cross sections , lines , and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2 . Cut out soft spots, fill low spots , and trim high spots to comply with required surface tolerances. B. Site Grading : Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances : 1. Lawn or Unpaved Areas: Plus or minus 1-inch . 2. Walks : Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch . C. Grading inside Bu ilding Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge . 3.13 SUBSURFACE DRAINAGE A. When shown on the Drawings, provide subsurface drainage in accordance with the following paragraphs. B. Subsurface Drain : Place subsurface drainage geotextile around perimeter of subdrainage trench. Place a 6 inch course of filter material on subsurface drainage geotextile to support subdrainage pipe . Encase subdrainage pipe in a minimum of 12 inches of filter material, placed in compacted layers 6 inches thick, and wrap in subsurface dra inage geotextile , overlapping sides and ends at least 6 inches . Compact each filter material layer with a minimum of two passes of a plate-type vibratory compactor . C. Drainage Backfill: Place and compact filter material over subsurface drain , in width indicated, to within 12 inches of final subgrade, in compacted layers 6 inches thick . Overlay drainage backfill with one layer of subsurface drainage geotextile , overlapping sides and ends at least 6 inches . 1. Compact each filter material layer with a minimum of two passes of a plate-type vibratory compactor. 2 . As shown on the Drawings , place and compact impervious fill over drainage backfill in 6-inch thick compacted layers to final subgrade. 3.14 DRAINAGE COURSE A. Place drainage course on subgrades free of mud , frost , snow, or ice. B . On prepared subgrade , place and compact drainage course under cast-in-place concrete slabs-on-grade as follows: 1. Install subdrainage geotextile on prepared subgrade according to manufacturer's written instructions , overlapping sides and ends . 2 . Place drainage course 6-inches or less in compacted thickness in a single layer. 3. Place drainage course that exceeds 6-inches in compacted thickness in layers of equal thickness , with no compacted layer more than 6-inches thick or less than 3 inches thick . 4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 02300-9 EARTHWORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 3.15 A. 3.16 A. 0318-042-22 CONCRETE SEAL SLAB When shown on the Drawings , provide a concrete sea l slab on subgrade under st ruct ures of the specified thickness . Concrete shall comply with Division 3 Section 03310 "Miscellaneous Cast-In-Place Concrete " having a compressive strength of 3,000 psi. FIELD QUALITY CONTROL Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed wo rk co ply wit h requirements . B. Footing ubg rad e: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities . Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by ENGINEER. C . Testing agency will test compact ion of soils in place accord ing to ASTM D 2922 . Tests will be performed at the follow ing locations and frequencies : 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than 3 tests . 2. Foundation Wall Backfill : At each compacted backfi ll layer, at least 1 test for each 100 feet or less of wall length, but no fewer than 2 tests. D. When test ing agency reports that subgrades , fills , or backfills have not achieved degree of compaction specified , scarify and moisten or aerate , or remove and replace so il to depth required ; recompact and retest until specified compaction is obta ined . 3.17 PROTECTION A. Protecting Graded Areas : Protect newly graded areas from traffic , freezing , and erosion . Keep free of trash and debris. B. Repair and reestablish grades to specify tolerances where completed or partially completed surfaces become eroded , rutted , settled , or where they lose compaction due to subsequent construction operations or weather conditions . 1. Scarify or remove and replace soil material to depth as directed by ENGINEER ; reshape and recompact. C . Where settling occurs before Project correction per iod elapses , remove finished surfacing , backfill with additional soil material , compact , and reconstruct surfacing . 1. Restore appearance , quality , and cond it ion of finished surfac ing to match adjacent work , and eliminate evidence of restoration to greatest extent possible . 3.18 DISPOSAL OF SURPLUS AND WASTE MA TE RIALS A. Disposal: Remove surplus satisfactory so il and waste material , including unsatisfactory soil , trash , and debris , and legally dispose of it off OWNER 'S property . END OF SECTION 02300-10 EARTHWORK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEM ENTS SEPTEMBER 23, 20 10 0318-042-22 SECTION 02320 EXCAVATION, TRENCHING, AND BACKFILLING FOR UTILITIES PART 1 -GENERAL 1.01 RELATED DOCUMENTS A Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 SUMMARY A This Section specifies Work required for the excavation , ~xcavation suppo rt and protection, trenching, embedment, concrete encasement and thrust blocking , and backfilling for utilities. B. The design and installation of trench excavation support and protection systems shall be the responsibility of the Contractor and shall comply with the requirements of Division 2 Section 02260 "Excavation Support and Protection." C. Pipe, conduit, duct banks, cable, and other utilities installation, along with bedding, fill within the pipe zone, thrust blocks, backfill , and related items are shown on the· Drawings and described in this Section and related Sections. Pipeline testing is covered in other Sections . D. Related Sections include the following: 1. Division 2 Section 02001 "Materials " for various materials used for bedding and backfill . 2 . Division 2 Section 02575 "Pavement Repair · and Resurfacing " for trenching cuts in existing roadways. 1.03 SUBMITIALS A Submittals for Review. 1. Product Data: Submit manufacturer's literature for marking tapes to be used. 2 . Samples: Provide two (2) one gallon samples of imported materials to be used for inspection and testing by ENGINEER. 8 . Submittals for Information. 1. Certified Gradation Analysis: Submit not less than 30 days prior to delivery for imported materials or anticipated to be used for trench stabilization , bedding , backfill within the pipe zone, and backfill above the pipe zone. 2 . Certified Testing Analysis : Liquid limits, plasticity index, grain-size distribution and other parameters for materials showing compliance with specified limits . 3 . Flowable Fill: Certified mix design and 28-day compressive strength test results . Include material types and weight per cubic yard for each component of mix. 1.04 REFERENCES A Definitions . 1. Backfill: Soil material used to fill an excavation. a. Initial backfill : Backfill placed beside and over pipe in a trench , including haunches to support sides of pipe . b. Final Backfill : Backfill placed over initial backfill to fill a trench . 02320-1 SEPTEMBER 23 , 2010 EXCAVATION , TRENCHING , AND BACKFILLING FOR UTILITIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 2 . Bedding Course : Material placed over the excavated subgrade in a trench before laying pipe , conduits , cables , or duct bank . 3 . Imported Material : Material obtained by Contractor from source(s) offsite. 4 . Lift: Loose (uncompacted) layer of material. 5. Pipe Zone: Bedding course and initial backfill , which includes full trench width, extending from trench bottom to an upper limit above top of pipe , conduct , duct bank , or other utility . 6 . Prepared Trench Bottom : Graded , compacted trench bottom after excavation and installation of stabilized material , if required , but before placement of bedding course. 7 . Select Backfill Material. Ma \~rials available onsite or offsite complying with the specified yplues. 8 . Well-Gratj~d :. A mixture of particle sizes _that has no specific concentrations or lack thereof of one or more sizes producing a material type , which when compacted , produces a strong and relatively incompressible soil mass free from detrimental voids . Well -graded does not define any numerical value that must be placed on the coefficient of uniform ity , coefficient of curvature , or other specific grain size distribution parameters. B. Reference Standards . 1. American Public Works Association (APWA): Uniform Color Code for Temporary Marking of Underground Utility Locations . 2. ASTM International (ASTM): a . ASTM C33 -Standard Specification for Concrete Aggregates b . ASTM C117 -Standard Test Method for Materials Finer Than 75-mm (No. 200) Sieve in Mineral Aggregates by Washing c . ASTM C136-Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates d. ASTM C150-Standard Specification for Portland Cement e. ASTM C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete f. ASTM 075 -Standard Practice for Sampl ing Aggregates g . ASTM 0698 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 ,499 ft-lb .ft3 (600 kN- m/m3)) h. ASTM 02922 -Standard Test Method for Density of Soil and Soil- Aggregate In-Place by Nuclear Method (Shallow Depth) i. ASTM 04318 -Standard Test Methods for Liquid Limit , Plasticity Limit and Plasticity Index of Soils j . ASTM 04832 -Standard Test Method for Preparation and Test ing of Controlled Low Strength Material (CSLM) Test Cylinders 3 . Texas Department of Transportation : Standard Specifications for Construction for Highways , Streets and Bridges . (TxDOT). a. TxDOT Item 247 "Flexible Base " 4 . Texas Department of Transportation , Texas Test Methods (TEX). a. TEX-121 -E" Soil-Lime Testing " 5 . National Electrical Manufacturers Association (NEMA): 2535 .1, Safety Color Code . 02320-2 SEPTEMBER 23 , 2010 EXCAVATION , TRENCHING , AND BACKFILLING FOR UTILITIES V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS - 0318-042-22 1.05 SEQUENCING AND SCHEDULING A. Clearing , Grubbing, and Striping : Complete applicable Work as described in Division 2 Section 02230 "Site Clearing". B. Demolition : Complete applicable demolition work as . required in accordance with Division 2 Section 02230 "Site Clearing". C. Tree Protection: Provide protection of designated trees prior to start of trenching operations in accordance with Division 2 Section 02230 "Site Clearing " D. Dewatering : Prepare to accomplish control of water during trenching operations in accordance with Division 2 Section 02240 "Dewatering ". E:. Excavation Support and Protection : Provide an approved excavation support and protection plan prior to start of trenching operations in accordance with Division 2 Section 02260 "Excavation Support and Protection". PART 2 -PRODUCTS 2 .01 MARKING TAPE A. Warning Tape: Acid-and alkali-resistant polyethylene film warn ing tape manufactured for marking and identifying underground utilities , 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility . B. Color: Comply with the requirements of APWA Uniform Color Code for Temporary Marking of Underground Utilities. Color* Facility Red Electric power lines , cables , conduit, and lightning cables Orange Communication alarm or signal lines , cables , or conduit Yellow Gas , oil, steam , petroleum, or gaseous materials Green Sewers and drain lines Blue Potable water Purple Reclaimed water, irrigation , and slurry lines *As specified in NEMA 2535.1, Safety Color Code 2 .02 MATERIAL REQUIREMENTS A. Requirements for following materials are described in Division 2 Section 02001 "Materials". 1. Granular Fill 2 . Coarse and Fine Aggregate 3. Gravel 4. Sand. 5 . Bedding Course and Initial Backfill 6 . Controlled Low Strength Fill 7. Concrete Encasement 8. Select Fill 9 . Soil Fill 02320-3 SEPTEMBER 23 , 2010 EXCAVATION , TRENCHING, AND BACKFILLING FOR UTILITIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS B. C. D. E. 3.05 A. B. C . D. 3.06 A. 3.07 A. 0318-042-22 Place over full width of prepared trench bottom in two equal lifts when the required depth exceeds 8 inches . Hand grade and compact each lift to provide a firm , unyielding surface. Minimum thickness : As follows, except increase depths by 2 inches in areas of rock excavation . 1. Pipe 15 inches and smaller: 4 inches . 2. Pipe 18 inches to 36 inches : 6 inches. 3. Pipe 42 inches and larger: 8 inches . 4 . Conduit: 3 inches . 5. Cable : 3 inches. 6 . Duct Banks : 3 inches . Check grade , correcting irregularities in bedding material. Loosen top 1-inch to 2 inches of compacted bedding material with a rake or other means · to provide a cushion before laying each section of pipe , conduits , cables , or duct banks . Install to form continuous and uniform support except at bell holes , if appl icable . Excavate bedding at each joint to permit proper assembly and inspection of joint and to provide uniform bearing along barrel of pipe or conduit. -- INITIAL BACKFILL Upper limit of shall be not less than the following : 1. Pipe : 12 inches , unless otherwise shown. 2. Conduit: 3 inches , unless otherwise shown . 3 . Cable : 3 inches , unless otherwise shown. 4 . Duct Bank : 3 inches , unless otherwise shown . Restrain pipe , conduit , cables , or duct banks as necessary to prevent their movement during backfill operations , particularly during placement of controlled low strength fill. Place material simultaneously in lifts on both sides of pipe and , if appl icable , between pipes , conduits , cables and duct banks installed in same trench . 1. Pipe 10-inch and smaller diameter: First lift less than or equal to one-half pipe diameter. 2. Pipe over 10-inch diameter: Maximum 6-inch lifts . Thoroughly tamp each lift , including area under haunches , to ensure voids are completely filled before placing next lift. After the full depth of pipe zone material has been place , compact the material with vibratory plate compactor. Do not use power- driven impact type compactors to compact pipe zone material. MARKING TAPE INSTALLATION Install warn ing tape directly above utilities , approx imately 12 inches below finished grade , except 6 inches below bottom of finished subgrade . Install detectable marking tape with non-metallic piping . Coord inate with Drawings . FINAL BACKFILL General : 1. Process excavated material to meet specified soil fill requirements . Adjust moisture as necessary to obtain specified compaction . Place and compact backfill in 8-inch loose li fts . 02320-6 SEPTEMBER 23 , 2010 EXCAVATION , TRENCHING , AND BACKFILLING FOR UTILITIES VILLAGE CREEK RE C LAIMED WAT ER QUALITY IMPROVEMENTS 0318-042-22 2 . Do not allow backfill to free-fall into the trench or allow heavy , sharp pieces of material to be placed as backfill until after two feet of backfill has been placed . 3 . Do not use power-driven impact type compactors until at least four feet of backfill is place over top of pipe. 4 . Backfill to grade with allowances for topsoil, crushed rock surfacing, pavements , or other work. 5 . Backfill as soon as practicable after installation of piping , valves , encasement, restraint and blocking. 6 . Touch up damaged protective coatings prior to backfilling . Exercise care to avoid damaging piping or protective coatings with tamping equipment. 7. Settling backfill by jetting or floodin c ... will only be permitted as shown on the Drawings or when approved by Engineer in writing . Trenches improperly backfilled and compacted, or whertr sett le ment occurs, shall be excavated to depth required by ENGINEER, backfilled , compacted , and surface restored to required grade. 8. Backfill of pipe, conduits, cables, and duct banks under existing roadways , parking lots, or other facilities shall be in accordance with Division 2 Section 02575 "Pavement Repair and Resurfacing ". 9 . When authorized by the ENGINEER, sheeting and bracing may be left in trench. Cut off all members so· that tops of same are at least 18 inches below ground . Sheeting and bracing left in place shall be indicated on Record Drawings . B. Concrete Backfill: 1. Place above bedding with minimum concrete thickness 6 inches on top and sides of pipe . Use flowable fill having a minimum compressive strength of 250 psi. 2 . Allow sufficient time for concrete to reach initial set before additional backfill material is place . Prevent floatation of pipe . 3. Begin and end concrete placement within 4 inches of a pipe joint. Do not encase pipe joints . C. Flowable Fill : Discharge from truck mounted drum type mixer into trench . Place in lifts as necessary to prevent floatation of pipe, conduits , and related items. D. Topsoil: Backfill using topsoil in the top 12 inches of the backfilled trench , if not under roadways, structures , or other facility. Maintain the finished grade of topsoil with adjacent area and grade as required restoring drainage . 3 .08 PROTECTION OF EXISTING UTILITIES A. Existing utilities or obstructions indicated on Drawings show approximate location only and must CONTRACTOR must verify field. This does not relieve Contractor from responsibility in anticipating the presence of all underground utilities whether or not shown on the Drawings . B. Contractor shall , at his own expense , maintain in working order and without interruption of service all existing utilities and services which may be encountered in the Work. Exception when notified by Engineer the service may be temporarily interrupted to permit removal or to make temporary changes in order for the completion of Work. All costs associated with these changes shall be at the Contractor's expense . C. Before starting construction , the Contractor shall notify all utility companies involved to locate and marked their utilities in the field. All underground utilities shall then be uncovered for verification of location and elevation prior to start of construction . 02320-7 SEPTEMBER 23 , 2010 EXCAVATION , TRENCHING , AND BACKFILLING FOR UTILITIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS D. 3 .09 A. 8 . C . D. 3 .10. A. 8 . 3.11 . A. 3 .12. A. 8 . 3.13. A. 8 . 0318-042-22 The CONTRACTOR must obtain the required permits from the utility companies. MAINTENANCE OF TRENCH BACKFILL After each section of the trench is backfilled , maintain the surface even with the adjacent ground until final surface restoration is complete. Add topsoil as required to maintain surface of the backfilled trench with adjacent ground . Asphalt Pavement: Replace settled areas or fill with asphalt surface. Othe r areas : Add excavated material where applicable and keep backfilled surface leve w ith adjacent ground surface . .. POTABLE WATER LINE PROTECTION AND TCEQ REQUIREMENTS The CONTRACTOR shall abide with TCEQ standards for installing potable water pipelines . Special attention shall be made to these standards regarding disinfection procedures and new water lines crossing existing sewer lines . Water lines and sanitary sewers shall be installed no closer to each other than 9 feet. Where this cannot be achieved , the CONTRACTOR shall place all underground water and wastewater (sewer) lines in accordance with the TCEQ'S "Rules and Regulations for Public Water Systems " and "Design Criteria for Sewerage Systems ." The removal and replacement of sanitary sewers and compliance with these requirements shall be considered subsidiary. DISPOSAL Dispose of waste material , trash and debris off-site. Disposal of surplus excavat ion materials shall be off-site , unless otherwise shown on the Drawings or designated on- site by the ENGINEER. DENSITY CONTROL Areas Subjected to or Influenced by Vehicular Traffic. Unless otherwise indicated on the Drawings, compact backfill to a minimum 95 percent of maximum density as determined in accordance with ASTM 0698, with required moisture content within 2% of optimum . Areas Not Subjected to or Influenced by Vehicular Traffic . Unless otherwise indicated on the Drawings , compad backfill to a m inimum 90 percent of maximum dens ity as determined in accordance with ASTM 0698, with requi red moisture content within 2% of optimum . FIELD QUALITY CONTROL Test Method : 1. Determine the maximum density and the optimum moisture content of pipe zone and backfill materials in accordance with ASTM 0698 . 2. In-place density testing of backfill materials shall be in accordance with ASTM D2922 . Compaction Test Frequency: 1. For trench lengths less than 300 feet , minimum of one test for each layer of backfill. 02320-8 SEPTEMBER 23 , 20 10 EXCAVATION , TRENCHING, AND BACKFILLING FOR UTILITIES VILLAGE CREEK RECLAIMED WAT ER QUA LIT Y IMPROVEMENTS 0318-042-22 2. For trench lengths in excess of 300 feet , perform a minimum of one test for every 300 linear feet for each layer of backfill. 3. Field-testing shall be accomplished at the CONTRACTOR 'S expense. END OF SECTION ·, 02320-9 SEPTEMBER 23 , 2010 EXCAVATION, TRENCHING , AND BACKFILLING FOR UTILITIES VILLAGE CR E EK RE C LAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 SECTION 02575 PAVEMENT REPAIR AND RESURFACING PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 01 Specification Sections , apply to this Section . 1.02 SU M MARY A. This Section specifies providing for the repair of existing roadways , curb and gutters, sidewalks, driveways, medians and related facilities not designated for improvements, which have been cut , broken or otherwise damaged during construction. 1.03 REFERENCES A. Reference Standards . 1. Texas Department of Transportation : Standard Specifications for Construction of Highways, Streets and Bridges (TxDOT). a. TxDOT Item 247 "Flexible Base" b. TxDOT Item 361 "Full-Depth Repair of Concrete Pavement " PART 2 -PRODUCTS 2.01 MATERIALS A. Sand : Sand free from clay lumps, organic and other deleterious materials , having plast icity index of 12 or less, and totally pass through a No . 8 sieve. B. Flexible Base : Comply with the base material requirements of TxDOT Item 247 , Type A , Grade 2 , or Type C , Grade 2. C. Controlled Low Strength Fill (Flowable Fill): 1. Select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832. 2. Materials : a. Cement: ASTM C150 , Type I, 11 , or Ill. b. Aggregate : ASTM C33 , Size 7. c. Fly Ash (if used): ASTM C618 , Class C. d. Water: Clean, potable , free of odor, organics , and deleterious materials. e. The flowable fill mixture shall be mixed either in a pug mill , concrete mixer, or trans it mixer and shall a minimum slump of five (5) inches . D. Concrete Pavement: Comply with requirements of Division 2 Section 02751 "Cement Concrete Pavement". 1. Sidewalk : 3,000 psi 2 . Concrete Pavement: 4 ,000 psi 3 . Curb and Gutter: 3000 psi or same strength as pavement 02575-1 PAVEMENT REPAIR AND RESURFACING VILLAGE CREEK WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042 -22 PART 3 -EXECUTION 3.01 MISCELLANEOUS ROADWAY CONSTRUCTION A Where concrete, asphalt , and gravel parking areas, driveways, curbs , medians, and sidewalks have been cut or damaged , replace with material similar to existing as follows : 1. Sawcut concrete or asphalt pavement at the limits of the damaged areas as described in the following subparagraphs. 2. Neatly remove damaged area and portion of underlying subgrade . Replace subgrade with appropriate thickness of flexible ba se (asphalt or concrete pavement) or bank sand (sidewalks) material as indicated on the Drawings . Contractor may b,ackfill using flowable fill instea of si te material and flexible base material. · ' • J.•. ' •11:~' B. Provide cast-in-place concrete construction , plain or reinforced, matching existing pavement surface and grade , as indicated on the Drawings . If not shown, reinforcement shall be #4 bars at 12-inch centers each way . Saw cut control joints as applicable and place sealing compound in all joints . Type of finish for the replaced section shall be the same as existing pavement . C . Place asphalt pavement , matching existing pavement surface and grade , as indicated on the Drawings. D. For gravel service roads and area, prepared subgrade and place like aggregate materials, compacting and matching existing surface and grade . 3.02 CONCRETE PAVEMENT A When construction requires cutting a concrete or concrete base roadway , saw cut (full depth) pavement two (2) feet wider than the width of trench required for installation of the utility . Leave a minimum of one foot of undisturbed subgrade on each side of the trench to support the concrete pavement. B. Unless otherwise specified , backfill the trench using flowable fill above the pipe zone. C . Drill existing pavements, epoxy grout dowels in existing pavement, and provide cast-in-place concrete construction , reinforced , matching existing pavement surface , as indicated on the Drawings. If not shown , reinforcement shall be #4 bars at 12-inch centers each way . Saw cut control joints as applicable and place sealing compound in all joints . D. Type of finish for the replaced section shall be the same as existing pavement. E. For damaged concrete pavements, remove and replace damaged portion in accordance with TxDOT Item 361 . 3.03 ASPHALT PAVEMENT AND CONCRETE-BASE ASPHALT PAVEMENT A When construction requires cutting asphalt pavement or concrete-base , asphalt pavement, saw cut (full depth) pavement two (2) feet wider than the width of trench required for installation of the utility. Leave a minimum of one foot of undisturbed subgrade on each side of the trench to support the concrete pavement. B. Unless otherwise specified , backfill the trench using flowable above the pipe zone. 02575-2 PAVEMENT REPAIR AND RESURFACING VILLAGE CREEK WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 - 0318-042-22 C . Where pavement consists of concrete base with asphalt pavement, drill existing concrete base, epoxy grout dowels in existing pavement, and provide cast-in-place concrete construction , plain or reinforced . If not shown , reinforcement shall be #4 bars at 12-inch centers each way. Saw cut control joints as applicable and place sealing compound in all joints. D. Type of finish for the replaced section shall be the same as existing pavement. E . Place asphalt pavement ; matching existing pavement surface. Crack seal all joints . F . For full depth asphalt pavement , replace base course to match existing asphalt and place surface course , matching existing pavement surface . Crack seal all joints. 3.04 CURBS A. For damaged curbs, saw cut and removed damaged curb and gutter section. Prepare subgrade . Dowel in sides of existing pavement and place concrete , shaping curb section . Seal joint between new curb and existing. 3.05 SIDEWALKS A. For damaged sidewalks , saw cut at adjacent expansion of tooled joints , remove and replace damaged portion of sidewalk . 3.06 DRIVEWAYS , PARKING AREAS , AND MEDIANS A. When construction requires cutting a concrete area ; saw cut (full depth) pavement two (2) feet wider than the width of trench required for installation of the utility . Leave a minimum of one foot of undisturbed subgrade on each side of the trench to support the concrete pavement. B. Unless otherwise specified , backfill the trench using flowable above the pipe zone . C . Drill existing pavements , epoxy grout dowels in existing pavement, and provide cast-in-place concrete construction, reinforced , matching existing pavement surface, as indicated on the Drawings. If not shown, reinforcement shall be #4 bars at 12-inch centers each way. Saw cut control joints as applicable and place sealing compound in all joints. D. Type of finish for the replaced section shall be the same as existing pavement. 3 .07 MEASUREMENT AND PAYMENT A. Pavement repair and resurfacing work is cons idered subsidiary to the Project. No separate measurement or payment will be made . END OF SECTION 02575-3 PAVEMENT REPAIR AND RESURFACING VILLAGE CREEK WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 -GENERAL SECTION 02910 HYDROMULCH SEEDING 1.01 RELATED DOCUMENTS 0318-042-22 A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Hydromulch seeding; includes mixing grass seed , fertilizer , mulch , with water. 2 . Pesticide application. 3. Erosion control materials. 4 . Maintenance of seeded areas for designated time period. B . Related Sections: 1. Div ision 2 Section 02230 "Site.Clearing" for topsoil stripping and stockpiling . 2. Division 2 Section 02300 "Earthwork" for excavation, filling and backfilling , and rough grading . 1.03 DEFINITIONS AND REFERENCES A. Definitions : 1. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs , and detritus. 2 . Finish Grade : Elevation of finished surface of planting soil. 3. Manufactured Topsoil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. 4 . Pesticide: A substance or mixture intended for preventing, destroying, repelling , or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides , rodenticides, and molluscicides . It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. 5. Pests : Living organisms that occur where they are not desired or that cause damage to plants , animals , or people . These include insects , mites , grubs , mollusks (snails and slugs), rodents (gophers, moles , and mice), unwanted plants (weeds), fungi , bacteria, and viruses. 6. Planting Soil: Standardized topsoil; existing , native surface topsoil ; existing , in- place surface soil ; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth . 7. Subgrade: Surface or elevation of subsoil remaining after excavation is complete or top surface of a fill or backfill before planting soil is placed . 8. Subsoil : All soil beneath the topsoil layer of the soil profile , and typified by the lack of organic matter and soil organisms: 9. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site . In und isturbed areas , the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil. 02910-1 HYDROMULCH SEEDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 10 . Turf: Short grass with earth bound to it by matted roots. 11. Weeds : Includes Dandelion , Jimsonweed , Quackgrass , Horsetail , Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed , Cress , Crabgrass, Canadian Thistle, Nutgrass , Poison Oak , Blackberry , Tansy Ragwort, Johnson Grass , Poison Ivy , Nut Sedge , Nimble Will , Bindweed , Bent Grass , Wild Garlic, Perennial Sorrel, and Brome Grass . B. References: 1. ASTM International (ASTM): a , C 602 -Specification for Agricultural Liming Materials b. D 977 -Specification for Emulsified Asphalt c. D 5268 -Specification for topsoil Used for Landscaping Purposes 1.04 SUBMITIALS A. Product Data : For each type of product indicated . 1. Pesticides and Herbicides : Include product label and manufacturer's application instructions specific to this Project. 2. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name , percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging . 3 . Fertilizer: Provide product manufacturer's name , warranty of producer, weight and analysis, and form of constituents . 4 . Product Certificates : For soil amendments and fertilizers , from manufacturer. 5 . Pesticides : Type , analysis , application information , and safety information . B. Qualification Data: For qualified landscape Installer. C. Material Test Reports : For existing native surface topsoil , existing in-place surface soil, and imported or manufactured topsoil. 1.05 QUALITY ASSURANCE A. Installer Qualifications : A qualified landscape Installer whose work has resulted in successful turf establishment. 1. Professional Membership: Installer shall be a member in good standing of either the Professional Landcare Network or the American Nursery and Landscape Association . 2. Experience: Three years' experience in turf installation in addition to requirements in Division 1 Section "Quality Requirements ." 3. Installer's Field Supervision : Require Installer to maintain an experienced full- time supervisor on Project site when work is in progress . B. Pesticide Applicator: State licensed, commercial. 02910-2 HYDROMULCH SEEDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 1.06 PROJECT CONDITIONS A. Planting Restrictions: Plant during one of the fo ll owing periods . Coordinate planting periods w ith initial maintenance periods to provide requ ired maintenance from date of planting completion . 1. Seeding for erosion control : Refer to Table 1. 2 . Seeding for landscaping : Refer to Table 2 . 8. CONTRACTOR shall provide both the temporary and permanent planting mixtures at no additional cost to the OWNER. This includes returning to the Project fo llowing Substantial Completion in the spring to apply the permanent planting mixture. C . Weather Limitations: Proceed with planting only when ex isting and forecasted weathe r conditions permit planting to be performed when beneficial and optimum results may be obtained . Apply products during favorable weather conditions according to manufacturer's written instructions . 1.07 DELIVERY, STORAGE , AND HANDLING A. Seed and Other Packaged Materials : 1. Deliver packaged materials in origina l, unopened containers showing weight, certified analys is, name and address of manufacturer, and ind icat ion of conformance with state and federal laws , as applicable . 2 . Deliver fertilizer in waterproof bags . 3. Store packaged materials in dry locations . 8 . Bulk Materials : 1. Do not dump or store bulk materials near structures , utilities, walkways and pavements , or on ex isting turf areas or plants . 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials , discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties , water conveyance systems , or walkways . 3. Accompany each delivery of bulk fertil izers and · soil amendments with appropriate certificates . 1.08 MAINTENANCE SERVICE A. Initial Turf Maintenance Service : Provide full maintenance by skilled employees of landscape Installer. Mainta in as required i n Part 3 . Begin maintenance immediately after each area is planted and continue until acceptable turf is established but for not less than the following periods : 1. Seeded Turf: a . 90 days from date of planting complet ion during spring and summer. b. 60 days from date of planting completion during fall and winter. C. 8 . Continuing Maintenance Proposal : From Installer to Owner, in the form of a standard yearly (or other period) ma i ntenance agreement , starting on date initial maintenance service is concluded. State services , obligations , conditions , and terms for agreement period and for future renewal options . 02910-3 HYDROMULCH SEEDING VILLAGE CREEK RECLAIMED WATE R Q UA LITY IMPROVEM E NTS SEPTEMBER 23, 2010 0318-042-22 PART 2 -PRODUCTS 2.01 SEED A. Grass Seed: 1. Fresh , clean , dry, new-crop seed complying w ith requirements of Texas Seed Law. The seed packaged shall conta in a Texas Testing Seed Label showing purity and germination , name , type of seed , and complies with Texas Seed law. 2 . Treated w ith fungic ide. 3. New crop seed harvested with 1 year prior to planting , free of other weed seed to the limits allowable nde r the Texas Seed Law. 4 . Seed shall have a < ,ermination and purity_ that will produce a live seed content of not less than 85 percent pure seed, and not more than 0 .2 percent weed seed. 5 . Seed , which has become wet, moldy or otherwise damaged in transit or storage, will not be acceptable. B . Seeding for Landscaping : Where specified on Drawings , provide a seed mixture at the rate depending on the planting as listed in Table 1. T bl 1 S d' f L d a e -ee 1nQ or an scap1ng Seed Mixture Plantinq Dates Seed Mix No . 1 April 15 -Auqust 31 100% Common Bermuda (Hulled) 50% Italian Rye No . 2 September 1 -April 14 25% Unhulled Common Bermuda 25% Kentucky 31 Tall Fescue Rate shall be as specified in Part 3 depending on application method . C . Seeding for Eros ion Control : Where specified on Drawings, provide seed mixture at rate in accordance with TxDOT Item 164 "Seeding for Erosion Control" depending on the planting date and Highway District where Project is located as listed in Table 2 . T bl 2 S d" f E a e -ee mg or ros1on C t I on ro HiC1hwav District Planting Dates Seed Mix and Rates (lb/Acre) Permanent Rural Seed Mix , Clay Soils Distr ict 2 -Fort Worth Feb. 1 -May 15 Green Sprangletop Sideoats Grama (El Reno) Bermudagrass Little Bluestem (Native) Blue Grama (Hachita) Ill inois Blundleflower Permanent Urban Seed Mix District 2 -Fort Worth Feb. 1 -May 15 Green Sprangletop Sideoats Grama (El Reno) Bermudagrass Buffalograss (Texoka) Temporary Cool Season Seedinq Dist rict 2 -Fort Worth Sep . 1 -Nov . 30 Tall Fescue Western Wheatgrass Wheat (Red , Winter) Temporary Warm Season Seeding All Districts May 1 -August 31 Foxtail Millet 02910-4 HYDROMULCH SEEDING VILLAG E CRE E K RECLAIMED WATER QUALITY IMPROVEMENTS 0.3 2 .7 0.9 1.0 0.9 1.0 0.3 3.6 2.4 1.6 0.3 3.6 2.4 34 SEPTEMBER 23 , 2010 0318-042-22 2.02 FERTILIZER A Commercial Fertilizer: Commercial-grade , pelletized , uniform in composition , free flowing , and suitable for application with standard equipment. Fertilizer shall be of neutral character , consisting of fast-and slow-release nitrogen , 50 percent derived from natural organic sources of urea formaldehyde , phosphorous, and potassium in the following composition : 1. Composition : a. Initial Application : Analys is ratio of 20-20-20 ; traces of sulfur, iron and zinc ; at a rate spec ified in Part 3 per 1000 Sq . Ft. b. Second Application: Analysis ratio of 12-4-8 at a rate specified in Part 3 per 1000 Sq . Ft. . l . c . Figures in analysis ratio represent percen'tage of nitrogen , phosphorus , and potash nutrients respectively as determined by methods of the Association of Official Agricultural Chemists . d. Fifty percent of the nitrogen required shall be in the form of nitrate nitrogen , with the remaining may be in the form of urea nitrogen. 2. Composition : Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified so il-testing laboratory . B. The fertilizer shall comply with the applicable State fertilizer laws and shall be delivered in bags or other convenient containers , each fully labeled and bearing the name , trademark , and warranty of the producer. C . In the event it is necessary to substitute a fertilizer of a different analys is, it shall be pelletized or granulated fertilizer, with the total _amount of nutrients furnished and applied per 1000 square feet shall equal or exceed that specified for each nutrient. D. Fertilizer which has become caked or exposed to excess humidity or moisture will not be acceptable . 2.03 WATER A Water shall be fresh and free from injurious amounts of oil, acid , alkali , salts , or other materials harmful to the growth of the grass. Plant and/or service water may also be used as directed by the OWNER. 2.04 MULCHES A General : Consisting of straw, wood-fiber, mulch nett ings , wood chips , compost , or other approved suitable material , free from of Johnson grass and other noxious weed seeds . B. Straw Mulch '. Provide air-dry , clean , mildew-and seed-free , salt hay or threshed straw of wheat , rye, oats , barley , Bermuda grass hay or other hay harvested before seed production . The straw mulch shall be kept dry and shall not be rotted or molded. A minimum of 50 percent by weight of the herbage comprising hay shall be in 10-inch length or longer. 02910-5 HYDROMULCH SEEDING V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 C . Fiber Mulch : Biodegradable , dyed-wood , cellulose-fiber mulch ; nontoxic and free of plant-growth or germ ination inhibitors ; with a maximum mo isture content of 15 percent and a pH range of 4 .5 to 6 .5. D. Fiber mulch in paragraph above and nonasphaltic tackifier in first paragraph be low are primarily used to protect hydroseeded areas from wind and water erosion during establishment. E. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber-mulch manufacturer for slurry application; nontoxic and free of plant-growth or g.ermination inhibitors . F . Asphalt emulsion in paragraph below may be used as a t ackifier in a hydroseeding slurry or to temporarily bond straw mulch in place . G . Asphalt Emulsion : ASTM D 977 , Grade SS -1; nontoxic and free of plant-growth or germination inhibitors. 2 .05 PESTICIDES A. General : Pesticide, registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer fo r each specific problem and as required for Project cond itions and application . Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction . B. Pre-Emergent Herbicide (Se lective and Non-Select ive): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C . Post-Emergent Herbicide (Select ive and Non-Selective): Effective for controlling weed growth that has already germinated . 2 .06 EROSION-CONTROL MATERIALS A. Erosion-Control Blankets : Biodegradable wood excels ior , straw , or coconut-fiber mat enclosed in a photodegradable plastic mesh . Include manufacturer's recommended steel wire staples , 6 inches long . B. Erosion-Control Fiber Mesh: Biodegradable burlap or spun-coir mesh , a minimum of 0.92 lb/sq . yd ., with 50 to 65 percent open area . Include manufacturer's recommended steel wire staples , 6 inches long . C. Erosion-Control Mats: Cellular , non-biodegradable slope-stabilizat ion mats des igned to isolate and contain small areas of soil ove r steeply sloped surface , of 3-inch nominal mat thickness . Include manufacturer's recommended anchorage system for slope conditions. 02910-6 HYDROMULCH SEEDING V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEM ENTS SEPTEMBER 23 , 2010 0318-042-22 2 .07 HYDROMULCH A. Hydromulch Material : 1. Product and Manufacturer: Areas requiring grass establishment shall be Second Nature Hydroseeding Mulch as manufactured by Central Fiber Corporation , or approved equivalent. 2. Mulch shall be manufactured of natural fiber stock free of plastics and foreign materials . 3 . Mulch shall have a green non-toxic dye, disperse rapidly in water to form homogeneous sl urry and shall remain in suspension. It shall have a water holding ca 1?aci t y of not less than 1300 grams water per 100 gram fiber. 2.08 PLANTING SOIL AND AMENDMENTS A. Topsoil : Unless otherwise designated on the Drawings, comply with the topsoil requirements of Section 02001 "Materials." PART 3 -EXECUTION 3 .01 EXAMINATION A. Examine areas to be planted for compliance with requirements and other conditions affecting performance . 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks , cement, plaster, oils , gasoline , diesel fuel , paint thinner, turpentine , tar, roofing compound , or acid has been deposited in soil within a planting area . 2. Do not mix or place soils and soil amendments in frozen , wet, or muddy conditions. 3. Suspend soil spreading , grading , and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results . 4 . Uniformly moisten excessively dry soil that is not workable and which is too dusty. B. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by ENGINEER and replace with new planting soil. C . Examine areas and conditions , w ith Installer present , for compliance with requirements of site conditions and any other conditions affect i ng performance of the Work . D. Examine seed and fertilizer before installation . Reject any seed or fertilizer that is wet, moisture damaged , or mold damaged . E. Proceed with installation only after unsatisfactory conditions have been corrected . 02910-7 HYDROMULCH SEEDING V ILLAGE CREEK RECLA IMED WATER QUA LI TY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 3.02 PREPARATION A. Protect structures , utilities , sidewalks , pavements , and other facilities , trees , shrubs , and plantings from damage caused by planting operations . 1. Protect adjacent and adjoin ing areas from Hydromulch seeding and hydromulching overspray . 2. Protect grade stakes set by others until directed to remove them. B. Install erosion-control measures to prevent erosion or . displacement of soils J md discharge of soil-bearing water runoff or airborne dust to adjacent prope rti es and walkway_s. 3.03 TURF AREA PREPARATION A. Limit subgrade preparation to areas to be planted. B. Newly Graded Subgrades : Loosen subgrade to a minimum depth of 4 inches . Remove stones larger than 1 · inch in any dimension and sticks , roots , rubbish , and other extraneous matter and legally dispose of them off Owner's property . C. Spread planting soil or topsoil to a depth of 4 to 6 inches, but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen , muddy, or excessively wet. 1. Spread approximately 1/2 the thickness of planting soil over loosened subgrade . Mix thoroughly into top 2 inches of subgrade. Spread remainder of planting soil. D. Unchanged Subgrades : If Hydromulch is to be placed in areas unaltered or undisturbed by excavating, grading , or surface-soil stripping operations , prepare surface soil as follows : 1. Remove existing grass , vegetation , and turf. Do not mix into surface so il. 2 . Loosen surface soil to a depth of at least 6-inches. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4- inches of soil. Till soil to a homogeneous mixture of fine texture . 3 . Remove stones larger than 1-inch in any dimension and sticks , roots , trash , and other extraneous matter. 4 . Legally dispose of waste material , including grass , vegetation , and turf, off OWNER'S property . E. Finish Grading : Grade planting areas to a smooth, uniform surface plane with loose , uniformly fine texture . Grade to within plus or minus 1/2-inch of finish elevation . Roll and rake , remove ridges , and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future . F. Moisten prepared area before planting if soil is dry . Water thoroughly and allow surface to dry before planting . Do not create muddy soil. G . Smooth areas that have become gullied ; and loosen or refill areas that have become compacted since completion of grading to a depth of 6 inches . 02910-8 HYDROMULCH SEEDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318 -042 -22 H. Before planting , obtain ENGINEER 'S acceptance of finish grading ; restore planting areas if eroded or otherw ise disturbed after finish grad ing . 3.04 FERTILIZING A. Initial Fertilizer Application : Minimum rate of 15 lb per 1000 Sq . Ft. with Hydromulch mixture. B. Second Fertilizer Application : 1. Minimum rate 8 per 1000 Sq. Ft. 2. Period: Applied to the establishment a rea s between 45 and 60 days after date of seeding . 3.05 HYDROMULCH APPLICATION A. Hydromulch Seeding : Mix specified seed , fert ilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application . Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic appl ication . 1. Mix slurry with non-asphaltic or asphalt-emulsion tackifier for slopes 3: 1 or ~eeper. _ 2. Apply slurry un iformly to all areas to be seeded in a one-step process . Apply slurry at a rate so that mulch component is deposited at not less than rate listed below , and seed component is deposited at not less than the specified seed- sowing rate. a. Grades 2 : 1 or less : 2 .5 lbs per 1000 Sq. Ft. b. Grades greater than 2 : 1: 3.0 lbs per 1000 Sq. Ft. 3 . Mulch : As recommended by manufacturer. B. Apply slurry uniformly to all areas to be seeded in a two-step process . Apply first slurry coat at a rate so that mulch component is deposited at not less than 1000-lb/acre dry weight , and seed component is deposited at not less than the specified seed-sowing rate . Apply sl u rry cover coat of fiber mulch (hydromulching) at a rate to comply with the mulch component specified above . C. For areas to be established , apply water with a fine spray immediately (within 24 hours) after each area has been seeded and mulched . Saturate to 4 inches of soil. Water daily as often as necessary for 4 weeks to establish grass. 3.06 SEED PROTECTION A. Cover seeded slopes where grade is steeper than 3 : 1 with erosion fabric . Roll fab ric onto slopes without stretching or pulling. Cover hydromulched areas as recommended to obtain establ ishment of grass. B. Lay fabric smoothly on surface , bury top end of each section in 6 inch deep excavated topso il trench . Provide 12-inch overlap of adjacent rolls . Backfill trench and rake smooth , level with adjacent soil. C. Secure outside edges and overlaps at 36-inch intervals w ith stakes . D. Lightly dress slopes with topsoil to ensure close contact between fabric and soil. 02910 -9 HYDROMULCH SEEDING VIL LAGE CREEK RECLAIMED WATER Q UALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042 -22 E. At sides of ditches , lay fabric laps in direction of water flow . Lap ends and edges minimum 6 inches . F. No heavy equipment shall be moved over planted area unless area is to be retilled and reseeded . 3.07 PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Turf Area Preparation" Article . B. For erosion-control mats , install planting soil in two lifts , with second lift equal to t hickness of erosion-control mats . Install erosion-control mat and fasten as recommended by material manufacturer. C. Fill cells of erosion-control mat with planting soil and compact before planting . D. For erosion-control blanket or mesh , install from top of slope , working downward , and as recommended by material manufacturer for site conditions . Fasten as recommended by material manufacturer. 3.08 Moisten prepared area before plant ing if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. 3.09 TURF RENOVATION A. Renovate existing turf. B. Renovate existing turf damaged by CONTRACTOR'S operations , such as storage of materials or equipment and movement of vehicles . 1. Reestablish turf where settlement or washouts occur or where minor regrad ing is required . 2. Install new planting soil as required. - C. Remove sod and vegetation from diseased or unsat isfactory turf areas ; do not bury in soil. D. Remove topsoil containing fore ign materials such as oil drippings , fuel spills , stones , gravel , and other construction materials resulting from Contractor's operations , and replace with new planting soil. E. Mow, dethatch , core aerate , and rake existing turf. F. Remove weeds before seeding . Where weeds are extensive , apply selective herbicides as required. Do not use pre-emergence herb icides . G. Remove waste and foreign materia ls, includ ing weeds , soil cores , grass , vegetation , and turf, and legally d ispose of them off Owner's property . H. Till stripped , bare , and compacted areas thoroughly to a soil depth of 6-inches . 02910-10 HYDROMULCH SEEDING VILLAGE CR EEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 I. Apply soil amendments and initial fertilizers requ ired for establishing new turf and mix thoroughly into top 4-inches of existing soil. Install new planting soil to fill low spots and meet finish grades . J . Apply seed and protect with straw mulch or sod as required for new turf. K. Water newly planted areas and keep moist until new turf is established . 3.10 TURF MAINTENANCE REQUIREMENTS L. Maintain and establish grass by watering , fertilizing , weeding, mowing 1 trimming, replanting, and performing other operations as required to establish he ::.i lthy, viable turf. Roll , regrade, and replant bare or eroded areas and remulch to pro uce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation . 1. Fill in as necessary soil subsidence that may occur because of settling or other processes . Replace materials and turf damaged or lost in areas of subsidence . 2 . In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3. Apply treatments as required to keep turf and soil free of pests and pathogens _or disease . Use integrated pest management practices whenever poss ible to minimize the use of pesticides and reduce hazards . M. Watering : Install and maintain temporary piping , hoses, and turf-watering equipment to convey water from sources and to keep turf uniformly moist to a depth of 4 inches . 1. Schedule watering to prevent wilt ing, puddling, erosion , and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2 . Water seeded area daily, keeping area moist until seeds have spouted , then at a minimum rate of 1-inch every four days unless rainfall precipitation is adequate . 3. Provide temporary irrigation systems in areas where permanent systems are not installed . N. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third of grass-leaf growth in initial or subsequent mowing. Do not delay mowing until grass blades bend over and become matted . Do not mow when grass is wet. Schedule initial and subsequent mowing to maintain a grass height or 1 to 2 inches . 0 . Turf Post Fertilization : Apply second application of fert ilizer after initial mowing and when grass is dry . 1. Use fertilizer of the analysis and at the rate specified in "Fertilizers " Art icle to turf area after the first mowing. 2. Prior to the second fertilizer application , CONTRACTOR shall reseed areas which show bare spots of 2 square feet or larger. 02910-11 HYDROMULCH SEEDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 3 .11 SATISFACTORY TURF P. Turf installations shall meet the following criteria as determined by ENGINEER: 1. Satisfactory Seeded Turf: At end of maintenance period , a healthy, uniform , close stand of grass has been established, free of weeds and surface irregularities , with coverage exceeding 95 percent or 150 plants per square foot. Q . Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory. R. Protect seeded are as with warning signs during majntenance peri.od , if necessary. 3.12 PESTICIDE APPLICATION S. Apply pesticides and other chemical products and biological control agents in accordance with requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with OWNER'S operations and others in proximity to the Work . Notify OWNER before each application is performed . T. Post-Emergent Herbicides (Selective and Non-Selective): Apply only as necessary to treat already-germinated weeds and in accordance with manufacturer's written recommendations . 3 .13 CLEANUP AND PROTECTION U. Promptly remove soil and debris created by turf work from paved areas . Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks , or other paved areas. V. Erect temporary fencing or barricades and warning signs as required protecting newly planted areas from traffic . Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established . W . Remove non-degradable erosion-control measures after grass establishment period . END OF SECTION 02910-12 HYDROMULCH SEEDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 1.01 SECTION 03310 MISCELLANEOUS CAST-IN-PLACE CONCRETE 0318-042-22 PART 1 -GENERAL A. RELATED DOCUMENTS Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 A. SUMMARY ' This Section specifies cast-in-place concrete, · including reinforcement , concrete materials , mixture design , placement procedures, and finishes , for non-critical applications of concrete and for projects using small quantities of concrete . 1.03 REFERENCES A. Definitions : 1. Cementitious Materials : · Portland cement alone or in combination with one or more of the following : blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume ; subject to compliance with requirements. 2. Defective Area : Surface defects that include honeycomb , rock pockets , indentations greater the 3/16-inch, cracks 0 .005-inch wide and larger and any crack that leaks for liquid containment basins and below grade habitable spaces, cracks 0.010-inch wide and larger in non-fluid holding structures , spalls, chips, air bubbles greater than 3/4 -inch in diameter, pinholes , bug holes , embedded debris, lift lines , sand lines, bleed lines, leakage from form joints , fins and other projections , form popouts, texture irregularities , and stains and other color variations that cannot be removed by cleaning . 3. Exposed Surfaces : Concrete surfaces that can be seen inside or outside of structures regardless whether concrete is above water, dry at all times , or can be seen when structure is drained . 4. Hydraulic Structures : Liquid containment basins . 5. New Concrete: Less than 60 days old . 6. Slurry Concrete: Mixture of sand , 3/8-inch minus aggregate , cement, and water for wall construction joints . B. Reference Standards : 1. American Concrete Institute/AC! International (ACI): a . 117 -Specifications for Tolerances for Concrete Construction b . 301 -Specification for Structural Concrete c . 305R -Hot Weather Concreting d. 306 .1 -Standard Specification for Cold Weather Concrete e. 318/318R -Building Code Requirements for Structural Concrete and Commentary f . 350/350R -Code Requirements for Environmental Engineering Concrete Structures and Commentary . 2. ASTM International (ASTM): a. C31 -Standard Practice for Making and Curing Concrete Test Cylinders in the Field . b. C33 -Standard Specification for Concrete Aggregates 03310-1 SEPTEMBER 23 , 2010 MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 c. C39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens d . C42 -Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete e . C94 -Standard Specification for Ready-Mixed Concrete f. C143 -Standard Test Method for Slump of Hydraulic Cement Concrete g . C150 -Standard Specification for Portland Cement h. C171 -Standard Specification for Sheet Materials for Curing Concrete i. C 172 -Standard Practice for Sampling Fresh Concrete j. C173 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method k . C231 -Standard Test Method -!_or Air : on ten t of Freshly Mixed Concrete by the Pressure Method. I. C260 -Standard Specification for Air-Entraining Admixtures for Concrete m . C309 -Standard Specificat ion for Liquid Membrane-forming Compounds for Curing Concrete n. C494 -Standard Specification for Chemical Admixtures for Concrete o . C595 -Standard Specification for Blended Hydraulic Cements p . C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete q . C920 -Specification for Elastomeric Joint Sealants r. D226 -Specification for Asphalt-Saturated Organic Felt used in roofing and Waterproofing s. D227 - Specification for coal-Tar Saturated Organic Felt Used in Roofing and Waterproofing t. D994 -Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) u . D1056 -Specification for Flexible Cellular materials -Sponge or Expanded Rubber v . D1751 -Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient bituminous Types) · w . D1752 -Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural construction x . E1155 -Standard test method for Determining FF Floor Flatness and FL Floor Levelness numbers 3 . Corps of Engineers (CE): CRD-572 Specifications for Polyvinylchloride Waterstop 4 . National Ready-Mixed Concrete Association (NRMCA): Certification of Ready- Mixed Concrete Production facilities (Checklist with instructions) 5. NSF International (NSF): 61-Drinking Water System Components-Health Effects 1.04 SUBMITTALS A. Product Data: For each type of product indicated . B. Design Mixtures: For each concrete mixture . 03310-2 MISCELLANEOUS CAST-IN-PLACE CONCRETE V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 1.05 A. B . C . 1.06 A. 0318-042-22 QUALITY ASSURANCE Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94 requirements for production facilities and equipment . Work shall conform to all requirements of ACI 301 , "Specification for Structural Concrete ," except as modified by these Contract Documents . Comply with ACI 117 , "Specifications for Tolerances for Concrete Construction and Materials." PROJECT C)NDITIONS Environme \al Co nditions : 1. General: a. The concrete shall be mixed in quantities required for immediate use . Any concrete, wh ich is not in place within the time limits specified , shall not be used. Concrete shall not be re-tempered. b. Concrete shall not be placed if impending weather conditions would impair the quality of the finished work. 2. Concrete Temperature : a. No concrete shall be placed when the temperature of the concrete to be placed is greater than 90°F or less than 50°F . The temperature of the concrete to be placed shall be taken immediately before placement , with the point of measurement being in the chute or bucket. 3. Cold Weather: a. No concrete shall be mixed of placed when the atmospheric temperature is at or below 40°F . The temperature shall be taken in the shade away from artificial heat. b. In cases where the temperature drops below 40°F after the concreting operations have been started , protection shall be provided in accordance with the requirements of ACl-306R. Sufficient heating apparatus such as stoves , salamanders, or steam equipment and fuel to provide heat shall be supplied . c . The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the OWNER. d. When the air temperature is below 40°F , water used for mixing shall be heated to raise the concrete temperature to 70°F. The temperature of the mixing water shall not exceed 165°F when entering the mixer. e . If heating the mixing water does not raise the placing temperature of the concrete to 70°F , the aggregate must also be heated , either by steam or dry heat , to ra ise the placing temperature of the concrete to the required temperature . In no case shall the aggregate temperature exceed 150°F as it enters the mixer . The heating apparatus shall heat the mass of the aggregate uniformly and preclude the occurrence of hot spots , which burn the material. f. Salts , chemicals , or other foreign materials shall not be mixed with the concrete to prevent freezing . The use of calcium chloride is not permitted . 03310-3 MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 4 . Hot Weather: a. Hot weather is defined as any combination of high air temperature , low relative humidity, and w ind veloc ity that impairs the quality of the concrete. Hot weather concreting shall be in accordance with ACl-305R and Hot Weather Concret ing Plan . 1) Concrete shall be placed in the forms without the addition of any more water than that required by the design (slump). No excess -water shall be added on the concrete surface for finish ing. 2) Control of init ial set of the concrete and extending the time for finishing operat ions may be accomplished with the use of approved 1 water-reducing and set-retarding admixture , as specifi ed . b. Maximum time . intervals . between the agdition of mix ing .w ater and/or cement to the batch , and the placing of concrete in the · forms shall not exceed the following (excluding HRWR admixture use) lim its indicated in Table 1. Table 1 Maximum Time Concrete Placement Concrete Temperature Maximum Time From Addition -of Water to Placement Non-Ag itated Concrete Up to 80°F 30 Minutes Over 80°F 15 Minutes Agitated Concrete Up to 75°F 90 Minutes 75°F to 89°F 60 Minutes Over 90°F ·45 Minu tes (maximum perm issible concrete temperature) 1) The use of an approved set-retarding admixture will permit the extension of the above time maximums by 30 minutes , for agitated concrete only . 2) The use of an approved high range water-reducing (HRWR) admixture will allow placement time extensions as determined by the manufacturer. c . The maximum temperature of concrete shall not exceed 90°F at the time the concrete is placed . The temperature of the concrete shall be reduced by the use of chilled water or ice . d . The maximum temperature of concrete with high range water reducing admixture shall not exceed 100°F at the t ime concrete is placed . e . Under extreme heat, wind , or humid ity conditions , concreting operat ions may be suspended if the quality of the concrete be ing placed is not acceptable . PART 2 -PRODUCTS 2 .01 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301. 03310-4 MISCELLANEOUS CAST-IN-PLACE CONCRETE V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 2 .02 STEEL REINFORCEMENT A Reinforcing Bars : ASTM A 615 , Grade 60 , deformed . B . Deformed-Steel Welded Wire Reinforcement: ASTM A 497, flat sheet. 2 .03 CONCRETE MATERIALS A Cementitious Material : · Use the following cementit ious materials , of the same type , brand, and source throughout Project: 1. Portland Cement: ASTM C 150, Type II. Supplement with the following : . ?· Fly Ash: ASTM C 618 , Cla~s C . Fly ash may be used for replacement of up to 15 percent of cemer· conte nt by weight. B . Normal-Weight Aggregate : AST.?", C 33 , graded , 1-inch nominal maximum aggregate size . C . 2.04 A B. 2 .05 A B. C . 2 .06 A B. C . Water: ASTM C 94 ; potable . ADMIXTURES Air-Entraining Admixture: ASTM C 260. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures conta i ning calcium chloride . 1. Water-Reducing Admixture : ASTM C 494, Type A 2 . Water-Reducing and Retarding Admixture: ASTM C 494, Type D. RELATED MATERIALS Vapor Retarder: Multi-ply reinforced polyethylene sheet, ASTM E 17 45 , C lass C, or polyethylene sheet, ASTM D 4397, not less than 10 mils thick . Joint-Filler Strips: ASTM D 1751 , asphalt-saturated cellulose fiber, or ASTM D 1752, cork or self-expanding cork. Acoustical Sealant for Exposed and Concealed Joints (type 9): Comply with ASTM C 834 , Type O P, Grade NF . 1. Products a . Bostik Findley; Chem-Calk 600. b. Pecora Corporation; AC-20+. c . Schnee-Morehead, Inc .; SM 8200 . d . Sonneborn , Division of ChemRex Inc.; Sonolac. e . Tremco; Tremflex 834. CURING MATERIALS Evaporation Retarder: Waterborne, monomolecular film forming ; manufactured for application to fresh concrete. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. Moisture-Retaining Cover: ASTM C 171 , polyethylene film or white burlap- polyethylene sheet. 03310-5 MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 D. Clear, Waterborne , Membrane-Forming Curing Compound: ASTM C 309 , Type 1, Class B . 2 .07 CONCRETE MIXTURES A Comply with ACI 301 requirements for concrete mixtures . B. Clas~ "A ": Provide Class "A" concrete with the following mix design limitations where Class "A" concrete is specified to result in concrete placed in the field of minimum compressive strength of 4000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Minimum Compressive Strength (7 day) Minimum Compressive Strength (28 day) Coarse Aggregate Fine Aggregate Water/Cementious Ratio (max .) Air Entrainment Superplasticizer Type F or G only Slump with Superplasticizer Slump without Superplasticizer Minimum Cementious Content Measurement 3000 psi 4000 psi ASTM C33 , No. 57 or 67 ASTMC33 0.42 by weight 6 percent± 1.5 percent As recommended by manufacturer 7 inches to 9 inches 3 inches ± 1 inch 564 pounds per cubic yard C . Class "B ": Provide concrete with the following mix design limitations where Class "B" concrete is specified to result in concrete placed in the field of minimum compressive strength of 3000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Minimum Compressive Strength (7 day) Minimum Compressive Strength (28 day) Coarse Aggregate Fine Aggregate Water/Cementious Ratio (max .) Air Entrainment Slump with Superplasticizer Slump without Superplasticizer Minimum Cementious Content Measurement 2250 psi 3000 psi ASTM C33 , No . 467 ASTMC33 0.45 by weight 5 percent ± 1.5 percent 7 inches to 9 inches 3 inches ± 1 inch 470 pounds per cub ic yard D. Class "C ": Provide concrete with the following mix design limitations where Class "C" concrete is specified to result in concrete placed in the field of minimum compressive strength of 2000 psi at 28 days based on · test cylinders which are taken during concrete placement. · Unit Minimum Compressive Strength (7 day) Minimum Compressive Strength (28 day) Coarse Aggregate Fine Aggregate Water/Cementious Ratio (maximum) 03310-6 Measurement 1500 psi 2000 psi ASTM C33, No . 467 ASTM C33 0.62 by weight MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 2 .08 A Air Entrainment Slump -Plus or minus 1 inch (50 mm) Minimum Cement Content CONCRETE MIXING 0318-042-22 No specific value required 4inches 376 pounds per cubic yard Ready-Mixed Concrete : Measure , batch, mix , and deliver concrete according to ASTM C 94, and furnish batch ticket information . 1. When air temperatL:Jre is above 90 deg F, reduce mixing and delivery time to 60 minutes . PART 3 -EXECUTION 3 .01 FORMWORK A Design , construct , erect , brace , and maintain formwork according to ACI 301 . B. Earth cuts as forms : 1. For grade beams cast monolithically with slabs, earth cuts may be used for forming unexposed side of the grade beam, when approved by the ENGINEER and if sides of excavat ion are in stable condition to prevent caving or sloughing . 2. If CONTRACTOR elects and ENGINEER approves earth forming ·of grade beams , increase width of beam by 2 inches , maintaining adequate concrete cover over reinforcement. 3.02 VAPOR RETARDERS A When shown on the Drawings; Install , protect, and repair vapor retarder according to ASTM E 1643 ; place sheets in position with longest dimension parallel with direction of pour. 1. Lap joints 6 inches and seal with manufacturer's recommended adhesive or joint tape . 2. Do not cut or puncture vapor retarder . Repair damage and reseal vapor retarder before placing concrete. 3 .03 STEEL REINFORCEMENT A Comply with CRSl's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 3.04 JOINTS A General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Contraction Joints in Slabs-on-Grade : Form weakened-plane contraction joints , sectioning concrete into areas as indicated on the drawings . Construct contraction joints to a depth equal to at least one-fourth of concrete thickness . C. Isolation Joints : Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated . 1. Extend joint fillers full width and depth of joint , terminating within ~-inch of finished concrete surface , unless otherwise ind icated . Seal joint with elastomeric joint sealer. 03310-7 MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 3 .05 A B . C . 3.06 A B . C. D . 3 .07 A B. C . D. E. 0318-042-22 CONCRETE PLACEMENT Comply with ACI 301 for measuring , batching, mixing , transporting , and placing concrete . Do not add water to concrete during delivery, at Project site , or during placement. Consolidate concrete with mechanical vibrating equipment. FINISHING FORMED SURFACES Rough-Formed Finish : As-cast concrete texture imparted by form-facing material with tie holes and d efect ive areas repaired and patched . Remove fins and other projections exc ee di ng ~-inch. 1. Apply to concret e surfaces not exposed to view . Smooth-Formed Fin ish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams . Repair and patch tie holes and defective areas . Remove fins and other projections exceeding 1/8-inch. 1. Apply to concrete surfaces exposed to view , to receive a rubbed finish , or to be covered w ith a coating or covering material applied directly to concrete . Rubbed Finish : Apply the following rubbed finish , defined in ACI 301, to smooth- formed finished as-cast concrete where indicated : 1. Smooth-rubbed finish . 2 . Grout-cleaned finish . Related Unformed Surfaces : At tops of walls , horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces . Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces , unless otherwise indicated . FINISHING UNFORMED SURFACES General : Comply with ACI 302.1 R for screeding , restraightening , and finishing operations for concrete surfaces . Do not wet concrete surfaces . Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface. 1. Do not further disturb surfaces before starting finishing operations . Float Finish : Apply float finish to surfaces indicated to receive trowel finish , and to bottoms of channels , box culverts , channel linings , and related construction . Trowel Fin ish: Apply a hard trowel finish to surfaces indicated and to floor and slab surfaces exposed to view , or to receive a floor hardener, or to be covered with resilient flooring , carpet , ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system . Nonslip Broom Finish : Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms , steps , floors , and ramps . Immediately after float finishing , slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route . 03310-8 MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 F. Finish exterior slab surfaces within tolerances specified. 1. Floor Flatness (FF) a. Specified Overall Valve (SOV) = 50 b. Minimum Local Valve (ML V) = 25 2. Floor Levelness (FL) a. Specified Overall Valve (SOV) = 35 b. Minimum Local Valve (MLV) = 18 3.08 CONCRETE PROTECTING AND CURING A General : Protect freshly placeq concrete from premature drying and excessive cold or hot temperatures . Comply with ACI 306.1 for cold-weather protection and with ACI 301 for hot-weather protection during curing. - B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot , dry , or windy conditions cause moisture loss approaching 0.2 lb/sq . ft . x h before and during finishing operations . Apply according to manufacturers written instructions after placing , screeding, and bull floating or darbying concrete , but before float finishing . C . Begin curing after finishing concrete but not before free water has disappeared from concrete surface . D. Curing Methods : Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: 1. Moisture Curing : Keep surfaces continuously moist for not less than seven days with the following materials : a. Water . b. Continuous water-fog spray . c . Absorptive cover , water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers . 2 . Moisture-Retaining-Cover Curing : Cover concrete surfaces with moisture- retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive . Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape . 3. Curing Compound : Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application . Maintain continuity of coating and repair damage during curing period . 4 . Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application . Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period . 3.09 FIELD QUALITY CONTROL A Testing Agency: Engage a qualified independent testing and inspecting agency retained by the OWNER to sample materials , perform tests , and submit test reports during concrete placement according to requirements specified. 03310-9 MISCELLANEOUS CAST-IN-PLACE CONCRETE V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 B. Tests : Perform according to ACI 301 including: 1. Strength in accordance with ASTM C39 . 2. Slump in accordance with ASTM C143. 3. Temperature in accordance with ASTM C1064. 4 . Air content in accordance with ASTM C231 . 3.10 REPAIRS C. Remove and replace concrete that does not comply with the requirements specified. END OF SEC''" ON 03310-10 MISCELLANEOUS CAST-IN-PLACE CONCRETE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 03600 GROUT, NON-SHRINK 0318-042-22 A Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 SUMMARY A Secti or-i prov ides requirements for furnishing and placing non-metallic , non-shrink cementitious and epoxy type grouts for leveling column base plates , steel beams bearing on concrete, machinery and equipment , anchoring handrail posts into sleeves embedded into concrete and related work . B. Section provides requirements for cement-fine aggregate topping for final surface leveling at concrete basins . 1.03 REFERENCES A Definition : 1. Non-Shrink Grout: High-strength mortar or grout, which does not shrink in the plastic state, is dimensionally stable in the hardened state, and bonds permanently to a clean metal base plate , anchorage, concrete substrate , and other work. B. References : 1. American Concrete institute (ACI): a. 503.2 -Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi-Component Epoxy Adhes ive . 2 . ASTM International (ASTM): a. C109 -Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in . or [50-mm] Cube Specimens) b. C150 -Specification for Portland Cement c . C157 -Test Method for Length Change of Hardened Hydraulic-Cement Mortar and Concrete d. C579 -Test Methods for Compressive Strength of Chemical-Resistant Mortars , Grouts, Monolithic Surfacing and Polymer Concretes. e. C827 -Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures f. C881 -Specification for Epoxy-Resin-Base Bonding Systems for Concrete g. C1090 -Test method for Measuring Changes in Height of Cylindrical Specimens from Hydraulic-Cement Grout h. C1107 -Specification for Packaged Dry , Hydraulic-Cement Grout (Nonshrink) 3 . Corps of Engineers , (CE): a. CRD-C620 -Standard Method of Sampling Fresh Grout b. CRD-C621 -Specification for Non-Shrink Grout 03600-1 GROUT, NON-SHRINK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 1.04 SUBMITTALS A. Action Submittals : 1. Product Data : Provide manufacturer's product data and installation instructions . 2. Proposed method for keeping existing concrete surfaces wet prior to placing grout. 3. Forming method for fluid grout applications . 4 . Curing method for grout. B. Informational Submittals: 1. Manufacturer's Instructions . 2. Manufacturer's Training Schedul"e . 3. Material Certification : provide certificates of compliance or la ·ora t ory test reports, which indicate the following : a . Materials used are free from metallic components or corrosion-producing elements . b . Materials meet specified shrinkage and compressive strength requirements. 4. Manufacture 's Certificate of Installation . 5 . Statement of Qualifications: Non-shrink grout manufacturer's representative. 6 . Test Reports : . a. Report for 24-hour evaluation of non-shrink grout. b. Field test reports and laboratory test results for field -drawn samples . 1.05 QUALIFICATIONS A. Non-Shrink Grout Manufacturer's Representative : Authorized and trained representative of grout manufacturer. Minimum one-year experience, which has resulted in successful installat ion of grouts similar to those proposed for Project. 1.06 DELIVERY , STORAGE , AND HANDLING A. Deliver materials in unopened containers bearing intact manufacturer's labels . Store materials . on elevated platforms , under cover , and in a dry locat ion . Do not use cementitious materials that have become damp . B. Store aggregates where grading and other required characteristics can be maintained and contam ination avoided . PART 2 -PRODUCTS 2 .01 A. 2 .02 A. MANUFACTURERS : Manufacturers : Subject to compliance with requ irements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to , the manufacturers listed in the following paragraphs . MATERIALS Cementitious Grout: Provide non-shrink , non-metallic, non-corrosive cement-based grout conforming to the following requirements : 1. Prepackaged natural aggregate grout requiring only the addition of water. 2 . Applicable Standards: ASTM C1107 and CE CRD-C621 . 3. Grout: ASTM 1107 , Grade A , B, or C , as appropriate for the condit ions . 03600-2 GROUT, NON-SHRINK VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 4. He ight Change at 28 days : ASTM C-1090 , 0.1% maximum . 5. Compressive Strength , ASTM C109 in accordance w ith the compressive strengths listed in the Non-Shrink Grout Schedule for the application : 6 . Initial Sett ing Time , After Addition of Water: Approximately one hour at 70 °F . 7. Grout shall not bleed at maximum allowed water . 8. Available Manufacturers: a. Chemrex , Inc., Shakopee , MN b . Dayton Superior Corp., Miamisburg , OH c . Euclid Chemical Company d . Five Star Products , Inc., Fairfield , CT e . L&M Construct ion Che m icals , Omaha , NE f . • Master Builders , !,. c . g . Sika Corporation • B. Epoxy Grout: Provide non -shrink , non-metallic , non-corrosive epoxy grout conforming to the following requirements : 1. Appl icable Standards : ASTM C881 and ACI 503.2 . a . Type , Grade, and Class determine by application . 2. Grout shall be manufactured for use in load bearing applications , bonding fresh concrete to hardened concrete. 3. Shrinkage at 28 days : None (0 .00 shrinkage) when tested in accordance w ith ASTM C827, modified procedure , with a minimum effective bearing area (EBA) of 95 percent coverage of the tested base plate . 4 . Compressive Strength , Minimum : 10 ,000 psi at seven days, when tested in accordance with ASTM C579 . 5. Initial Setting Time , After Addition of Water: Approximately one hour at 70 °F . C. Epoxy Adhesive : ASTM C88 1, Type V , epoxy-based bonding agent. D. Portland Cement: ASTM C150. E. Pea Gravel : Conforming to ASTM C33 , Aggregate Size No . 8, coarse aggregate graded with 100 percent passing a 3/8-inch sieve and 90 percent retained on a No . 4 sieve . F. Water: Clean , potable , free of impurities detrimental to grout. G. Water-based , high sol ids content , non-yellowing cur ing compound : ASTM C 309 , Type 1, Class B, and ASTM C 1315 , Type 1, Class A. 1. Moisture Loss : 0.40 kg/square meter/72 hours . 2 . Capable of moisture retention at manufacturer's specified application rate . 3. Available Products: a . Chemrex , Inc ., Shakopee , MN ; Masterkure . b . Dayton Supe rior Corp ., Miamisburg , OH ; Safe Cure and Seal 30%. c . Euclid Chem ical Co ., Cleve land , OH ; Super Diamond Clear VOX . d . L&M Construction Chemicals , Omaha , NE ; L&M Cure R-2 e . WR Meadows , Inc ., Hampsh ire , IL ; VOCOMP -30 . f. Vexcon Chemical , Inc., Philadelphia , PA ; Starseal 1315. 2 .03 MIXES A. Cementitious Grout M ixes : 03600-3 GROUT, NON-SHRINK V ILLAGE CREEK RE CLAIMED WATER QUALITY IMPROVEMENTS S EPTE MBER 23 , 2010 0318-042-22 1. Mix cementitious grout in a mechanical mixer for the specified required time in accordance with the grout manufactures instructions . 2 . Use required quantity of water necessary to produce a grout mixture having the desired flow properties ; fluid , flowable, or plastic. 3. Select the desired properties for the application as indicated in the Non-Shrink Grout Schedule . 4 . For areas over 4 inches in depth and where coarse aggregate will not obstruct passage of grout, the grout may be extended by adding clean pea gravel , if allowed and as recommended by the grout manufacturer. Comply with the grout manufacturer's recommendations for the maximum amount of per gravel to be added. B. Epoxy Grout Mixers: Mix in accordance with ACI 503.2 and grout manufacturer's instructions . C. Concrete Topping: 1. Design for 3,000 psi at 28 days using pea gravel , 5-inch maximum slump, 0.50 maximum water-cementitious material ratio, and minimum cementitious material content of 470 pounds per cubic yard . 2 . For use in adjusting final bottom elevation in clarifiers , thickeners , and related treatment units after the equipment has been installed . PART 3 -EXECUTION 3.01 A. B. C. D. E. 3.02 A. PREPARATION Remove all defective concrete , laitance , dirt, oil, grease , and other foreign matter from concrete surfaces by bush-hammer, chipping or other means, until a sound , clean concrete surface is achieved . Lightly roughen the concrete, but not enough to interfere with the proper placement of grout. Cover concrete areas with protective waterproof covering until ready to receive grout. Remove foreign matter from steel surfaces to be in contact with grout. Clean contact steel surfaces as necessary by wire brushing and wiping dust clean . Align, level , and maintain final positioning of all components to be grouted . Coat shims with a thin film of grease or wax to facilitate removal. Provide relief holes to avoid trapping air beneath machinery and equipment base plates and other large base plates . Saturate all concrete surfaces with clean water for the period of time specified by manufacturer. Remove excess water , leaving none standing . Immediately before starting grouting operations , inspect surfaces to be grouted, removing any foreign matter. FORMWORK Construct leak proof forms around objects to be grouted , anchoring and shoring to withstand grout pressures . Forms to be constructed high enough to provide a "head " of grout where required forcing grout into difficult locations. 03600-4 GROUT, NON-SHRINK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 B. 3 .03 A. B. C. 3 .04 A. B. C. D. E. F . G . H . I. J . .. 3.05 A. B . 0318-042-22 Provide enough clearance between formwork and area to be grouted permitting proper placement of grout. MIXING Mixing of grout shall be in accordance w ith the manufacturer's instructions . Mix using proper mechanical mixers. Mix grout as close to the work area as possible , transport the mixture quickly and in a manner that does not permit segregation of materials. After the grout has been mixed , do not add more water for any reason. PLACING Place grout in accordance with manufacturer's instructions and recommendations . Place grout quickly and continuously by the most practical means possible ; pouring , pumping or under gravity pressure . Place grout on one side only until grout rises at least 1-inch above the plate on opposite side. Follow established concrete procedures and grout manufacturer's instructions for precautions for hot and cold weather concreting . Final installation shall be a thoroughly compacted and free from air pockets. To facilitate placement , a chain or metal strap may be pulled back and forth under the base plates , forcing grout to flow under the entire area . Do not vibrate the placed grout mixture or allow it to be placed if the area is being vibrated by nearby equipment. Allow adequate depth between bottom of base plate and top of concrete base to assure the void can be completely filled with grout. Neatly trowel edges of grout base, tapered at an angle of 60 degrees when measured from horizontal, or as ind icated . Provide dry-pack cementitious grout where additional grout is required for shoulders. Do not remove leveling shims for at least 48 hours after grout has been placed . After shim removal , fill voids with grout , packing using a suitable tool. Fill the angular space between handrail posts and sleeves w ith grout ; bevel grout at junction with post preventing water to flow away from post. Do not use grout, which has begun to set, or if more than one hour has elapsed after initial mixing . Where necessary to achieve bonding , an epoxy adhesive may be applied to clean , dry substrate surfaces in accordance with applicable requirements of ACI 503 .2 . TOPPING FOR CONCRETE BASINS Ensure all adjustments have been made to equipment prior to placement of grout topping . Prior to placement , perform the following operations : 1. Remove all laitance , debris , and foreign material from the base slab . 2 . Us a metal screed or the equipment to check surface elevation ensuring the minimum thickness of grout can be obta ined . 03600-5 GROUT, NON-SHRINK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 C. 3.06 ,A. B. 3.07 A. 3.08 A. 0318-042-22 3. If there is not sufficient room for grout placement, remove high spots or adjust equipment, or both , to provide required clearance . 4 . Thoroughly wet base slab 24-hours prior to start of concrete topping placement. Keep surface damp. 5. Brush in neat cement grout immediately before placement of grout topping . When recommended by equipment manufacturer, use the basin equipment to screed grout on the basin floor. A representative of the equipment manufacturer is to be present during the screeding operation , unless otherwise approved by ENGINEER. Screed in accordance with equipment manufacturer's instructions . CUR,f V Cure cemen ti tious grout for three days after placing by keeping wet an.d cover witt, burlap, clothes, or coating with a concrete membrane forming curing compound. ·· · Epoxy grout shall be cured in accordance with grout manufacturer's instructions . FIELD QUALITY CONTROL Evaluation and Acceptance of Cementitious Non-Shrink Grout. 1. Provide a flow cone and cube molds with retraining caps . Continue tests during operations as demonstrated by grout manufacturer's representative . 2. Perform flow cone and bleed tests, and make three 2-inch by 2-inch cubes for each 25 cubic feet of each type of non-shrink grout used. Use restraining caps for cube molds in accordance with CE CRD-C621 . 3. Following properties shall be in compliance with CE CRD-C621: a . Consistency : Grout outside range requirements will be rejected . b. Segregation : Grout, when aggregates separate will be rejected . c . Strength Test Failures : Grout work failing strength tests will be removed and replaced . d. Perform bleeding test demonstrating grout will not bleed. e. Store cubes at 70oF . f . Independent Testing Laboratory shall prepare, store , cure , and test cubes in accordance with CRD-C621 . NON-SHRINK GROUT SCHEDULE Furnish non-shrink grout for applications for consistency and compressive strengths as listed in the following construction schedule . Non-Shrink Grout Schedule Application Consistency Column base plates Fluid Equipment bases , 25 hp or less Fluid Equipment bases , greater than 25 hp Fluid Base plates and/or soleplates with Fluid vibration , thermal movement , etc . 03600-6 GROUT, NON-SHRINK Flow Conditions 20 to 30 seconds 20 to 30 seconds 20 to 30 seconds 20 to 30 seconds VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS Compressive Strength, psi 7500 7500 9000 9000 SEPTEMBER 23 , 2010 END OF SECTION 03600-7 GROUT, NON-SHRINK VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 SEPTEMBER 23 , 2010 PART1 GENERAL 1.01 SCOPE SECTION 05120 STRUCTURAL STEEL 0318-042-22 This section specifies primary structural steel elements such as columns , girders , beams , trusses and railing, including connections , bracing , bearing plates , leveling plates , bolts and other items . Refer to other sections of Division 5, Metals , for related wo r . 1.02 REFERENCE STANDARDS A. American Institute of Steel Construction (AISC). 1. Specifications for the Design , Fabrication and Erection of Structural Steel for Buildings . 2. Code of Standard Practice for Steel Buildings and Bridges . B. American Welding Society (AWS): Code for Welding in Building Construction . C. American Society for Testing and Materials (ASTM). D. Steel Structures Painting Council (SSPC): Steel Structures Painting Manual. E. Research Council on Riveted and Bolted Structural Jo ints (RCRBSJ): Specification for Structural Joints Using ASTM A325 or A490 Bolts. 1.03 SUBMITTALS A. Shop Drawings : 1. Submit shop drawings as specified in Division 1, General Provisions. Give sufficient detail to permit steel erection without referr ing to design drawings . 2. Drawings must include all structural steel items , connections, bolt setting and erection diagrams. Show holes , cuts , reinforcing and other details required to prepare each item for erection to receive other work . Show location, types and sizes of welds and fastenings . 3. Provide letter sealed by a Licensed Professional Engineer in the State of Texas stating that all connections not specifically on the design structural drawings have been designed and detailed under his supervision . B. Certificates: Submit certified mill reports from the steel supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports , steel quality tests w ill be required at no cost to the OWNER. 1.04 DELIVERY AND STORAGE Schedule material delivery so that items may be erected promptly after arrival. If materials must be stored , keep them off the ground and clean, free of dirt , mud , grease or oil. 05120-1 STRUCTURAL STEEL VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042 -22 PART 2 PRODUCTS 2.01 MATERIALS A. Structural Steel : 1. A ll rolled structural shapes , plates and bars must meet the standards for ASTM A572 , Grade 50 . 2. Cl ip angles , stiffeners , plates and other detail items must conform to standards of the main member to which the items are attached unless noted otherwise. 3 . Connection material conforming to ASTM A36 may be used with high strength steel if the fabricator submits acceptable proof of adequ acy. B. Steel Pipe : Conform to ASTM A5 3'; Type E or S, Grade B, welded or seamless . No hydrostatic tests required. C. Bolts : Use bolts conforming to the referenced standard . 1. High-strength bolts, bearing-type connections : ASTM A325 . 2. Anchorage furnished by steel fabricator . a. Anchor bolts : ASTM A307 . b. Threaded rods : ASTM A36 D. Welding Electrodes : Equivalent to AWS Low Hydrogen E 70XX Series suitable for the welding process used. E. Galvanizing: 1. Hot-d ipped zinc coat structural items specifically designated as galvanized after fabrication . Conform to the applicable standard , ASTM A 123 or ASTM A 153 . 2 . Use a repair coating which conforms to Federal Specifications O-G-93. Acceptable products include : a. Carboline Carbo Zinc No . 11 . b. Galv-Weld Products Galv-Weld Alloy . c. Koppers Organic Zinc coating . 3 . Unless otherwise noted all st ructural steel shall be galvanized. 2.02 SUBSTITUTIONS Subst itution of sections or details is not permitted without prior approval. If items shown are not readily obta inable , request permission to substitute for the specified item . Substitutions will be allowed on items · of equal or superior properties which conform to design crite ria . 2.03 FABRICATION A. Begin fabrication of structural steel only after shop drawings have been reviewed with no exceptions taken. Fabricate accord ing to AISC reference standards , codes , and these specificat ions unless directed or shown otherwise . B. In the shop , weld connections to structural members and base plates to columns . C. Drill , punch , cut and tap steel as required for anchorage, connection , or accommodating other work as shown , specified , or otherwise directed . Items with burned holes are considered defective and must be removed and replaced . 05120 -2 STRUCTURAL STEEL V ILLAG E C REEK RECLAI M ED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2.04 WELDING A. Perform welding in accord with the AWS reference standard . Use procedures such as preheat or interpass temperature as recommended by AWS standards . B. All shop and field welding must be performed by qua lified welders who hold current welding certificates . C. Surfaces to be welded must be free of loose sca le, slag , rust , grease , paint and ot her foreign material. Mill scale which withstands vigorous wire brush ing may remain . D. Joint surfaces must t e free of fins and tears caused by shearing . Wherever pract icable , 'prepare eo . es by gas cutting using a mechanically guided torch . E. Protect electrodes from exposure to moisture and coat ing . F. If shop welding is done by automatic , submerged arc process , verify tha t physical properties of deposited weld metal will be sim ilar to propert ies of the base metal. G. No welding shall be done when the temperature of the base metal is below 32 °F. H. The cover bead or finish pass must have a smooth , uniform surface w ith re inforcement of 1/16 to 1/8 inch . Surface voids , cracks in fin ish weldments , or undercutting of base metal at the fusion line is not acceptable . 2.05 SURFACE PREPARATION AND PAINTING A. All surfaces shall be prepared and finished in accordance with Sect ion 09900 . Structural Steel shall be shop primed . B. Galvanize structural steel items specifically shown or specified as galvan ized . Members that are warped during the galvanizing process will be rejected . 2.06 INSPECTION AND TESTING A. Mill or shop inspection and nondestructive testing (in add it ion to field inspect ion and nondestructive testing) may be done by the OWNER. B. Inspection in mill , shop , or field in no way relieves CONTRACTOR from his respons ibility to furnish -satisfactory materials . Right is reserved to reject material at any t ime . before final acceptance if material and workmanship do not conform to drawings and specifications . PART 3 EXECUTION 3.01 ERECTION A. Erect the structure according to AISC specifications and codes and reviewed shop drawings. B. Furnish templates for setting anchor bolts in concre te . 05120-3 STRUCTURAL STEEL VI L LAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 2 3, 2 0 10 0318-042-22 C . Give careful attent ion to leveling and plumbing of structural steel at all stages of construction . Adequately brace erected structural steel framework with temporary bracing until permanent bracing is installed or final connection is made. D. Support column base plates on steel wedges w ith no portion of a wedge within one inch of base plate edge . Apply grout at base plates according to manufacturer's recommendations . E. Driftpins may be used only to bring parts together if used carefully so as not to distort or damage metal. F. Connections will be welded or bolted as shown . Weld as previously specified in this section. Install high strength bolts according to the RCRBSJ reference standard . Tighten by turn-of-the-nut method . G . Use of a gas cutting torch for correcting fabrication errors in the field will not be permitted . Field holes shall be drilled . 3.02 COATING REPAIRS A. Repa ir and touch-up field welds , abraded areas , damaged or defective areas and rust spots in accordance with Section 09900 . B. Thoroughly clean field welds , abrasions , and damaged or defective areas of galvanized surfaces . After the surface is prepared , apply a matching galvanized repair coat as specified in Paragraph 2.01. E . Any member requiring repair of more than 2 percent of the surface area shall be rejected . END OF SECTION 05120-4 STRUCTURAL STEEL VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL SECTION 05500 MISCELLANEOUS METAL FABRICATIONS 1.01 RELATED DOCUMENTS 0318-042-22 A Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 SUMMARY A This Section includes the following: 1. Shelf angles. 2 . Steel framing and supports for mechanical and electrical equipment. 3 . Steel framing and supports for applications where framing and supports are not specified in other Sections. 4 . Pipe bollards. B. Related Sections include the following : 1. Section 05120 , Structural Steel , for structural-steel framing system components . 1.03 SUBMITTALS A Product Data : For the following : 1. Paint products. 2. Grout. B. Shop Drawings : Detail fabrication and erection of each metal fabrication indicated . Include plans, elevations, sections , and details of metal fabrications and their connections . Show anchorage and accessory items . 1. Provide templates for anchors and bolts specified for installation under other Sections. C. Welding Certificates: Copies of certificates for welding procedures and personnel. 1.04 QUALITY ASSURANCE A Welding : Qualify procedures and personnel according to the following: 1. AWS D1 .1, "Structural Welding Code-Steel". 2 . AWS D1 .3 , "Structural Welding Code--Sheet Steel". 3 . Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and , if pertinent , has undergone recertification . 1.05 PROJECT CONDITIONS A Field Measurements : Where metal fabrications are indicated to fit walls and other construction , verify dimensions by field measurements before fabrication and indicate measurements on Shop Drawings . Coordinate fabrication schedule with construction progress to avoid delaying the Work. 05500-1 MISCELLANEOUS METAL FABRICATIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 1.06 COORDINATION A. Coordinate installation of anchorages for metal fabrications . Furnish setting drawings, templates , and d irect ions for insta lli ng anchorages, including sleeves , concrete inserts, anchor bolts , and items with integral anchors, that are to be embedded in concrete or masonry. Del iver such items to Project site in t ime for installation . PART 2 PRODUCTS 2 .01 MsTALS, GENERAL A. Metal Surfaces , General : For metal fabrications exposed to view in the completed Werk, provide materials with smooth ~ flat surfaces without blemishes . Do not.1~se materials with exposed pitting , seam marks, roller marks, rolled trade names, or roughness. 2 .02 ALUMINUM FABRICATIONS A. Alum inum Framing & Fabrications -General 1. Materials a. Aluminum structural shapes and plates ...................................... Alloy 6061-T6 b. Extruded aluminum pipe ............................................................. Alloy 6063-T6 c . Stainless steel fasteners ............................................... ASTM A276 , Type 316 2 . Fabrication a . See general fabrication requirements in Article 2 .08 . Fabricate miscellaneous aluminum shapes and plates as shown . Furnish welded and m itered angle frames and other fabrications complete w ith welded anchors attached . Furnish all miscellaneous aluminum shown but not otherwise detailed . Structural shapes and extruded items shall comply with the dimensions on the Drawings within the tolerances published by the Aluminum Association b. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration of exposed aluminum surfaces . 3 . Finishes a . All exposed aluminum surfaces shall have fabricator's standard mill finish unless otherwise specified . Apply a coat of methacrylate lacquer to all aluminum before shipment. 2 .03 FERROUS METALS A. Steel Plates , Shapes , and Bars : ASTM A572, Grade 50 . B . Steel Pipe : ASTM A 53 , standard weight (Schedule 40), unless another weight is i ndicated or requ ired by structural loads . C . Sta inless Steel : Where indicated on the Draw ings as stainless steel , or SS use stainless steel conforming to AISI 316 for non-welded items and AISI 316L for welded items. All stainless steel , minimum yield strength 50 ,000 psi. D. Slotted Channel Framing: Cold-formed metal channels with flange edges returned toward web and with 9/16-inch-(14 .3mm) wide slotted holes in webs at 2 inches (51 mm) o .c. 1. Width of Channe ls: 1-5/8 inches (41 mm). 05500-2 M ISCELLANEOUS METAL FABRICATIONS V ILLAGE CREEK RECLA IMED WATER QUALI TY IM PROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2. Depth of Channels : As indicated . 3. Metal and Thickness : Galvanized steel comply ing with ASTM A653/A653M , structural quality, Grade 33(Grade 230), with G90 (Z275) coating ; 0 .108-inch (2 .8- mm) nominal th ickness . E. Gray-Iron Castings : ASTM A48 , Class 30 (ASTM A48M , Class 200), unless another class is indicated or required by structural loads. F. Cast-in-Place Anchors in Concrete: Anchors of type indicated below, fabricated from corrosion-resistant materials capable of sustaining , without fa ilure , the load imposed within a safety factor of 4 , as determined by testing per ASTM E488 , r,on du cted by a qualified independent testing agency. " 1. Threaded or wedge type; galvanized ferrous castings , either AS , M A4 7 (ASTM A47M) malleable iron or ASTM A27/A27M cast steel. Provide bolts , washers , and shims as needed , hot-dip galvanized per ASTM A153/A153M . G. Welding Rods and Bare Electrodes : Select according to AWS specifications for metal alloy welded . 2.04 PAINT A. Shop Primer for Ferrous Metal : Ferrous metal shall be shop pr imed in conformance with the performance requirements in Specification Section 09900. B. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel , complying with SSPC-Paint 20 . C. Bituminous Paint: Cold-applied asphalt mastic complying with SSPC-Paint 12 , except containing no asbestos fibers , or cold-applied asphalt emulsion complying with ASTM D 1187. 2 .05 FASTENERS A. General: Provide Type 304 or 316 stainless-steel fasteners for exterior use and zinc- plated fasteners with coating complying with ASTM B633 , Class Fe/Zn ' 5 , where built into exterior walls . Select fasteners for type , grade , and class required. B. Bolts and Nuts: Regular hexagon-head bolts, ASTM A307, Grade A (ASTM F568M, Property Class 4 .6); with hex nuts , ASTM A563 (ASTM A563M); and, where indicated , flat washers. C. Anchor Bolts 1. ASTM A307 Carbon Steel externally and internally threaded standard fasteners . 2. ASTM A316 , Stainless Steel Bolting Material. D. Machine Screws: ASME 818.6 .3 (ASME B18 .6.7M). E. Plain Washers : Round , carbon steel , ASME 818 .22 .1 (ASME 818.22M). F. Lock Washers : Helical , spring type , carbon steel , ASME 818 .21 .1 (ASME B18 .21 .2M). 05500-3 MISCELLANEOUS METAL FABRICATIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318 -042-22 G. Expansion Anchors : Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure , a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 , conducted by a qualified independent testing agency. 1. Material: Alloy Group 1 or 2 stainless-steel bolts complying w ith ASTM F593 (ASTM F738M) and nuts complying with ASTM F594(ASTM F836M). H. Toggle Bolts: FS FF -B-588 , tumble-wing type , class and style as needed. 2.06 GROUT A Nonshrink, Metallic Grout': actoi y -packaged , ferrous-aggregate grout complying with ASTM C 1107,· specifically ·recommended by manufacturer for heavy-duty loading applications . 2.07 CONCRETE FILL A Concrete Materials and Properties : Comply with requirements in Section 03300 Cast- in-Place Concrete for normal-weight, air-entrained , ready-mix concrete with a minimum 28-day compressive strength of 3000 psi (20 MPa), unless otherwise ind icated . 2.08 FABRICATION , GENERAL A Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly . Disassemble units only as necessary for shipping and handling limitations . Use connections that mainta in structural value of joined pieces . Clearly mark units for reassembly and coordinated installation . 8 . Shear and punch metals cleanly and accurately . Remove burrs. C. Ease exposed edges to a radius of approximately 1/32-inch (1mm), unless otherwise indicated. Form bent-metal corners to smallest radius poss ible without causing grain separation or otherwise impairing work . D. Weld corners and seams continuously to comply with the following : 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2 . Obtain fusion without undercut or overlap . 3. Remove welding flux immediately . 4. At exposed connections , finish exposed welds and surfaces smooth and blended so no roughness shows after fin ishing and contour of welded surface matches that of adjacent surface . E. Provide for anchorage of type indicated ; coord inate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads . F. Cut, reinforce, drill , and tap metal fabrications as indicated to receive finish hardware , screws , and similar items . 05500-4 MISCELLANEOUS METAL FABRICATIONS VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENT S SEPTEMBER 23 , 20 10 0318-042-22 G. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate . H. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling , opening up of joints , overstressing of components , failure of connect ions , and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss . 1. Temperature Change (Range): 120 deg F (67 deg C), amb ient ; 180 deg F (100 deg C), material surfaces . · I. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges . J. Remove sharp or rough areas on exposed traffic surfaces . K. Form exposed connections with hairline joints , flush and smooth , using concealed fasteners where possible. Use exposed fasteners of type ind icated or, if not ind icated , Phillips flat-head (countersunk) screws or bolts . Locate joints where least conspicuous . 2.09 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes ind icated and for attachment to concrete framing. Provide horizontally slotted holes to receive 3/4-inch (19-mm) bolts , spaced not more than 6 inches (150 mm) from ends and 24 inches (600 mm) o.c., unless otherwise indicated . B. For cavity walls , provide vertical channel brackets to support ang les from backup masonry and concrete. A lign expansion j oints in angles with indicated control and expansion joints in cavity-wall exterior wythe. C. Galvanize shelf angles to be installed in exterior walls. D. Furnish wedge-type concrete inserts , complete with fasteners , to attach shelf angles to cast-in-place concrete . 2.10 MISCELLA~EOUS FRAMING AND SUPPORTS A. General : Provide steel framing and supports ind icated and as necessary to complete the Work. B. Fabricate units from structural-steel shapes , plates , and bars of welded construction , unless otherwise indicated . Fabr icate to sizes , shapes , and profiles ind icated and as necessary to receive adjacent construction retained by framing and supports . Cut, drill , and tap units to receive hardware , hangers , and similar items . 1. Fabricate units from slotted channel framing where indicated . 2 . Where units are indicated to be cast into concrete or built into masonry , equip with integrally welded steel strap anchors 1-1/4 inches (32 mm) wide by 1/4 inch (6 mm) thick by 8 inches (200 mm) long at 24 inches (600 mm) o.c ., unless otherwise indicated . 3 . Furnish inserts if un its must be installed after concrete is placed . 05500-5 MISCELLANEOUS METAL FABRICATIONS VILLAGE CREEK RECLAIMED WATER QU A LITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2.11 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated , fabricate units from structural-steel shapes, plates , and bars of profiles shown with continuously welded joints, and smooth exposed edges . Miter corners and use concealed field splices where possible . B. Provide cutouts , fittings , and anchorages as needed to coordinate assembly and installation with other work . Provide anchors, welded to trim , for embedding in concrete or masonry construction , spaced not more than 6 inches (150 mm) from each end , 6 inches (150 mm) from corners, and 24 inches (600 mr:n) o.c., unless otherwise indicated . C . Galvanize miscellaneous steel trim in the _following locati ons : Exterior. 2 .12 PIPE BOLLARDS A. Fabricate pipe bollards from Schedule 80 steel pipe . Cap bollards with 1/4-inch-(6mm) minimum steel plate unless noted otherwise. B. Where indicated fabricate bollards with steel baseplates for bolting to concrete slab . Drill baseplates at all four corners for anchor bolts. Base plate and anchor bolts size shall be as shown on drawings . Where bollards are to be anchored to sloping concrete slabs, angle baseplates for plumb alignment of bollards . 2.13 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes . B. Finish metal fabrications after assembly . 2 .14 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123, for galvanizing steel and iron products. 2 . ASTM A 153/A 153M, for galvanizing steel and iron hardware . B. Preparation for Shop Priming : Prepare uncoated ferrous-metal surfaces to comply with minimum requirements indicated in Section 09900 surface-preparation specifications and environmental exposure conditions of installed metal fabrications : C . Apply shop primer to uncoated surfaces of metal fabrications , except those with galvanized finishes and those to be embedded in concrete, sprayed-on fireproofing , or masonry , unless otherwise indicated . Comply with Section 09900 for shop painting. 05500-6 MISCELLANEOUS METAL FABRICATIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 PART 3 EXECUTION 3 .01 INSTALLATION , GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing metal fabrications to in-place construct ion . Include threaded fas t eners for concrete and masonry inserts , toggle bolts , through-bolts and other connectors . B. Cutting , Fitting , and Placement: Perform cutt ing , drilling , and fitting required for installing m -tal fabrications. Set metal fabrications accurately in location , alignment , and elevatic n; w ith edges and surfaces level , plumb , true , and free of rack ; and measured from established lines and levels. C . Provide temporary bracing or anchors in formwork for items that are to be built into concrete , masonry, or sim ilar construction . D. Fit exposed connections accurate ly together to form hairline joints . We ld connections that are not to be left as exposed joints but cannot be shop we lded because of shipping size rimitations . Do not weld , cut , or abrade surfaces of exterior un its that have been hot-d ip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding : Comply with the following requ irements : 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals . 2 . Obtain fusion without undercut or overlap. 3 . Remove welding flux immed iately . 4 . At exposed connections , finish exposed we lds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface . 3 .02 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items be ing supported , including manufacturers' written instructions and requirements ind icated on Shop Drawings , if any . 3 .03 INSTALLING PIPE BOLLARDS A. Anchor bollards in place with concrete footings. Support and brace bollards in position in footing excavations until concrete has been placed and cured . B. Fill bollards solidly with concrete , mounding top surface. 3 .04 ADJUSTING AND CLEANING A. Touchup Painting : Immediately after erection , clean field welds , bolted connect ions , and abraded areas of shop paint , and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces . Apply by brush or spray to provide a minimum 2 .0-mil (0 .05mm) dry film thickness . 05500-7 MISCELLANEOUS METAL FABRICATIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVE M ENTS SEPTEMBER 23 , 2010 0318 -042-22 B. Touchup Painting : Cleaning and touchup painting of field welds , bolted connections , and abraded areas of shop paint are specified in Section 09900 Painting . C. Galvanized Surfaces : Clean field welds , bolted connections , and abraded areas and repair galvanizing to comply with ASTM A780 . END OF SECTION .,.,·-' . 05500-8 MISCELLANEOUS METAL FABRICATIONS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 SECTION 05501 ANCHOR BOLTS, EXPANSION ANCHORS AND CONCRETE INSERTS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Cast-in-place steel anchor bolts, post-installed mechanical and adhesive steel anchors , concrete inserts for equipment and metal fabrications as specified or shown on the Drawings. B. Related Sections: 1. Division 15 Section 15064 "Steel Pipe and Fittings " for pipe joining materials. 2. Division 15 Section 15140 "Supports and Hangers" for requirements for hangers and supports for equipment and piping systems as an engineei:ed system by the Contractor. 3 . Division 16 Section 16073 "Hangers and Supports " for requirements for hangers and supports for electrical conduits, cable trays , components and related work . 1.03 REFERENCES AND DEFINITIONS A. References: 1. American Concrete Institute (ACI): a . ACI 318 , Appendix D -Building Code Requirements for Structural Concrete and Commentary; Anchoring to Concrete. b. ACI 355.2 -Qualification of Post-Installed Mechanical Anchors in Concrete & Commentary 2 . ASTM International (ASTM): a . A 36 -Specification for Carbon Structural Steel b . A 193 -Specification for Alloy-Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications c . A 194 -Specification for Carbon and Alloy Steel for Bolts for High Pressure or High Temperature , or Both d . A 283 -Specification for Low and Intermediate Tensile Strength Carbon Steel Plates e . A 307 -Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners f . A 320 -Specification for Alloy-Steel and Stainless Steel Bolting Materials for Low-Temperature Service g . C 881 -Specification for Epoxy-Resin-Base Bonding Systems for concrete h . E 488 -Test Method for Strength of Anchors in Concrete and Masonry Units i. E 1512 -Test Method for Testing bond Performance of Bonded Anchors j . F 436 -Specification for Hardened Steel Washers k . F 593 -Specification for Stainless Steel Bolts , Hex Cap Screws, and Studs 05501-1 SEPTEMBER 23, 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 I. F 594 -Specification for Stainless Steel Nuts m. F 844 -Specification for Washers , Steel , Plain (Flat), Unhardened for General Use n. F 1554 -Specification for Anchor Bolts , Steel , 36 , 55, and 105-ksi Yield Strength 3 . International Building Code , 2006 or later edition . 4 . ICC Evaluation Service , Inc . (ICC ES): a. AC 193 -Acceptance Criteria for Mechanical Anchors in Concrete Elements b. ESR -Evaluation Service Report 5., FM Global (Formerly : FM -Factory Mutua l System) 6. NSF International (NSF) 8 . Definitions : 1. Exterior Area : Location not protected from the weather by a building or other enclosed structure . 2 . Interior Dry Area: Location inside build ing or structure where floor is not subject to liquid spills or washdown , no where wall or roof slab is common to a water- holding or earth-retaining structure. 3. Interior Wet Area: Location inside building or structure where floor is sloped to floor drains or gutters and is subject to liquid spills or washdown , or where wall , floor , or roof slab is common to a water-holding or earth-retaining structure . 4 . Submerged : Location at or below top of wall or embankment of open water- holding structure, such as a basin or channel, or wall, ceiling, or floor surface inside a covered water-holding structure , or exterior below grade wall or roof surface of water-holding structure , open or covered. 1.04 SYSTEM DESCRIPTION A. Design Requirements: 1. Designed in accordance with ACI 318 (Strength Design method using Appendix D) for use in cracked and uncracked concrete . 2 . Testing Requirements : Tested in accordance with ACI 355 .2 and ICC ES AC193 for use in cracked and uncracked concrete including seismic and wind loading (Category 1 anchors). 3 . When the size, length or load carry ing capacity of an anchor bolt , expansion anchor, or concrete insert is not shown on the Drawings , provide the size , length and capacity required to carry the design load in accordance with ACI 318, Appendix D for cracked concrete. 4 . Determine design loads as follows: a. For equipment anchors , use the design load recommended by the manufacturer and approved by the ENGINEER. b. For pipe hangers and supports , use one half the total we ight of pipe , fittings , valves , accessories and water contained in pipe , between the hanger or support in question and adjacent hangers and supports on both sides . 05501-2 SEPTEMBER 23, 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 1.05 SUBMITTALS A. Product Data : 1. For each type of product indicated. Include construction details , material descriptions , dimensions of individual components and profiles , and finishes for products . 2 . Provide the ICC ES Evaluation Service Report (ESR Number) for each fastener type. B. Shop Drawings : Submit the following ; 1. Setting drawings and templates for location and installation o'i anchorage devices . 2 . Copies of manufacturer's specificat ions , materials , load t ;:.oles , dimension diagrams and installation instructions for anchorage devices . 3. Submit written statement with confirmation of the installer qualifications as required . C . Samples: Submit representative samples of bolts , anchors and inserts as may be requested for review by the ENGINEER. Review will be for type and finish only . Compliance with all other requirements is the exclusive responsib ility of CONTRACTOR. 1.06 QUALITY ASSURANCE A. Manufacturer: 1. Manufacturer shall have been engaged in the manufacturer of anchor bolts , expansion anchors , concrete inserts , and rel~ted items for a minimum of ten (10) years. 2. ISO 9001 Certified . B. Installer Qual ifications : Adhesive and mechan ical anchor installers shall be trained and certified by manufacturer. C . Testing Agency Qualifications: Qualified for testing anchors in accordance with ASTM E 488 and E 1512 and has performed ICC ES method of evaluation. PART 2 -PRODUCTS 2.01 GENERAL A. Unless otherwise indicated , comply with the follow ing requirements : 05501-3 SEPTEMBER 23, 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 Table 1 Material Requirements Item ASTM Reference Stainless Steel: Bolts , Threaded Rods , and F 593 , AISI Type 316 , Condition CW Anchor Studs Nuts F 594 , AISI Type 316 , Condition CW Steel Bolts, Rods, and Nuts: Carbon Steel Bolts A 307 bolts , with A 563 nuts High-Strength Bolts A 325 , Type 1 bolts , with A 563 nuts Anchors Rods F 1554 , Grade 55 , with weldability supplement S 1 Eyebolts A489 Threaded Rods A36 Flat Washers (Unhardened) F 844 Flat and Beveled Washers F 436 (Hardened) Nuts A194 , Grade 2H Thrust Ties for Steel Pipe: Threaded Rods A 193 , Grade 87 Nuts A 194 , Grade 2H Plate A 283 , Grade D B. Bolt , Washers , and Nuts : Use stainless steel and carbon steel types as indicated in Fastener Schedule at end of th is Section . 2.02 ANCHOR RODS AND ANCHOR BOLT SLEEVES A Cast-In-Place Anchor Rods : 1. Headed type , unless otherw ise shown on Drawings . 2 . Material type and protective coating as listed in Fastener Schedule. B. Anchor Rod Sleeves : 1. Plastic: a. Single unit construction with corruga t ed sleeve . b. Top of sleeve shall be self-threading to provide adjustment of threaded anchor bolt proj ection. c. Material : High density polyethylene . 2. Fabricated Steel: ASTM A 36 . 2.03 CONCRETE DRILLED ANCHORS A Mechanical Expansion Anchors : 1. Design Requirements : Anchor bolt and sleeve assembly shall have capability to sustain without failure the loads specified , as determ ined by the Strength Design method when installed in cracked concrete , in accordance with the International Build ing Code and as determined by testing in accordance with ASTM E 488 and ACJ-355 .2. 05501-4 SEPTEMBER 23 , 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CRE EK RECLA IMED WATER QUALITY IMPROVE MENTS 0318-042-22 2 . Material: AISI Type 304 and Type 316 stainless steel, and carbon steel as listed in Fastener Schedule . 3. Current evaluation and acceptance reports by ICC or other sim ilar code organizat ion , and listed by UL and FM Global. 4 . Acceptable for use in potable water structures by NSF and local health organizations . 5 . Type : a. ICC-ES Code Listed , Category 1, Cracked Concrete . b. Self-drilling Anchors ; snap-off or flush type , zinc-p lated . c. Non-drilling Anchors ; flush type for use with zinc-plated or stainless steel bolt , or stud type with projecting threaded stud . 6 . Size : As shown on Drawings and requ ired for the concrete strength specified . 7. Manufacturers . Subject to compliance with requ irements, available products that may be incorporated into the Work inc lude , but are not limited to , the following : a. ITW Ramset/Red Head , Wood Dale , IL. b. Hilti , Inc., Tulsa , OK c. Powers Fasteners , New Rochelle , NY d. Simpson Strong-Tie Co ., Inc., Pleasanton , CA B. Adhesive Anchors : 1. General : Adhesive anchoring system designed for bonding threaded anchor rod and reinforcing bar hardware into drilled holes in concrete base materials . 2 . Threaded rod : a. Material : Unless otherwise specified : 1) ASTM A36 for interior app lication , unless otherwise specified. 2) ASTM F 593 Stainless steel threaded rod for exterior, interior wet, and submerge applications . · 3) ASTM A 193 , Grade 87 , Type 2 for high strength appl ications. b. Diameter as shown on the Draw ings or as required for the loads and conditions . c. Length as required to provide minimum depth of embedment. d. Clean and free of grease , oil, or other deleterious material. e . For hollow-unit masonry, prov ide galvanized or stainless steel wire cloth screen tube to fit threaded rod . f . Anchor rods shall have rolled threads . 3 . Adhesive : a. Two-component adhesive , insensitive to mo isture , designed to be installed in adverse freeze/thaw environments meeting requirements of ASTM C881 . b. Cure Temperature , Pot Life , and Workability : Compatible for the intended use and environmental conditions . c. Application Equipment: Disposable , self-contained cartr idge system capable of dispens ing both components in the proper mixing ratio and that fit into manually or pneumat ically operated caulking gun . d . Mixed Adhes ive : Nonsag light paste consistency with ab ility to remain in a 1-inch diameter overhead drilled hole without runout. e. Adhesive anchor system used in concrete shall be approved by ICC Evaluation Services Report for use in cracked concrete and for short and long-term loads includ ing wind and earthquake , and shall be approved for use with IBC 206 . f . Manufacturers and Products : 1) Hilti , Inc., Tulsa , OK; HIT Dowel ing Anchor System , HIT RE 500 SD. 05501-5 SEPTEMBER 23 , 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CREEK RECLA IM ED WATER QUALITY IMPROVEMENTS 0318-042-22 2) ITW RamseURed Head , Wood Date , IL ; Epcon Ceramic 6 Epoxy o r A? Adhesive Anchor System . 3) Powers Rawl , New Rochelle , NY ; Power Fast Epoxy Injection Gel Cartridge System . 4) Simpson Strong-Tie Co ., Inc ., Pleasanton , CA ; Epoxy-Tie Adhesive ET 22 . C. Concrete Inserts : 1. For piping , grating and floor plate provide malleable iron inserts . 2 . Provide those recommended by the manufacturer for the required loading . 3 . Finish shall be black. D. Powder actuated fasteners and other types of b,:,lts and fasteners not specified herein shall not be used unless approved by ENGINEER. · PART 3 -EXECUTION 3 .01 CAST-IN-PLACE ANCHOR RODS A. Accurately locate and hold anchor rods in place with templates at the time concrete is placed . · B. Use anchor rod sleeves for location adjustment and provide two nuts and one washer per bolt of same material as bolt. C. Minimum Bolt Size : 3/4-inch diameter by 12 inches long , unless otherwise shown . 3 .02 POST INSTALLED ANCHORS IN CONCRETE A. Begin installation only after concrete or masonry to receive anchors has attained design strength . B. Install in accordance with manufacturer's instructions. C. Provide minimum embedment , edge distance , and spacing as follows , unless indicated otherwise by manufacturer's instructions or shown otherwise on Drawings . Table 2 Minimum Requirements Concrete and Masonry Drilled anchors Anchor Min. Embedment Min. Edge Distance Min. Spacing Type (bolt diameters) (bolt diameters) (bolt diameters) Wedge 9 6 12 Expansion 4 6 12 and Sleeve Adhesive 9 9 13 .5 D. Use only drill type, bit type, and diameter recommended by anchor manufacturer. Clean hole of debris and dust with brush and oil-free compressed air. E. ConTRACTOR shall accurately locate steel reinforcement by the use of a pachometer or other approved means , prior to drill ing the hole . If reinforcing is encountered in drilling holes for mechan ical anchors , the hole should be abandoned and a new hole should be drilled . 05501-6 SEPTEMBER 23 , 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 F. Mechanical anchors shall be set by applying the manufacturer's recommended torque . G. Adhesive Anchors : 1. Install in accordance with manufacturer's recommended procedures . 2 . Do not install adhesive anchors when temperature is below 40 degree F or above 100 degree F. 3 . Remove any stand ing water from hole with oil-free compressed air. Inside surface of hole shall be dry. 4 . For hollow-unit masonry , install screen tube in accordance with manufacturer's instructions . 5. Do not dist urb anchor during recommended curing t ime . 6. Do no t ..:?xce ed maxim,uro torque as specified in manufacturer's instructions . 3.03 FIELD QUALITY CONTROL A. Testing Agency : Owner will engage a qualified testing agency to perfo rm tests and inspections on concrete and masonry anchors when indicated on the Draw ings . 3.04 MANUFACTURER 'S SERVICES A. Adhesive Anchors : Conduct site trairi ing of field personnel for proper installation , handling , and stor"age of adhesive anchoring system . 3 .05 FASTENER SCHEDULE A. Unless otherwise indicated on the Drawings , prov ide anchor bo lts and anchors as shown in Table 3. B. Anti-seizing Lubricant: Use on all stainless steel threads . C . Do not use adhesive anchors to support fire-resistive construction or where amb ient temperature will exceed 120 degree F. 05501-7 SEPT EMBE R 23, 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VIL LAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 Table 3 Rec uirements, Anchor Bolts and Anchors Service Use and Location Product Remarks 1. Anchor Rods Cast into Concrete for Equipment Bases Interior Dry Areas Stainless steel headed anchor bolts, unless otherwise specified with equipment. Submerged , Exterior, Stainless steel headed anchor See Section 09910, Interior Wet , and bolts · w ith fusion bonded Painting and P otective . Corrosive Areas coating , unless otherwise Coatings specified with equipment ••,,,' I 2. Drilled Anchors for Equipment and Components to Cast-in-Place Concrete Interior Dry Areas Adhesive zinc-plated carbon steel anchors Submerged, Exterior, Adhesive stainless steel Interior Wet, and anchors Corrosive Areas 3. Connections for Structural Steel Framing and Support Components Exterior and Interior High-strength steel bolted Use hot-dipped galvanized Wet and Dry Areas connections high-strength bolted connections for galvanized steel framing members. 4. Connections of Aluminum Components Submerged, Exterior Stainless steel bolted and Interior Wet and connections, unless otherwise Dry Areas specified with equipment. 5. Overhead Pipe and Duct Supports Exterior and Interior Adhesive anchoring systems . Wet and Dry Areas END OF SECTION 05501-8 SEPTEMBER 23 , 2010 ANCHOR BOLTS , EXPANSION ANCHORS AND CONCRETE INSERTS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 05511 METAL STAIRS 0318-042-22 A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specificat ion Sections, apply to this Section . 1.02 SUMMARY - A. This Section includes the following: 1. Industrial-type stairs with steel grating treads . 2 . Aluminum stairs with aluminum grating treads . 3. Steel tube railings attached to metal stairs . 4 . Steel tube handrails attached to walls adjacent to metal stairs . B. Related Sections include the following : 1. Division 3 Section "Miscellaneous Cast-in-Place Concrete" for concrete fill for stair treads and platforms . 2. Division 5 Section "Miscellaneous Metal Fabrication" for metal treads and nosings not installed in metal stairs . 3. Division 5 Section "Aluminum Handrail and Railing" for pipe and tube ra ilings . 1.03 REFERENCES A. American Welding Society (AWS): 01 .2 -Structural Welding Code Aluminum B. The Aluminum Association: Aluminum Design Manual , 2010 ED . C. International Code Council : International Building Code (IBC), 2006 ED. D. ASTM International (ASTM): 1. C 1107 -Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink) 2. E 488 -Test Methods for Strength of Anchors in Concrete and Masonry Elements 3 . F 594 -Specification for Stainless Steel Nuts 1.04 PERFORMANCE REQUIREMENTS A. Structural Performance of Stairs : Provide metal stairs capable of withstanding the effects of gravity loads and the follow ing loads and stresses within limits and under conditions indicated : 1. Uniform Load : 100 lbf/sq . ft .. 2. Concentrated Load : 300 lbf applied on an area of 4 sq. in .. 3 . Uniform and concentrated loads need not be assumed to act concurrently . 4 . Stair Framing : Capable of withstanding stresses resulting from railing loads in addition to loads specified above . 5 . Limit deflection of treads , platforms , and framing members to U240 or 1/4 inch , whichever is less. 05511-1 METAL STAIRS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 B. 1.05 A B. C . 1.06 A B . 1.07 A 0318-042 -22 Structural Performance of Railings : Provide railings capable of withstanding the effects of gravity loads and the loads and stresses within limits and under condit~ons ind icated in the governing Bui lding Code . The IBC shall be the adopted code for load requirements , UNO . SUBMITTALS Product Data : For metal stairs . Shop Drawings : Include dimensioned plans , elevations, sections , details , and 1 attachments to other work . 1. Provide templates for anchors and bolts specified for installation under other Sections . 2 . For installed products indicated to comply with design loads , include structural analysis data signed and sealed by the qualified professional engineer respons ible for their preparation . Welding certificates . QUALITY ASSURANCE Welding: Qualify procedures and personnel according to the following as applicable : 1. AWS 01 .1, "Structural Welding Code--Steel." 2. AWS 01 .2 , "Structural Welding Code--Aluminum." 3. AWS 01 .3, "Structural Welding Code--Sheet Steel." Stairs shall be designed by a professional engineer registered in the State of Texas . PROJECT CONDITIONS Field Measurements: Verify actual locations of walls and other construction cont iguous with metal fabrications by field measurements before fabricat ion and indicate measurements on Shop Drawings . 1. Established Dimensions : Where field measurements cannot be made without delaying the Work , establish dimensions and proceed with fabricating metal fabrications without field measurements . Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions. 2 . Provide allowance for trimming and fitting at site . 1.08 COORDINATION A Furnish setting drawings , templates , and directions for installing anchorages , including sleeves , concrete inserts , anchor bolts , and items with integral anchors , that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation . B. Coord inate locations of hanger rods and struts with other work so that they will not encroach on required stair width and will be within the fire-resistance-rated stair enclosure . 05511-2 METAL STAIRS VILLAG E CR EEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 PART 2 -PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the follow ing requirements apply to product selection : 1. Available Manufacturers: Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to , manufacturers· specified . 2.02 METALS A. Metal Surfaces , General: Provide materials with smoot::r,· flat surfaces without blemishes. B. C . D . E. F . G . H . I. J. K. L. 2 .03 A. B. Steel Plates , Shapes , and Bars : ASTM A 36 . Steel Tubing : ASTM A 500 (cold formed). Rolled-Steel Floor Plate: ASTM A 786, rolled from plate complying w ith ASTM A 36 or ASTM A 283, Grade C or D. Wire Rod for Grating Crossbars : ASTM A 510 . Iron Castings : Either gray iron, ASTM A 48 , Class 30 , or malleable iron , ASTM A 47 , unless otherwise indicated . Uncoated , Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M , either commercial steel , Type B , or structural steel , Grade 25 . Uncoated, Hot-Rolled Steel Sheet: ASTM A 1011 ; either commercial steel , Type B, or structural steel , Grade 30. Expanded Metal , Carbon Steel : ASTM F 1267, Class 1 (uncoated). Woven-Wire Mesh: Intermediate-crimp, 2-inch woven-wire mesh , made from 0 .135- inch nominal diameter wire complying with ASTM A 510 . Aluminum Extrusions : ASTM B 221, Alloy 6063-T6. Aluminum Castings : ASTM B 26/B 26M , Alloy 443 .0-F. MISCELLANEOUS MATERIALS Cast-Metal Abrasive Nosing : Cast gray iron , Class 20 , with an integral abrasive finish. 1. Available Manufacturers: a . American Safety Tread Co ., Inc. b. Balco Inc. c . Wooster Products Inc. d. Approved equal. 2. Apply bituminous paint to concealed bottoms , sides , and edges of units set into concrete. Extruded Abrasive Nosing : Extruded-alum inum units w it h abrasive filler. 1. Available Manufacturers: a. American Safety Tread Co ., Inc. b . Balco Inc. c . Wooster Products Inc. d . Approved equal. 05511-3 METAL STAIRS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 C . D. 2 .04 A B. C . D . 0318-042-22 2 . Provide ribbed units , with abrasive filler strips projecting 1 /16 inch above aluminum extrusion . 3 . Apply clear lacquer to concealed bottoms , sides , and edges of units set into concrete. Fasteners : Provide stainless steel fasteners with ASTM F 593 . Bituminous Paint: Cold-applied asphalt emuls ion complying with ASTM D 1187. FABRICATION Provide complete st air as semblies, including metal framing , hangers, struts , railings, clips , brackets , be ring p lates, and other components necessary to support and .. anchor stairs and p tfo rms on supporting structure . 1. Join components by welding , unless otherwise indicated . Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals . Obtain fusion without undercut or overlap. Remove welding flux immediately. At exposed connections , finish exposed welds smooth and blended . 2. Use connections that mainta i n structural value of joined pieces. 3. Cut, drill , and punch metals cleanly and accurately . Remove burrs and ease edges , unless otherwise indicated . Remove sharp or rough areas on exposed surfaces . 4. Form bent-metal corners to smallest radius possible without impairing work. 5 . Form exposed connections with hairline joints , flush and smooth , using concealed fasteners where possible . Locate joints where least conspicuous . Stair Framing: Fabricate stringers of plates or ch~nnels . Construct platforms of plate or channel headers and miscellaneous framing members. 1. If using bolts , fabricate and join so bolts are not exposed on f inished surfaces . Metal Bar-Grating Stairs : Comply with NAAMM MBG 531 , "Metal Bar Grating Manual " 1. Fabricate treads and platforms from grating with 1-1 /4-by-3/16-inch bearing bars at 15/16 inch o.c. and crossbars at 4 inches o .c. 2 . Fabricate grating treads with rolled-steel floor plate nosing and with angle or steel plate carrier at each end for stringer connections . Secure treads to stringers with bolts . Tube Railings : Fabricate railings to comply w ith requirements indicated for design , dimensions , details, finish , and member sizes , including wall thickness of tube , post spacings, and anchorage , but not less than that needed to withstand indicated loads. 1. Configuration : 1-1/2-inch-square top , bottom , and intermediate rails and posts . Space intermediate rails less than 21 i nches clear. 2 . Fabricate rail i ngs with welded connections . Cope components at connections to provide close fit , or use fittings designed for this purpose. 3 . Form changes in direction of railings by bending or by inserting prefabricated fittings . 4 . Form curves by bending members in jigs to produce uniform curvature without buckling. 5 . Close exposed ends of ra iling members with prefabricated end fittings. 05511-4 METAL STAIRS VILLAGE CREEK RECLA IMED WAT ER Q UALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2 .05 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes . Finish metal stairs after assembly. B. Hot-dip galvanize items indicated to be galvanized. Comply with ASTM A 123 or ASTM A 153 as applicable. C. Apply coating system in accordance with Division 9 Section 09910 "Painting and Protective Coatings ." D . Aluminum: Unless otherwise specified , provide an an?dized finish , medium satin , etched, Architectural Class 1 (natural) as specified in the{ NAAMM Manual. Castings may have an A31 Architectural Class II anodic coating . PART 3-EXECUTION 3 .01 A. 3.02 A. B . C . D. E. 3 .03 A. 3 .04 A. EXAMINATION Verify field conditions are acceptable and are ready to receive work. Beginning of installation means erector accepts existing conditions . INSTALLATION Perform cutting , drilling, and fitting required for installing metal stairs . Set units accurately in location , alignment , and elevation, measured from established lines and levels and free of rack . Allow for erection loads , and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. Install metal stairs by bolting stair framing to supporting structure . Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints . · Field Welding: Comply with the following requirements : 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals . 2 . Obtain fusion without undercut or overlap. 3 . Remove welding flux immediately. 4 . At exposed connections , finish exposed welds and surfaces smooth and blended so no roughness shows after finish ing and contour of welded surface matches that of adjacent surface . FIELD CONTROL Erection Tolerances : 1. Maximum Variat ion From Plumb: 1/4-inch per 10 feet. 2 . Maximum Offset From True Alignment: 1/4-inch . ADJUSTING AND CLEANING : Immediately after erection, clean field welds, bolted connections , and abraded areas. END OF SECTION 05511-5 METAL STAIRS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 05512 METAL PLATFORMS 0318-042-22 PART 1 -GENERAL 1.01 A. 1.02 A. 1.03 A. B. C. D. 1.04 A. RELATED DOCUMENTS Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . SUMMARY Se ct'on Includes: 1. Pre-engineered aluminum platforms for pedestrian access to tanks, with aluminum bar grating, railings , stairs and related components . REFERENCES American Welding Society (AWS): D1 .2 -Structural Welding Code Aluminum The Aluminum Association: Aluminum Design Manual, 2010 Ed. International Code Council : International Building Code (IBC), 2006 Ed . ASTM International (ASTM): 1. C 1107 -Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink) 2 . E 488 -Test Methods for Strength of Anchors in Concrete and Masonry Elements 3. F 594 -Specification for Stainless Steel Nuts PERFORMANCE REQUIREMENTS Structural Performance : Provide platforms capable of withstanding the effects of gravity loads and the following loads and stresses within limit and under conditions indicated. 1. Uniform Live Load : 100 lbs./sq . ft. 2. Concentrated Load : 300 lbs . applied on an area of 4 sq . in. 3. Wind loads : Lateral pressures on exposed areas in accordance with procedures specified in the IBC. 4. Uniform and concentrated loads need not be assumed to act concurrently . 5 . Platform Framing: Capable of withstanding stresses resulting from railing loads in addition to loads specified above . Deformations must not exceed limits established . 6 . Limit vertical deflection of stair treads, platforms, grating and framing members to the span divided by 240 or 1/4 inch , whichever is less. B . Configuration : 1. Provide platforms at the locations shown on the drawings . 2. Provide a toe plate around the entire platform perimeter. All grating and platform framing shall be removable. Max weight of each individual grating section shall be limited to 40 lbs . 3 . Provide vertical support of the platforms with square or round structural tubing bolted to the slab foundation. Locate support columns , piping and other items. 05512-1 METAL PLATFORMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 1.05 A. B . 1.06 A. B. 0318-042-22 To the greatest extent possible , provide free access to all areas below the platform . 4 . Provide lateral support of the platforms with cross braces with a maximum vertical dimension of 18-inches . 5. The platform shall not interfere with adjacent motors and valves. 6. Provide removable handrails at all sides . 7. Platform shall accommodate conduit penetrations . SUBMITTALS Shop Drawings: 1. For each platform ; include fully dimensioned plans , elevations , sections, details , _ and attachments to other work and how the work platform wilf align with the tanks. Drawings shall be signed and sealed by a Texas registered Professional Engineer. 2. Detail equipment assemblies and indicate dimensions , weights , loads , requ ired clearances , method of field assembly , components , and location and size of each field connection . Welding certificates. QUALITY ASSURANCE Welding Qualifications : Qualify procedures and personnel according to AWS D1 .6 , "Structural Welding Code -Aluminum." Field Measurements: Verify actual dimensions of equipment contiguous with the work platform by field measurements before fabrication . PART 2 -PRODUCTS 2.01 A. B. C . 2 .02 A. MATERIALS Metal Surfaces , General : Provide materials with smooth, flat surfaces , unless otherwise indicated. Ferrous Metals : Platform framing including grating shall be aluminum alloy 6061. Fasteners : 1. Bolts and Anchor Rods : Stainless-steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594 . 2. Nonshrink, Nonmetallic Grout: Factory-packaged , nonstaining, noncorrosive , nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications . 3. Bituminous Paint/Coating: Cold applied asphalt emulsion complying with ASTM D1187 . FABRICATION, GENERAL Provide complete platform assemblies , including metal framing, struts , railings , clips , brackets, bearing plates, and other components necessary to support and anchor platforms on supporting structure . 1. Use connections that maintain structural value of joined pieces . 05512-2 METAL PLATFORMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 B . C . D . E. F . G. H . 2.03 A 2 .04 A B. 2 .05 A 0318-042-22 Preassembled Platforms : Assemble platforms in shop to greatest extent possible . Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation . Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces . Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work . Form exposed work true to line and level with accurate angles and surfaces and straight edges . Weld co n nections to comply wit.·. the following : 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap . 3. Remove welding flux immediately. 4 . Weld exposed corners and seams continuously , unless otherwise indicated . 5. At exposed connections , finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface . Form exposed connect ions with hairline joints , flush and smooth. Locate joints where least conspicuous . Fabricate joints in a manner to exclude water . Provide weep holes where water may accumulate . STAIRS Comply with applicable requirements in Division 5 Section 05511 "Metal Stairs" for ra ilings , and as follows : 1. Treads : Aluminum bar grating . 2 . Connect stairs to platform by bolting . METAL BAR-GRATING Comply with applicable requirements in Division 5 Section 05530 "Grating" for grating fabr ication , and as follows : F_abricate grating platforms with nosing matching that on grating treads . Provide toe plates at open-sided edges of grating platforms . PLATFORM RAILINGS Comply with applicable requirements in Division 5 Section 05520 "Aluminum Handrail and Railing" for railings , and as follows : 1. Rails may be bent at corners , rail returns , and wall returns , instead of using prefabricated fittings . 05512-3 METAL PLATFORMS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 PART 3 -EXECUTION 3 .01 A. B . C. 3 .02 A. INSTALLATION , GENERAL Fastening to In-Place Construction: Provide anchorage devices and fasteners where necessary for securing metal platforms to in-place construction . Cutting , Fitting , and Placement: Perform cutting , drilling , and fitting required for installing metal platforms . Set units accurately in locat ion , alignment , and elevation , measured from established lines and levels and free of rack. Fit exposed connections accurately together to form hairline joints. Do not weld , cut , or abrade surfaces of exterior units that have been hot-dip galvanized after fabricat ion and are for bolted or screwed field connections . 1. Do not field weld. ADJUSTING AND CLEANING Galvanized Surfaces : Clean field welds , bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05512-4 METAL PLATFORMS VI L LAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS _SEPTEMBER 23 , 2010 0318-042-22 SECTION 05520 ALUMINUM HANDRAILS AND RAILINGS PART 1 GENERAL 1.0 1 DESCRIPTION A. Scope : 1. Contractor shall provide all labor , materials , tools , equ ip me nt and incidentals as shown on the Drawings , specified and required to f .rnish and install aluminum handrail and railing sys tems. The Work also includes : a . Providing openings in, and attachments to , aluminum handrail and ra iling systems to accommodate the Work under this and other Sect ions and providing for the aluminum handrail and ra iling systems all items such as anchor bolts , fasteners , studs and all items requi red for which provision is not specifically included unde r other Sections. 2 . Extent of aluminum handrail and railing systems is shown on the Drawings and specified . 3. Types of products requ ired include t he follow ing : a . Top and two intermediate horizontal railing systems . b. Handrail system . c. Toeboards. d. Anchors and fasteners. e . Sleeves , castings , reinforcing inserts , wall brackets , gates , gate latches , stops and hinges , chains, and other m iscellaneous accessories. f . Custom fin ished architectural Class I anod ized finish for all system components . B. Coordination : 1. Review installation procedures under other Sections and coordinate the Work tha t must be installed with or attached to the handra il and railing . 2 . Coordinate all handrail and railing locations as required for Work meeting all governing authorities. C. Related Sections : 1. Section 03605: Grout. 2 . Sect ion 05500: Miscellaneous Metals Fabrications . 3 . Sect ion 09900 : Painting. 1.02 SYSTEM DESCRIPTION A. Aluminum handrail and ra iling system shall consist of three equally spaced horizontal rails with totally concealed mechanical fasteners , internally threaded tubular rivets and adhesively bonded components fastened to posts spaced no t more than 4 feet -O inches on center and a system of handrails supported from adjacent construction by mounting brackets spaced at not more than 4 feet - 0 inches on center. B. Aluminum handrail and ra iling system shall include all components and features shown on the Drawings and specified and all system components and features available from 05520-1 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CR EEK RE CLAIMED WATER QUALI TY IMPROVEMENT S SEPTEMB ER 23 , 2010 0318-042-22 specified manufacturers necessary to provide a complete aluminum handrail and railing system comply ing with these Specifications. 1.03 QUALITY ASSURANCE A. Fabricator Qualifications : 1. Engage a single firm , with und ivided responsibility for performance of handrail and railing systems Work. 2. Engage a firm , which can show five years previous successful experience in the fabrication of handrail and railing systems of scope and type similar to the required 'W ork. 3 . Materials and fabrication pro cedures shall be subject to inspection and tests in the mill , shop, and field , conducted by a qualified inspection agency . Such inspections and tests shall not relieve Contractor of responsibility for providing materials and fabrication procedures in compliance with specified requirements . B. Installer Qualifications: 1. Engage a single installer sk i lled , trained and with a record of successful experience in the installation of aluminum handra i l and railing systems and who has a successful record of performing Work in accordance with the approved recommendations and requirements of the fabricator or who can submit evidence in writing of being acceptable to the fabricator ; and who agrees to employ only tradesmen with specific skill and successful experience in this type of Work. C. Codes: 1. Comply with the applicable requirements of OSHA and the International Building Code . 2 . If there is a conflict between the OSHA requirements and the International Building Code , comply with whichever requirement is more stringent. D. Allowable Tolerances : 1 . Limit variation of cast-in-place inserts , sleeves and field-drilled anchor and fastener holes to _the following : a . Spacing : ±3/8-inch . b. Al ignment: ±1/4-inch . c. Plumbness: ±1/8-inch. 2 . Minimum Handrails and Railings Systems Plumb Criteria : a . Limit variation of completed handrail and railing system alignment to 1/4-inch in 12 feet -O inches w ith posts set plumb to within 1/16-inch in 3 foot - 0 inches. b. Align rails so variations from level for horizontal members and from parallel with rake of stairs and ramps for sloping members do not exceed 1/4-i nch in 12 feet - 0 inches . 3 . Provide "pencil-line" thin butt j oints . E. Source Quality Control : 1. Obtain all handrails and ra ilings systems components and accessories from the same manufacturer. 05520-2 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALI TY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 F. Reference Standards : Comply with applicable prov isions and recommendations of the following , except as otherwise shown or specified . 1. ASTM B26 , Specification for Aluminum and Aluminum-Alloy Sand Castings . 2. ASTM B 117, Practice for Operating Salt Spray (Fog) Apparatus. 3. ASTM B136 , Method for Measurement of Sta in Resistance of Anodic Coatings on Aluminum. 4 . ASTM B 137 , Test Method for Measurement of Coating Mass Per Unit Area of Anod ically Coated Aluminum . 5. ASTM B210 , Spec ification for Aluminum and Aluminum-Alloy Drawn Seamless Tu~s. i 6 . ASTN B221 , Specification for Aluminum and Aluminum !Alloy Extruded Ba ra , Rods , Wire , Profiles and Tubes . 7 . · ASTM B241 , Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube . 8. ASTM B244 , Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnet ic Basis Metals w ith Eddy-Current Instruments. 9 . ASTM B247 , Specification for Aluminum and Aluminum -Alloy Die Forgings , Hand Forgings , and Rolled Ring Forgings . 10. ASTM B429 , Specification for Aluminum-Alloy Extruded Structural Pipe and Tube . 11 . ANSI A 1264.1, Safety Requirements for Workplace Floor and Wall Openings , Stairs and Railing Systems . 12 . The Aluminum Association , AA ASD-1 , Aluminum Standards and Data . 13 . The Aluminum Association , AA SAA-46 , Standards for Anodized Arch itectural Aluminum . 14 . The Aluminum Association , AA DSA-45 , Designation System for Aluminum Finishes . 15. Arch itectural Metal Products Division of The National Association of Arch itectural Metal Manufacturers , AMP/NAAMM , Pipe Railing Manual. 16. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers , AMP 501 , Fi nishes for Aluminum. 17 . OSHA , Title 29 Code of Federal Regulat ions Part 1910.23 -Guarding Floor and · Wall Openings and Holes . 18 . The Americans w ith Disabilit ies Act of 1990 (Public Law 101-336), Append ix A to Title 28 Code of Federal Regulat ions Part 36 (Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities -ADAAG . 19. American National Standard Institute , A 117.1, Accessible and Usable Buildings and Facilities. 20 . International Building Code. G . Field Measurements : Take field measurements , where required , prior to preparat ion of Shop Drawings and fabrication to ensure proper fitting of the Work. H. Shop Assembly: Preassemble items in the shop to the greatest extent poss ible , so as to min im ize field sp li cing and assembly of units at the site . Disassemble units only to the extent necessary for shipping and handl ing limitations . Clearly mark units for reassembly and coordinate i nsta ll at ion . 05520-3 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALI TY IMPROVE ME NTS SEPTEMBER 23, 2010 0318-042-22 1.04 SUBMITTALS A. Samples : Submit for approval the following: 1. Full size sample , 2 feet - 0 inches long, of assembled railing system at post and rail intersections with all associated components including typical mechanical and adhesively fastened connections, mounted toeboard and sleeve , and handrail at wall return complete with mounting brackets , all with specified controlled uniform metal finish. 2 . Color Samples: Maximum range of clear anodized aluminum that shall appear in finished Work. Prepare range amples, to show the highest level of color control feasible for actual handrail an ailing components , as determined by the licensor of the finishing process specified, on actual extrusions and castings of the Work . 3. Samples will be reviewed for finish , color, joinery tolerances, workmanship and general component assembly only. Compliance with all other requirements is the responsibility of Contractor. B. Shop Drawings : Submit for approval the following : 1. Drawings for the fabricatio·n and erection of handrail and railing systems with sizes of members , components and anchorage devices, all based on specified requirements . Include copies of manufacturer's specifications, standard detail drawings and installation instructions for handrail and railing systems. Include all plans and elevations identifying the location of all handrail and railing systems , and details of sections and connections . Show all anchorage items . 2 . Profiles of handrail and railing systems components , and the details of forming , jointing , sections, connection, internal suppqrts, trim, and accessories. Provide details drawn at 1-1/2-inch scale . 3. All calculations for complete structural analysis of the handra il and railing systems including calculations showing compliance with system performance criteria specified . The calculations shall be prepared, signed and sealed by a Registered Professional Engineer licensed in the State of Texas. 4. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by Engineer. 5 . Maintenance Manuals: Upon completion of the Work , furnish copies of detailed maintenance manual including the following information: a . Product name and number. b. Name, address and telephone number of fabricator and manufacturer's local distributor. c . Detailed procedures for routine maintenance and cleaning, including cleaning materials , application methods and precautions as to use of materials that may be detrimental to finish when improperly applied. C. Certification : Submit for approval the following : 1. Copies of mat_erial purchase receipts indicating actual materials purchased for this job, signed by a certified and licensed Notary Public , verifying that material purchased for the Work complies with material designations specified as confirmed by approved Shop Drawings. 2. Manufacturer's certificate on results of load testing the completed handrail and railing systems, demonstrating compliance with all applicable OSHA, ANSI and International Building Code, Building Construction Code requirements and the 05520-4 ALUMINUM HANDRAILS AND RAILINGS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 ., 0318-042-22 system performance criteria specified for superimposed loadings and deflection limitations. 3. Finish : Furnish a written certificate confirming specified anodized coating film thickness and sealing treatment. 1.05 PRODUCT DELIVERY , STORAGE AND HANDLING A Delivery of Materials : 1. Deliver handrails and railings . and all accessories dry and undamaged , w ith manufacturer's protective coating -iv tact , bearing original intact factory labels identifying component 's location and, lj/Se within the completed systems . 2. Handra il and railing systems components, which are damaged during delivery or while being unloaded, shall not be stored on site . Remove such units from site and replace with new, undamaged material. B. Storage of Materials : 1. Store handrail and railing systems components and accessory materials in a dry location and in a manner that will protect strippable coating from exposure to sun and condensation; with good air circulation around each piece and with protection from wind blown rain . 2. Store handrail and railing systems components and accessory materials under tarpaulin covers and in an area protected from dirt, damage , weather and from the construction activities of all contractors . Do not store outside or allow items to become wet or soiled in any way while on site . 3. Do not store in contact with concrete , earth or other materials that might cause corrosion, staining , scratching or damage · to finish . Do not install system components , which become dented , scratched or damaged in any way . Remove such components from site and replace with new, undamaged material. C. Handl ing of Materials : 1. Do not subject handra il and railing systems components and accessory materials to bending or stress . 2. Do not damage edges or handle material in a manner that will cause scratches , warps or dents. 3. Keep on-site handling to a minimum . 4 . Maintain protective covering on rail ings and handrails . All surface protective coverings such as nonadhesive papers , adhes ive papers and strippable plastic films shall be removed after receipt at the site as soon as there is no longer a need for the protection . 1.06 JOB CONDITIONS A Protection: Protect cast-in-place sleeves from debris and water intrusion by use of temporary covers or removable foam inserts . 05520-5 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMP ROVEMENTS SEPT EMBER 23, 20 10 0318-042-22 PART 2 PRODUCTS 2 .01 SYSTEM PERFORMANCE A. Performance Criteria: 1. Maintain the visual design concept shown on the Drawings , and the technical requirements specified, including modules, profiles, alignment of components and requirements for finish. ,. 2 . Provide handrail and railing systems that conform to the International Building Code, Building Construction Code and OSHA, Part 1910.23., including the 200 pound loading in any direction at any point along the top. In addition, the system shall conform to the following requirements : a . Completed railing and handrail systems shall withstand a uniform lateral force of 50 pounds per linear foot, applied in any direction at the top of the handrail and railing. b. Intermediate and bottom rails shall withstand simultaneously applied lateral uniform forces of 50 pounds per linear foot , however, lateral loads on intermediate and bottom railings need not be considered in the detailing and fabrication of posts and anchorages. c. For railings having panels, the panels shall be detailed and fabricated to withstand a uniform lateral load of twenty pounds per square foot. d . Concentrated 200 pound load and uniform force conditions shall not be applied simultaneously. e . Bending stresses shall not exceed 60 percent of the yield stress of the material. Applied loads shall not produce permanent deflection in the completed Work when loads are removed. f. Select schedule of pipe using alloys, minimum diameter, loadings and maximum post spacing specified in order to limit deflection in each single-span of railing and handrail to 1.5-inches maximum and on railing posts to 1.4-inches maximum and with a safety factor of 1.65: 1 for all Work. g . Submit load test results of a completed handrail and railing system to the Engineer. Provide written report identifying and documenting the testing methods used , the loads superimposed and how and where they were applied, and the results of such tests on actual complete handrail and railing systems including all anchors and fasteners to be used in the Work. The written report shall be signed and sealed by a Professional Engineer licensed in the State of Texas. Testing setup shall simulate actual conditions of installation to be used in the Work . 3. Thermal Control : Provide adequate expansion within fabricated systems that allows for a thermal expansion and contraction caused by a material temperature change of 140°F to -20°F without warp or bow of system components. Distance between expansion joints shall be based on providing a 1/4-inch wide joint at 70°F, which accommodates a movement of 150 percent of the calculated amount of movement for the specified temperature range. 4. Provide expansion joints in handrail and railing systems where systems cross expansion joints in structure . 5. Provide handrail and railing systems as shown on the Drawings . Where handrail or railing systems are required by either the governing authority or the Occupational Safety and Health Act of 1970, or the Americans with Disabilities Act 05520-6 . ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 of 1990 , aluminum handrail and railing systems of the type specified herein shall be provided . 6 . Configuration of all handrail and railing systems components shall be as shown on the Drawings . Verify dimensions at the site without causing delay in the Work . 7. Except where detailed dimensions are shown on the Drawings , indicate required locations for posts , space posts maximum 4 feet-0 inches on centers . 8. Where details show post location requirements at or near end of runs , uniformly space intermediate posts as required to meet loading and deflection criteria speci fied , but not greater than maximum spacing specified. Where posts are show n at straight walkwar and other locations where railing is provided on each ' side , locate railing system posts opposite each other; do not stagger. 9. Comply with handrail and railing systems details shown on the Drawings . Provide fabricator's standard details for conditions not shown on the Drawings and for general system assembly , unless otherwise specified . All details shown are typ ical ; similar details apply to similar conditions , unless specifically otherwise shown on the Drawings . 10 . Fabricator is responsible for st ructural analysis and detailing of handrails and railings systems. Provide complete structural calculations and verification of other system performance criteria and Shop Drawings for al~ handrail and railing members , anchors and all other support system components prepared , signed and stamped with the seal of a Licensed Professional Engineer licensed to practice in the State of Texas and recognized as an expert in the specialty involved . B. Fasteners and Supports : 1. Provide the size , length and load carrying capacity requ ired to carry the specified loadings required by performance criteria times a minimum safety factor of four . 2. Where sizes are shown on the Drawings, the sizes shown shall be considered minimum . Increase size to comply with required system performance criteria loadings and minimum safety factor specified . 3. All railing system posts shall be prov ided w ith a circular profile solid reinforcing bar with outs ide diameter equal to inside diameter of post. Each post shall receive one reinforcing bar. 2 .02 MATERIALS A Extruded Aluminum Architectural and Ornamental Shapes : ASTM 8221 , Alloy 6063-T52. B. Aluminum Forgings : ASTM 8247 . C . Extruded or Drawn Aluminum Pipe and Tube : 1. ASTM 8429 or ASTM 8241 , Alloy 6063-T5 , 6063-T52 or 6063-T832 as required by loadings , deflect ions and post spacings specified. 2. Provide Schedule 40 pipe minimum , unless conditions of detai l and fabrication requ ire extra heavy pipe to comply with performance cr iteria specified. 3. Provide all rails and posts with minimum outside diameter of 1.900-inches . D . Reinforcing Bars : Solid , circular profile, 24-inch long , 6061-T6 aluminum reinforcing bars with same outside diameter as inside diameter of post. 05520-7 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 E . Toeboards : 1. Provide extruded ASTM 6063-T5 or T52 alloy aluminum toeboards , unless railing is mounted on curbs or other construction of sufficient height and type to meet the requirements of OSHA 1910.23 . Bars or plates are not acceptable . 2 . Unless otherwise specified , toeboards shall meet requirements of OSHA Part 1910.23 , Section (e). F. Anchors and Fastenings : 1. Type 316 stainless steel ; minimum 1 /2-inch diameter. 2 . Provide minimum of four bolt fasteners for each post where surface mounted posts are shown on the Drawings. Components shall be in acco rdance w ith manufacturer's recommendations and as acceptable · to Engineer as shown on approved Shop Drawings . 3 . Concrete and Masonry Anchors: As specified in Section 05501 . 4 . Bolting Materials : As specified in Section 05501. G. Castings : 1. Provide high strength aluminum alloy brackets , flanges and fittings suitable for anodizing as specified. 2. Aluminum-Alloy Sand Castings : ASTM 826. H. Connector Sleeves : Schedule 40, 5-inches long by 1.610-inches diameters. I. Brackets and Flanges: Provide manufacturer's complete selection of standard and custom brackets and flanges for railing system posts and for handrail supports . J. Sockets : Provide 6-inch deep by 2-1/2-inch outside diameter aluminum sockets with 3-1/2-inch wide socket cover on bottom of all sockets and on top and bottom of removable post sockets . K. Hinges : Provide two self-closing aluminum hinges for each railing system gate shown on the Drawings. L. Latches and Stops : Provide one latch and stop with rubber bumper and 1-inch diameter plastic knob for each railing system gate shown on the Drawings. M . Cha in , Snaps and Eye Bolts : Provide oblong 0.250-inch welded link , Type 316 stainless steel chain weighing 57 pounds per cubic foot , each l ink 1-1/8-inch by 7/16-inch. Provide stainless steel eyebolts , 1/4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring-loaded latch. N . Custom Cover Flanges : 1/4-inch high by 4 -inch diameter; a luminum . 0 . System Components and Miscellaneous Accessories: Provide a complete selection of manufacturer's standard and custom aluminum handrail and railing systems components and miscellaneous accessories as may be required based on conditions and requirements shown on the Drawings , including , but not limited to , fascia flanges , post brackets , complete selection of one and two-piece handrail brackets for selection by Engineer including protective inserts, threaded bushing brackets , interlocking panel clips , clamps , channel adapters , end caps , post caps , adapters , ADA-compliant 05520-8 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 accessories and similar items . Show the type and location of all such items on Shop Drawings. P. Adhesive: Two part waterproof epoxy-type as recommended by handrail and railing systems manufacturer. Q . Non-Shrink , Non-Metallic Grout: 1. See specification 03605. 2.03 FABRICATION A. General : Unless otherwise shown on the Dra win gs or specified in the Contract Documents provide typical non-welded construction deta ils and fabrication techniques as recommended by AMP/NAAMM publications specified. B. Form exposed Work true to line and level with accurate angles , surfaces and straight edges . Fabricate all corners without the use of fitt ings . C. Form bent-metal corners to the radius shown on the Draw ings w ithout causing grain separation or otherwise impa iring the Work. Use rad ius bends to form all changes in direction of handrail and railing systems. Form elbow bends and wall returns to uniform radius , free from buckles and twists , with smooth finished surfaces, or use prefabricated bends . Provide not less than 4-inch outside radius . D. Provide chains across openings in railings where shown on the Drawings. Attach one end of each cha in to a 1 /4-inch eye bolt in the post and the other end attached by means of an approved heavy stainless steel swivel eye snap hook to a similar eye bolt in the oppos ite post. E. Remove burrs from all exposed edges. F. Locate intermediate rails equally spaced between top ra il and finished floor . G. Close aluminum pipe ends by using prefabricated fittings. H. Weep Holes : 1. Fabricate joints , which will be exposed to the weather so as to exclude water. 2. Provide 15/64-inch diameter weep holes at the lowest poss ible point on all handra il and rai ling systems posts . · 3 . Provide pressure relief holes at closed ends of handrai l and railing systems. I. T oeboards : 1. Provide manufacturer's toeboard dE:ltail , which accommodates movement , caused by thermal change specified without warping or bowing toeboards . 2 . Provid.e manufacturer's toeboard deta il, which accommodates storage for removable socket covers . 3 . Coord inate and cope toeboard as required to accommodate cover flanges at posts . 4. Toeboards shall follow curvature of rail ing . Where railing is shown on the Draw ings to have curved contours at corners , or other locations , the toeboard sha ll likewise be curved to follow line of railing system . 05520-9 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENT S SEPTEMBER 23 , 20 10 0318-042-22 J. Reinforcing Bars: Provide reinforcing bar friction-fitted at all railing system posts .. Extend reinforcing bars or tubes 6-inches into cast-in-place sleeves or other types of supporting brackets . K. Mechanically Fitted Component Pipe Handrail and Railing : 1. Use a. nonwelded pipe handrail and railing system with posts, top and intermediate rail(s) and flush joints . 2 . Provide a top and two intermediate horizontal rail(s), equally spaced. 3. Blind rivets , pop rivets or other exposed fastening devices shall not be used in the W o rk . Fasteners used for side mounting fascia flanges where shown on the D rawings or specified may be exposed in the Work . Provide internal threaded tubular aluminum rivets, stainless steel through bolts with lock nuts , stainless steel sheet metal screws with lockwashers and epoxy adhesive for fastening all components of the Work . 4 . Product and Manufacturer: Provide one of the following : a. Connectora il System by Julius Blum & Company, Incorporated. b. Custom Fabricated Series 500 Non-Welded Aluminum Pipe Aluminum handrails and railings system by Superior Aluminum Products, Incorporated . c. Or approved equal. · 2 .04 ALUMINUM COATINGS A General: 1. Prepare surfaces for finishing in accordance with recommendations of the aluminum producer and the finisher or processor. 2 . Adjust and control the direction of mechanic.al finishes specified to achieve the best overall visual effect in the Work. 3 . Color and Texture Tolerance : Provide uniform color and continuous mechanical texture for all aluminum components. Engineer reserves the right to reject aluminum materials because of color or texture variations , which are visually objectionable, but only where the variation exceeds the range of variations established by the manufacturer prior to fabrication, by means of range samples which have been accepted by Engineer. 4. Anodize all aluminum components of the Work. B. Mechanically finish aluminum by wheel or belt polishing with aluminum oxide grit of 180 to 220 size , using peripheral wheel speed of 6 ,000 feet per minute; Aluminum Association Designation -M32 Medium Satin Directional Texture . 1. Hand Rubbed Finish : Where required to complete the Work and provide uniform, continuous texture, provide hand rubbed finish to match medium satin directional texture specified in order to even out and blend in satin finishes produced by other means. C. Provide non-etching chem ical .cleaning by immersing the aluminum in an inhibited chemical solution , as recommended by the coating applicator, to remove all lard oil , fats , mineral grease and other contamination detrimental to providing specified finishes. 1. Clean and rinse with water between steps as recommended by the aluminum manufacturer. 05520-10 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 D. Exposed Aluminum Anodic Coating : Provide anodic coatings as specified , which do not depend on dyes , organic or inorganic pigments , or impregnation processes to obtain color. Apply coatings using only the alloy, temperature , current density and acid electrolytes to obta in specified colors in compliance with the designation system and requirements of the Aluminum Association and AMP 501 of AMP/NAAMM . Comply with the following : 1. Provide Architectural Class I high dens ity anodic treatment by immersing the components in a tank containing a solution of 15 percent sulfuric acid at 70 °F with 12 amperes per square foot of direct current for minimum of sixty minutes ; Alum inum Association Designation A41 . · ::. 2. Physical Properties: a. Anodic Coat ing Thickness , ASTM 8244 : M inimum of o.'7 niils t hick . b . Anodic Coat ing Weight, ASTM 8137 : Minimum of 32 mg/sq. in . c . Resistance to Stain ing , ASTM 8136: No stain after five m inutes dye solution exposure . 3. Seal finished anodized coatings using deionized boiling water to seal the pores and prevent further absorption . 4 . Product and Manufacturer: Provide one of the follow ing: a. Alumilite 215 Clear by Aluminum Company of America , Incorporated . b . Or approved equal. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall examine the substrate and conditions under wh ich the aluminum handrails and railings systems Work is to be performed and notify Engineer, in writing , of unsatisfactory tolerances which exceed specified limits and other condit ions detrimental to proper and timely completion of the Work. Do not proceed with installation unt il unsatisfact ory conditions have been corrected in a manner acceptable to Engineer. 8 . Ver ify to Eng ineer gage of aluminum pipe railing posts and rails brought to the site by actual measurement of on-s ite material in the presence of Engineer. 3.02 INSTALLATION A. General : 1. Do not erect components , which have become scarred , dented , ch ipped , discolored or otherwise damaged or defaced . Rai li ng and handrail system components , wh ich have holes , cuts , gouges, deep scratches or dents of any kind , shall be removed from the site before installation . Repairs to correct such Work will not be approved by Engineer. Remove and replace w ith new material. 2. Comply with installation and anchorage recommendations of AMP/NAAMM publ ications specified in add ition to the requirements specified and approved · Shop Drawings . 8 . Fastening to In-Place Construct ion : 1. Remove protective plastic immediately before installation . 05520-11 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER Q UALI TY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318-042-22 2. Adjust handrails and railings prior to securing in place , to ensure proper· matching at butting joints and correct alignment throughout their length . Plumb posts in each direction. Secure posts and rail ends to building construction as follows : a. Anchor posts in concrete by means of sockets set and anchored into the concrete floor slab . Prov ide closure secured to the bottom of sleeve. Before installing posts remove all debris and water from sleeves . Verify that reinforcing bars have been inserted into posts before installation. Do not install posts without reinforcing bar. For all non-removable handrail and railing systems sections, after the posts have been inserted into the sockets , fill the annular space betwden posts and sockets solid with grout as specified in Section 03600, Gro ·._ Crown grout and slope it to dra in away from posts . b. Anchor posts to stair stringers with stringer or support flanges, angle type or floor type · as required by conditions, shop-connected to posts and bolted to the steel supporting members. Flanges shall be as recommended by manufacturer. Verify that reinforcing bars have been inserted into posts before installation . Do not install posts without reinforcing bar. c. · Side mount posts by fastening them securely in brackets attached to steel or concrete fas~ia as shown on the Drawings and in accordance with approved Shop Drawings . d. Provide removable railing sections where shown on the Drawings. Removable railing system posts shall be provided with friction fitted reinforcing bar in each post. Provide sockets with socket covers stored in extruded toeboard . Provide aluminum pipe collars for all removable posts. Accurately locate sleeves to match post spacings . e. All posts set in concrete shall be provided with an aluminum floor cover flange. 3. Use devices and fasteners recommended by the handrail and rail ing systems manufacturer and as shown on the approved Shop Drawings . C. Cutting, Fitting and Placement: 1. Perform cutting , drilling and fitting required for installation . Set the Work accurately in location, alignment and elevation, plumb , level, true and free of rack, measured from established lines and levels . 2 . Fit exposed connections accurately together to form tight hairline joints . Do not cut or abrade the surfaces of units , which have been finished after fabrication, and are intended for field connections . 3 . Permanent field splice connections shall be made using manufacturer's recommended epoxy adhesive and 5-inches minimum length connector sleeves. Tight press-fit all field splice connectors and install in accordance with manufacturer's written instructions . Follow epoxy manufacturer's recommen- dations for requirements of installation and conditions of use . 4. Make all splices as near as possible to posts but not exceeding 12-inches from nearest post. 5 . Field welding will not be permitted . Make all splices using · a pipe splice lock employing a single Allen screw to lock joint. 6. Provide hinged railings sections as shown on the Drawings. Provide hinges and latch for connection to adjacent railing . 7 . Provide chain sections as shown on the Drawings . Provide one chain length with fastening accessories for top and each intermediate rail. 05520-12 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 8 . Secure handra ils to walls w ith wall brackets and end fittings as shown on the Drawings . Locate brackets as shown on the Drawings or, if not shown on t he Drawings , at not more than 4 feet - 0 inches on centers. 9 . Provide flush-type wall return fittings with the same projection as that shown for wall brackets . Dr ill wall plate port ion of the bracket to receive one bo lt , unless otherwise shown on the Drawings. 10. Secure wall brackets to build ing construction as follows: a. For concrete and solid masonry anchorage , use anchor bolt expansion shields and lag bolts . b. For hollow masonry anchorage , use to ~gle bolts having square heads . 11 . Securely fasten toeboards in place with no 'more than 1 /4-inch clearance above floor level. 12 . Drill one 15/64-inch diameter weep hole not more than 1 /4 -i nch above the top of location of solid re inforcing bar in each post. D. Expansion Joints : 1. Provide slip joint with internal sleeve extending 2-inches minimum beyond joint on each side . 2 . Construct expansion joints as for field splices , except fasten internal sleeve securely to one side of rail only. 3 . Locate joints within 6-inches of posts . 4. Submit locations and details of all expansion joints to Engineer. E. Protection from Dissimi lar Materials : 1. Coat all surfaces of aluminum in contact with dissimilar materials such as concrete , masonry and steel as specified in Section 09900 , Pa int ing . 2. Do not extend coating beyond contact surfaces . Remove coating where exposed- to-view in the finished Work. 3.03 CLEANING AND REPAIRING A. Cleaning : Installer shall clean exposed surfaces of handrail and ra iling systems of every substance after completion of installation . Comply w ith recommendations of both the handrail and rail ing , and fin ish manufacture r. Do not use abrasives or non- approved solvent cleaners . Test cleaning techniques on an un-used sect ion of railing before employing cleaning technique . 1. Remove all stains , dirt , grease or other substances by washing handrails and rail ings systems thoroughly using clean water and soap ; rinse with clean water. 2 . Do not use ac id solution , steel wool or other harsh abrasives . 3. If stain remains after washing remove defective sections and rep lace with new mater ial conforming to the requirements of the Specificat ion . B. Leave handrails and railings, free from dents , burrs , scratches , holes and other blemishes . Replace damaged or otherwise defective Work w ith new material that conforms to the Specification requ irements at no addit ional cost to Owner. C. At the completion of Wo rk , replace adjacent wo rk, marred by the Work of th is Section . END OF SECTION 05520-13 ALUMINUM HANDRAILS AND RAILINGS VILLAGE CREEK RECLAIMED WAT ER Q UALI TY IMPROVEMENTS SEPTEMBER 23, 20 10 PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 05530 GRATINGS 0318-042-22 A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Cond itions and Division 1 Spec ification Sect ions , apply to this Section . 1.02 SUMMARY A. This Section inclui,~s t he following: 1. Metal bar gratings . 2. Expanded-metal gratings. 3. Extruded-aluminum plank gratings . 4 . Metal frames and supports for gratings. B. Related Sections include the following: 1. Division 5 Section 05120 "Structural Steel" for structural-steel framing system components. 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance of Gratings : Provide gratings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated : 1. Walkways and Elevated Platforms : Uniform toad of 100 lbf/sq. ft . 2 . Sidewalks and Vehicular Driveways , Subject to Trucking : Uniform load of 250 lbf/sq . ft . or concentrated load of 8000 lbf, whichever produces the greater stress . 3. Limit service load deflection to 1/360 of the span or %-inch , whichever is less . 4. Limit dimensions of indiv idual grating sections so that weight of each individual piece does not exceed 40 lbs. 1.04 SUBMITTALS A. Product Data : For the following : 1. Extruded-aluminum plank gratings . 2 . Clips and anchorage devices for gratings . 3. Paint products . B. Shop Drawings: Include plans , elevat ions , sect ions , details , and attachments to other work. 1. Provide templates for anchors and bolts specified for installation under other Sections. 2. For installed products ind icated to comply with des ign loads , include structural analysis data signed and sealed by the qual ified profess ional engineer respons ible for their preparation . C . Welding Cert ificates . 05530-1 GRATINGS V ILLAGE C RE EK RECLA IMED WAT ER QUALI T Y IMPROVEMENT S SEPTEMBER 23 , 2010 0318-042-22 1.05 QUALITY ASSURANCE A. Metal Bar Grating Standards : Comply with NAAMM MSG 531 , "Metal Bar Grating Manual" and NAAMM MSG 532, "Heavy-Duty Metal Bar Grating Manual." B. Welding : Qualify procedures and personnel according to the following applicable · standards : 1. AWS 01 .1, "Structural Welding Code--Steel." 2. AWS 01 .2, "Structural Welding Code--Aluminum ." 3. AWS 01 .3, "Structural Welding Code--Sheet Steel." 4 . AWS 01 .6, "Structural Welding Code--Stainless Steel." 1.06. COORDINATION A. Coordinate installation of anchorages for gratings , grating frames, and supports. Furnish setting drawings , templates, and directions for installing anchorages , including sleeves , concrete inserts, anchor bolts , and items with integral anchors , that are to be embedded in concrete or masonry. Deliver such items to Project site in t ime for installation . PART 2 -PRODUCTS 2 .01 MANUFACTURERS A. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to , the manufacturers listed in the paragraphs below . · B. Manufacturers : 1. Metal Bar Gratings : a. Alabama Metal Industries Corporation. b. All American Grating , Inc . c. 1KG Industries ; a Harsco Company . 2.02 METALS A. Ferrous Metals : 1. Steel Plates, Shapes , and Bars : ASTM A 36/A 36M . 2 . Wire Rod for Grating Crossbars : ASTM A 510 . 3. Uncoated Steel Sheet: ASTM A 1011/A 1011M , structural steel, Grade 30 . 4. Galvanized Steel Sheet: ASTM A 653/A 653M , structural quality , Grade 33 , with G90 coating. B. Aluminum: 1. Extruded Bars and Shapes: ASTM B 221, Alloy 6061-T6 or 6063-T6, for bearing bars of gratings and shapes; Alloy 6061-T1 , for grating crossbars. C. Stainless Steel : 1. Sheet , Strip ; Plate, and Flat Bars : ASTM A 666 , Type 304 . 2 . Bars and Shapes: ASTM A 276 , Type 304 . 05530-2 GRATINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2 .03 FASTENERS A General: Unless otherwise indicated , provide Type 316 stainless-steel fasteners for exterior use . Provide stainless steel fasteners for fasten ing aluminum . Select fasteners for type, grade , and class required. 2.04 MISCELLANEOUS MATERIALS A Universal Shop Primer: Fast-curing , lead-and chromate-free , universal modified-alkyd primer complying with MPl#79 . B. Galvaniz ing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel , complying with SSPC-Paint 20 . 2 .05 FABRICATION A Cut , drill , and punch material cleanly and accurately . Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces . 8 . Form from materials of size , thickness , and shapes indicated , but not less than that needed to support indicated loads . C. Fit exposed connections accurately together to form hairline joints. D. Fabricate toeplates for attaching in the field. 2.06 METAL BAR GRATINGS A Welded Steel Grating : 1. Bearing Bar Spacing : 11/16 inch o.c. 2. Bearing Bar Depth : As required to comply with structural performance requirements . 3. Bearing Bar Thickness : 3/16 inch . 4 . Crossbar Spacing : 4 inches o.c. 5. Traffic Surface : Plain. 6. Steel Finish: Hot-dip galvanized with a coating weight of not less than 1.8 oz./sq . ft. of coated surface. 8 . Pressure-Locked , I-Bar Aluminum Grating: 1. Bearing Bar Spacing: 11/16 inch o.c. 2. Bearing Bar Depth : As required to comply with structural performance requirements . 3. Bearing Bar Flange W idth : 1/4 inch . 4 . Crossbar Spacing: 2 inches o .c. 5. Traffic Surface : Plain . C. Removable Grating Sections : When indicated on Drawings , fabricate with banding bars attached by welding to entire perimeter of each section . Include anchors and fasteners of type indicated or , if not indicated , as recommended by manufacturer for attaching to supports . D. Fabricate cutouts in grating sections for penetrations indicated . Edge-band openings in grating that interrupt four or more bearing bars w ith bars of same size and material as bearing bars . E. Do not notch bearing bars at supports to maintain elevat ion . 05530-3 GRATINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 2 .07 GRATING FRAMES AND SUPPORTS A. Frames and Supports for Metal Gratings: Fabricate from metal shapes, plates , and bars of welded construction to sizes , shapes , and profiles indicated and as necessary to receive gratings . Miter and weld connections for perimeter angle frames. Cut, drill, and tap units to receive hardware and similar items. 1. Unless otherwise indicated, fabricate from same basic metal as gratings. 2 . Equip units indicated to be cast into concrete or built into masonry with integrally welded anchors . Unless otherwise indicated, space anchors 24 inches o.c. and provide minimum anchor units in the form of steel straps 1-1/4 inches wide by %-inch thick by 8 inches long. B. G, I an ize steel frames and supports in the following locations : 1. Exterior. 2 . Interior, where indicated . 2 .08 STEEL FINISHES A. Finish gratings , frames , and supports after assembly. B. Galvanizing : For those items indicated for galvanizing, apply zinc coating by the hot- dip process complying with ASTM A 123/A 123M . C. Preparation for Shop Priming : Prepare uncoated ferrous-metal surfaces to comply with SSPC-SP 6/NACE No. 3 , "Commercial Blast Cleaning ." D. Apply shop primer to uncoated surfaces except those with galvanized finishes and those to be embedded in concrete or masonry. Comply with SSPC-PA 1, "Paint Application Specification No . 1: Shop, Field , and Maintenance Painting of Steel ," for shop painting . PART 3 -EXECUTION 3 .01 INSTALLATION, GENERAL A. Perform cutting , drilling , and fitting required for installing gratings. Set units accurately in location , alignment, and elevation ; measured from established lines and levels and free of rack. B. Fit exposed connections accurately together to form hairline joints . 1. Weld connections that are not to be left as exposed joints but cannot be shop welded . Do not weld, cut, or abrade the surfaces of units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections . C. Attach toeplates to gratings by welding at locations indicated . D. Corrosion Protection : Coat concealed surfaces of aluminum that will come into contact with grout , concrete, masonry , wood, or dissimilar metals, with a heavy coat of bituminous paint. E. Metal Bar Gratings : Comply with recommendations of referenced metal bar grating standards , including installation clearances and standard anchoring details . 1. Attach removable units to · supporting members with type and size of clips and fasteners indicated or , if not indicated , as recommended by grating manufacturer for type of installation conditions shown . 05530-4 GRATINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2. Attach nonremovable units to supporting members by welding where both materials are same; otherwise , fasten by bolting as indicated above . 3. Comply with manufacturer's written instructions for size and spacing of welds . F. Touchup Painting : Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint , and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touching up shop- painted surfaces . G. Galvanized Surfaces : Clean field welds , bolted connections , and abraded areas and repair galvanizing to comply with ASTM A 780 . END OF SECTION 05530-5 GRATINGS . VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 09900 PAINTING 0318 -042-22 A. This section provides requirements for furnishing labor, materials and equipment to prepare surfaces and to apply protective coatings to new equipment, pumps , piping and valves , structural steel, masonry and concrete (where required), and miscellaneous items . The term "paint" as used in this section means the protective coatings specified . Other paintings may be required in other sections of the specifications . All paint for concrete or metal surfaces shall be especially adapted for use around a moist and humid environment and shall be applied in conformance with the manufacturer's published specifications. 1.02 RELATED WORK A. Division 1: -General Provisions. B. Division 3: Concrete. C . Division 5: Metals. D. Division 11 : Equipment E. Division 13: Special Construction F. Division 15: Mechanical G . Division 16: Electrical 1.03 REFERENCE STANDARDS A. ASTM 016 -Definitions of Terms Relating to Paint, Varnish , Lacquer, and Related Products . B . NACE (National Association of Corrosion Engineers) -Industrial Maintenance Painting. C . NPCA (National Paint and Coatings Association) -Guide to U.S. Government Paint Specifications . D. POCA (Painting and Decorating Contractors of America) -Painting -Architectural Specifications Manual. E . SSPC (Steel Structures Painting Council) -Steel Structures Painting Manual. F. Materials to be used in contact with the raw water or potable water process stream shall meet the current requirements of the Food and Drug Administration Document, Title 21, Section 175.300 or have been approved by the EPA for potable water use 09900-1 PAINTING f :\projects\0318\042-22\specs\conformed\09900 conformed.doc OCTOBER 25 , 2010 0318-042-22 and have been certified by the National Sanitation Foundation for Standard 61 listing . Submit certification that the material meets these requirements . 1.04 SUBSTITUTIONS Wherever a product is designat ed by trade name with prov1s1on for an equal , the product specified must be used unless a written request for substitution is submitted to the Engineer for review and approval. The request for substitution must include the manufacturer's complete technical data sheets on the proposed product with a certified ingredients analysis signed by an officer of the manufacturer and sufficient information, including applicable case history information , for makin a complete comparison between specified and proposed product. 1.05 SU BM ITT ALS A. Product Data and Shop Drawings: Submit product data , shop drawings, certificates and instructions on all protective coatings items as specified herein and in accordance with Division 1 -General Provisions . B. Product Data: Complete data on each type and kind of paint and primer_ shall be submitted for review . Submittal data shall show where and for what uses each paint product is to be used, with cross reference made to paragraphs of the specifications or the coating schedule. Data submitted on each type and kind of paint product shall include information to show that t he product meets the detailed requirements of these specifications. C . Manufacturer's Instructions : The manufacturer's published instructions, for use as a guide in specifying and applying the manufacturer's proposed paint, shall be submitted . Paint shall not be delivered to the job site before review of the manufacturer's instructions by the Owner's Representative. A manufacturer's paint will not be considered for use unless that manufacturer's published instructions meet the following requirements: 1 . The instructions must have been written and published by the manufacturer for the purpose and with the intent of giving complete instruction for the use and application of the proposed paint i n the locality and for the conditions for which the paint is specified or shown to be applied under this contract. 2 . All limitat ions , precautions and requirements that may adversely affect the paint; that may cause unsatisfactory results after the painting application; or that may cause the paint not to serve the purpose for which it was intended, that is, to protect the covered material from corrosion , shall be clearly and completely stated in the instructions. These limitations and requirements shall include, but not be limited to , the follow ing : a. Surface preparation . b. Methods of application . c . Number of coats . d . Thickness of each coat. e. Total th ickness . f . Drying time of each coat, including primer. g. Drying time of final coat before placing in service . h. Time allowed between coats . i. Primer required to be used . j . Primers not permitted . 09900-2 PAINTING f :\projects\031 8\04 2-22\specs\co nformed\09900 conform ed .doc OCTOBER 25 , 2010 0318-042-22 k. Use of a primer. I. Compatible topcoats. m. Thinner and use of thinner. n. Weather limitations during and after application (temperature, humidity, wind velocity). o. Protection from sun. p . Physical properties of paint, including percent solids content by volume, ingredient analysis, and weight per unit surface per dry mil thickness. q. Cathodic disbanding limitations, if any. r. Equipment settings (air cap, fluid tip, equipment pressure settings , etc.) . • 1.06 DELIVERY, STORAGE , AND HANDLING A. Deliver products to site in original, unopened, and labeled containers ; inspect to verify acceptability. B. Container label to include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Store materials in an approved location which meets the manufacturer's storage requirements. Recommended storage temperatures and ventilation shall be maintained. Keep the storage area clean and repair any damage done . Remove oily rags, waste, or other fire hazards from buildings each night; take adequate precautions to avoid damage by fire. Place cloths and cotton waste which might constitute a fire hazard in metal conta iners or destroy at the end of each workday. 1.07 SAFETY AND HEAL TH REQUIREMENTS A. General : In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work . In addition, workers engaged in or near the work site during sandblasting shall wear eye and face protection devices and air purifying , halfmask or mouthpiece respirators with appropriate filters. Barrier creams shall be used on any exposed areas of skin. C. Ventilation : Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. E. Illumination: Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the 09900-3 PAINTING f :\projects\0318\042-22\spe cs\co nformed\09900 conformed .doc OCTOBER 25, 2010 0318-042-22 Engineer or Owner's Representative, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination purposes shall be determined by the Engineer or Owner's Representative . 1.08 REGULATORY REQUIREMENTS Conform to applicable code for flame and smoke rating requirements for finishes . 1.09 MAINTENANCE MATERIAL At the end of the project, the Contractor shall turn over to the Owner a gallon of each type and color of paint, primer, thinner, or other coatings used in the field painting . The material shall be delivered in unopened labeled cans, just as it comes from th e factory . If the manufacturer does not package the material in gallon cans, and in the case of special colors, the materials shall be delivered in new gallon containers , properly closed with typed labels indicating brand, type , color, etc. Where multiple component materials are used, the Contractor shall supply an unopened kit of the necessary materials in the manufacturer's smallest standard packaging size (i.e ., a 2-component epoxy with a 1: 1. mix ratio would require a 1-gallon can of resin and a 1- gallon can of curing agent). The manufacturer's literature describing the materials and giving directions for their use shall be furnished in three bound copies . A typewritten inventory list shall be furnished at the time of delivery. PART 2 PRODUCTS 2 .01 COLOR SCHEDULE A . Final color selection will be made by the Engineer from color chips submitted by the Contractor; colors selected may or may not be a manufacturer's standard color. Submit color charts to Owner's Representative at least 60 days prior to paint application to allow time for color selection. B. All components for Reuse Water Service shall be Purple in color. C. Shop Painted Equipment: Motors, equipment, pumps, valve bodies and metal pump bases shall be shop painted . 1. Motors , equipment, pumps , pump bases and valve bodies shall be painted color as selected by the Owner. 2 . All bronze or stainless steel valve bodies shall not be painted . D . Exposed Moving Parts and Guards . 1. All exposed moving parts such as couplings , shafts , etc ., shall be painted OSHA red . 2 . All guards and shields such as belt guards , chain guards, etc., shall be painted OSHA orange . 2 .02 TEST EQUIPMENT The Owner's Representative will use, but is not lim ited to , the following pieces of equipment to determine film thickness and presence of flaws. The Contractor shall prov ide , maintain and calibrate the following equipment for the Owner's 09900-4 PAINTING f :\projects \0318\042-22 \s pecs\conformed\09900 conform ed .doc OCTOBER 25, 2010 0318-042-22 Representative's use for test ing the coating system. All costs related to the testing equipment shall be borne by the Contractor. A . Electronic Digital Readout Gage: 0.40 mils film thickness gage including a set of 0 .5 Department of Commerce , Bureau of Standards Film Thickness Calibration Standards from 0-8 mils and 10-25 mils or equivalent. B. Wet Sponge Holiday Detector: Low voltage (67-1/2 volts) flow detector (holiday detector). C. Clemtex Comparator: Surface anchor profile standard . , D. Wet Film Thickness Gage . .. E. Sling Psychrometer. 2 .03 MATERIAL A. Paint shall arrive on the job ready-mixed, except for the tinting of undercoats , field catalyzed coatings , and possible thinning. B. All coating shall meet all Federal, State , United States Corps of Engineers , Environmental Quality Board , and any other local governmental ordinances and regulations for allowable Volatile Organic Compounds and other hazardous contents. C. When thinning coating, the amount of thinner used shall not exceed the limit recommended by the manufacturer, nor shall it cause the paint to exceed the allowable limits for VOCs . Only thinners recommended by the manufacturers , or approved equal, shall be used . 2 .04 COATING SCHEDULE A. Ferrous Metal , Interior, Non-Immersed , Subject to Non-Abrasive Conditions : 1. General. All interior above ground ferrous surfaces subject to dry non-abrasive conditions shall be painted in accordance to the following provisions. This includes, but is not limited to: exposed pumps , exterior of valves , pipes, motors, machinery, and miscellaneous metals such as structural steel. 2 . Surface Preparation . SSPC SP-6 Commercial Blast Cleaning, Reference Part 3.02 Surface Preparation , item D for description . 3 . Coating (Epoxy-Polyamide) Minimum Coverage Primer 4.0 mils *OFT Finish Coat 5.0 mils OFT * OFT -Dry Film Thickness 09900-5 PAINTING Mfg or Equal f :\pro j ects\03 18\042-22 \specs\conformed\09900 conform ed .doc OCTOBER 25 , 2010 0318-042-22 B. Ferrous Metal, Exterior, Non-Immersed, Subject to Non-Abrasive Conditions: 1. General. All exterior ferrous surfaces not submerged, and subject to non-abrasive conditions shall be painted in accordance to the following provisions. This includes but is not limited to: Exterior of non-submerged equipment, valves , pipes, pipe sleeves , brackets , grates, structural steel , light poles , exterior face of overhead doors , etc. Surfaces intermittently or partially submerged will be treated as submerged . 2. Surface Preparat ion. SSPC SP-6 Commercial Blast Cleaning. Reference Part 3.02 Surface Preparation O for description . 3 . Coati ng (Ali phatic-Polyurethane System) Mini um Coverage Primer 5.0 mils OFT Finish Coat 4 .0 mils OFT Mfg or Equal r Tnemec, 66-Color High-Build Primer Valspar, 89 Series High Build Epoxy Amerlock 2/400 High Solid Carboline , 890 Epoxy Tnemec , 75-Color Endura-Shield Valspar, V40 Series Urethane Amercoat 450H Ali hatic Pol~urethane Carboline , 134 HS Polyurethane C. Ferrous Metals , Immersed or Subject to Abrasive Conditions 1. General. All ferrous surfaces below ground level , submerged, or subject to abrasive conditions shall be painted in accordance w ith the following provisions. This includes but is not limited to: Ladders , grates , checkered plates , handrails, access covers, exterior of submerged valves , piping , brackets , structural steel, sluice gates, roller gates , drains, etc . (Surfaces that are questionable as to if they are subject to submerged or abrasive conditions will be considered as subject to those conditions). 2. Surface Preparation . SSPC SP-10 Near White Metal Blast Clean ing . Reference Part 3.02 Surface Preparat ion Ferrous Metal O for description. 3. Coating (Epoxy-Polyamide System) Minimum Coverage Primer 4 .0 mils OFT Finish Coat 5.0 mils OFT 0 . Non Ferrous Metal Interior: Mfg or Equal Tnemec , 20-11WH Pota -Pox Finish ~ar, 78 Series Tank Epoxy Amerlock 2 NSF E o . Coating 1. General. All non ferrous surfaces where pa inting is required shall be painted in accordance with the following provisions . Th is incl udes but is not limited to: pipe supports, underside of roof decks and service doors . 09900-6 PAINTING f :\proj ec ts \03 18\04 2-22\specs\conformed\09900 confonned.doc OCTOBER 25, 2010 0318-042-22 2. Surface Preparation. SSPC-SP6 Commercial Blast Cleaning . Reference Part 3.02 Surface Preparation D for description. 3 . Coating (Epoxy-Polyamide System) Minimum Coverage Mfg or Equal Primer Coat 3.0 mils OFT Finish Coat 4.0 mils OFT Finish Coat (For Exterior Installation) 3.0 mils OFT in addition of Primer and Finish Coat described above Tnemec, 66-color High-Build Epoxoline Tnemec, 66-High-Build Epoxoline Tnemec Series 75 Endura-Shield E. Aluminum, Stainless Steel, Galvanized Steel, Copper, or Brass: Unless specifically called out, only clean these surfaces. Do not paint. F. All Aluminum in Contact with Dissimilar Materials : 1. Surface Preparation . Remove all foreign matter and apply sealer as required by coating manufacturer. 2. Coating (Epoxy-Polyamide) Minimum Coverage Primer (not required) Finish Coats -2 coats at 4.0 mils each Mfg or Equal G. Interior Concrete : Unless specifically called out, only clean these surfaces. Do not paint. H. Exterior Concrete -Exposed. 1. One coat, Tnemec Series 151 Elasto-grip applied at 200 -400 SF per gallon . 2. Two coats , Tnemec Series 157 Enviro-crete applied at 8.0 dry mils, each coat. I. Interior Concrete Block Masonry -Exposed. 1. One coat, Tnemec Series 130-6601 Enviro-fill cementicious block filler applied at 65-75 square feet pr gallon. 2. Two coats, Tnemec Series 84, 5.0-6 .0 mils OFT, each coat. J. Exterior Concrete Block Masonry -Exposed. 1. One coat, Tnemec Series 130 Enviro-fill waterborne Cementicious Acrylic applied at 85 -115 SF per gallon . 2. Two coats , Tnemec Series 181 Tnemec-crete applied at 8.0 -10.0 dry mils, each coat. K. PVC Pipe Interior 1. Surface Preparation. As recommended by manufacturer. 09900-7 OCTOBER 25, 2010 PAINTING f:\projects\0318\042-22\specs\conformed\09900 confonned .doc 2 . Coating (Epoxy-Polyamide) Coverage Primer (not required) Finish Coat 4 mils OFT L. PVC Pipe Exterior Mfg. Or Equal Tnemec, 66 High-Build Epoxoline Epoxoline 1. Surface Preparation: As recommended by manufacturer. 2 . Coating (Aliphat ic-Polyurethane System). Minimum Coverage Primer 4 .0 -6.0 mils OFT Finish Coat 2 .5 mils SFT PART 3 EXECUTION 3.01 WORK CONDITIONS 0318-042-22 A. Coating or painting shall be applied per manufacturer's recommendations . B. Surface: If surfaces to be painted cannot be put in proper condition for painting by . customary cleaning and sanding operations , notify the Engineer's Representative in writing or assume the responsibility for and rectify any unsatisfactory finish resulting from application to an unsatisfactory surface . Do not proceed with surface preparation or coating application until adverse conditions are corrected to provide an acceptable surface . The paint supplier shall inspect and certify all surfaces prior to coating application . Do not apply paint to a wet or damp surface . C . Equipment: The Contractor's coating and paint ing equipment shall be designed for application of the mater ials specified and shall be maintained in good working order comparable to that described in printed instructions of the coating manufacturer. Clean equipment thoroughly before and after use with the appropriate cleaning solution indicated by the coating manufacturer. All gages and controls on spray equipment shall be in proper working order at all times and the gages must be operational and readable. D. Warnings : Display caution signs in necessary areas advising of spray pa inting and warn ing aga inst open flames . E. Barriers : Provide barriers or shelters on windy days to protect equipment and treatment facilities. 3.02 SURFACE PREPARATION A. Surface preparation standards are as described in this specification . The Steel Structures Painting Council , Surface Preparation Specification is used for steel and as a guide for concrete. 09900-8 PAINTING f :\projec ts\031 81042-22\specslco nform ed\09 900 conformed .doc OCTOBER 25 , 2010 0318-042-22 B. Solvent Cleaning : Remove oil, grease, soil and other contaminants by use of solvents , emulsions , cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action, in accordance with Steel Structures Painting Council Surface Protection Specifications (SSPC) SP-1. Care must be taken to not allow solvent chemicals to enter treatment processes. C. Grinding : Remove weld splatter and rough edges and grind rough welds so that all surfaces are in proper condition, in the opinion of the Owner's Representative, to receive the specified coating. D. Abrasive Grit Cleaning: 1. Us e a source that provides cor'hpressed air, free of detrimental amounts of water a d oil. The compressor shall, as a minimum, be capable of delivering a pressure at the biast nozzle of at least 90 psig; the blast nozzle shall be of the venturi type. 2. Use a grit of 16/40 mesh. Keep grit clean, dry and free of clay particles and other extraneous matter. 3. Blast only those areas that can be primed the same day. Areas which are not painted the same day must be reblasted again on the day the prime coat is applied. Remove grit from surface by brush or industrial vacuum . 4. All immersed iron and steel surfaces shall be blasted to "near-white" metal in accordance with Sieel Structures Painting Council Surface Preparation Specification (SSPC) SP-10, Near White Blast Cleaning . The blast cleaning shall produce an anchor pattern of 2-1/2 to 3 mils. 5. All non-immersed iron and steel surfaces shall be commercial blast cleaned in accordance with SSPC SP-6 . The blast cleaning shall produce an anchor pattern of 1-1/2 to 2 mils. 6. Concrete surfaces to be blasted should be prepared by using a brush-off blast cleaning unless otherwise specified. This blast shall lightly abraid the surface without entirely removing the surface or exposing the underlying aggregate. E. Power Tool Cleaning: Subject to review by the Engineer or Owner's Representative, any above metalwork in which SP-6 or SP-10 blasting cannot be accomplished shall be cleaned in accordance with SSPC SP-3, Power Tool Cleaning , removing loose mill scale , loose rust, loose paint and other foreign matter. Pumps, motors and similar equipment to be painted should be prepared per SSPC-SP3. F. Unknown or Noncompatible Materials: Items coated with an unknown paint system, or a primer or system which is not compatible with the specified system , shall be blast cleaned and recoated with the specified coating system at the job site . When blasting is not feasible, the Contractor shall notify the Owner's Representative and request permission to apply a barrier coat over the unknown or noncompatible material. The proposed barrier coat must be recommended in writing by the paint system manufacturer and is subject to review by the Owner's Representative. Following application of the barrier coat, if permitted, the specified coating system shall be applied. Minimum dry film thickness shall be increased an amount equal to the barrier coat and unknown or noncompatible coats. 3.03 PROTECTION A. Protect surfaces and installations requinng no painting or finishing by use of drop cloths, masking or other approved precautionary measures . Repair or replace 09900-9 PAINTING f :\projects \0318\042-22\specs\conformed\09 900 conformed .doc OCTOBER 25, 2010 0318-042-22 property and work of other trades damaged, marred or stained by painting and finishing operations. B. Prior to surface preparation and painting operations , remove, mask or otherwise protect hardware , hardware accessories, machined surfaces , plates, light fixtures and similar items not to be painted but which are in contact with painted surfaces . C . Protect spaces used for mixing or storage of paint materials from damage or staining. Leave space in clean , neat condit ion. 3.04 MIXING AND THINNING A. Mix and thin paini§._ in strict accordance with manufacturer's directions . B. At the time of application , paint must show no signs of hard settling, excessive sk inning , livering, or other deterioration. 3.05 COATING APPLICATION A. Manufacturer's Representative: The coating manufacturer will be responsible, through an authorized representative , to provide technical assistance to the paint contractor as needed . B. Workmen : Employ workmen skilled in structural steel , piping, and mechanical equipment painting . C. Materials: 1. Coating materials, abrasive grit , and equipment used in painting and blasting are subject to inspect ion at any time by the Engineer and Owner's Representative . 2. Remove blasting grit and dust from the surface to be painted before paint application is begun . 3 . Dust , dirt, oil , grease , or any foreign matter that will affect the adhesion or · durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags . D. Paint Coating Methods: 1. Finished surfaces must be free from runs, drips , ridges , waves, laps , brush marks and variations in color, texture and finish. 2. Double-lap all welds . Apply prime coat by brush to all weld areas; then apply prime coat to entire surface, including weld areas , by spray, roller or me.thod selected . · 3 . Coat areas with a uniform film , free of sags , runs , or brush marks. 4 . Except where otherwise specified, thin paint only as necessary for workability of coating material in accordance w ith manufacturer's printed instructions. Use only an appropriate thinner as recommended by the paint manufacturer. 5. When paint is being applied to any other closed areas, provide adequate ventilation . 6 . Comply with recommendations of the paint manufacturer in regard to drying time for each coat , technique of spray application, ventilation , paint thinning , and safety precautions . The Contractor must fully inform all members of his field crew of these recommendations . 09900-10 PAINTING f :\proj ects\0318\042-22\spec s\co nform ed\09900 conformed .doc OCTOBER 25 , 2010 0318-042-22 7. Where inspection shows that the specified thickness is not developed , apply additional coats in accordance with the manufacturer's surface preparation and cure schedule requirements to produce the required film thickness . 8. Repair and recoat improper applications as recommended by the manufacturer or as required by the Owner's Representative . 9 . Factory finished items shall be protected against damage during transit, storage and erection. Damaged areas must be refinished as the original. The following items shall receive final finish at the factory, colors to be reviewed by the Owner's Representative . a. Electrical panels (to be factory painted ANSI No. 61 gray). b. Light fixtures. c. Pressure gages. d. Instrumentation. e. Valves and accessories f. Mechanical equipment with standard factory finish, subject to Engineer's review. 10 . The following items shall not be painted unless otherwise specified : a. Aluminum, brass, bronze, chrome, copper or stainless steel. b. Nameplates or serial n-umbers. c. Grease fittings. d. Valve operator stems . e. Buried or encased piping or conduit. f. Concrete floors, interior walls and slabs. g. Glass. h. Fiberglass doors, grating and handrail. i. Existing and new corrugated metal wall panels . 11. Finish exterior doors on tops , bottoms, and side edges the same as the exterior face . 12 . Sand lightly between each succeeding enamel or varnish coating. 13 . Allow sufficient time between successive coatings to permit proper drying. E. Cleaning: Upon completion of the work, remove all staging and scaffolding. Dispose of all used grit, containers and rubbish in a suitable manner. Remove overspray, paint spots , oil or stains on adjacent surfaces. Leave the entire job clean and acceptable. 3.06 INSPECTION AND TESTING A. Inspection: 1. The Contractor shall provide OSHA-approved staging , scaffolding and lighting as required to permit proper inspection as outlined in these specifications . 2 . Surface preparation, coating application and repairs are subject to inspection by the Engineer and Owner's Representative . The standards published by the Steel Structures Painting Council, especially SSPC-VISL-635, Pictorial Surface, will be used as guides for acceptance or reject ion of the cleaning , painting or coating application . Particular attention will be given hard-to-reach areas, bolted connections, supports, anchor bolts and threaded joints . 3. A magnetic-type dry film thickness gage, and an electrical holiday detector will be used to determine the acceptability of the paint application. Calibration of the magnetic thickness gage will be done on the site using the U.S. Department of Commerce, Bureau of Standard Film Thickness Calibration Standards . 09900-11 PAINTING f :\projects\0318\042-22\specs\conformed\09900 conformed.doc OCTOBER 25, 2010 0318-042-22 4. Give sufficient notice in advance of coating applications so that the Engineer and Owner's Representative can perform the following inspections: a. Examination and approval of surface preparation prior to any coating. b . Examination and approval of each coat prior to application of the next coat. c. Inspection of the completed coating for runs, overspray, roughness, and any evidence of improper application. d . Direction or observation of testing . B. Testing : 1. Contractor shall be responsible for and shall bear all the costs to perform the qu.ality control tests for the coating. 2. S hould any paint system fail to pass a test, the Contractor shall make necessary c hanges approved by the Owner's Representative for the corrective· measures . The paint system will then be retested. 3. The following tests will be conducted: a. Dry film thickness will be tested after each coat of paint has been applied , and after final coat of the exterior system has been applied to the pump, motor, piping, equipment, metal and appurtenances . A test will be made for every 25 square feet of surface and at locations designated by the inspector. b. All submerged paint systems will be tested for holidays after the final coat has been applied . c. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Engineer and Owner's Representative. END OF SECTION 09900-12 PAINTING f :\proj ects\0318\04 2-22\specs\conformed\099 00 conformed.doc OCTOBER 25 , 2010 PART 1 -GENERAL SECTION 10952 IDENTIFICATION, STENCILING AND TAGGING 1.1 RELATED DOCUMENTS 0318-042-22 A. Drawings and general provisions of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.2 SUMMARY A. Section Includes: 1. Furnish all labor, materials , tools, equipment, and perform all work and services for all identifications ,. stenciling and tagg ing as shown on the drawings and as specified . 2. Items included , but are not necessarily limited to, the following areas of work : a. Piping and valve identification. b . Equipment , pumping units , and machinery. c. Instrumentation and electrical identification . 3. Provide all supplementary or miscellaneous items , including connections and mounting hardware , necessary for a sound , secure , and complete installation . B . Related Sections: 1. Division 9 Section "Pa inting " for surface preparation and coating system requirements . 2. Division 16 Section "Identifications " for identifying devices for wiring , cables , and electrical devices . 1.3 REFERENCES A. American National Standards Institute (ANSI): 1. Z53.1 -Safety Color Code for Marking Physical Hazards B . American Society of Mechanical Engineers (ASME): 1. A 13 .1 -Schemes for the Identification of Piping Systems C. Federal Specification (FS): 1. L-P-387 A(1) Plastic Sheet , Laminated, Thermosetting (For Designation Plates) D. National Fire Protection Association (NFPA): 1. 49-75 Hazardous Chemical Data 2. 704-90 Standard System for the Identification of the Fire Hazards of Materials E. Occupational Safety and Health Act (OSHA): 1. §1910.144 Safety Color Code for Marking Physical Hazards 2 . § 1910.145 Specifications for accident Prevention Signs and Tags F. Texas Commission on Environmental Quality (TCEQ): 1. Chapter 290 -Public Drinking Water Systems 2. Chapter 217 -Design Criteria for Sewage Systems 10952-1 SEPTEMBER 23 , 2010 IDENTIFICATION , STENCILING AND TAGGING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042 -22 1.4 SYSTEM DESCRIPTION A. All exposed piping , duct , and conduit systems and accessible piping and conduit systems located in chases shall be painted w ith an identifying coded color with the product identification and flow directional arrows applied . B. All equipment , pumping un its and machinery shall be identified . C. All valves shall be identified. D. Electrical and instrumentation components shall be identified . E. Safety signage shall be installed at non-pota ble water locations , equipment that automatically starts , covers for rotatin ,rn ~chinery, electrical control centers, fire fighting apparatus locations , eye and ise protection , hazardous material locations , chlorine and chemical areas , and other designated locations . F. Unless otherwise specified , openings , accesses and related locations are required to be identified . G . Coordination , development, and initiation of identification, marking , and tagging systems and determination of separation of subcontractor and manufacturers corresponding responsibilities shall be determine by the CONTRACTOR. 1.5 SUBMITTALS A. Product Data : 1. Submit identification register acknowledging all designated or scheduled equipment, instruments , gauges , valves , and HVAC , mechanical and electrical equipment. All items on reg ister shall be tagged . The OWNER will determine numbering system. · 2 . Develop and submit full identification register acknowledging equipment , valves , instruments , mechanical equipment and electrical equipment, which is not des ignated or scheduled in drawings and specificat ions . Provide identifications compatible but not conflict ing with designated or scheduled equipment and related items . All items on register shall be tagged . 3. Submit assurances that subcontractors and manufacturers have been adv ised of register requirements . 4 . Update identification register immediately prior to final acceptance of wo rk. B. Samples : 1. Submit for approval samples of each type of marker and sign specified. 2 . Submit copies of manufacturer's technical brochure including color chart and list of standard signs. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Products : Subject to compliance with requirements , available products that may be incorporated into the Work include , but are not limited to , the following manufactures : 1. Brady 2 . Seton 10952-2 SEPTEMBER 23 , 2010 IDENTIFICATION , STENCILING AND TAGGING VILLAGE CREEK R ECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 2.2 IDENTIFICATION DEVICES A General : Products specified are for applications referenced in other Sections . If more than single type is specified for listed applications , selection is at the Installer's option . B. Equipment Nameplates: Metal permanently fastened to equipment with data engraved or stamped . 1. Data: Manufacturer, product name , model number, serial number, capacity, operating and power characteristics, labels of tested compliances, and essential data . 2. Location: Accessible c\nd vi sj le . C. ~:,;ping systems : ~ · .. ,r 1. PTessure-Sensitive Pipe Markers: Manufacturer's standard preprinted , color- coded , pressure-sensitive-vinyl type with permanent adhesive . 2 . Pipes with OD , Including Insulation , Less Than 6 Inches: Full-band pipe markers , extending 360 degrees around pipe at each location . 3 . Pipes with OD , Including Insulation , 6 Inches and Larger: Either full-band or strip-type pipe markers and of a length required for label. 4. Lettering: a. Outside pipe or pipe covering diameter is 5/8-inch or smaller, use metal tags with specified lettering stamped-in, fastened to pipe with chains . Tag and chain material shall be aluminum or stainless steel. Pipe shall be color coded as specified . b. Lettering on piping shall be painted , stenciled , or snap-on plastic sleeves with nominal lettering size as follows ; Outside Diameter Pipe Minimum Height of Lettering or Covering 5/8-inch of smaller Metal Tags -1/2-inch 3/4-inch to 1-3/8 inches 1/2-inch 1-1/2 inchES to 2-3/8 inches 3/4-inch 2-1/2 inches to 7-7/8 inches 1-1 /4 inches 8-inches to 10-inches 2-1/2 inches Over 10-inches 3-1/2 inches 5 . Arrows: Either integrally with piping system service lettering to accommodate both directions of flow, or as separate unit on each pipe marker to indicate direction of flow . D. Plastic Tape : Manufacturer's standard color-coded , pressure-sensitive , self- adhesive vinyl tape , at least 3 mils thick . 1. Width : 1-1/2 inches on pipes with OD , including insulation, less than 6 inches; 2-1/2 inches for larger pipes . 2 . Background Color: Comply with ASME A 13.1, unless otherwise indicated . 3 . Lettering Color: Comply w ith ASME A 13.1 , unless otherwise indicated . E. Engraved Plastic-Laminate Signs : ASTM D 709, Type I, cellulose , paper-base, phenolic-resin-laminate engraving stock; Grade ES-2 , black surface , black phenolic core , with white melamine subcore , unless otherwise indicated. Fabricate in sizes required for message . Provide holes for mechanical fastening. 10952-3 SEPTEMBER 23, 2010 IDENTIFICATION , STENCILING AND TAGGING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 1. Engraving : Engraver's standard letter style , of s izes and with terms to match equipment identification . 2. Th ickness : 1/16-inch , for units up to 20 sq . in. or 8 inches in length , and 1/8- inch for larger units . 3 . Fasteners : Self-tapping , stainless steel screws or contact-type permanent adhesive . 2 .3 VALVE IDENTIFICATION A. Valve Tags : Stamped or engraved with 1/4-inch letters for pip ing system abbreviation and 1/2-inch sequenced numbers , with numbering system as shown on the drawings or approved by ENGINEER. Include 5/32-inch hole for fa te ner. 1. Material : 1" x 3" x 3/32-inch-thick plastic laminate , suitable for in doo r an d outdoor env ironment , chem ical and abrasive resistance . 2 . Provide white or black letters and numbers depending on background color as follows : a. Instrumentation: White b. Process valves and equipment: Red c. Potable water valves : Blue d . Mechanical valves and equipment: Green e . Electrical equipment: Yellow B. Attachment: Stainless steel wire or plastic lock-on units. C. Buried Valves : Valve identification shall conform to the Standard Detail as shown on the Drawings . 2.4 ELECTRICAL IDENTIFICATION A. Markers: 1. Self-sticking , vinyl-cloth for general purpose indoor use or protected by 5-mil polyester film for resistance to solvents , chem icals , and lim ited outdoor Lise . 2 . Letters and numbers printed in black on an orange background . 3. Message , location and related items shall be as shown on Drawings or listed in Sign Schedule . 8. Underground Cable Signs : 1. Rigid, preprinted signs, 3/16-inch thick , fabricated with the printed message sealed with a fiberglass resin package for outdoors environment. 2 . Black characters on yellow background . 3. Message , location and related items shall be as shown on Drawings or listed in Sign Schedule . C. Identification of transformers, light standards , electr ical components, and related items shall be yellow characters on black background . 2.5 EQUIPMENT IDENTIFICATION DEVICES A. Nameplates : Stainless steel , with data engraved or stamped , for permanent attachment on equipment. 1. Data : a. Manufacturer, product name , model number, and serial number. b. Capacity, operating and power characteristics , and essential data . c. Labels of tested compliance. 10952-4 SEPTEMBER 23 , 2010 IDENTIFICATION , STENCILING AND TAGGING V ILLAGE CR EEK RECLAIMED WATER QUALI TY IMPROVEMENTS 0318-042-22 2. Location : Accessible and visible . 3. Fasteners: As required to mount on equipment. B. Equipment Markers : Engraved, color-coded manufacturer's standard laminated plastic : 1. Green : Cooling equipment and components. 2. Yellow: Heating equipment and components. 3. Brown : Energy reclamation equipment and components. 4. Blue : Equipment and components that do not meet criteria above. 5. Hazardous Equipment: Use colors and designs recommended by ASME A13.1. -6 . Terminology : Match schedt 1es. as closely as possible . Include the follow ing: a. Name and plan numb2.". · b. Equipment service . c. Design capacity . d. Other design parameters such as pressure drop, entering and leaving conditions , and speed. 7. Size : 2-1/2 by 4 inches for control devices , dampers, and valves; 4-1/2 by 6 inches for equipment. C. Equipment Signs : ASTM D709, Type 1, cellulose , paper=-base , phenolic-resin- laminate engraving stock ; Grade ES-2 , black surface , black phenolic core, with white melamine subcore , un less otherwise indicated . Fabricate in sizes required for message. Provide holes for mechanical fastening. 1. Data : Instructions for operation of equipment and for safety procedures. 2. Engraving: Manufacturer's standard letter style , of sizes and with terms to match equipment identification. 3. Thickness : 1 /16-inch for signs up to 20 square inches or 8-inches in length, and 1/8-inch for larger signs. 4. Fasteners : Self-tapping , stainless steel screws or contact type , permanent adhesive . 2.6 WARNING TAGS A. Warning Tags: Preprinted or partially preprinted, accident-prevent ion tags, of plasticized card stock with mat finish suitable for writing . 1. Size: 3-1 /4 by 5-5/8 inches. 2. Fasteners : Brass grommets and wire. 3. Nomenclature : Large-size primary caption such as DANGER, CAUTION, or DO NOT OPERATE . 4 . Color: Yellow background with black lettering . PART 3 -EXECUTION 3 .1 GENERAL APPLICATIONS A. Products specified are for applications referenced in other specification Sections . If more than single-type material , device , or label is specified for listed applications , selection is installer's option. B. Lettering and Graphics: Coordinate names, abbreviations, and other designations used in piped utility identification with corresponding designations indicated. Use 10952-5 SEPTEMBER 23 , 2010 IDENTIFICATION, STENCILING AND TAGGING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 numbers, letters , and terms indicated for proper identification, operation , and maintenance of piped utility systems and equipment. 3.2 IDENTIFICATION OF PIPING SYSTEMS A. Identification : Exposed piping and piping in accessible chases shall be identified with bands containing lettering or tags designating the service of each piping system ; shall have flow directional arrows ; and shall be color coded in accordance with Schedule A. B. Piping designated to be color coded shall be completely painted with the indicated cp lo r prior to installation of the pipe identification markers . 1. Protected adjacent surfaces and work and materials by suitable -covering during progress of work . 2. Insure hardware , accessories , plates , fixtures, finished work and similar items are removed or protected . C . Paint or apply not less than one band on any length of pipe. Follow a clean-cut line around entire pipe . D. Install piping markers and safety signs only after all painting and finish work has been completed . This does not include temporary "wet paint " or construction safety signs. E. Provide arrows and identification markers : 1. At 20'-0" maximum centers along cont inuous lines . 2. At changes in direction (route), adjacent to valves , at each branch or tee , and near machinery or equipment served . 3. Where pipes and ducts pass through floor, wall , ceiling , cladding assemblies and the like obstruction on both sides of assembly. 4. Apply markers on both sides of p ipe and where view is not obstructed . 5. Arrow markers must point away from pipe markers and in flow direct ion , if flow in both directions use double-headed arrow markers . 6. If, in the opinion of the ENGINEER , these requirements results in an excessive amount of markers and arrows on a run of pipe , the number required may be reduced . F. Identify all piping and ductwork; including in terior or exterior, exposed or covered, insulated or not , including pipes and ducts in open or covered floor or ceiling ducts or spaces . G. Apply tapes in uniform manner and parallel to piping and ducts. 3.3 VALVE IDENTIFICTION A. Install tags on valves and control devices in piping systems , except check valves ; valves within factory-fabricated equipment units; and shutoff valves . List tagged valves in a valve schedule. B . Valve Tag Application Schedule : Unless otherwise specified , tag valves according to size , shape , and color scheme and with designated captions . 10952-6 SEPTEMBER 23, 2010 IDENTIFICATION , STENCILING AND TAGGING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3.4 EQUIPMENT IDENTIFICATION A Equipment Nameplates: Install and permanently fasten equipment nameplates on each item of equipment, pumping unit, and machinery that does not have nameplate or has nameplate that is damaged or located where not easily visible. B. Equipment Markers: Install equipment markers with permanent adhesive on or near each major item of equipment 1. General : Install engraved plastic laminate sign or plastic equipment marker near each major item of mechanical equipment and each operational device . 2. Lettering Size : Minimum 1/4-inch high lettering for name of unit where viewing distance is less than 2'-0", 1/2-inch high for distances up to 6'-0", al)d proportionately larger lettering for greater distances . Provide sec-Jnctary . lettering 2/3 to 3/4 of size of principal lettering. . 3. Data: Distinguish among multiple units, indicate operational requirements , indicate safety and emergency precautions, warn of hazards and improper operations , and identify units . 4. Locate markers where accessible and visible . Include markers for the following general categories of equipment: a. Main control and operating valves, including safety devices . b . Meters , gages, thermometers, and similar units. c . Process equipment, pumps , compressors , chillers, condensers, and similar motor driven units . d . Heat exchangers , coils, evaporators, cooling towers, heat recovery units, and similar equipment. e . Fans, blowers , primary balancing dampers , and mixing boxes . f . Packaged HVAC central station and z,one type units. g. Strainers , filters , humidifiers , water-treatment systems, and similar equipment. 5. Equipment Signs : Install equipment signs with screws or permanent adhesive on or near each item of equipment. Locate signs where accessible and visible . 3.5 PIPING COLOR CODE SCHEDULE A · Exposed wastewater facility piping systems and accessible piping systems within chases shall be color coded and product identification and flow directional arrows applied in accordance with-TCEQ §217 .329 and Schedule A Schedule A Wastewater Piping Color Code Lettering Background Color for Product Piping Color (1> Color <2> Label (2> Air , Low Pressure .Dark Green White Blue Air, Compressed Light Green White Blue Light Green with Air, Instrument Dark Green White Blue Bands Effluent after Dark Green . Clarification Gas Chlorine t11 I Yellow Black Yellow Gas, Natural Gas Red Black Yellow 10952-7 SEPTEMBER 23 , 2010 IDENTIFICATION , STENCILING AND TAGGING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 Schedule A Wastewater PipinQ Color Code Letterin~ Background Color for Product Piping Color (1> Color (2 Label (2> Gas , Propane Red Black Yellow Grease, Lubrication White White Green Filtrate or Drain Dark Gray White Green Fire Protection <1> Red White Red Oil , Hydraulic Black with White White Green BRnds Ozone Stai · 1 Jss Steel White Green with W hite uands Polymer White with Green White Green Bands Sewage Gray White Green Scum Beige White Green Sludge Brown White Green Slurry, Grit Beige White Green Sulfur Dioxide Lime Green with Black Yellow Yellow Bands Vents, High and Low Yellow White Green Temperature Water, Non-Potable Purple White Green Water , Potable Cold Liaht Blue White Green Light Blue with 6" , Water, Potable Hot Red Bands White Green spaced 30 " apart Water, Raw Tan White Green Water, Reclaimed Purple White Green 1. Piping system shall be painted the designated piping color. 2. Pipe identification label background color and lettering color shall be per ASME A13 .1 3. Pipe color bands shall be approximately 6-inches wide on 4-feet centers unless otherwise specified. 3.6 APPURTENANCES A Valve Schedule: Mount valve schedule on wall in accessible location in each equipment room. B. Warning Tags: Write required message on, and attach warning tags to, equipment and other items where required. 3.7 CLEANING AND ADJUSTING A Relocate identification devices that have become visually blocked by other work. B. Clean faces of mechanical identification devices and glass frame of valve schedule . END OF SECTION 10952-8 SEPTEMBER 23, 2010 IDENTIFICATION , STENCILING AND TAGGING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SECTION 11305 ULTRAVIOLET DISINFECTION EQUIPMENT 0318-042-22 PART 1 GE~JER.I\L 1.01 SUMMARY ~ Furnish, install , provide startup assistance , :and performance test a complete ultraviolet disinfection system to disinfect \vastewater effluent, including the ·,-following: 1. Stainless steel tank, 2. Vertical or horizontal UV disinfection modules with lamps, quartz sleeves, and electrical ballasts housed in the modules or separate enclosures, 3. Power distribution/data center and interconnecting power and data Cables to modules, 4. UV Intensity Monitoring System, 5. UV eye shields, 6. Module Cleaning Station Liner, 7. Personnel safety equipment, 8. Automatic dose/flow pacing energy conservation system (Ro•N By Row), 9. Effluent level control de•,ice, 10. Spare Parts , 11. Start up, testing, and personnel training, 12. Module lifting frame, 13. Automatic Cleaning (\'Vipers) System, and 14. Any other necessary equipment as required to make a complete operable system as shown on the Plans and as specified . B. The disinfection system shall be designed for maximum energy conservation and partial system shutdown by automatic flow pacing in response to plant flow meter signal. C . MANUFACTURER shall coordinate with the platform/stair designer/fabricator to ensure a complete and smoothly transitioned walkway in conjunction with the top of the UV tank . 1.02 REFERENCES (NOT USED) 1.03 SYSTEM DESCRIPTION A I\. DESIGN REQUIREMENTS 1. Design Capacity: a. Ultimate design flow for tank structure design capacity: 9 MGD per channel. b. C. Current phase's design flow for tank structure design capacity: 6 MGD per channel. Minimum flo•,•1: 2 .0 MGD 11305-1 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 2 . Type of System 3. 4. 5 . 0318-042-22 The system supplied shall, as a minimum , include: Ozonia 4 4 4 4 4-0 Channel Dimensions Oz:onia Manufacturer shall provide Type 304 stainless steel channel as shown on the drawings with length and/or •1t1idth provided for a future addition of modules or banks . Reactor Design Parameters (as defined in the EPA Design Manual where applicable): a. Influent fecal coliform concentrations: 1,000,000/100 ml. b. Required maximum effluent fecal coliform (or E. oo.t:) concentration: 1) For reuse conditions 20 cfu/100 ml for any 30 day geometric mean. 2) For reuse conditions -75 cfu/100 ml for any single grab sample. c. Influent total suspended solids up to 5 mg/L. d. Influent GBODa up to 15 mg/L. e. Percent transmittance: 65 percent at 2537 Angstrom (A). f. UV lamp end of life factor (F11 ) -0.85 for 11ertical 0.95 for horizontal g. Sleeve fouling factor (F1) -0 .80 for systems with automatic wipers. 0.90 for systems with automatic wipers and chemical cleaning h . \A/ater temperature: 10°c to 25°G . i. Reynolds number at one half minimum flow: Not less than 6000. 11305-2 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIM ED WATER QUALITY IMPROVEMENTS OCTOBER 25, 2010 B . C . 0318-042-22 j . The UV system shall be capable of providing a minimum UV dose of 40 mJ/cm:!, after the end of lamp life and sleeve fouling factor is applied . Performance Requirements: 1. The disinfection system shall meet the effluent fecal coliform concentrations as required. The manufacturer shall provide a process guarantee as described in Part. 1.08 2 . Total headless for each channel (measured from the top of effluent weir to just upstream of the first UV bank) at pea k ·fl ow shall not exceed 4 inches for the vertical systems and 2 inches for t.10 <horizontal systems , th is being confirmed by measurements in the field :.;fter . start up. UV system design shall incorporate stepped design to prevent short circuiting. Headless shall be tested in the field. If the actual headless exceeds the specified headless , the manufacturer shall modify the system as necessary. 3. The manufacturer shall submit data or other performance assurance documentation indicating the furnished UV system will be capable of meeti ng the specified disinfection requirements for the influent requirements given in Section 1.03 (A) and (B). Operation of Equipment: 1. Hydraulic characteristics closely simulating ideal plug flow conditions over the operating flm¥ ranges . Flow shall be turbulent. 2. Equipment shall be modular in design and shall include separate lamp modules and the associated wiring and controls which permits module replacement and troubleshooting on a module basis such that 'Nhen a portion of a module is being worked on the remaining modules in the unit are not affected . 1.04 SUBMITTALS A. General 1. Submittals shall be prepared and submitted for review in accordance with Division 1 Section 01300 "Submittals." All deviations from contract documents shall be clearly identified and approved by the ENGINEER in writing . 2 . Any other information necessary for ENGINEER to determine compliance with the specifications. 3. Partial or incomplete subm ittals will not be reviewed by ENGINEER B . The following submittals are required, as a minimum , in addition to the applicable requirements of Section 01300: 1. Process and Instrumentation Diagrams . 2 . Equipment Drawings and Catalog Cut Sheets showing dimensions of equipment and weights. 3. Field Wiring Requirements indicating power and control interconnects to all components outside the panels . 4. Sample OMI screens for the local and master control panels. 11305-3 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAG E CREEK RE C LAIMED WATER QUALITY IM PROVEMENTS OCTOBER 25, 20 10 5 . 6. 7 . 8. ~ 4-0. 11. 12. 13. 14. 15. 16. 0318-042-22 All motor starter schematics showing one line power diagrams and all control wiring. System Description for all control panels. As a minimum, provide a more detailed description than specified covering all logic and operation sequences. Description of the data acquisition and monitoring software. /\ list of similar installations including names and telephone numbers of contacts. A complete system parts list with itemized prices for extended parts warranty. Shop drawings and product data, including the following minimum information, bound neatly in a single package. a. Complete performance information, loading rates, design parameters, system descriptions, capacities of each item furnished, and the associated design criteria used to determine the information . b. Hydraulic design and headlosses for each UV reactor or bank and the total number of banks per channel. c. Type, operation, and location of intensity monitors and sensors. d. Description of cleaning equipment and chemicals including quantities , materials, operation and estimated frequency of cleaning. e. Dimensions, sizes, and clearances required. f . Listing of materials of construction. g. Lamp model number, wattage rating, percent output at 254nm UV v.iavelength and arc length. h. Quartz sleeve transmission at 254 om and wall thickness. i. Sleeve and lamp pressure ratings and test results for 1Nater tightness . j. Complete wiring diagrams and data on controls to be furnished. k. Certification that zero levels of ozone are produced by the lamps. I. /\ list of manufacturer's recommended spare parts and costs . m. Certificate from the lamp manufacturer certifying the type of ballast required for the particular lamp supplied for the system. n. Performance documentation on similar equipment at an existing plant. o . Factory testing results. p. Sufficient information for ENGINEER to verify compliance with all requirements of Part 1.04 of this specification. q. Performance assurance documentation indicating the systems ability to perform as specified with the influent characteristics indicated this specification. r. /\II other information necessary for ENGINEER to determine whether or not the equipment complies with these specifications . Location and telephone number of nearest stocking distributor of spare parts. Complete operation and maintenance data for all equipment and controls in accordance with Section 01350. Startup and test schedule with test procedures in accordance with Section 01650. Equipment installation report v.iith field test data and test records in accordance with Section 01040. Acceptable equipment installation report. 'Narranties and service agreements. 11305-4 UL TRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25, 2010 0318-042-22 1.05 QUALITY ASSURANCE A. Referenced Standards: U.S. Environmental Protection Agonoy Design Manual , Municipal Wastm1,1ater Disinfection, EPN625/1 86/021 . B. All ultraviolet disinfection equipment including controls and tank shall be supplied by a single manufacturer. C. Equipment Manufacturer's Representative: The Ultraviolet Disinfection Equipment manufacturer shall furnish a qualified field representative on site for a minimum of four (4) trips and six (6) working days. During the initial trip, 2 days, the representative shall assist the Contractor in proper equipment installation as necessary. During another trip, the field representatii.1e will inspect all equipment speoifred herein after installation, assist in troubleshooting, and advise the CO~JTRACTOR and OWNER during start up, functional testing, performance testing and operator training and to instruct the OWNER's personnel in routine operation, maintenance and troubleshooting procedures. OVVNER may video the training session. Two follow up trips for a minimum of one (1) working day shall also be included to inspect equipment performance. Working days shall exclude travel time and shall consist of eight (8) 1.vorking hours spent at the plant 6He7 The equipment manufacturer's representative shall conduct follow up inspections at the end of ti.vo months and at the end of twenty two (22) months of operation. A report shall be submitted after each inspection to the OWNER giving the details of actual operation, maintenance, and care of the equipment and suggested re•,iisions and improvements. At the twenty two (22) month inspection, the equipment shall be carefully examined by the representative and a list of any equipment showing defects in material and manufacturing workmanship shall be prepared. Any equipment listed as defective shall be replaced or repaired and shall be furnished by the equipment manufacturer at no cost to the owner. The CONTR/\CTOR shall coordinate the scheduling of such training and start up assistance with OWNER's personnel. It is the responsibility of the Ultra•,iiolet Disinfection Equipment manufacturer to ensure that their equipment item functions so as to meet the process design criteria specified herein. CONTRACTOR shall provide a system checkout, startup and testing schedule to the manufacturer a minimum of three weeks before checkout. Manufacturer's representative shall be present during the initial energizing of the system. 11305-5 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 D . D. 0318-042-22 Factory Testing: The UV system shall be factory assembled and functionally tested as a system prior to delivery. Testing shall take place at the UV manufacturer's fabrication facility. OWNER shall have the option to 1.vitness the factory test. MANUFACTURER shall notify OWNER a minimum of 14 days prior to the factory test-: 1. 2. 3. All costs of factory tests of equipment that are required by this specification shall be included in the Bid Price. The OWNER may have t>.vo representatives present to witness the factory testing and shall be notified at-lea~;t 14 days prior to the scheduled tests. The UV manufacturer shall include in the total price of his equipment the costs of air transportation from Dallas/Fort Worth International Airport to the test facility, a rental car, lodging for two people in separate rooms, $45 per person perday for meals, and $1000 per person per day for the OVV~JER's representatives to witness the test. Any part of a day shall be taken as a full day. The UV manufacturer shall determine the total number of days required to 1Nitness the factory tests and any required retests. Shipment of the UV equipment shall not commence until the factory testing has been completed, test results have been receii.1ed by the E~JGINEER, and any necessary re1,1isions or modifications have been made to the equipment. Design of Tank Structure: The tank structure shall be designed by a professional engineer qualified to perform this type of design. 1.06 DELIVERY, STORAGE A~JD HANDLING (\ I i. B. C . All equipment shall be packed to protect against damage during shipment. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed, and the units and equipment are ready for operation. Shipment is not to be made until the Manufacturer coordinates shipment to the jobsite with the Contractor, assuring that the equipment will be properly received and stored. Upon receipt, store equipment in strict accordance with the Manufacturer's instructions, and connect and energize motor space heaters (and any other protective devices), as required. 1 .07 PROJECT CO~JDITIONS A. Em.«ironmental Requirements: After completion of the installation and testing, the CONTR/\CTOR shall remove all debris from the site, clean all the equipment and controls , and hand over the work in · perfect operating condition as approved by equipment supplier. 11305-6 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 0318-042-22 1.08 SPECIAL EQUIPMENT WARRANTY The EQUIPMENT MANUFACTURER shall provide a Special Equipment Warranty as described in this section . /\ letter of acknowledgement accepting the Special Equipment Warranty shall be included with the Shop Drawings. Equipment payment 'NILL NOT be made until the OWNER receives an approved Special Equipment \/Varranty. Equipment \O/arranty shall include all parts , manufacturer labor and travel expenses required to diagnose and correct all equipment failures for the period of time following acceptance of the eq ti ipment prior to final acceptance 'Elf the Contract and twenty four (24) months fo ll o•.ying final acceptance of the equipment\and placed in service by the Owner. A "· "· • .J - Equipment Warranty Where indicated in the Specifications, the equipment manufacturers shall jointly •.•,arrant to the OWNER and to the CONTRACTOR that all equipment, including all components of the complete assembly furnished by it hereunder, complies in all respects with the design and specifications of these Documents and contains no defects of material or workmanship. In the event of failure of any part or parts of the equipment during the warranty period due to defects of design, materials, or workmanship , the affected part or parts shall be replaced promptly upon notice by the OVVNER /\II replacement parts shall be furnished, delivered , and installed at the expense of the equipment manufacturer. During the 24 months following final acceptance, manufacturer shall replace all parts required to correct all equipment malfunctions or failures. This warranty shall include lamps and seals in the event of premature lamp failure. Premature lamp failure is any failure due to moisture, electrical short circuits, lamp defect, or low UV output (less than 65 percent of 100 hour output) before the end of rated lamp life . Manufacturer shall provide labor on site to diagnose and correct any problem that is not resolved via telephone communication with plant personnel within 72 hours or that reoccurs during this 11.1arranty period. Any problem causing potential for discharge permit violation or unsafe operating conditions (as defined by OSHA) shall be considered an emergency, and a manufacturer's field representative shall be on site with replacement parts and diagnostic equipment within 48 hours. Manufacturer shall pro 11ide a factory field representative within 1?.¥o weeks of problem occurrence, for non emergency repairs . OWNER's Plant Manager shall determine if a problem requires emergency service. The warranty periods shall be exclusive of use of the equipment in installation, testing, adjusting, etc ., during construction, of beneficial use by the OWNER during construction or of the time in storage after delivery and prior to installation . Provisional acceptance of the equipment shall not affect this requirement. If the equipment does not meet the requirements of the Specifications, the equipment manufacturer shall correct or service the equipment at no additional cost to meet the specified requirements , where any such deficiencies are the responsibility of the equipment manufacturer. In the event the equipment is unable to meet the specified requirements within the 1Narranty period , the equipment 11305-7 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 0318-042-22 manufacturer shall refund an amount equal to the purchase price of new equipment which will meet the specified requirements . Warranties shall clearly state accuracies , operational limitations , tolerances , etc . which may affect performance of equipment as well as a description of what performance capabilities can be expected from equipment. In the event that these statements are ambiguous or not in conformity with the specified requirements, equipment will not be accepted . The CONTRACTOR sha.11 be responsible for insuring that the manufacture r's special equipment warranty is · not voided by acceptance of the terms of purchase agreements betwe5 n the CONTRACTOR and the MANUFACTURER In all events , the CONTRJ\CTOR will be held ultimately responsible for enforcement of the requirements of this warranty at his expense. Payment for equipment will not be made until the OWNER receives the apprmred Special Equipment \'Varranty. B. /\II UV lamps shall have a minimum guaranteed lamp life of 12 ,000 hrs . After 12 ,000 hours of operation the lamp's output must be no less than 80% of a new lamp (after 100 hour burn in). C . The UV manufacturer shall guarantee that the ballast cooling system shall be adequate for the climate in which the UV system is to operate . Any failure caused by the overheating of the ballast due to an inadequate cool ing system shall be replaced at no cost to the owner. D . Ballasts shall be guaranteed for 5 years from date of system final acceptance and startup by the OWNER E. Performance Guarantee /\ Performance Bond in the amount of 100 percent of the Contract price , including any increases or deletions due to contract modifications, shall guarantee faithful performance of the equipment and fulfillment of the obligations of the contract for a period of two (2) years following final acceptance of the equipment and startup by the O'l'INER The Performance Bond shall be from an approved surety company holding a permit from the State of Texas to act as surety, and named in the current list of "Surety Companies Acceptable on Federal Bonds " as published in the Circular 570 (amended) by the Audit Staff Bureau of Accounts , U.S. Treasury Department. The surety shall have an "/\" minimum rating of performance and a financial rating strength of fi 1+'e times the contract price , as stated in the current "Best's Key Rating Guide , Property Liability." Each Bond shall be accompanied by a "PO'tver of Attorney" authorizing the attorney in fact to bind the surety , and shall be certified to include the date of the Bond . 11305-8 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLA IM ED WATER QUALI TY IM PROVEMENTS OCTOBER 2 5, 2010 0318-042-22 Performance Test: A performance test will be performed at the minimum lamp life guaranteed by the bidder with the original lamps or at 22 months after final acceptance , 1.vhichever comes first. The system will be operated at design flow and peak flow through one channel. The system must be able to meet the specified effluent quality at these flows assuming that the influent quality does not exceed the design criteria specified . A performance test with design flow and peak flow through one channel shall be performed at that time using the original lamps to determine if the system is meeting the design requirements. 1.09 EXPERIEt-JCE REQUIREMENTS A . MANUFACTURER supplying equipment shall have at least 5 years of operating experience and at least 10 ultraviolet disinfection systems of the same type as specified with automatic cleaning equipment and of equal or larger flow capacity in operation in the U.S . and Canada in municipal wastewater installations. Pilot or factory operated installations shall not be counted as experience. 1.10 MAINTENANCE I\ )4. Furnish as part of the system: Five percent of total number of UV lamps, lamp connections/plugs and quartz jackets in addition to any equipment specified f.or backup capability; and one control module containing the PLC programming. B. Spare parts shall be packaged in sturdy containers with identifiable markings and stored properly until transferred to the OVVNER at the conclusion of the Project. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS The following manufacturers are listed as "acceptable" in order to set a definite standard of quality and performance. Listed manufacturers and products are required to fully comply with the specifications and drawings. Trojan Technologies UV3000Plus, London, Ontario , Canada B. Ozonia Aquaray 3X HO VLS Disinfection System , Richmond, VA. 2 .02 EQUIPMENT A. Materials: 1. All metal components in contact with effluent shall be passivated Type 316 or 316L stainless steel (except for 304SS Tank and finger weirs). All stainless steel welds of ,vetted parts shall be passivated . 2. All other stainless steel shall be Type 316L. 3. All wiring exposed to UV light shall be Teflon coated . All wire internal to the UV modules to be 600 volt UL rated. 11305-9 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 4. 5. 0318-042-22 /\II material exposed to UV light shall be Type 316L stainless steel, Type 214 quartz , or Teflon and shall be unaffected by prolonged exposure to 253.7 nm ~ /\II fasteners , hardware, and anchor bolts shall be Type 316 stainless steel. B. Structural Design Requirements: 1. Design water containment tanks and other structural components based on full loading conditions in accordance with the structural design requirements established in the locally adopted building code. This includes requirements for support of ultimate factored loads as Y.'ell as serviceability requirements under service loads . · 2. Limit service deflection of tank components to the span di 1,ided by 360 or 1/4 inch , whichever is smaller . Lateral deflection of tank walls shall abide by the same requirement. 3. Removable components (i.e., checkered plate and grating) shall be supported such that the weight of each individual piece does not exceed 4 0 lbs (excluding UV Modures). Intermediate supports shall be added as neeessary to maintain this requirement. 4. Welding operations shall be in accordance with the /\meriean Welding Soeiety (/\WS) 01 .6 Struetural Welding Code Stainless Steel. C. Lamp Array Configuration: 1. Horizontal Systems: 2 . a. The lamp array configuration for horizontal systems shall be the uniform array with all lamps parallel to eaeh other and to the flow . The lamps shall be evenly spaeed in horizontal and vertieal rows. b. The single array pattern shall be continuous and symmetrieal throughout the reactor. e. The system shall be designed for eomplete immersion of the UV lamps including both eleetrodes and the full length of the lamp tube in the effluent. Both lamp eleetrodes shall operate at the same temperature and be eooled by the effluent. Vertical Systems a. The lamp array configuration for vertical systems shall be staggered, b. G. uniform with all lamps parallel to eaeh other and perpendieular to the ~ The alternating rows shall be uniform and symmetrieal. The system shall be designed with all electrical eonnections in the top housing out of the water. Lamps shall be capable of operating with the temperature differential of the immersed portion and the portion out of the water. D. UV Lamps 1. The eleetrieal eonnection on the UV lamp shall be only on one end through a non proprietary pigtail With molded 2 wire eonnector. The 2 wire eonneetor shall securely lock in plaee and be oriented so the UV lamp ean only be attached in one manner, to prevent a shock hazard of having the hot leg of the ballast running along the exterior of the UV lamp. 11305-10 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 0318-042-22 2. The following lamps are acceptable . a. Lov,i pressure, high intensity systems using GH064T5L nominal 160 UV C Watts) 4,000 ml\ lamps. b. Low pressure, high intensity systems using G/\64T6L (nominal 130 UV 1Natt) 1,000 ml\ lamps. 3. The low pressure, high intensity systems shall use mercury slim line lamps of the hot cathode instant start or rapid start design in 1Nhich the coiled filamentary cathodes are heated by the arc current. 4. Low pressure, high intensity amalgam lamp systems shall be variabl e; from 100 60% minimum . . 5. The filament shall be the clamped design, significantly rugged ti , withstand shock and vibration. 6. Each connection shall have four pins. 7. 90% of UV output shall be at 254 nm . 8. The minimum lamp arc length shall be 58 inches for horizontal system and 62 inches for vertical system. 9 . Rated to produce zero levels of ozone. The manufacturer shall provide certification that zero levels of ozone are produced by the lamps. 10. Lamp bases shall be ceramic, resistant to UV light and ozone. 11. The system shall incorporate a means to prevent direct arcing across the pins in moist conditions. E. Lamp End Seal and Lamp Holder: 1. The UV lamps are to be protected from . contact with the effluent by quartz jackets, with one open end. The quartz shall posses a minimum transmittance at 253 .7 nm of 89%. The open end of the quartz jacket is to be fire polished . 2. For horizontal system: a . The open end of the lamp sleeve shall be sealed with double o ring seals or by means of a Type 316 stainless steel sleeve nut which threads onto a sleeve cup and compresses the sleeve o ring . b. The sleeve nut shall have a knurled surface to allow a positive handgrip for tightening. The sleeve nut shall not require any tools for removal. c. The lamp shall be held in place by means of a molded lampholder that shall incorporate two seals. d. The seal on the lampholder shall isolate and seal the lamp from the module frame and all other lamps in the module . e. In the event of a quartz sleeve fracture the two seals of the lamp holder shall prevent moisture from entering the lamp module frame and the electrical connections to the other lamps in the module . f. The lamp holder shall also incorporate a UV resistant plastic stop that shall prevent the lamp sleeve from touching the steel slee\1e cup . g. Lamps shall easily be replaced by unscrewing one 1Natertight connector only and slipping the lamp from the quartz sleeve . h. The sleeve and lamp seal assembly shall be watertight to 30 psig . 11305-11 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25, 2010 0318-042-22 F. UV Lamp Sleeves: 1. Type 214 clear fused quartz circular tubing with a domed end and all electrical connections located at one end of the sleeve as manufactured by General Electric or equal. 2. The UV lamps are to be protected from contact with the effluent by a 99.9% silicon dioxide quartz jacket with a minimum of 89% transmission of UV radiation at the 253.7 nanometer wave length and shall not be subject to solarization over the length of their life. 3. The nominal wall thickness shall be 1.5 mm. G . UV Module Vertical Systems 1. Each vertical UV module shall be precision fabricated in type 316L stainless steel to meet the MEM/\ 4X standards. The lid shall include multiple indi¥idual latches and clamp against an internal gasket. Four support legs shall connect the module enclosure to a bottom pan. When all the modules are inserted in the channel and operating properly, the UV light shall be effectively blocked by the enclosures and UV manufacturer supplied eye shields . 2. Each module shall be completely field serviceable while located in the channel and shall be fitted with water resistant UL rated multi pin connectors for power and data. 3. 4. 6. 7 . 8. All electrical connections shall be above maximum operating water elevations to protect against electrical hazard. Ultra\'iolet lamps shall be arranged so that they may be easily tested in place. When necessary, any malfunctioning device or unit shall be capable of being replaced without removal of the entire module from the channel. Each module 1Nill be equipped with lifting lugs, hooks or handles to allow for the attachment of a lifting spreader so that the modules or banks of modules can be easily lifted with a standard hoist specified elsewhere. UV modules shall be individually removable without turning off the other modules or emptying the channel. Automatic interlock protection will be incorporated into each module enclosure such that with the opening of the module enclosure lid power to the lamps will be automatically shut off. The UV system is to be produced in an Under.witers Laboratory recognized facility and ha\'e UL seal on the system. H. UV Module Horizontal Systems 1 . .. Each UV module will consist of UV lamps with an electronic ballast enclosure mounted on a Type 316L stainless steel frame. 2. Each lamp will be enclosed in its individual quartz sleeve , one end of which will be closed and the other end sealed by a lamp end seal. To be considered as an alternate, lamp quartz sleeves that are open at both ends will be supplied with twice the amount of specified spare seals and lamps. 3. The closed end of the quartz slee\1e will be held in place by means of a retaining O ring . The quartz sleeve will not come in contact with any steel in the frame. 4. The ends of the lamp sleeve ,•,ill not protrude beyond the stainless steel frame of the UV Module . 11305-12 ULTRAVIOLET DISINFECTION EQUIPMENT VI LLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 I. 5 . 6. 7 . 8. --0. __:__u)_ 11. 0318-042-22 Lamp wires will terminate in the electronic ballast enclosure located at the top of the UV Module. All lamp to ballast connections will be made by and tested by the UV Manufacturer. The electronic ballast enclosure will contain the electronic ballasts and addressable lamp status monitoring systems. Each UV Module will be connected to a receptacle on the Power Distribution Center. At the point of exit from ttTe UV::i:Module frame the multi conductor cable 'Nill pass through a waterproof strain relief. Each UV module will have a rating of Type 6P. The UV system is to be produced in an Underwriters Laboratory recognized facility and have UL seal on the system. Photometer: 1 . A single beam UV filter photometer with front panel and 100% transmittance control adjustment shall be supplied to measure the UV transmittance of the effluent for each module . 2 . The range shall be O 100% transmittance with a wavelength accuracy of +0.16 half band width . 3. Accessories shall include two matched quartz cuvettes, 100% T standard solution and cuvette cleaning solution . J. Level Control Effluent Finger Weirs 1. The effluent finger weirs shall be designed to maintain a minimum channel effluent level as required to keep lamps submerged. 2. Weirs shall be constructed of Type 304 stainless steel. 3 . Maximum head over weirs shall be 2" at peak flow for horizontal systems and 4" at peak flow for vertical systems. K. Safety Equipment: L . UV equipment manufacturer shall provide four face shields that block UV light 1.vavelengths between 200 and 400 nm and cabinet for storage. Lifting Device UV equipment manufacturer shall provide a lifting device or sling for removing the modules from the channel. Design of the de\1ice shall incorporate a Safety Factor of 5 .0 and shall be capable of recei¥ing a 1 inch hook. Also, a one module lifting frame shall be pro¥ided capable of lifting the weight of one module 1Nith Safety Factor of 5.0 and receiving a 1 inch hook. Module design shall be sufficiently rigid to be lifted as a unit by an overhead lifting system. Each module shall be self supporting and shall support all associated lamps on a level slab without additional external support . Removal and replacement of modules shall be smooth and shall not allow damage or displacement of lamps. 11305-13 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25, 2010 0318-042-22 M. Lamp Cleaning: 1. Automatic: Provide a module based quartz sleeve cleaning system. System shall wipe the full quartz sleeve circumference of each lamp while lamps are in operation. System shall be PLC controlled with operator adjustable wiping frequencies. Cleaning stroke shall be greater than the arc length of the UV lamp. 'Niping mechanism shall be center driven and shall have failure mechanisms designed to prevent sleeve breakage if the system were to become bound during the cleaning stroke . Manufacturer shall reglsice at no cost to OWNER all quarts sleeves, lamps, and/or accessories broken or damaged by the cleaning system at any time during the fi rs t tv{O years of operation. Manufacturer shall provide all supporting equipment needed for cleaning system operation, including hydraulic or air compressor systems. If air compressor is required, it shall be a skid mounted oil less rotary screw compressor complete with regenerative desiccant dryer and receiving tank. The UV System control panel is to send signals to control operation of the cleaning system. 2. Manual a . The UV modules must be removable from the channel to facilitate manual cleaning. Horizontal systems shall provide t\t,'O portable stainless steel racks to securely hold modules during manual cleaning . Provide all brushes and cleaning solutions recommended by the manufacturer for manual tube cleaning for a two year period. N. Cleaning Tank, For Vertical UV System: 1. To allow for out of channel chemical cleaning of vertical UV modules, a cleaning tank shall be supplied with the vertical UV system. 2. Type 304 stainless steel cleaning tank (12 gauge min.) shall be 3 ' L x 4' W x 6'8" H, as shown on drai.i.'ings, with 2" drain and stainless steel lid with handles and lifting lugs. 0. Provide appropriate monitoring devices and/or controls as shown on the Instrumentation Plan. Contractor shall coordinate betv1een the equipment manufacturer and the instrumentation subcontractor to insure all necessary control and power wiring required for proper system operation are pro 11ided per the contract documents and the manufacturer's written guidance . 2 .03 ELECTRIC.'\L AND INSTRUMENT.'\TIO~J A. General: 1. All instrumentation and controls provided under this Section shall conform to the drawings and applicable requirements of Section 16700. 2. Control Panel Enclosures: Provide a NEMA 4X 316 Stainless steel air conditioned enclosure suitable for outdoor service to house electrical components . Panels shall be freestanding and conform to the requirements of Section 16700 with regard to construction . S1Nitches, · lights, and other devices that require operator interface shall be mounted no higher than 5 .5 feet above the floor nor lower than 2.5 feet above the floor. 11305-14 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 0318-042-22 3. Provide thermostatically and humidity controlled heaters in the UV control panel to maintain proper operating temperature range for the PLC and its associated graphic display and minimize condensation. 4. All elements of the instrumentation and control system shall be tested to demonstrate that the total system satisfies all of the requirements of this specification . 5. Like items of equipment provided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance, ·, operation, maintenance , s ;3are parts , and serv ice . All components , assemblies, and wiring -shall conform to the requirements of the National Electric Code . 6. UV Disinfection System shall be operated from the local control panel and monitored from SCADA 7. PLC: a. PLC CPUs shall support not less than 96K sixteen bit words of base user memory. The actual amount or use memory required shall be adequate for the· functions to be performed , plus an allmvance of 100% for future expansion. The CPU front panel will also include a RS 4 85 communication port for configuration , programming and diagnostics. It will also include and Ethernet 10/100 Base T TCP/IP communication port. Additional communication ports shall be provided to allow for communication to Operator Interface Screen (OIS). Each process shall . have 2 slots for a PCMCIA cards . PLC shall be Allen Bradley. b. PLC Network Communication: The PLC shall communicate 1.vith the Host and other PLCs residing on a plant wide fiber optic data highway. A media converter and f iber optic patch panel shall be provided within the UV panel. c. The System Control Panel shall conta in a modem board and wiring for communication with PLC from an external phone line . 8. Manufacturer control panels shall include spare terminals for remote plant monitoring and alarms . 9 . Conduit and Wiring : All labor and materials for the installation equipment shall be provided complete in all respects including conduits and wiring per equipment manufacturer recommendations . Contractor shall obtain electrical connection deta ils from the equipment manufacturers/supplier and submit electrical conduit layouts to the Owner for acceptance before installation . 10 . UV system manufacturer control panels shall include and uninterruptible power supply manufactured by APC , Tripp Lite or equal to protect the PLC and graphic display. Battery life shall be a 15 minute minimum . 11. All electrical components not associated with a free standing control panel shall be mounted to the UV tank. B. Functional Requirements . The UV System shall include as a minimum the following instrumentation and controls . The follmving controls and indicators shall be mounted in or on local control panel for each module of lamps. 1. ON OFF AUTO control switch. 2. Green light indicating UV System running operation . 11305-15 ULTRAVIOLET DISINFECTION EQUIPMENT VI LLAGE C REEK RE C LAIMED WATER QUALI TY IMPROV EMENTS OCT OBER 25, 2010 a. 4 . 5. 6. 7. 8. Red light indicating UV System off operation. Blue light indicating UV System fail. Elapsed time meter for equipment. Lamp Status %UV Transmittance %System Operation 0318-042-22 This list is not intended to completely depict all of the functional requirements of 'the control system provided under this Section. The system supplier shall provide ..111 additional instrumentation and controls necessary to produce a safe and operable system. The specific control system proposed shall be subject to the approval of the ENGINEER. C. External Interfaces: 1. Design electrical/control power panel for the following power supply depending on type of system. Required amps shall be inserted by the manufacturer. a. . Power supplied to the G6H064T5L UV lamp system shall be 230 V/\C 60 HZ, a Phase , 4 wires• ground , 125.0 amps service p·er channel. b. Power supplied to the GA64T6L UV lamp system shall be 480 VAC 60 HZ, a phase 4 wire • ground, 22 .QkV/\, 29.5 amp service per channel. 2. Pro 1,ide all required control power transformers, contactors , starters, breakers, etc., as required of equipment furnished . a. All wiring between remote devices shall not be provided by the manufacturer. 4. 5 . 6. 7 . Final electrical connections to devices provided in this section and all interface connections with the instrumentation and control system will be in accordance with Section 16700. All interface signals shall be wired to an interface terminal board in control panel. All analog signals shall be 4 to 20 mA de signals suitable for driving into 600 ohms. Discrete (ti.e.10 state) signals shall be contact closures rated for 5 amps continuous at 115 volts. The system shall provide the following discrete outputs as dry contact closures. a. UV Module run status. b. UV Module fail status . c. UV Module HOA status. The system shall be able to accept a digital input from a SCADA system for starting of operation in Auto Mode and shall receive an analog signal from SCADA for effluent flow rate. Hand Off Auto switches shall be provided for each UV module independent of the UV display screen to allow the modules to be operated in manual in case of a PLC or a display failure. D. Electronic ballasts shall be used to power the UV lamps. 1. Each ballast is to power two UV lamps. 2. Ballast operating frequency 20,000 35,000 Hz a. Ballast efficiency minimum 90%, defined as electrical output watt divided by electrical input watt 11305-16 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 4. 0318-042-22 The ballasts shall operate at a current crest factor betv.reen 1.4 and 1.5. to maximize UV lamp life. E. Other Electrical and Instrumentation Requirements 1. Unless stated otherwise, all electrical and control material and equipment shall be by Section 16700. a. Provide one Power Distribution Center f.or each horizontal bank of lamps or one Power Supply unit that will provide power to each vertical module . b. All wiring and connectors shall be UL approved. The manufa€turer's UV equipment shall be UL approved as a system. c. All electrical devices shall be 60 Hz cycle. d. Power distribution shall be through bus bars to environmentally sealed receptacles to allow for local connection of UV Modules. e. Data concentration shall be through integrated circuit boards located inside the Power Distribution Center or Power Supply Units. f. Breakers shall be located inside the Power Distribution Center or Power Supply Units . g. Enclosure material shall be Type 316 stainless steel. h. All internal components shall be sealed from the environment. i. All electrical enclosures shall be designed to operate in outdoor ambient temperatures ranging from 0°F to 120°F. Manufacturer shall provide enclosure cooling , heating and condensate prevention equipment as required for optimum life of electronic components . 2. Connectors: 3. a. The UV module connectors shall be watertight with a molded backshell and meet the requirements of UL 574 for direct water jet spray when mated . b. Each connector shall have less than 120 volts across any pin to ground. c. Each connector shall be automatically disconnected from pmver when uncoupled . d. The connector pins shall be brass with a silver plating. e. Each pin when mated shall seal with a "cork and bottle" seal. f. The ground pin shall be longer than the other pins giving a "make first break last" ground connection . g. The body of the nut and receptacle shall be 316 stainless steel or epoxy coated aluminum . System Control Center: a. UV System control and monitoring shall be provided through display b. C. screen and message keypad to allow complete operator interface or through a 1 O" viewable graphical touch screen display. Operator Interface shall be protected from the sun and kept legible by a sunscreen cover. Keypad shall have a sealed membrane overlay covering all function keys and numerical keys . Operator interface shall be menu driven with automatic fault message v.iindo1t\'S appearing upon alarm conditions . 11305-17 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25 , 2010 4. 0318-042-22 d. Minor alarms shall be pro1,ided to indicate to plant operators that maintenance attention is required. Alarms shall include: (i) Low UV Intensity warning shall be preset at the factory for 45% of the Intensity after 100 hours of lamp burn in. Alarm set point shall be field adjustable. (ii) Individual Lamp Failure shall indicate single lamp failures that occur which are not adjacent to each other and which do not exceed 5% of the total number of lamps energized. e. Major alarms shall be provided to indicate an ext reme alarm condition in which the disinfection performance may be j eppardized. Alarms shall include: (i) Low UV Intensity alarm . This alarm shall be preset at the factory for 25% of the intensity after 100 hours burn in of the lamps . The alarm set point shall be field adjustable. (ii) Adjacent Lamp Failure alarm shall indicate failure of l\vo or more lamps which are adjacent to each other. (iii) Multiple Lamp Failure Alarm shall indicate the failure of more than 5% of the lamps in a bank of lamps . (iY) Breaker Trip alarm shall indicate any current draw above 10 amps for any UV module. f. A set of dry contacts must be provided for remote indication of a "low" intensity condition. g. Alarms shall identify the affected lamps by an address system. The address shall specify the bank , module and lamp, i.e. Channel #1 , Sank #1, Module #3 , Lamp #2. h. The 20 most recent alarms shall be recorded in an alarm history register and displayed 11t1hen prompted . i. Sank status shall be capable of being placed either in Hand, Off or Auto mode. In Auto mode banks shall respond to a 4 20 mA signal from the plant effluent flow meter. j . Banks shall be cycled for equal wear and timed off to minimize bank cycling. k. Elapsed time of each bank shall" be recorded and displayed on the display screen when prompted . I. Panel(s) shall be rated NEMA 4X 316 stainless steel. m. Outputs for ON/OFF control of banks and modules shall be provided for the plant SCADA system. n. Outputs for status of all units and all alarm conditions shall be pro11ided for the plant SCADA system. UV Intensity monitoring: a. A submersible UV sensor shall continuously sense the UV intensity produced in each bank of UV lamp modules . Each ultraviolet bank shall be equipped with at least one ultraviolet intensity sensor. The sensor shall measure only the germicidal portion of the light emitted by the UV lamps. The detection system shall be calibrated in the factory. b . The intensity measured by the each UV sensor shall be displayed at the UV Control panel in percent intensity. UV sensor readouts shall be displayed simultaneously. 11305-18 OCTOBER 25, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ' - 5. 0318-042-22 Flow Pacing: a. Vertical System: 1) The UV control system shall automatically turn on and off as well as adjust the lamp pmver in each row of lamps in relation to variations in plant flow . The signal, provided by others, shall be 4 20 mA or similar approved method. 2) The UV system design shall allovl the operator an option to operate the UV system in either manual OF -automatic modes . ·~3) To reduce energy consumption the UV system shall be capable of . • automatically adjusting the number of lamps in service by 18 lamp increments and lamp output power adjusted from 60 up to 100% increments in each row within each UV module . b. Horizontal System : /\ flow pacing system shall be supplied to turn the UV banks on and off as well as adjust lamp output in relationship to a 4 20 m/\ signal from an effluent flow monitor. The flow pacing system shall allow the operator to vary the flow rate setting. Logic and time delays shall be provided to regulate the UV bank ON/OFF cycle . P/\RT 3 EXECUTION 3.01 FIELD QUALITY CONTROL A Retain a qualified representative of the manufacturer of the UV disinfection equipment for the following services . 1. Inspect the completed installation and note any deficiencies . 2. Manufacturers that have the ballast in the power distribution center shall be responsible for all lamp ballast termination at the jobsite as well as on site testing of these terminations . 3. Be present and assist the CONTR/\CTOR during startup and field testing. 4. Prepare manufacturer's installation report and submit 1Nithin 30 days after GOmpletion of field testing . Include the following information: a. Field test results. b. Description of field test deficiencies not resolved to the manufacturer's satisfaction. G. Descript ion of problems or potential problems. 5. Operator Training 6 . Revisit the jobsite as specified in paragraph 1 .08 of this section after the equipment is placed in service . Prepare a report after each visit addressing condition and operation of equipment and actions required to correct any deficiencies . 3 .02 PERFORMANCE ACCEPTANCE TEST A Following startup and operator training , the Ol/1/NER shall burn all lamps of the UV system for 100 hours to test for functionality. 11305-19 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAI M ED WATER QUALITY IMPROVEMENTS O CTOBER 25, 20 10 8 . C . D. E. 0318-042-22 Following the 100 hour burn in of all UV lamps, the OWNER shall operate the system for a period of 90 days as a performance acceptance test. If at any time the system fails to meet all fecal coliform discharge permit requirements, the test shall be stopped and repeated (90 additional days) after manufacturer makes necessary modifications. The UV banks will be turned on and off and lamp output 1.vill be adjusted to simulate end of lamp life conditions . Manufacturer's expenses incurred due to travel , materials, equipment, labor, and other costs associated with modifications and remedial testing shall be additional to all other requirements of this specification and shall not be reimbursed by OWNER. Equipment Reliability: All equipment provided by the manufacturer shall operate as described in this specification with less than 8 hours of total downtime per bank during the 90 day acceptance test. Downtime is the length of time a bank is inoperable or unavailable due to failures resulting from defect(s) in material, construction, design, or operation. Acceptance test shall be repeated if any bank of lamps has more than 8 total hours of downtime. - Electrical Harmonic Testing: The UV System shall meet or be less than the following harmonic limits at the point of common coupling (PCG) when the UV System is operating. The PGC shall be the input side of the UV System Transformer. 1. Voltage: 5% Total Harmonic Distortio[l (THO) per IEEE 519 1992 2 . Current: Limits allowed by Table 10.3 of IEEE 519 1992 for 20<1sJl.i;~ Manufacturer shall submit with the shop drawings a mathematical analysis to demonstrate that the UV System meets the harmonic limits specified . Filters, line reactors , isolation transformers, etc ., which are suitable for outdoor application , shall be supplied as part of the UV System if required to meet the harmonic limits. Compliance with the harmonic limitations shall be verified by field acceptance testing by the Contractor after installation . END OF SECTION 11305-20 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 25, 2010 PART 1 -GENERAL 1.01 SUMMARY SECTION 11305 ULTRAVIOLET DISINFECTION EQUIPMENT 0318-042-22 A. Furnish, install, provide startup assistance , and performance test a complete ultraviolet disinfection system to disinfect wastewater effluent , including the following: 1. Stainless steel tank, 2 . Vertical or horizontal UV disinfection modules with lamps, quartz sleeves , and electrical ballasts housed in the modules or separate enclosures, 3. Power distribution/data center and interconnecting power and data Cables to modules, 4 . UV Intensity Monitoring System , 5. UV eye shields, 6. Module Cleaning Station Liner, 7. Personnel safety equipment, 8. Automatic dose/flow pacing energy conservation system (Row-By-Row), 9. Effluent level control device , 10 . Spare Parts , 11 . Start-up , testing , and personnel training, 12 . Module lifting frame , 13. Automatic Cleaning (Wipers) System , and 14 . Any other necessary equ ipment as required to make a complete operable system as shown on the Plans and as specified . B. The disinfection system shall be designed for maximum energy conservation and partial system shutdown by automatic flow pacing in response to plant flow meter signal. C. MANUFACTURER shall coordinate with the platform/stair designer/fabrica!or to ensure a complete and smoothly transitioned walkway in conjunction with the top of the UV tank . 1.02 REFERENCES A. Texas Commission on Environmental Quality (TCEQ): Chapter 217 of the Texas Administrative Code 1.03 SYSTEM DESCRIPTION A. DESIGN REQUIREMENTS 1. Design Capacity : a. Ultimate design flow for tank structure design capacity : 9 MGD per channel. 11305-1 ULTRAVIOLET DIS INFECTION EQUIPMENT V ILLAGE CREE K RE CLA IMED WATER QUALITY IMPROVEMENTS OCTOBER 14 , 2010 ATTACHMENT 1-AD3 0318-042-22 b. Current phase's design flow for tank structure design capacity: 6 MGD per channel. C. Minimum flow: 2 .0 MGD 2 . The system supplied shall, as a minimum , include: Ozonia Trojan Type of System Low pressure, Low pressure, Hiqh Intensity Hiqh intensity Arranqement Vertical Horizontal Number of Chann els 1 1 - Total Number of Banks per Channel 2 (3 future) 2 Number of Modules per Bank 1 5 (8 future) Number of Lamps per Module 36 8 Lamp Spacing (inches) 2.25 X 6 4x4 Total Number of Lamps 72 ( 108 future) 80 (128 future) Rated Lamp Output (UVC Watts) 160 130 Number of Power Distribution Centers 1 2 Number of System Control Panels 1 1 Number of UV Detection Systems 2 2 No. of Ballasts (not includ ing ballasts for 36 40 redundant banks) 3 . Channel Dimensions Ozonia Trojan Channel Length (feet) 42.5 40.5 Channel Width (inches) 30 32 Channel Depth (inches) 84 62 Nominal Water Depth at Effluent (inches) 64 32 4. Manufacturer shall provide Type 304 stainless steel channel as shown on the drawings with length and/or width provided for a future addition of modules or banks. 5 . Reactor Design Parameters (as defined in the EPA Design Manual where applicable): a . Influent fecal coliform concentrations: 1,000 ,000/100 ml. b. Required maximum effluent fecal coliform (or E. co/J) concentration: C. d. e. f. 1) For reuse conditions = 20 cfu/100 ml for any 30-day geometric mean. 2) For reuse conditions = 75 cfu/100 ml for any single grab sample . Influent total suspended solids up to 5 mg/L. Influent CB0D5 up to 15 mg/L. Percent transmittance : 65 percent at 2537 Angstrom (A). UV lamp end of life factor (F p) = 0 .85 for vertical = 0.95 for horizontal 11305-2 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 14 , 2010 ATTACHMENT 1-AD3 - ··- - - g. h . i. j . 0318-042-22 Sleeve fouling factor (F1) = 0 .85 for systems with automatic 'w ipers . = 0 .90 for systems with automatic wipers and chemical cleaning Water temperature : 10°C to 25 °C . Reynolds number at one half minimum flow: Not less than 6000 . The UV system shall be capable of providing a minimum UV dose of 40 mJ/cm 2 , after the end of lamp life and sleeve fouling factor is applied . Manufacturer shall meet target dose based upon proof of detailed third party bioassay testing in accordance with 2003 National Water Research Institute (NWRI) UV Disinfecticn Guidelines . B. Performance Requirements : 1. The disinfection system shall meet the effluent fecal coliform concentrations as required . The manufacturer shall provide a process guarantee as described in Part . 1.08 2 . Total headless for each channel (measured from the top of effluent weir to just upstream of the first UV bank) at peak flow shall not exceed 4 inches for the vertical systems and 2 inches for the horizontal systems, this being confirmed by measu rements in the field after start-up . UV system des ign shall incorporate stepped design to prevent short-circuiting . Headless shall be tested in the field . Provide hydraulic profile through channel with water surface elevations at 2 MGD , 6 MGD, and 9 MGD flow rates. Provide elevation of banks required to meet hydraulic requirements . If the actual headloss exceeds the specified headless , the manufacturer shall modify the system as necessary. 3. The manufacturer shall submit data or other performance assurance documentation indicating the furnished UV system will be capable of meeting the specified disinfection requirements for the influent requirements given in Section 1.03 (A) and (B). C. Operation of Equipment: 1. Hydraulic characteristics closely simulating ideal plug flow conditions over the operating flow ranges . Flow shall be turbulent. 2. Equipment shall be modular in design and shall include separate lamp modules and the associated wiring and controls which permits module replacement and troubleshooting on a module basis such that when a portion of a module is being worked on the remaining modules in the unit are not affected . 1.04 SUBMITTALS A. General 1. Submittals shall be prepared and submitted for rev iew in accordance with Division 1 Section 01300 "Submittals." All deviations from contract documents shall be clearly identified and approved by the ENGINEER in writing . 2. Any other information necessary for ENGINEER to determine compliance w ith the specifications . 11305-3 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEME NTS OCTOBER 14 , 2010 ATTACHMENT 1-AD3 0318-042-22 3. Partial or incomplete submittals will not be reviewed by ENGINEER . B . The following submittals are required, as a minimum , in addition to the applicable requirements of Section 01300 : 1. Process and Instrumentation Diagrams . 2. Equipment Drawings and Catalog Cut Sheets showing dimensions of equipment and weights. 3. Field Wiring Requirements indicating power and control interconnects to all components outside the panels . 4. Sample OM screens for the local and master control panels . 5. All motor s tarter schematics showing one line power diagrams and all control wir in g. 6. System Description for all control panels . As a minimum, provide a more detailed description than specified covering all logic and operation sequences . 7. Description of the data acquisition and monitoring software . 8. A list of similar installations including names and telephone numbers of contacts. 9. A complete system parts list with itemized prices for extended parts warranty. 10. Shop drawings and product data, including the following minimum information, bound neatly in a single package . a. Complete performance information, loading rates, design parameters, system descriptions , capacities of each item furnished, and the associated design criteria used to determine the information . b . Hydraulic design and headlosses for each UV reactor or bank and the total number of banks per channel. c . Type, operation, and location of intensity monitors and sensors. d. Description of cleaning equipment and chemicals including quantities, materials, operation and estimated frequency of cleaning. e . Dimensions, sizes, and clearances required . f. Listing of materials of construction . g. Lamp model number, wattage rating, percent output at 254nm UV wavelength and arc length. h. Quartz sleeve transmission at 254 nm and wall thickness. i. Sleeve and lamp pressure rat ings and test results for water tightness. j . Complete wiring diagrams and data on controls to be furnished . k. Certification that zero levels of ozone are produced by the lamps . I. A list of manufacturer's recommended spare parts and costs . m . Certificate from the lamp manufacturer certifying the type of ballast required for the particular lamp supplied for the system. n. Performance documentation on similar equipment at an existing plant. o . Factory testing results. p. Sufficient information for ENGINEER to verify compliance with all requirements of Part 1.04 of this specification . q. Performance assurance documentation indicating the systems ability to perform as specified with the influent characteristics ind icated this specification . 11305-4 OCTOBER 14 , 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 - .... - ,.. .. - ... 0318-042-22 r. All other information necessary for ENGINEER to determine whether or not the equipment complies with these specifications . 11 . Location and telephone number of nearest stocking distributor of spare parts . 12 . Complete operation and maintenance data for all equipment and controls in accordance with Section 01350 . 13 . Startup and test schedule with test procedures in accordance with Section 01650 . 14. Equipment installat ion report with field test data and test records in accordance with Section 01040 . 15 . Acceptable equipment installation report . 16. W t1 rr anti es and service agreements. 1 i... 1.05 QUALITY ASSURANCE A. Referenced Standards : U.S. Environmental Protection Agency Design Manual , Muni d pal Wastewater Disinfection , EPA/625/1-86/021 . B. All ultraviolet disinfection equipment including controls and tank shall be supplied by a single manufacturer. C. Equipment Manufacturer's Representative : The Ultraviolet Disinfection Equipment manufacturer shall furnish a qualified field representat ive on site for a minimum of four (4) trips and s ix (6) work ing days. During the initial trip, 2 days , the representative shall assist the Contractor in proper equipment installation as necessary . During another trip , the field representative will inspect all equipment specified herein after installation , ass ist in troubleshooting , and advise the CONTRACTOR and OWNER during start-up, functional testing , performance testing and operator training and to instruct the OWNER's personnel in routine operation , maintenance and troubleshooting procedures . OWNER may video the training session. Two follow-up trips for a minimum of one (1) working day shall also be included to inspect equipment performance . Working days shall exclude travel time and shall consist of eight (8) working hours spent at the plant site. The equipment manufacturer's representative shall conduct follow-up inspections at the end of two months and at the end of twenty-two (22) months of operation. A report shall be submitted after each inspection to the OWNER giving the details of actual operation , maintenance , and care of the equipment and suggested revisions and improvements . At the twenty-two (22) month inspection , the equipment shall be carefully examined by the representative and a list of any equipment showing defects in material and manufacturing workmanship shall be prepared . Any equipment listed as defective shall be replaced or repaired and shall be furnished by the equipment manufacturer at no cost to the owner. 11305-5 OCT O BER 14 , 20 10 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLAGE CREE K RECLAIMED WATER QUALITY IMPROVE MENTS ATTACHMENT 1-AD3 • • 0318-042-22 The CONTRACTOR shall coordinate the scheduling of such tra ining and start-up assistance with OWNER's personnel. It is the responsibility of the Ultraviolet Disinfection Equipment manufacturer to ensure that their equipment item funct ions so as to meet the process design criteria specified here in. CONTRACTOR shall provide a system checkout , startup and testing schedule to the manufacturer a minimum of three weeks before checkout. Manufacturer's .... representative shall be present during the initial energizing of the system . - D. Factory Testing: The UV system shall be factory assembled and functionally tested as a system prior to delivery. Testing shall take place at the UV manufacturer's fabrication facility. OWNER shall have the option to witness the factory test. MANUFACTURER shall notify OWNER a minimum of 14 days prior to the factory test. 1. 2 . 3. All costs of factory tests of equipment that are required by this specification shall be included in the Bid Price. The OWNER may have two representatives present to witness the factory testing and shall be notified at least 14 days prior to the scheduled tests. The UV manufacturer shall include in the total price of his equipment the costs of air transportation from Dallas/Fort Worth International Airport to the test facility , a rental car, lodging for two people in separate rooms , $45 per person per day for meals , and $1000 per person per day for the OWNER's representat ives to witness the test. Any part of a day shall be taken as a full day . The UV manufacturer shall determine the total number of days required to witness the factory tests and any requ ired retests. Shipment of the UV equipment shall not commence until the factory testing has been completed, test results have been rece ived by the ENGINEER , and any necessary revisions or modifications have been made to the equipment. E. Design of Tank Structure: The tank structure shall be designed by a professional engineer qualified to perform this type of design. 1.06 DELIVERY , STORAGE AND HANDLING A. All equ ipment shall be packed to protect against damage during sh ipment. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed, and the units and equipment are ready for operation . B . Shipment is not to be made until the Manufacturer coordinates shipment to the jobsite with the Contractor, assuring that the equipment will be properly received and stored . C . Upon receipt, store equipment in strict accordance with the Manufacturer's instructions , and connect and energize motor space heaters (and any other protective devices), as required. 11305-6 OCTOB ER 14 , 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALI T Y IMPR OVEMENTS ATTACHMENT 1-AD3 ..... 0318-042-22 1.07 PROJECT CONDITIONS A. Environmental Requirements : After completion of the installation and testing, the CONTRACTOR shall remove all debris from the site, clean all the equipment and controls , and hand over the work in perfect operating condition as approved by equipment supplier. 1.08 SPECIAL EQUIPMENT WARRANTY The EQUIPMENT MANUFACTURER shall provide a Spe cia l Equipment Warranty as described in this section . A letter of acknowledgement ·:i ccept ing the Special Equipment Warranty shall be included with the Shop Drawings . Eq Jip m ent payment WILL NOT be made until the OWNER receives an approved Special Equipment Warranty . Equipment Warranty shall include all parts, manufacturer labor and travel expenses required to · diagnose and correct all equipment failures for the period of time following acceptance of the equipment prior to final acceptance of the Contract and twenty-four (24) months following final acceptance of the equipment and placed in service by the Owner. A. Equipment Warranty Where indicated in the Specifications, the equipment manufacturers shall jointly warrant to the OWNER and to the CONTRACTOR that all equipment, including all components of the complete assembly furnished by it hereunder, complies in all respects with the design and specifications of these Documents and contains no defects of material or workmanship . In the event of fa ilure of any part or parts of the equipment during the warranty period due to defects of design , materials , or workmanship, the affected part or parts shall be replaced promptly upon notice by the OWNER. All replacement parts shall be furnished , delivered, and installed at the expense of the equipment manufacturer. During the 24 months following final acceptance, manufacturer shall replace all parts required to correct all equipment malfunctions or failures. This warranty shall include lamps and seals in the event of premature lamp failure . Premature lamp failure is any failure due to moisture, electrical short-circu its , lamp defect, or low UV output (less than 65 percent of 100-hour output) before the end of rated lamp life . Manufacturer shall provide labor on-site to diagnose and correct any problem that is not resolved via telephone communication with plant personnel within 72 hours or that reoccurs during this warranty period . Any problem causing potential for discharge permit vio lation or unsafe operating conditions (as defined by OSHA) shall be considered an emergency , and a manufacturer's field representative shall be on- site with replacement parts and diagnostic equipment within 48 hours . Manufacturer shall provide a factory field representative within two weeks of problem occurrence , for non-emergency repairs. OWNER 's Plant Manager shall determ ine if a problem requires emergency service . 11305-7 OCTOBER 14 , 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 ., 0318-042-22 The warranty periods shall be exclusive of use of the equipment in installation, testing , adjusting , etc ., during construction, of beneficial use by the OWNER during construction or of the time in storage after delivery and prior to installation . Provisional acceptance of the equipment shall not affect this requirement. If the equipment does not meet the requirements of the Specifications, the equipment manufacturer shall correct or service the equipment at no additional cost to meet the specified requirements , where any such deficiencies are the responsibility of the equipment manufacturer. In the event the equipment is unable to meet the specified requirements 1 yithin the warranty period , the equipment manufacturer shall refund an amount ,,:ual tc the purchase price of new equipment which will meet the specified requirem e, its. Warranties shall clearly state accuracies, operational limitations, tolerances, etc. which may affect performance of equipment as well as a description of what performance capabilities can be expected from equipment. In the event that these statements are ambiguous or not in conformity with the specified requirements, equipment will not be accepted . The CONTRACTOR shall be responsible for insuring that the manufacturer's special equipment warranty is not voided by acceptance of the terms of purchase agreements between the CONTRACTOR and the MANUFACTURER. In all events, the CONTRACTOR will be held ultimately responsible for enforcement of the requirements of this warranty at his expense. Payment for equipment will not be made until the OWNER receives the approved Special Equipment Warranty . B. All UV lamps shall have a minimum guaranteed lamp life of 12,000 hrs . After 12,000 hours of operation the lamp's output must be no less than 80% of a new lamp (after 100 hour burn in). C. The UV manufacturer shall guarantee that the ballast cooling system shall be adequate for the climate in which the UV system is to operate. Any failure caused by the overheating of the ballast due to an inadequate cooling system shall be replaced at no cost to the owner. D. Ballasts shall be guaranteed for 5 years from date of system final acceptance and startup by the OWNER. E. Performance Guarantee A Performance Bond in the amount of 100 percent of the Contract price, including any increases or deletions due to contract modifications, shall guarantee faithful performance of the equipment and fulfillment of the obligations of the contract for a period of two (2) years following final acceptance of the equipment and startup by the OWNER. 11305-8 ULTRAVIOLET DISINFECTION EQUIPMENT VIL LAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS OCTOBER 14 , 2010 ATTACHMENT 1-AD3 ..., ... 0318-042-22 The Performance Bond shall be from an approved su rety company holding a permit from the State of Texas to act as surety , and named in the current list of "Surety Companies Acceptable on Federal Bonds " as published in the Circular 570 (amended) by the Audit Staff Bureau of Accounts , U.S. Treasury Department. The surety shall have an "A" minimum rating of performance and a financial rating strength of five times the contract price , as stated in the current "Best's Key Rating Guide , Property-Liab ility." Each Bond shall be accompanied by a "Power of Attorney" authorizing the attorney-in -fact to bind t he surety , and shall be certified to include the date of the Bond. .. Performance T Ed t: A perzformanr:e test will be performed at the minimum lamp life guaranteed by ·~he bi.dder with ·the original lamps or at 22 months after final acceptance , whichever comes first. The system will be operated at design flow and peak flow through one channel. The system must be able to meet the specified effluent quality at these flows assuming that the influent quality does not exceed the design criter ia specified . A performance test w ith design flow and peak flow through one channel shall be performed at that time using the original lamps to determine if the system is meeting the design requirements. · 1.09 EXPERIENCE REQUIREMENTS A. MANUFACTURER supplying equipment shall have at least 5 years of operating experience and at least 10 ultraviolet disinfection systems of the same type as specified with automatic cleaning equipment and of equal or larger flow capacity in operation in the U.S. and Canada in municipal wastewater installations . Pilot or factory operated installations shall not be counted as experience. 1.10 MAINTENANCE A. Furnish as part of the system : Five percent of total number of UV lamps , lamp connections/plugs and quartz jackets in addit ion to any equipment specified for backup capabil ity ; and one control module containing the PLC programming . B. Spare parts shall be packaged in sturdy conta iners with identifiable markings and stored properly until transferred to the OWNER at the conclusion of the Project. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS The following manufacturers are listed as "acceptable " in order to set a definite standard of quality and performance . Listed manufacturers and products are requ ired to fully comply with the specifications and drawings . A. Trojan Technologies -UV3000Plus, London , Ontario, Canada B. Ozonia -Aquaray 3X HO VLS Disinfection System , Richmond , VA. 11305-9 OC T O BER 14, 20 10 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 I, '·· 0318-042-22 2.02 EQUIPMENT A. Materials: 1. 2. 3 . 4 . All equipment metal components in contact with effluent shall be passivated Type 316 or 316L stainless steel. All water containment tanks and structural components shall be 304 or 304L stainless steel. All stainless steel welds of wetted parts shall be passivated. All other stainless steel shall be Type 316L. All wiring exposed to UV light shall be Teflon coated. All wire internal to the UV modules to be 600 volt UL rated. All material exposed to UV light shall be Type 316L stainless steel, Type 214 quartz, or Teflon and shall be unaffected·by prolonged exposure to 253 .7 nm UV. 5. All fasteners , hardware, and anchor bolts shall be Type 316 stainless steel. B . Structural Design Requirements: C. 1. Design water containment tanks and other structural components based on full loading conditions in accordance with the structural design requirements established in the locally adopted building code . This includes requirements for support of ultimate factored loads as well as serviceability requirements under service loads . 2. Limit service deflection of tank components to the span divided by 360 or 1/4 inch, whichever is smaller. Lateral deflection of tank walls shall abide by the same requirement. 3 . Removable components (i.e ., checkered plate and grating) shall be supported such that the weight of each individual piece does not exceed 40 lbs (excluding UV Modules). Intermediate supports shall be added as necessary to maintain this requirement. 4. Welding operations shall be in accordance with the American Welding Society (AWS) 01 .6 Structural Welding Code-Stainless Steel. . ' ' Lamp Array Configuration : 1. Horizontal Systems : a . The lamp array configuration for horizontal systems shall be the un iform array with all lamps parallel to each other and to the flow . The lamps b. C. shall be evenly spaced in horizontal and vertical rows . The single array pattern shall be continuous and symmetrical throughout the reactor. The system shall be designed for complete immersion of the UV lamps including both electrodes and the full length of the lamp tube in the effluent. Both lamp electrodes shall operate at the same temperature and be cooled by the effluent. 2. Vertical Systems a . The lamp array configuration for vertical systems shall be staggered, un iform with all lamps parallel to each other and perpendicular to the flows. b . The alternating rows shall be uniform and symmetrical. 11305-10 OCTOBER 14 , 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE C REEK RECLAI MED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 ' I ... ' ll , .. 4 t J t· ? ,. ~ " f ... .. .. ... L ..... 0318-042 -22 c . The system shall be designed with all electrical connections in the top housing out of the water . Lamps shall be capable of operating with the temperature differential of the immersed port ion and the portion out of the water. D. UV Lamps 1. The electrical connection on the UV lamp shall be only on one end t hrough a non-proprietary pigtail with molded 2-wire connector. The 2 wire connector shall securely lock in place and be oriented so the UV lamp can only be attached in one manner, to prevent a shock hazard of having the hot leg of the ballast running along the exterior of the UV la m p-. 2. The following lamps are acceptable. a . Low pressure, high intensity systems using GH064T5L -nominal 160 UV-C Watts) 4 ,000 mA lamps . b. Low pressure, high intensity systems using GA64T6L (nominal 130 UV watt) -1 ,000 mA lamps. 3. The low-pressure, high intensity systems shall use mercury slim-line lamps of the hot cathode instant start or rapid start design in which the coiled filamentary cathodes are heated by the arc current. 4 . Low pressure , high intensity amalgam lamp systems shall be var iable from 100-60% minimum . 5. The filament shall be the clamped design, significantly rugged to withstand shock and vibration. 6. Each connection shall have four pins . 7. 90% of UV output shall be at 254 nm. 8. The minimum lamp arc length shall be 58 inches for horizontal system and 62 inches for vertical system . 9. Rated to produce zero levels of ozone . The manufacturer shall provide certification that zero levels of ozone are produced by the lamps . 10 . Lamp bases shall be ceramic , resistant to UV light and ozone . 11 . The system shall incorporate a means to prevent direct arcing across the pins in moist conditions . E. Lamp End Seal and Lamp Holder: 1. The UV lamps are to be protected from contact with the effluent by quartz jackets, with one open end . The quartz shall posses a minimum transmittance at 253. 7 nm of 89%. The open end of the quartz jacket is to be fire po lished . 2 . For horizontal system : a. The open end of the lamp sleeve shall be sealed with double o-ring seals or by means of a Type 316 stainless steel sleeve nut which threads onto a sleeve cup and compresses the sleeve o-ring . b. The sleeve nut shall have a knurled surface to allow a posit ive handgrip for tightening. The sleeve nut shall not require any tools for removal. c . The lamp shall be held in place by means of a molded lampholder that shall incorporate two seals. d. The seal on the lampholder shall isolate and seal the lamp from the module frame and all other lamps in the module . 11305-11 ULTRAVIOLET DISINFECTION EQUIPMENT VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTO BER 14 , 20 10 ATTACHMENT 1-AD3 0318-042-22 e . In the event of a quartz sleeve fracture the two seals of the lamp holder shall prevent moisture from entering the lamp module frame and the electrical connections to the other lamps in the module . f . The lamp ho lder shall also incorporate a UV resistant plast ic stop that shall prevent the lamp sleeve from touching the steel sleeve cup . g . Lamps shall easily be replaced by unscrewing one watertight connector only and slipping the lamp from the quartz sleeve . h . The sleeve and lamp seal assembly shall be watertight to 30 psig . F. UV Lamp Sleeves : 1. Type 214 clear f w ·ed quartz circular tubing w ith a domed end and all electrical connections loca,ed at one end of the sleeve as manufactured by General Electric or equal : · 2. The UV lamps are to be protected from contact with the effluent by a 99 .9% silicon dioxide quartz jacket with a minimum of 89% transmission of UV radiation at the 253 .7 nanometer wave length and shall not be subject to solarizat ion over the length of their life. 3. The nom inal wall thickness shall be 1.5 mm . G . UV Module-Vertical Systems 1. Each vert ical UV modu le shall be precision fabricated in type 316L stainless steel to meet the NEMA-4X standards . The lid shall include multiple individual latches and clamp aga inst an internal gasket. Four support legs shall connect the module enclosure to a bottom pan . When all the modules are inserted in the channel and operating properly, the UV light shall be effectively blocked by the enclosures and UV manufacturer supplied eye shields . 2. Each module shall be completely field serviceable while located in the channel and shall be fitted with water resistant UL rated multi-pin connectors for power and data . 3. All electrical connections shall be above maximum operating water elevations to protect against electrical hazard . 4 . Ultraviolet lamps shall be arranged so that they may be easily tested in place . When necessary, any malfunctioning device or unit shall be capab le of being replaced without removal of the entire module from the channel. 6. Each module will be equipped with lifting lugs, hooks or handles to allow for the attachment of a lifting spreader so that the modules or banks of modules can be easily lifted with a standard ho ist specified elsewhere. UV modules shall be individually removable without turning off the other modu·les or emptying the channel. 7. Automatic interlock protection will be incorporated into each module enclosure such that with the opening of the module enclosure lid power to the lamps will be automatically shut off. 8. The UV system is to be produced in an Underwriters Laboratory recognized facility and have UL seal on the system . H. UV Module-Horizontal Systems 1. Each UV module will cons ist of UV lamps with an electronic ballast enclosure mounted on a Type 316L stainless steel frame . 11305-12 OCTOBE R 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VIL LAG E C REEK RECLA IM ED WATER QUALI TY IMPROVEMENTS ATTACHMENT 1-AD3 0318-042-22 2 . Each lamp will be enclosed in its individual quartz sleeve , one end of which will be closed and the other end sealed by a lamp end seal. To be considered as an alternate, lamp quartz sleeves that are open at both ends will be supplied with twice the amount of specified spare seals and lamps . 3. The closed end of the quartz sleeve will be held in place by means of a retaining 0-ring. The quartz sleeve will not come in contact with any steel in the frame . 4 . The ends of the lamp sleeve will not protrude beyond the stainless steel frame of the UV Module. 5. Lamp wires will terminate in the electronic ballast enclosure located at the top of the UV Module . · · 6. All lamp to ballast connections will be'' made by and tested by the UV Manufacturer. 7. The electronic ballast enclosure will contain the electronic ballasts and addressable lamp status monitoring systems . 8. Each UV Module w ill be connected to a receptacle on the Power Distribution Center. 9. At the point of exit from the UV Module frame the multi conductor cable will pass through a waterproof strain relief. 10 . Each UV module will have a rating of Type 6P. 11 . The UV system is to be produced in an Underwriters Laboratory recognized facility and have UL seal on the system. I. Photometer: 1. One single beam UV filter photomet er with front panel and 100% transmittance control adjustment shall be supplied to continuously measure the UV transmittance of the effluent. 2 . The range shall be O -100% transmittance with a wavelength accuracy of +0 .16 half band width . The photometer shall provide a 4-20mA signal to the control panel. 3. Accessories shall include two matched quartz cuvettes , 100% T standard solution and cuvette cleaning solution . J . Level Control -Effluent Finger Weirs 1. The effluent finger weirs shall be designed to maintain a minimum channel effluent level as required to keep lamps submerged . 2. Weirs shall be constructed of Type 304 stainless steel. 3. Maximum head over weirs shall be 2" at peak flow for horizontal systems and 4" at peak flow for vertical systems . K. Safety Equipment: UV equipment manufacturer shall provide four face shields that block UV light wavelengths between 200 and 400 nm and cab inet for storage. 11305-13 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 14 , 201 0 ATTACHMENT 1-AD3 0318-042-22 L. Lifting Device UV equipment manufacturer shall provide a lifting device or sling for removing the modules from the channel. Design of the device shall incorporate a Safety Factor of 5 .0 and shall be capable of receiving a 1 inch hook. Also, a one module lifting frame shall be provided capable of lifting the weight of one module with Safety Factor of 5.0 and receiving a 1 inch hook . Modu le design shall be sufficiently rigid to be lifted as a un it by an overhead lifting system . Each module shall be self- supporting and shall support all associated lamps on a level slab without additional external support . Removal and ·replacement of modules sha ll be s mooth and shall not allow damage or displacement of lamps . M. Lamp Cleaning : 1. Automatic: Provide a module based quartz sleeve cleaning system. System shall wipe the full quartz sleeve circumference of each lamp while lamps are in operation . System shall be PLC controlled with operator adjustable wiping frequencies . Cleaning stroke shall be greater than the arc length of the UV lamp. Wiping mechanism shall be center driven and shall have failure mechanisms designed to prevent sleeve breakage if the system were to become bound during the clean ing stroke . Manufacturer shall rep lace at no cost to OWNER all quarts sleeves , lamps , and/or accessories broken or · damaged by the cleaning system at any time during the first two years of operation . Manufacturer shall provide all supporting equipment needed for cleaning system operation, including hydraulic or air compressor systems. If air compressor is required , it shall be a skid-mounted oil-less rotary screw compressor complete with regenerative desiccant dryer and receiving tank . The UV System control panel is to send signals to control operation of the cleaning system. 2. Manual a. The UV modules must be removable from the channel to facilitate manual cleaning. Horizontal systems shall provide two portable stainless steel racks to securely hold modules during manual clean ing. Provide all brushes and cleaning solutions recommended by the manufacturer for manual tube cleaning for a two-year period. N . Cleaning Tank , For Vertical UV System: 1. To allow for out-of-channel chem ical cleaning of vertical UV modules , a cleaning tank shall be supplied with the vert ical UV system . 2. Type 304 stainless steel cleaning tank (12 gauge min.) shall be 3' L x 4' W x 6'8" H, as shown on drawings , with 2" drain and stainless steel lid with handles and lifting lugs. 0 . Provide appropriate monitoring devices and/or controls as shown on the Instrumentation Plan . Contractor shall coordinate between the equipment manufacturer and the instrumentation subcontractor to insure all necessary control and power wiring requ ired for proper system operation are provided per the contract documents and the manufacturer's written guidance. 11305-14 O CTOB ER 14, 20 10 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLA GE CR EEK RE CLAI MED WATER QUALITY IM P RO VEMENTS ATTACHMENT 1-AD3 0318-042-22 P. Provide a 304 stainless steel baffle plate as shown on the drawinos. Support angles shall allow for removal of baffle plate . 2.03 ELECTRICAL AND INSTRUMENTATION A. General : 1 . All instrumentation and controls provided under this Section shall conform to the drawings and applicable requirements of Section 16700 . 2 . Control Panel Enclosures: Provide a NEMA 4X 316 Stainless steel air , conditioned enclosure suitable for outdoor service to house electrical components . Pa nBls shall be freestanding and conform to the requirements of Section 1670ft with regard to construction . Switches , lights, and other devices that require operator interface shall be mounted no higher than 5.5 feet above the floor nor lower than 2 .5 feet above the floor . 3. Provide thermostatically and humidity controlled heaters and air conditioner in the UV control panel to maintain proper operating temperature range for the PLC and its associated graphic display and minimize condensation. 4 . All elements of the instrumentation and control system shall be tested to demonstrate that the total system satisfies all of the requirements of this specification . 5 . Like items of equipment prov ided hereunder shall be the end products of one manufacturer in order to achieve standardization for appearance , operation, maintenance, spare parts , and service . All components, assemblies , and wiring shall conform to the requirements of the National Electric Code . 6. UV Disinfection System shall be operated from the local control panel and monitored from SCADA. 7 . PLC: a. PLC CPUs shall support not less than 96K sixteen -bit words of base user memory . The actual amount or use memory required shall be adequate for the functions to be performed, plus an allowance of 100% for future expansion. The CPU front panel will also include a RS-485 communication port for configuration , programming and diagnostics. It will also include and Ethernet 10/100 Base-T TCP/IP communication port . Additional communication ports shall be provided to allow for communication to Operator Interface Screen (OIS). Each process shall have 2 slots for a PCMCIA cards . PLC shall be Allen Bradley. b. PLC Network Communication : The PLC shall communicate with the Host and other PLCs residing on a plant wide fiber optic data highway. A media converter and fiber optic patch panel shall be provided within the UV panel. c. The System Control Panel shall contain a modem board and wiring for communication with PLC from an external phone line . 8 . Manufacturer control panels shall include spare terminals for remote plant monitoring and alarms . 9 . Conduit and W iring: All labor and materials for the i ns tallat ion equipment shall be provided complete in all respects including conduits and wiring per equipment manufacturer recommendations . Contractor shall obtain 11305-15 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAI MED WATER QUALITY IMPROVEMENTS OCT O BER 14, 2010 ATTACHMENT 1-AD3 0318-042-22 electrical connection details from the equipment manufacturers/supplier and submit electrical conduit layouts to the Owner for acceptance before installation . 10 . UV system manufacturer control panels shall include and uninterruptible power supply manufactured by APC, Tripp Lite or equal to protect the PLC and graphic display. Battery life shall be a 15 minute minimum. 11. All electrical components not associated with a free standing control panel shall be mounted to the UV tank . B. Functional Requirements. The UV System shall include as a minimum the following instrumentation and controls. T~e following controls and indicators shall be mounted in or on local control panel for each module of lamps . 1. ON-OFF-AUTO control switch. 2. Green light indicating UV System running operation . 3. Red light indicating UV System off operation. 4 . Blue light indicating UV System fail. 5. Elapsed time meter for equipment. 6 . Lamp Status 7. %UV Transmittance 8. %System Operation This list is not intended to completely depict all of the functional requirements of the control system provided under this Section. The system supplier shall provide all additional instrumentation and controls necessary to produce a safe and operable system . The specific control system proposed shall be subject to the approval of the ENGINEER. C . External Interfaces: 1. Design electrical/control power panel for the following power supply depending on type of system . Required amps shall be inserted by the manufacturer. a. Power supplied to the G6H064T5L UV lamp system shall be 230 VAC 60 HZ, 3 Phase, 4 wires + ground, 125 .0 amps service per channel. b. Power supplied to the GA64T6L UV lamp system shall be 480 VAC 60 HZ, 3 phase 4 wire + ground, 22 .9kVA, 29.5 amp service per channel. 2. Provide all required control power transformers, contactors, starters , breakers, etc ., as required of equipment furnished. 3. All wiring between remote devices shall not be provided by the manufacturer. Final electrical connections to devices provided in this section and all interface connections with the instrumentation and control system will be in accordance with Section 16700. 4 . All interface signals shall be wired to an interface terminal board in control panel. All analog signals shall be 4 to 20 mA de signals su itable for driving into 600 ohms . Discrete (two-state) signals shall be contact closures rated for 5 amps continuous at 115 volts. 5. The system shall provide the follow ing discrete outputs as dry contact closures. a. UV Module run status. 11305-16 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTOBER 14 , 2010 ATTACHMENT 1-AD3 0318-042-22 b. UV Module fail status . c . UV Module HOA status . 6. The system shall be able to accept a digital input from a SCADA system for starting of operation in Auto Mode and shall receive an analog signal from SCADA for effluent flow rate . 7. Hand-Off-Auto switches shall be provided for each UV module independent of the UV display screen to allow the modules to be operated in manual in case of a PLC or a display fai lure . D. Electronic ballasts shall be used to power the UV lamps . • . 1. Each ballast is to power two UV lamps. · ~ 2 . Ballast operating frequency 20,000 -35 ,000 Hz · 3. Ballast efficiency minimum 90%, defined as electrical output watt divided by electrical input watt 4 . The ballasts shall operate at a current crest factor between 1.4 and 1.5. to maximize UV lamp life. E. Other Electrical and Instrumentation Requirements 1. Unless stated otherwise, all electrical and control material and equ ipment shall be by Section 16700 . a. Provide one Power Distribution Center for each horizontal bank of lamps or one Power Supply unit that will provide power to each vertical module . b. All wiring and connectors shall be UL approved . The manufacturer's UV equipment shall be UL approved as a system . c. All electrical devices shall be 60 Hz cycle . d. Power distribution shall be through bus bars to env ironmentally sealed receptacles to allow for local connection of UV Modules. e. Data concentration shall be through integrated circuit boards located inside the Power Distribution Center or Power Supply Un its . f. Breakers shall be located inside the Power Distribution Center or Power Supply Units. g . Enclosure material shall be Type 316 stainless steel. h. All internal components shall be sealed from the environment. i. All electrical enclosures shall be designed to operate in outdoor ambient temperatures ranging from 0°F to 120 °F. Manufacturer shall provide enclosure cooling , heating and condensate prevent ion equ ipment as required for optimum life of electronic components . 2. Connectors : a. The UV module connectors shall be watertight with a molded backshell and meet the requirements of UL 574 for direct water jet spray when mated . b. Each connector shall have less than 120 volts across any pin to ground. c. Each connector shall be automatically disconnected from power when uncoupled. d. The connector pins shall be brass with a silver plating . e. Each pin when mated shall seal w ith a "cork and bottle " seal. f. The ground pin shall be longer than the other pins giving a "make first break last" ground connection. 11305-17 ULTRAVIOLET DISINFECTION EQUIPMENT VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS OCTO BE R 14, 20 10 ATTACHMENT 1-AD3 0318-042-22 g . The body of the nut and receptacle shall be 316 stainless steel or epoxy coated alum inum . 3. System Control Center: a. UV System control and monitoring shall be provided through display screen and message keypad to allow complete operator interface or through a 1 O" viewable graphical touch screen display. Operator Interface shall be protected from the sun and kept legible by a sunscreen cover. b. Keypad shall have a sealed membrane overlay covering all function keys and numerical keys. c . Operator interface shall be menu driven w it h automatic fault message windows appearing upon alarm conditions . d. Minor alarms shall be provided to indicate to plant operators that maintenance attention is required . Alarms shall include : (i) Low UV Intensity warning shall be preset at the factory for 45% of the Intens ity after 100 hours of lamp burn in. Alarm set po int shall be field adjustable . (ii) Individual Lamp Failure shall indicate single lamp failures that occur which are not adjacent to each other and which do not exceed 5% of the total number of lamps energized. e. Major alarms shall be provided to indicate an extreme alarm condition in which the disinfection performance may be jeopardized . Alarms shall include: (i) Low UV Intensity alarm. This alarm shall be preset at the factory for 25% of the intensity after 100 hours burn -in of the lamps . The alarm set point shall be field adjustable. (ii) Adjacent Lamp Failure alarm shall indicate failure of two or more lamps which are adjacent to each other. (iii) Multiple Lamp Failure Alarm shall indicate the failure of more than 5% of the lamps in a bank of lamps. (iv) Breaker Trip alarm shall indicate any current draw above 10 amps for any UV module. f . A set of dry contacts must be provided for remote indication of a "low'' intensity condit ion . g . Alarms shall identify the affected lamps by an address system. The address shall specify the bank , module and lamp , i.e. Channel #1 , Bank #1 , Module #3 , Lamp #2. h. The 20 most recent alarms shall be recorded in an alarm history register and displayed when prompted . i. Bank status shall be capable of being placed either in Hand , Off or Auto mode . In Auto mode banks shall respond to a 4-20 mA signal from the plant effluent flow meter. j . Banks shall be cycled for equal wear and timed off to minimize bank cycling . k. Elapsed time of each bank shall be recorded and displayed on the display screen when prompted . I. Panel(s) shall be rated NEMA 4X 316 stainless steel. 11305-18 OCTOBER 14 , 2010 ULTRAVIOLET DISINFECTION EQUIPMENT V ILLAG E CREEK RE C LAIMED WATER Q UALITY IMPR OVE M ENTS ATTACHMENT 1-AD3 0318-042-22 m . Outputs for ON/OFF control of banks and modules shall be provided for the plant SCADA system . n . Outputs for status of all units and all alarm conditions shall be provided for the plant SCADA system . 4 . UV Intensity monitoring : a . A submersible UV sensor shall continuously sense the UV intensity produced in each bank of UV lamp modules. Each ultraviolet bank shall be equipped with at least one ultraviolet intensity sensor. The sensor shall measure only the germicidal portion of the light emitted by the UV lamps . The detection system shall be calibrated in the factory . b. , The intensity measured by the each UV sensor shall be displayed at the UV Control panel in percent intensity. UV sensor readouts shall be displayed simultaneously. 5. Dose Pacing : a . Vertical System : 1) The UV control system shall automatically turn on and off as well as adjust the lamp power in each row of lamps in relation to variations ·in plant flow and UV transmissivity . The signals shall be 4-20 mA or similar approved method . 2) The UV system design shall allow the operator an option to operate the UV system in eithe·r manual or automatic modes . 3) To reduce energy consumption the UV system shall be capable of automatically adjusting the number of lamps in service by 18 lamp increments and lamp-output power adjusted from 60 up to 100% increments in each row within each UV module. b . Horizontal System : PART 3 -EXECUTION A dose pacing system shall be supplied to turn the UV banks on and off as well as adjust lamp output in relationship to 4-20 mA signals or similar approved methods from 1) an effluent flow monitor and 2) the UV transmissivity photometer. Logic and time delays shall be provided to regulate the UV bank ON/OFF cycle. 3.01 FIELD QUALITY CONTROL A. Retain a qualified representative of the manufacturer of the UV disinfection equipment for the following services. 1. Inspect the completed installation and note any deficiencies . 2 . Manufacturers that have the ballast in the power distribution center shall be responsible for all lamp-ballast terminat ion at the jobsite as well as on-site testing of these terminations . 3. Be present and assist the CONTRACTOR during startup and field testing. 4 . Prepare manufacturer's installation report and submit within 30 days after completion of field testing. Include the following information : a. Field test results . b. Description of field test deficiencies not resolved to the manufacturer's satisfaction . 11305-19 OCTOBE R 14, 2010 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ATTACHMENT 1-AD3 0318-042-22 c. Description of problems or potential problems . 5 . Operator Training 6. Revisit the jobsite as specified in paragraph 1.08 of this section after the equipment is placed in service . Prepare a report after each visit addressing condition and operation of equipment and actions required to correct any deficiencies. 3 .02 PERFORMANCE ACCEPTANCE TEST A. B . C. D. E. Following startup and operator trainin . , the OWNER shall burn all lamps of the UV system fo r 100 hours to test for funct \:n al ity. Following the 100 hour burn-in of all UV lamps , the OWNER shall operate the system for a period of 90 days as a performance acceptance test. If at any time the system fails to meet all fecal coliform discharge permit requ irements , the test shall be stopped and repeated (90 additional days) after manufacturer makes necessary modifications . The UV banks will be turned on and off and lamp output will be adjusted to simulate end of lamp life conditions. Manufacturer's expenses incurred due to travel , materials , equipment, labor, and other costs associated with modifications and remedial testing shall be additional to all other requirements of this specification and shall not be reimbursed by OWNER. Equipment Reliability : All equipment provided by the manufacturer shall operate as described in this specification with less than 8 hours of total downtime per bank during the 90-day acceptance test. Downtime is the length of time a bank is inoperable or unavailable due to failures resulting from defect(s) in material , construction , design, or operation . Acceptance test shall be repeated if any bank of lamps has more than 8 total hours of downtime. Electrical Harmonic Testing: The UV System shall meet or be less than the following harmonic lim its at the point of common coupling (PCC) when the UV System is operating. The PCC shall be the input side of the UV System Transformer. 1. Voltage : 2 . Current: 5% Total Harmonic Distortion (THO) per IEEE 519-1992 Limits allowed by Table 10.3 of IEEE 519-1992 for 20<1 scfl L<5 Manufacturer shall submit with the shop drawings a mathematical analysis to demonstrate that the UV System meets the harmonic limits specified. Filters, line reactors , isolation transformers , etc ., which are su itable for outdoor application, shall be supplied as part of the UV System if required to meet the harmonic limits . Compliance with the harmonic limitations shall be verified by field acceptance testing by the Contractor after installation . END OF SECTION 11305-20 ULTRAVIOLET DISINFECTION EQUIPMENT VILLAGE C REEK RE CLAIMED WATER QUALITY IM PR OV E MENTS OCTOBER 14, 2010 ATTACHMENT 1-AD3 SECTION 11315 SUBMERSIBLE SEWAGE PUMPS 318-042-22 PART 1 GENERAL 1.01 A. B. C. D. 1 .02 A. B. C. D. E. 1.03 A. B. SCOPE OF WORK Provide all labor, materials, tools, equipment, and related items required to furnish_ /\ and install all sub !Jl ersl ble no.!2 ~log ~ewage pumping units. Prov ide all labor, materials,; ~ tools, equipment, a Physicar Mod ~ Analysis or CFO Modeling Analysis, and related items required to furnish and instijH al_l submer:si~Le non -c!qg s~wage pumping units. The pumping unit shall include pump, motor, discharge elbow stand, pipe guides, motor protection module, cables, and all related components requ i red for a complete pumping unit. A baffle wall or a vortex breaker shall also be provided in each pumping un it per manufacturer's recommendations. The pumps shall be capable of handling treated wastewater effluent after tertiary filters at the current design pump ing rates specified herein as well as future design pumping rates w ith only an impeller change. The pumps shall provide an initial 6 MGD pumping capacity per pump, from the wet well to the UV system, and an ultimate 9 MGD pumping capacity per pump with an impeller change . The Power provided by the pump motor shall be capable of providing the ultimate 9 MGD flow. The pumps shall be installed with an impeller designed to provide 6 MGD pumping capacity such that the Owner can increase the capacity to 9 MGD per pump with only an impeller change. General Material and Equipment in Section 01600 shall apply to all equipment furnished under this section. RELATED WORK Division 1 -General Provisions. Division 9 -Painting. Division 15 -Mechanical. Division 16 -Electrical. Division 17 -Instrumentation. SUBMITTALS Submittals shall be submitted in accordance with Section 01300 -Submittals . Submit catalog sheets showing pump characteristics and dimensions and the following items for all pumping units to be furnished: 1. Certified dimensional drawings for each item of equipment and auxiliary apparatus. 2. Manufacturer shall provide a letter verifying they have reviewed the existing conditions and the pumps will operate satisfactorily in the recommended configuration over the specified operating head range. 3. Material certifications on impeller and shaft shall be provided for approval. 11315-1 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 4. Schematic electrical wiring diagram and other data as required for complete pump installation. 5. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. C. Submit the following design data for all pumping units to be furnished: 1. Manufacturer's certified rating curves showing pump characteristics of discharge, head, capacity, brake horsepower, efficiency, and guaranteed net positive suction head required (NPSHR). This information shall be prepared specifically for the pump proposed. Catalog sheets showing a family of curves will not be acceptable. 2. Dry weights of pump, motor, and base plate, and weight of entire pumping unit to be furnished. · D. Submittals shall also include the following information for upgrading all pumping units to a design pumping rate to 9-mgd per pump at a TH of 37 ft in the future expansion: 1. Catalog sheets showing pump characteristics and dimensions. 2. Dry weights of pump and motor, and weight of entire pumping unit. 3. Power supply and motor size. E. Submit manufacturer's installation and field-testing instructions. F. Submit manufacturer's shop test reports: 1. Certified test reports as specified in this section. 2. Certified motor test data. G. Submit a manufacturer's field report including the following: 1. Report of installation, inspection, testing and observations for each pumping unit. 2. Letter of Certification. H. Submit operation and maintenance information in accordance with Section 01350 - Operation and Maintenance Data. Submit qualifications of service engineer. Submit the results. and recommendations from the Physical Model Analysis or the ,CFP 0 ---M=o=dellng Anal~sis. , . ~ 1.04 REFERENCE STANDARDS A. Design, manufacture, and assembly of elements of the equipment herein specified shall be in accordance with, but not limited to published standards of the following as applicable: 1. American Gear Manufacturer's Association (AGMA) 2. American Institute of Steel Construction (AISC) 3. American Iron and Steel Institute (AISI) 4. American Society of Mechanical Engineers (ASME) 5. American National Standards Institute (ANSI) 6. American Society for Testing Materials (ASTM) 11315-2 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 7. American Welding Society (AWS) 8. Anti-Friction Bearing Manufacturer's Association (AFBMA) 9. Hydraulic Institute Standards (current edition) 10. Institute of Electrical and Electronics Engineers (IEEE) 11. National Electric Code (NEC) 12. National Electrical Manufacturer's Association (NEMA) 13. Occupational Safety and Health Administration (OSHA) 14. Steel Structures Painting Council (SSPC) 15. Underwriters' Laboratories, Inc. (UL) 16. Factory Mutual (FM) 1.05 QUALTIY ASSURANCE · A. The pumping unit shall all be supplied by one manufacturer, and shall be complete, including pump and motor. The pump manufacturer shall be responsible for the furnishing and performance of the complete pumping unit. The pump manufacturer shall have furnished pumping units in the United States, which have been in operation for a period of not less than five years. B. The pump manufacturer shall be fully responsible for the proper operation of the pumps hydraulically in the non-standard wet well as shown on the contract drawings. The pump manufacturer shall provide vortex breakers and any other devices needed for proper pump operation in the wet we ll configuration and the flow conditions specified in 2.02.B. The manufacturer shall be responsible for the design of any vortex breakers and other devices required. If baffles are required by the manufacturer, the 8 manufacturer shall design the baffles and perform a computational flow dynamics 2 (§EQ ) analysis and provide the results to the Engineer. ifhe gump mapufacturer shall c onstruct ~nd analyze a Physical Model or perform ·a CFD Mode~Jing Arlal'y'.sis to v~.rify pumps shall operate properly iQ ~~ flO tl:?!a n~ta r d 'wet \'.Y!=II. The CFD must show that headlosses are not increased in the filter effluent box by more than 2 inches during peak flow conditions. The manufacturer shall warranty the proper operation of the pumps in the recommended wet well configuration. C. The pump manufacturer shall be fully responsible for the design, arrangement, and operation of all connected rotating components on the assembled pumping unit mounted on a cast iron or fabricated steel discharge base elbow to ensure that neither harmful nor damaging vibrations occur at any speed within the specified operating range. D. The pump manufacturer shall review the speci fi cations and drawings, including piping, pipe supports, harnessing arrangements, and foundations to fully evaluate the field installation conditions. This shall be done to ensure that the pumps are designed to conform to the specified vibration limits. Vibration readings shall be measured by way of a field test to be conducted during start-up of the pumping units . Acceptable field vibration limits are those limits imposed by the latest edition of Hydraulic Institute Standards. Vibrations in excess of specified limits shall not be acceptable. E. Both the pump and motor manufacturers shall currently have maintenance and repair facilities established and in operation in the Un ited States for a period of not less than three years. Such facilities shall be fully equipped and staffed with qualified personnel 11315-3 SEPTEMBER 23 , 2010 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 for making repairs to damaged pumps and motors, and shall carry or have direct access to a full line of normal maintenance spare parts . 1.06 SERVICES OF MANUFACTURER'S REPRESENTATIVE: A. Provide services of pump manufacturer's factory service engineer specifically trained in the installation, final field testing and providing instruction to the Owner's operating personnel in the proper operation and maintenance of the equipment as specified herein and in Section 01640. The services of the manufacturer's representative shall be made available during the installation period for assistance to the Contractor for adjusting and checking equipment. 8. Man-hour requirements tabulated below are exclusive of travel time and do not relieve the Contractor of obligation to provide sufficient services to place all appurtenances into satisfactory operation. C. The Factory Representative shall be provided for trips and durations as shown below: Services to be Prov ided by Factory Certified Service Engineer 1. Ass ist in the installation of pumps 2. Assist in the start-up and testing of pumps & Minimum Number of Trips 1 1 Minimum Time On -site Per Trip (Hours) 6 Owner's operations and maintenance 2 4 tra inin 1Representative shall be present at frequent enough intervals to ensure proper installation , testing, and initial operation of the equ ipment. D. In the event the services of the Manufacturer's representative are needed and requested by the Contractor for periods longer than indicated in these Contract Documents, such services shall be provided at no additional expense to the Owner. No payment shall be due for time spent by the representative due to faulty design or fabrication of the equipment. 1.07 OPERATION AND MAINTENANCE A. Operating and Maintenance Instructions shall be furnished to the Engineer as specified in Section 01350. 8. The Contractor shall furnish the services of a factory service representative to instruct the Owner's personnel in the proper operation and maintenance of the equipment in accordance with the provisions of Division 1. 1.08 SPARE PARTS A. Furnish one set of all special tools required for proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. Furnish the manufacturer's standard set of spare parts, including at least the following: 1. One set of mechanical seals. 2. One set of bearings. 3. One spare casing gasket and o-rings. 11315-4 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 B. Crate and deliver spare parts in substantial wood boxes with hinged covers. Clearly and indelibly identify the contents of each box on its exterior. Each part shall be sealed, wrapped, or otherwise protected from corrosion during storage. 1.09 WARRANTY A. The manufacturer shall provide an all-inclusive five-year warranty from the date of successful startup and Owners acceptance. The warranty shall include 100% parts and labor for the full duration of the warranty period. All materials, equipment, and workmanship shall be free from defects in material or workmanship. B. Before the warranty period will begin, equipment must operate as intended for thirty days without failure, maintenance, or operator intervention unless it is required as part of the normal function of the equipment. The warranty period will not officially begin until the Owner provides a written acceptance and establishes the warranty start date. C. Manufacturer's Certification: Provide a letter of certification addressed to the Owner and signed by an authorized representative of the manufacturer. The letter shall state the following: 1. The equipment will efficiently and thoroughly perform the required functions in accordance with these Specifications and the Drawings, that the materials are best suited for the application, and that the manufacturer accepts joint responsibility with the Contractor for coordination of equipment, including motors, controls, and services required for proper installation and operation of the completely assembled and installed unit. 2. The equipment has been installed in accordance with the manufacturer's recommendations, and is in proper adjustment and operating condition, the manufacturer is prepared to warrant the equipment to perform in full compliance with these specifications, and the equipment is ready to be turned over to the Owner for operation. 3. The manufacturer has inspected the installation and verified training of the Owner's operations and maintenance personnel upon completion of the system installation. PART 2 PRODUCTS 2 .01 MATERIALS/EQUIPMENT A. Provide two (2) pumps. B. Acceptable Manufacturers: 1. ITT Flygt Corporation. 2. KSB. 2 .02 GENERAL DESCRIPTION A. Identification 1. Pump Name .......................................................... UV disinfection influent Pump 2. Equipment number .............................................................. 100-01 thru 100-02 3. Quantity ......................................................................................................... 2 4. Location ................................................................................. Filter effluent box 11315-5 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: 1. Duty ................................................................................................ Continuous 2. Drive .................................................................................... Variable frequency 3. Ambient environment ........................................................ Outdoors, submerged 4. Fluid pumped .............................. Treated wastewater effluent after tertiary filters 5. Maximum horizontal velocity of flow in the channel (ft/s) ................................... 2 6. Minimum water depth in wet well .................................................................. 6 ft 7. Maximum flow in Filter Effluent Channel to Wet Well ............................... 75 MGD 8. Maximum size spheres to pass (diameter in inches) ........................................... 3 9. NPSH available (ft) ........................................................................................ 36 10. Pump removal method ............................................................................... Rails 11 . Power supply ................................................................ 480-volt, 3-phase, 60 Hz C. Performance Requirements: 1. Design flow capacity for one pump (gpm) ................................................... 4,200 2. Design flow total dynamic head for one pump (TH ft) ...................................... 32 3. Design flow capacity for two pumps (gpm) ................................................. 8,400 4. Design flow total dynamic head for two pumps (TH ft) ..................................... 32 5. Minimum shutoff head (ft) ............................................................................. 49 6. Design flow minimum wire-to-water efficiency (percent) ............................. 69 6J 7. Maximum pump speed (rpm) ..................................................................... 1,195 8. Maximum motor size (hp) .............................................................................. 85 9. Size of discharge flange (inches) .................................................................... 12 2.03 PUMP CONSTRUCTION A. Pump Type: The pumps shall be submersible, non-clogging centrifugal type, and capable of operating at a continuous full-load-duty without external cooling in a submerged condition. Each unit shall be equipped with a submersible electric motor, -· completely shop assembled in the pump manufacturer's plant, accurately aligned and properly prepared for shipment. · B. Pump Design: 1. The discharge connection elbow shall be permanently installed in the filter effluent channel along with the discharge piping. Anchor bolts for the discharge connection elbow shall be Type 316 stainless steel. The pumps shall be automatically connected to the discharge connection elbow when lowered into place, and shall be easily removed for inspection or service. There shall be no need for personnel to enter in the filter effluent channel to either disconnect or reconnect the pump. 2. Sealing of the pumping unit to the discharge connection elbow shall be accomplished by a simple linear downward motion of the pump. A sliding guide bracket shall be an integral part of the pump unit. 3. The entire weight of the pumping unit shall be guided by two bars and pressed tightly against the discharge connection elbow, with metal-to-metal contact. 11315-6 SEPTEMBER 23, 2010 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS C. 318-042-22 Sealing of the discharge interface by means of a diaphragm, 0-ring, or other devices will not be acceptable unless such a seal is guaranteed against leaking. 4. No portion of the pump shall bear directly on the floor of the filter effluent channel. 5. The pump, with its appurtenances and cable, shall be capable of continuous submergence under water without loss of watertight integrity to a depth of 30 feet. 6. The base elbow shall be sized to accommodate both the initial 6 mgd pump as well as a future 9 mgd pumps so that a replacement of base elbow will not be required for pump capacity upgrade in the future expansion. Materials: 1. Pump casing, volute and stator housing 2. Impeller 3. Shaft 4. Wear Ring System a. Stationary b. Rotating 5. Mechanical Shaft Seal a. Seal Adjacent to Impeller b. Seal Adjacent to Motor Bearing c. Oil Chamber 6. Motor Bearings Exposed Nuts, Bolts and Connectors 7. Shop Finish Cast Iron, ASTM A48, Class 35 Cast Iron, ASTM A48, Class 35 Type 431 Stainless Steel Type 431 Stainless Steel QLJYSI ~2 SJajn_less Steel Hardened to Brinnell 300 Type 304 Stainless Steel Hardened to Brinnell 200 Single with tungsten carbide or silicon carbide stationary and positively driven rotating faces Single with tungsten carbide or silicon carbide stationary and positively driven rotating faces Between seals with leak detection sensor Anti-friction type 316 Stainless 5teel PVC epoxy primer with chloric rubber finish D. Casing: Each pump casing shall be constructed of fine-grained cast iron and designed for side tangential discharge. Diffusion vanes are not permitted. The casing shall be designed for a minimum working pressure of 50 psig and hydrostatically tested to 1- 1/2 times the working pressure. E. Casing Seals: All mating surfaces where watertight sealing is required shall be machined and fitted with nitrile rubber 0-rings. Fitting shall be such that sealing is accomplished by metal-to-metal contact between machined surfaces, resulting in controlled compression of nitrile rubber 0-rings without the requirement of a specific torque limit to effect this. No secondary sealing compounds, rectangular gaskets, elliptical 0 -rings, grease or other devices shall be used. 11315-7 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 F. G. H. 318-042-22 Pump Shaft and Bearings: The pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. The pump shaft shall be 431 stainless /\ steel or A576 Grade 1045 steel with A276, 420 stainless steel sleeve designed for heat ~ treatment to high mechanical properties with superior corrosion-resistant characteristics. The shaft shall completely be isolated from the pump liquid, and shall be of sufficient diameter to assure rigid support of the impeller and to prevent excessive vibration at all operating speeds. The pump shaft shall rotate on two permanently lubricated ball or roller bearings. Bearing shall have a minimum L-10 life of 100,000 hours, at continuous maximum load and speed. Pump Shaft Seal: 1. Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydrodynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary and one positively driven rotating, corrosion resistant tungsten-carbide or silicon carbide ring. The upper, secondary seal unit, located between the lubricant chamber and the motor housing, shall contain one stationary and one positively-driven rotating, corrosion-resistant tungsten-carbide or silicon carbide seal ring. Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment, nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. 2. The following seal types shall not be considered acceptable, nor equal to the dual independent seal specified: shaft seals without positively driven rotating members, or conventional double mechanical seals containing either a common single or double-spring acting between the upper and lower seal faces. No system requiring a pressure differential to offset pressure and to affect sealing shall be used. 3. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and provide lubricant expansion capacity. The drain and inspection plug, with positive anti-leak seal, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for luorication. The motor shall be able to operate dry without damage while pumping under load. Seal lubricant shall be FDA approved and nontoxic. 4. The pump shall be equipped with a seal leak detection probe and warning system. This shall be designed to alert maintenance personnel of lower seal failure without having to take the unit out-of-service for inspection or requiring access for checking seal chamber oil level and consistency. Impeller: The impeller(s) shall be one-piece cast iron, statically and dynamically balanced, fully-enclosed, designed with wide passages to prevent clogging when handling suspended solids, fibrous materials, and other matter that may present in the fluid pumped. The impeller hub shall be accurately fitted to the impeller shaft and secured to a straight fit on the shaft by means of a key and threaded locknut. Impeller and casing shall be designed to pass the minimum test sphere size of 3 inches. 11315-8 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 Clearance between the rotating and stationary parts shall be adjustable to provide sustained performance without excessive maintenance. I. Wear Ring: A wear ring system shall be installed to provide efficient sealing between the volute and impeller. The wear ring shall consist of a stationary ring made of nitrile rubber molded with a steel ring insert which is drive fitted to the volute inlet, and a rotating stainless steel Type 431 ring which is drive fitted to the impeller eye. J. Cables: 1. Include necessary cables for power connection, moisture detection, and overload protection, sheathed, coded, and suitable for submersible pumps, and of sufficient length for direct connection to the terminal boxes indicated. All cables shall be connected to the pumps and tested at the factory. 2. The cable entry seal shall be either of the two (2) following designs: a. The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall consist of a single cylindrical elastomer grommet, flanked by washers; all having a close tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body containing a strain relief function, separate from the function of sealing the cable. The assembly shall provide ease of changing the cable when necessary using the same entry seal. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the interior from foreign material gaining access through the pump top. b. A triple sealed cable entry design along with strain relief and a bend protection shall be provided. Firstly, the cable entry seal shall consist of an elastomer grommet compressed by two stainless steel washers, sealing the outside of the cable against the cable entry casing. Secondly, the entire end of the cable shall be sealed inside the cable entry housing through the use of a non-shrink epoxy resin. Thirdly, a monolithic dam formed by either solder on bare stripped section or by an inserted Copper bushing shall seal each individual cable lead making sure that no entry of moisture is possible into the high- voltage motor terminal area even if the cable is damaged or severed below water level. Cable entries providing only simple rubber grommet ( external cable jacket) seals will not be accepted. K. Appurtenances: 1. Nuts, bolts and fasteners shall be Type 316 stainless steel. 2. All metal surfaces coming in contact with water, other than stainless steel, shall be coated with a hot dipped galvanized coating. 2 .04 MOTOR A. Motor Assembly: Motor assembly shall consist of stator housing, cable entry, junction chamber, rotor assembly and related components as follows: 1. Motor and terminations shall be rated for a hazardous location of Class I Division I Group D. 2. Stator housing shall be cast iron construction forming a watertight connection with the pump seal housing assembly. 11315-9 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 3. The pump motor shall be squirrel-cage, induction, shell type . design housed in an air-filled or oil-filled, watertight chamber, NEMA Design B type. The stator winding and stator leads shall be insulated with moistu re resistant Class F insulation at a minimum, which will resist a temperature of 155 degrees C. The stator shall be dipped and baked three times in Class F varnish. The motor shall be designed for continuous duty, capable of sustaining a minimum of ten (10) starts per hour. The rotor bars and short circuit rings shall be made of aluminum. 4 . The cable entry water seal design shall preclude specific torque requirements to insure a watertight and submersible seal. The cable entry shall be comprised of a single cylindrical elastomer grommet, flanked by washers, all having a close tolerance fit against the cable outside diameter and entry inside diameter and compressed by function of sealing the cable. The assembly shall bear against a shoulder in the pump top. The cable entry shall include a junction chamber or grommet with poured conductor section, which shall isolate the motor interior from foreign material gaining access through the cable entry. The cable entry shall be provided w ith a stress relief cable entry clamp. a. A junction chamber, containing the terminal board, shall be sealed from the motor by 0-ring seal. Connection between cable conductors and stator leads shall be made with threaded compressed type binding post permanently affixed to a terminal board. b. A Buna-N strain relief grommet shall be coupled with a poured conductor section. The Buna-N grommet shall be sandwiched between a series of stainless steel disks to control compression of the grommet. The poured section shall provide a sealant to wick into each conductor strand that has insulation removed in this area to provide a positively leak proof seal for the power and sensor cords. b 5. Pump-motor shaft shall be 431 stainless steel or AISI 329 stai less stee l, 4 completely isolated from the pumped liquid, and shall rotate on two permanently lubricated bearings. 6. The pump motor cable, installed, shall be suitable for submersible pump application with P122-MSHA approval and this shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors. Cable shall run from pump to termination box with no splices in cable. 7. Cables shall be provided for pump power and pump leak/over temperature monitoring. Motor and cables shall be compatible with Flygt MiniCAS II. The monitoring will be installed in a future project. 2.05 RAIL AND LIFTING SYSTEM A. Description: Provide a rail and lifting system to permit easy removal and replacement of the pump. System shall require no nuts, bolts, or other fastenings to be removed and no need for personnel to enter the wet well. B. Rail System: Rail system shall be a minimum 2" 316 stainless steel pipes . Provide guide bar brackets and a minimum of two (2) intermediate supports of 316 stainless steel. A lower plate shall be provided to secure the rails to the bottom of the sump, along with the stationary discharge elbow. 11315-10 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 C. Lifting System: Provide a 316 stainless steel chain at the pump with 316 stainless steel lifting cable that extends above the channel. The 316 stainless steel chain shall be A Length as recommended by the manufacturer to remove the pump while the channel is in operation. Provide grip eye, lifting attachment, for pump removal/installation with hoist. D. Cable Holder: Provide a fabricated 316 stainless steel cable holder sized as recommended by manufacturer. Provide one 316 SS cable grip above the channel and one within channel. The 316 SS cable grip located in the channel shall hook onto the cable holder to prevent the cable from dropping into the channel during installation/removal. 2 .06 CONTROLS A. Pump shall be compatible with existing controls. B. A local control panel shall be provided for the pump system in accordance with Section 17000. 2.07 BAFFLE WALL OR VORTEX BREAKER A. A vortex breaker and any other recommended devices shall be provided for each pump per manufacturer's recommendations for a proper performance and operation of the pumps at the installation location shown on the drawing. All baffles, if required by the manufacturer, shall be 316 Stainless Steel and all anchor bolts shall be Stainless Steel. PART 3 EXECUTION 3 .01 SHOP TESTING A. Shop testing of the pumping units shall be conducted in accordance with Hydraulic Institute Standards. B. Each pumping unit, including pump and motor, shall be non-witness tested at the pump manufacturer's factory. C. Functional Test: Perform manufacturer's standard test on equipment. Include vibration test as follows: Dynamically balance rotating parts of each pump and its driving unit before final assembly. D. Hydrostatic Tests: Pump casing(s) tested at 150 percent of operating head. Test pressure maintained for not less than 5 minutes. E. Performance Test: Include performance test results and performance test logs for pumps of this design, as follows: 1. Performance under simulated operating conditions. 2. Test Log -Recording the following: a. Total head. b. Capacity. c. Horsepower requirements. d. Amp Load e. Efficiency 11315-11 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 F. Material certifications on impeller and shaft shall be provided for approval. G. Factory Certified Test Report: Certify pump performance in accordance with Hydraulic Institute Level A test criteria. 3.02 DELIVERY, HANDLING, AND STORAGE A. All equipment shall be handled and stored in accordance with manufacturer's guidelines. 3 .03 INSTALLATION A. The Contractor shall closely coordinate installation of the pumps with the Owner. The filter effluent box can be out of service for a maximum of 4 hours during low plant flow conditions. Contractor may request multiple shutdowns if needed to install the equipment. If requested by the Owner, the Contractor shall install the pumps at night. B. Install all pumps in complete accordance with manufacturer's instructions and recommendations. C. Identification 1. Provide nameplates with Tag number as shown on Drawings. 2. Provide manufacturer's stainless steel nameplates. 3.04 FIELD TESTING A. After all pump and control systems have been completed and put into operation, subject each system to an operating test under design conditions to ensure proper sequence and operation throughout the range of operation. Make adjustments as required to ensure proper functioning of all systems . B. The manufacturer shall provide field services as specified in Section 01640. C. Engineer shall be present during field-testing. D. Testing shall be in accordance with Section 01650. 3.05 PAINTING TOUCH-UP A. Touch-up abrasions and other defective areas in items furnished with factory finish, using primers and paints for finish coat equal to that employed for factory coats. END OF SECTION 11315-12 SUBMERSIBLE SEWAGE PUMPS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 PART 1 -GENERAL SECTION 13125 METAL BUILDING SYSTEMS 1.01 RELATED DOCUMENTS 0318-042-22 A. Drawings and general provis ions of the Contract , including General Conditions and Special Provisions apply to th is Section . 1.02 SUMMARY A. This Section includes the following : 1. Structural framing . 2. Roof and side panels. 3. Accessories and trim . 1.03 DEFINITIONS AND REFERENCES A. Definitions : 1. Bay Spacing : Dimens ion between main frames measured normal to frame (at centerline of frame) for interior bays , and dimension from centerline of first interior main frame measured perpendicular to end wall (outside face of end - wall girt). 2. Building Length : Dimension of the building measured perpendicular to main framing from end wall to end wall (outside face of girt to outside face of girt). 3. Building Width : Dimension of the building measured parallel to main framing from sidewall to sidewall (outside face of girt to outside face of girt). 4 . Clear Span: Distance between supports of beams , girders , or trus _ses (measured from lowest level of connecting area of a column and a rafter frame , or knee). 5. Eave Height: Vertical dimension from finished floor to eave (the line along the sidewall formed by intersection of the planes of the roof and wall). 6 . Clear Eave Height: Vertical dimension from finished floor to lowest point-of any part of primary or secondary structure, not including crane supports, located within clear span . 7. Terminology Standard : Refer to MBMA's "Low Rise Building Systems Manual" for definitions of terms for metal building system construction not otherwise defined in this Section or in referenced standards . B. References : 1. American Architectural Manufacturers Association (AAMA): AAMA 2605 Performance Requirements and Test Procedures for Superior Performing Organic Coatings on A luminum Extrusions and Panels 2 . American Institute of Steel Construction (AISC): Specification for Structural Steel Buildings 3. American Iron and Steel Institute (AISI): a. SG-671 Specification for the Des ign of Cold-Formed Steel Structural Members 13125-1 METAL BUILDING SYSTEMS f :\proj ects\0318\042-22\specs\conformed\ 13125 metal building systems .docx SEPTEMBER 2010 0318-042-22 b . SG -911 Load and Resistance Facet Design Specification for Steel Structural Members c . S335 Specification for structural Steel Buildings-Allowable Stress Des ign, Plastic Design d . S342 Load and Resistance Factor Design Specification for Structural Steel Buildings 4 . ASTM Inc. (ASTM): a . A36 -Specification for Structural Steel b . A53 -Specification for Pipe, Steel , Black and Hot-Dipped , Zinc-Coated , Welded and Seamless c . A 123 -Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Stee l Products d . A153 -Specification for Zinc Coating (Hot Dip) on Iron and Steel Hardware e . A307 -Specification for Carbon Steel Bolts and Studs , 60 ,000 psi Tensile f. A325 -Specification for High Strength Bolts for Structural Steel Joints g . A490 -Specification for Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints h . A500 -Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes i. A501 -Hot Formed Welded and Seamless Carbon Steel Structural Tub in g j. A529 -Structural Steel with 50 ,000 psi Minimum Yield Point k . A570 -Specification for Hot-Rolled Carbon Steel Sheet and Strip , Struc tural Qua lity I. A572 -Specification for High Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality Specification for High Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality m . A653 -Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process n. A755 -Specification for Steel Sheet, Metallic Coated by the Hot-Dip Process and Prepainted by the Coil-Coating Process for Exterior Exposed Building Products o . A780 -Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings p . A792 -Specification for Steel Sheet Aluminum Zinc Alloy Coated by the Hot Dip Process, General Requirements q . A929 -Specification for Steel Sheet, Metallic-Coated by the Hot-Dip Process for Corrugated Steel Pipe r . C920 -Specification for Elastomeric Joint Sealants s. C991 -Standard Specification for Flexible Fibrous Glass Insulation for Metal Buildings t. C1107 -Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink) u . 0523 -Test Method for Specular Gloss v. 01494 -Test Method for Diffused Light Transmission Factor of Reinforced Plastic Panels w . 04214 -Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films x. E94 -Guide for Radiographic Examination y. E164 -Practice for Contact Ultrasonic Testing of Weldments 13125-2 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\proj ects\0318\04 2-22\specs\conformed\ 13125 metal b u ilding systems .docx 0318-042-22 z. E165 -Test Method for Liquid Penetrant Examination aa . E709 -Guide for Magnetic Particle Testing bb. F959 -Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners 5. American Welding Standards (AWS): a . 01 .1 Structural Welding Code-Steel b. 01 .3 Structural Welding Code-Sheet Steel 6. Metal Building Manufacturers Association (MBMA): a. Metal Building Systems Manual b. Low Rise Building Systems Manual 7. National Association of Architectural Metal Manufacturers (NAAMM): Metal Finishes Manual for Engineering and Metal Products 8. National Association of Fire Prevention (NFPA): a. NFPA 1 Fire Code b. NFPA 80 Standard for Fire Doors and Other Opening Protectives c. NFPA 252 Standard Methods of Fire Tests of Door Assemblies 9 . Research Council on Structural Connections (RCSC): a. Allowable Stress Design Specification for Structural Joints using ASTM A325 or A490 Bolts b. Load and Resistance Factor Design Specification for Structural Joints using ASTM A325 or A490 Bolts 10. Sheet Metal and Air Conditioning Contractors' National Association (SMACNA): Architectural Sheet Metal Manual 11. Underwriters Laboratory (UL): 1.04 SYSTEM PERFORMANCE REQUIREMENTS A. General: Provide a complete, integrated set of metal building system manufacturer's standard mutually dependent components and assemblies that form a metal building system capable of withstanding structural and other loads, thermally induced movement, and exposure to weather without failure or infiltration of water into building interior. Include primary and secondary framing, roof and wall panels, and accessories complying with requirements indicated, including those in this Section. B. Metal Building System Design : Provide with dimensions , spacing , slope, and spans indicated on Drawings . C. Structural Performance : Provide metal building systems capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated : 1. Design Loads : As indicated and as required by MBMA's "Metal Building Systems Manual", but not less than: a . Self weight of structure plus a superimposed dead load of 1 O psf at roof level. b. Roof Live Load: 20 psf (non-reducible). c. Roof Snow Load: 5 psf. 2. Wind Loads: As required by the governing building code adopted by the local jurisdiction. Minimum standards include: a. Basic Wind Speed : 90 mph. b. Exposure Category: C. 13125-3 METAL BUILDING SYSTEMS f:\projects\03 18\042-22\specs\conformed\ 13125 metal building systems .docx SEPTEMBER 2010 0318-042-22 c. Enclosure Classification : Partially Enclosed . d . Minimum Wind Pressure : 10 psf in any direction . e. 3. Load Combinations : Design metal building systems to withstand the most critical effects of load factors and load combinations as specified in the governing building code. 4. Deflection Limits: Engineer .assemblies to withstand design loads with deflections no greater than the following: a. Roof Framing: Vertical deflection of 1/240 of the span. b . Lateral Building Deflection: Limit lateral deflection under service loads to 1/500 of the building height or 1 inch, whichever is less. c. Wall Panels: Horizontal deflection of 1/180 of the span . 5. Design secondary framing system to accommodate deflection of primary building structure and construction tolerances , and to maintain clearances at openings . 6. Foundation Settlement: Design building based on foundation differential settlement of 1/2 inch. D. Seismic Performance: Design and engineer metal building systems capable of withstanding the effects of earthquake motions determined according to ASCE 7, "Minimum Design Loads for Buildings and Other Structures": Section 9, "Earthquake Loads ." E. Thermal Movements : Provide metal building roof and wall panel systems that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling , opening of joints, overstressing of components, failure of joint sealants , failure of connections, and other detrimental effects . Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 degrees F, ambient; 180 degrees F, material surfaces. 1.05 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of the following metal building system components: 1. Structural-framing system. 2. Roof panels. 3. Wall panels, as applicable . 4. Trim and closures. 5. Accessories . B . Shop Drawings : Submit signed and sealed drawings and calculations for the following metal building system components. Include plans, elevations, sections, details, and attachments to other Work. 1. For installed components indicated to comply with design loads, include structural analysis data. 13125-4 SEPTEMBER 2010 METAL BUILDING SYSTEMS f:\projects\0318\042-22\specs\conformed\ 13125 metal building systems .docx 0318-042-22 2. Anchor-Bolt Plans: Include location, diameter, and projection of anchor bolts required to attach metal building to foundation . Indicate column reactions at each location . 3. Structural-Framing Drawings: Show complete fabrication of primary and secondary fram ing. Indicate welds and bolted connections, distinguishing between shop and field applications. Include transverse cross-sections. 4 . Roof and Wall Panel Layout Drawings: Show layouts of panels on support framing , details of edge conditions, joints, panel profiles, corners , custom profiles, supports , anchorages , trim , flashings, closures, and special details. Distinguish between factory-and field-assembled works. 5. Accessory Drawings: Include details of the following items, at a scale of not less than 1-1/2 inches per 12 inches: a. Gutters . b. Downspouts. C . Samples for Initial Selection: Manufacturer's color charts showing the full range of colors avail able for each type of the following products with factory-applied color finishes . 1. Roof panels. 2. Wall pane ls. 3. Trim and closures . 4. Accessories . D. Informational Submittals: 1. Product Certificates : Signed by manufacturers of metal building systems certifying that products furnished comply with requirements . a. Letter of Design Certification : Signed and sealed by a qualified professional engineer. Include the following : 1) Name and location of Project. 2) Order number. 3) Name of manufacturer. 4) Name of Contractor. 5) Building d imensions, including width, length, height, and roof slope . 6) Indicate compliance with AISC standards for hot-rolled steel and AISI standards for cold-rolled steel, including edition dates of each standard. 7) Governing building code and year of edition . 8) Design Loads : Include dead load, roof five load, collateral loads, deflection, and wind loads/speeds and exposure. 9) Load Combinations: Indicate that loads were applied acting simultaneously with concentrated loads, according to governing building code. 10) Building-Use Category: Indicate category of building use and its effect on load importance factors . 11) AISC Certification for Category MB: Include statement that metal building system and components were designed and produced in an AISC-Certified Facility by an AISC-Certified Manufacturer. 2. Welding Certificates: Copies of certificates for welding procedures and personnel. 13125-5 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal building systems.docx SEPTEMBER 2010 0318-042-22 3 . Erector Certificates : Signed by manufacturer certifying that erectors comply with requirements . 4 . Manufacturer Certificates: Signed by manufacturers certifying that they comply with requirements. Include evidence of manufacturing experience. 5. Qualification Data : For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience . Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified . 6. Material Test Reports : From a qualified testing agency indicating and interpreting test results of steel for compliance with requirements indicated. 7. Warranties: Special warranties specified in this Section. 1.06 QUALITY ASSURANCE A. Erector Qualifications: An experienced erector who has specialized in erecting steel building systems for a period of at least 3 years, as well as installing work similar in material , design, and extent to that indicated for this Project and who is acceptable to manufacturer. B. Building Designer Qualifications: Shalll be a professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated . Engineering services are defined as those performed for installations of metal building systems that are similar to those indicated for this Project in material, design , and extent. C. Manufacturer Qualifications: The Company manufacturing the products specified in this Section shall have a minimum of 10 years experience in the manufacture of steel building systems. 1. Member of MBMA. 2 . AISC Certification for Category MB: An AISC-Certified Manufacturer that designs and produces metal building systems and components in an AISC- Certified Facility. 3 . Engineering Responsibility: Preparation of Shop Drawings, testing program development, test result interpretation, and comprehensive engineering analysis by a qualified professional engineer. D. Source Limitations: Obtain each type of metal building system component through one source from a single manufacturer. E. Welding : Qualify procedures and personnel according to AWS 01 .1, "Structural Welding Code--Steel"; and AWS 01 .3, "Structural Welding Code--Sheet Steel." F . Structural Steel: Comply with AISC S335, "Specification for Structural Steel Buildings-- Allowable Stress Design, Plastic Design"; or AISC S342, "Load and Resistance Factor Design Specification for Structural Steel Buildings," for design requirements and allowable stresses. G. Cold-Formed Steel: Comply with AISI SG-671, "Specification for the Design of Cold- Formed Steel Structural Members," and AISI SG-911, "Load and Resistance Facet 13125-6 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal building systems.docx 0318-042-22 Design Specification fo r Steel St ructural Members," for design requirements and allowable stresses . H. Pre-Erection Conference : Conduct conference at Project site to comply with requirements in Div ision 1 Section "Project Management and Coordination ." Review methods and procedures related to metal building systems including , but not limited to , the following : 1. Inspect and discuss condition of foundations and other preparatory work performed by other trades . 2 . Rev iew structural load limitations. 3. Review required testing , inspecting , and certifying procedures . 1.07 DELIVERY, STORAGE , AND HANDLING A. Deliver components , sheets , panels , and other manufactured items so as not to be damaged or deformed. Package roof and wall panels for protection during transportation and handling. 8 . Handling: Unload , store, and erect roof and wall panels to prevent bending , warping , twisting, and surface damage . C . Stack materials on platforms or pallets , covered with tarpaulins or other suitable weathertight and ventilated covering . Store roof and wall panels to ensure dryness . Do not store panels in contact with other materials that might cause staining , denting , or other surface damage . 1.08 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when weather conditions permit roof and wall panel installation to be performed according to manufacturer's written instructions and warranty requirements . 8. Field Measurements: Verify metal building system foundations by field measurements before metal building fabrication and indicate measurements on Shop Drawings . Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Established Dimensions for Foundations : Where field measurements cannot be made without delaying the Work , establish foundation dimensions and proceed with fabricating structural framing without field measurements. Coordinate anchor-bolt installation to ensure that actual anchorage dimensions correspond to established dimensions. 2. Established Dimensions for Panels: Where field measurements cannot be made without delaying the Work, either establish framing and opening dimensions and proceed with fabricating roof and wall panels without field measurements, or allow for field-trimming panels. Coordinate roof and wall construction to ensure that actual building dimensions, locations of structural members, and openings correspond to established dimensions. 1.09 COORDINATION 13125-7 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects \0318\042-22\specs\conformed\ 13125 metal building systems .docx 0318-042-22 A. Coordinate size and location of concrete foundations and casting of anchor-bolt inserts into foundation . Concrete , reinforcement , and formwork requirements are specified in Division 3 Section 03310 "INSERT CORRECT SECTION NAME." B . C. 1.10 WARRANTY D. Special Warranty on Metal Panel Finishes : Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory-applied finishes within specified warranty pe riod . 1. Fluoropolymer Finish: Deterioration includes, but is not limited to , the following: a . Color fading more than 5 Hunter units when tested according to ASTM D 2244. b . Chalking in excess of a No . 8 rating when tested according to ASTM D 4214 . c . Cracking, checking , peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period : 20 years from date of Substantial Completion. E. Special Weather Tightness Warranty for Standing-Seam Metal Roof Panels : Manufacturer's standard form in which manufacturer agrees to repair or replace standing-seam , metal roof panel assemblies that fail to remain weathertight, including leaks , within specified warranty period. 1. Warranty Period : 20 years from date of Substantial Completion. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work shall comply with this specification . 2.02 STRUCTURAL-FRAMING MATERIALS A. W-Shapes : ASTM A 992/A 992M; ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529M, Grade 50 or 55 . B. Channels , Angles, M-Shapes, and S-Shapes : ASTM A 36/A 36M; ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529M , Grade 50 or 55. C . Plate and Bar: ASTM A 36/A 36M ; ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529M , Grade 50 or 55. D . Steel Pipe: ASTM A 53/A 53M, Type E or S, Grade B. E. Cold-Formed Hollow Structural Sections: ASTM A 500, Grade B or C, structural tubing. 13125-8 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal building systems.docx SEPTEMBER 2010 0318-042-22 F. Structural-Steel Sheet: Hot-rolled, ASTM A 1011/A 1011M, Structural Steel (SS), Grades 30 through 55 , or High-Strength Low Alloy Steel (HSLAS), Grades 45 through 70 ; or cold-rolled , ASTM A 1008/A 1008M, Structural Steel (SS), Grades 25 through 80, or High -Strength Low Alloy Steel (HSLAS), Grades 45 through 70 . G . Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grades 33 through 80 or High-Strength Low Alloy Steel (HSLAS), Grades 50 through 80 ; with G60 coating designation ; mill phosphatized . H . Metall ic-Coated Steel Sheet Prepainted with Coil Coating : When required for secondary framing , steel sheet metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755/A 755M . 1. Zinc-Coated (Galvan ized) Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grades 33 through 80 or High -Strength Low Alloy Steel (HSLAS), Grades 50 through 80 ; with G90 coating designation . 2 . Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M , Structural Steel (SS), Grade 50 or 80; with Class AZ50 coating. I. Non-High-Strength Bolts , Nuts , and Washers : ASTM A 307, Grade A , carbon -steel, hex-head bolts ; ASTM A 563 carbon-steel hex nuts; and ASTM F 844 plain (flat) steel washers. 1. Finish : Hot-dip zinc coating , ASTM A 153/A 153M , Class C . J . High-Strength Bolts , Nuts, and Washers : ASTM A 325, Type 1, heavy hex steel structural bolts ; ASTM A 563 heavy hex carbon-steel nuts ; and ASTM F 436 hardened carbon-steel washers . 1. Finish : Hot-dip zinc coating, ASTM A 153/A 153M, Class C . K. High-Strength Bolts , Nuts , and Washers : ASTM A 490, Type 1, heavy hex steel structural bolts or tension-control , bolt-nut-washer assemblies with splined ends; ASTM A 563 heavy hex carbon-steel nuts; and ASTM F 436 hardened carbon-steel washers , plain . L. Anchor Rods : ASTM F 1554, Grade 36 , straight. 1. Nuts : ASTM A 563 heavy hex carbon steel. 2. Plate Washers : ASTM A 36/A 36M carbon steel. 3 . Washers : ASTM F 436 hardened carbon steel. 4 . Finish : Hot-dip zinc coating , ASTM A 153/A 153M , Class C . M. Threaded Rods: ASTM A 36/A 36M . 1. Nuts: ASTM A 563 heavy hex carbon steel. 2 . Washers : ASTM A 36/A 36M carbon steel. 3. Finish : Hot-dip zinc coating , ASTM A 153/A 153M, Class C . N. All primary structural framing members shall be hot dip galvanized in accordance with ASTM A123. All secondary structural framing members (purlins , girts, struts , etc.) shall be fabricated from galvanized steel sheet in accordance with ASTM A653 or aluminum- zinc alloy coated steel sheet in accordance with ASTM A792 . 2.03 PANEL MATERIALS 13125-9 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal build ing systems.docx SEPTEMBER 2010 0318-042-22 A . Metallic-Coated Steel Sheet Prepainted with Coil Coating: Steel sheet metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755 . 1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653 , Structural Steel (SS), Grades 33 through 80, with G90 coating designation . 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792 , Structural Steel (SS), Grade 50 or 80 ; with Class AZ50 coating designation . 3. Surface: Smooth, flat finish. 4 . Exposed Finishes: Apply the following coil coating , as specified or indicated on Drawings: a . High-Performance Organic Finish (2-Coat Fluoropolymer): AA- C12C40R 1 x (Chemical Finish : cleaned w ith inhibited chemicals ; Chemical Finish : conversion coating; Organic Coating: manufacturer's standard 2- coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight). Prepare , pretreat, and apply coating to exposed metal surfaces to comply with AAMA 2605 and with coating and resin manufacturers' written instructions , except as modified below: 1) Humidity Resistance: 2000 hours . 2) Salt-Spray Resistance : 2000 hours . b . Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored backer finish, consisting of prime coat and wash coat with a total minimum dry film thickness of 0 .5 m il 8. Panel Sealants: Provide the following : 1. Sealant Tape : Pressure-sensitive , 100 percent solids , gray polyisobutylene compound sealant tape with release-paper backing . Provide permanently elastic, nonsag , nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. 2 . Joint Sealant: ASTM C 920; one-part elastomeric polyurethane , polysulfide , or silicone-rubber sealant; of type, grade , class , and use classifications required to seal joints in panels and remain weathertight; and as recommended by metal building system manufacturer. C . Mastic for Translucent Panels: Nonstaining, saturated vinyl polymer as recommended by panel manufacturer for sealing laps. 2 .04 MISCELLANEOUS MATERIALS A. Fasteners: Self-tapping screws , bolts, nuts , self-locking rivets and bolts , end-welded studs, and other suitable fasteners designed to withstand design loads. Provide fasteners with heads matching color of materials being fastened by means of plastic caps or factory-applied coating . 1. Fasteners for Metal Roof Panels : Self-drilling or self-tapping, zinc-plated, hex- head carbon-steel screws , with a sta inless-steel cap or zinc-aluminum-alloy head and EPDM or neoprene sealing washer. 2. Fasteners for Metal Wall Panels: Self-drilling or self-tapping , zinc-plated, hex- head carbon-steel screws , with nylon or polypropylene washer. 13125-10 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\03 18\042-22\specs\conformed\13125 metal building systems.docx 0318-042-22 B. Bituminous Coating : Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15- mil (0.4-mm) dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities . C. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, noncorrosive , nonstaining , mixed with water to consistency suitable for application and a 30-minute working time . 2.05 A. Metal Panel Sealants: 1. Sealant Tape : Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. 2. Joint Sealant: ASTM C 920; one-part elastomeric polyurethane, polysulfide, or silicone-rubber sealant. 2.06 FABRICATION , GENERAL A. General : Design components and field connections required for erection to permit easy assembly and disassembly. 1. Fabricate components in a manner that once assembled in the shop, they may be disassembled , repackaged, and reassembled in the field . 2 . Mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals. 3. Fabricate framing to produce clean, smooth cuts and bends . Punch holes of proper size, shape, and location. Cold-formed members shall be free of cracks, tears, and ruptures. B. Primary Framing: Shop-fabricate framing components to indicated size and section with baseplates , bearing plates, stiffeners, and other items required for erection welded into place . Cut, form , punch, drill, and weld framing for bolted field assembly. 1 . Make shop connections by welding or by using high-strength bolts . 2 . Join flanges to webs of built-up members by a continuous submerged arc- welding process . 3. Brace compression flange of primary framing by angles connected between frame web and purlin or girt web, so flange compressive strength is within allowable limits for any combination of loadings . 4. Weld clips to frames for attaching secondary framing members . C. Secondary Framing : Shop-fabricate framing components to indicated size and section by roll-forming or break-forming, with baseplates, bearing plates , stiffeners, and other plates required for erection welded into place. Cut, form, punch, drill, and weld secondary framing for bolted field connections to primary framing. 1. Make shop connections by welding or by using non-high-strength bolts. D. Tolerances: Comply with MBMA's "Low Rise Building Systems Manual": Chapter IV, Section 9, "Fabrication and Erection Tolerances." 2.07 STRUCTURAL FRAMING 13125-11 METAL BUILDING SYSTEMS f:\projects\0318\042-22\specs\conformed\ 13125 metal building systems .docx SEPTEMBER 2010 0318-042-22 A. Primary Framing : Manufacturer's standard structural primary framing system, designed to withstand required loads and specified requirements. Primary framing includes rafter, rake and canopy beams; sidewall , intermediate, end-wall, and corner columns; and wind bracing/rigid portal frames. 1. General : Provide frames with attachment plates, bearing plates , and splice members. Factory drill for field-bolted assembly. Provide frame span and spacing indicated. a . Slight variations in span and spacing may be acceptable if necessary to meet manufacturer's standard, as approved by Engineer. 2 . Rigid Modular Frames : I-shaped frame sections fabricated from shop-welded, built-up steel plates or structural-steel shapes. 3 . Frame Configuration : Single gable. 4 . Exterior Column Type : Uniform depth or tapered . 5. Rafter Type : Uniform depth or tapered . B. End-Wall Framing: Manufacturer's standard primary end-wall framing fabricated for field-bolted assembly to comply with the following : 1. End-Wall and Corner Columns: I-shaped sections fabricated from structural- steel shapes; shop-welded, built-up steel plates; or C-shaped, cold-formed, structural-steel sheet; with minimum thickness of 0.0747 inch. 2. End-Wall Rafters : C-shaped , cold-formed , structural-steel sheet; with minimum thickness of 0.0598 inch . C . Secondary Framing : Manufacturer's standard secondary framing members, including purlins, girts, eave struts, flange bracing , base members, gable angles , clips, headers, jambs, and other miscellaneous structural members. Fabricate framing from cold- formed, structural-steel sheet or roll-formed, metallic-coated steel sheet prepainted with coil coating , unless otherwise indicated , to comply with the following: 1. Purlins: C-or Z-shaped sections; fabricated from minimum 0.0598-inch-thick steel sheet, built-up steel plates, or structural-steel shapes ; minimum 2-1/2- inch-wide flanges. · 2. Girts: C-or Z-shaped sections; fabricated from minimum 0.0598-inch-thick steel sheet, built-up steel plates, or structural-steel shapes. Form ends of Z- sections with stiffening lips angled 45 to 50 degrees to flange and with minimum 2-1/2-inch-wide flanges . 3. Eave Struts : Unequal-flange, C-shaped sections; fabricated from 0 .0598-inch- thick steel sheet, built-up steel plates , or structural-steel shapes ; to provide adequate backup for both roof and wall panels. 4. Flange and Sag Bracing: Minimum 1-5/8-by-1-5/8-inch structural-steel angles, with a minimum thickness of 0 .0598 inch to stiffen primary frame flanges. 5. Base or Sill Angles: Minimum 3-by-2-by-0.0747-inch zinc-coated (galvanized) steel sheet. 6 . Purlin and Girt Clips: Minimum 0.0747-inch-thick , zinc-coated (galvanized) steel sheet. 7. Secondary End-Wall Framing: Manufacturer's standard sections fabricated from minimum 0 .0747-inch-thick, zinc-coated (galvanized) steel sheet. 8 . Framing for Openings: Channel shapes; fabricated from minimum 0 .0598-inch- thick, cold-formed, structural-steel sheet or structural-steel shapes. Frame head and jamb of door openings, and head, jamb, and sill of other openings . 13125-12 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal build ing systems.docx 0318-042-22 9. Miscellaneous Structural Members : Manufacturer's standard sections fabricated from cold-formed, structural-steel sheet; built-up steel plates; or zinc-coated (galvanized) steel sheet; designed to withstand required loads . D. Bracing: Provide adjustable wind bracing as follows : 1. Bracing : Provide wind bracing using any method specified above , at manufacturer's option. 2.08 ROOF PANELS A. Standing-Seam Roof Panels : Manufacturer's standard panels complying with the following : 1. Ribbed Roof Panels : Fabricate from metallic-coated steel sheets prepainted with coil coating, factory formed to provide 24-inch coverage; with 3-inch-high (including seam), raised trapezoidal major ribs at panel edges, and intermediate stiffening ribs symmetrically spaced between major ribs for full length of panel. Comply with the following: a. Material : Zinc-coated (galvanized) steel or aluminum zinc alloy-coated steel. b. Yield Strength : _80 ksi. c. Metal Thickness : 0.0239 inch. d. Joint Type : Standard by manufacturer. e. Clip System: Floating to accommodate thermal movement. B . Roof Panel Accessories : Provide components required for a complete roof panel assembly including trim, copings , fasciae , mullions, sills, corner units, ridge closures, clips, seam covers, battens, flashings , gutters, sealants, gaskets, fillers, closure strips , and similar items. Match materials and finishes of roof panels, unless otherwise indicated . 1. Closures : Provide closures at eave and ridge, fabricated of same metal as roof panels. 2 . Clips : Minimum 0.0625-inch-thick, stainless-steel panel clips designed to withstand negative-load requirements. 3. Cleats : Mechanically seamed cleats formed from minimum 0.0250-inch-thick, stainless-steel or nylon-coated aluminum sheet. 4 . Backing Plates: Provide metal backing plates at panel end splices , fabricated from material recommended by manufacturer. C. Exterior Finish : Apply the following coil coating to roof panels and accessories: 1. Fluoropolymer Two-Coat System: Manufacturer's standard two-coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight, with a total minimum dry film thickness of 1 mil and 30 percent reflective gloss when tested according to ASTM D 523. a . Durability: Provide coating field tested under normal range of weather conditions for a minimum of 20 years without significant peel, blister, flake, chip , crack, or check in finish; without chalking in excess of a chalk rating of 8 according to ASTM D 4214; and without fading in excess of five Hunter units. 13125-13 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal build ing systems.docx 0318-042-22 2. Colors , Textures , and Glosses: As selected by OWNER from manufacturer's full range for these characteristics. D . Concealed Finish : Apply pretreatment and manufacturer's standard white or light- colored backer finish, consisting of prime coat and wash coat with a total 0 .5 mil minimum dry film th ickness. 2.09 WALL PANELS A. Reverse-Rib-Profile, Exposed-Fastener Metal Wall Panels : Formed with recessed , trapezoidal major valleys and intermediate stiffening valleys symmetrically spaced between major valleys ; designed to be field assembled by lapping side edges of adjacent panels and mechanically attaching panels to supports using exposed fasteners in side laps. 1. Material : Zinc-coated (galvanized) steel sheet, 0 .0209 inch (0 .55 mm) thick . a. Exterior Finish: Fluoropolymer. b . Color: As selected by ENGINEER from manufacturer's full range . 2 . Unless otherwise specified or shown on the drawings , comply with the following : a. Major-Rib Spacing : 12 inches (305 mm) o .c. b. Panel Coverage: 36 inches (914 mm). c. Panel Height: 1.125 inches (29 mm). B. Concealed-Fastener Metal Wall Panels: Formed with vertical panel edges and a single wide recess, centered between panel edges; with flush joint between panels ; with 1- inch-(25-mm-) wide fla·nge for attaching interior finish; designed to be field assembled by lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners and factory-applied sealant in side laps. 1. Material: Zinc-coated (galvanized) steel sheet, 0.0209 inch (0 .55 mm) thick . a. Exterior Finish : Fluoropolymer. b. Color: As selected by ENGINEER from manufacturer's full range . 2 . Panel Coverage : 16 inches (406 mm). 3 . Panel Height: 3 inches (76 mm). 2.10 FASCIA AND SOFFIT PANELS G. A0 General: Provide factory-formed metal soffit panels designed to be field assembled by & lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners and factory-applied sealant in side laps. Include accessories required for weathertight installation . 2.11 ACCESSORIES 0:-'A ! General: Provide accessories as standard with metal building system manufacturer, and complying with the following: 4. Provide sheet metal accessories of same material and in same finish as roof and wall panels , unless otherwise indicated . €. B Fasteners: Self-tapping screws, bolts , nuts , self-locking rivets and bolts, end-welded 0 studs, and other suitable fasteners designed to withstand design loads. Provide ~ 13125-14 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\13125 metal bu il ding systems .docx SEPTEMBER 2010 0318-042-22 fasteners w ith heads matching color of roof or wall sheets by means of plastic caps or factory-applied coating. Comply with the following: 5 . Fasteners for Roof and Wall Panels: Self-drilling or self-tapping 410 stainless or zinc-alloy steel hex washer head, with EPDM or PVC washer under heads of fasteners bearing on weather side of panels. 6. Fasteners for Flashing and Trim : Blind fasteners or self-drilling screws with hex washer head . 7. Blind Fasteners: High -strength aluminum or stainless-steel rivets . ~ C. Flashing and Trim: Form from 0 .0179-inch-thick, zinc-coated (galvanized) steel /\ sheet or aluminum -zinc alloy-coated steel sheet prepainted with co il coating. Provide~ flashing and trim as required to seal against weather and to provide finished appearance . Locations include, but are not limited to , eaves, rakes, corners , bases, framed openings, ridges , fasciae, and fillers . Finish flashing and trim with same finish system as adjacent roof or wall panels. G,. Q. Gutters: Form from 0.0179-inch-thick, zinc-coated (galvanized) steel sheet or /;- aluminum-zinc alloy-coated steel sheet prepainted with coil coating. Match profile of~ gable trim , complete with end pieces , outlet tubes , and other special pieces as required . Fabricate in minimum 96-inch-long sections, sized according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports spaced 36 inches o.c., fabricated from same metal as gutters. Provide bronze ,-copper, or aluminum wire ball strainers at outlets. Finish gutters to match roof fascia and rake trim. M-: E. Downspouts: Form from 0.0179-inch-thick, zinc-coated (galvanized) steel sheet or /;- aluminum-zinc alloy-coated steel sheet prepainted with coil coating; in 10-foot-long ~ sections, complete with formed elbows and offsets. Finish downspouts to match wall panels . Roof Curbs: Fabricate curbs from 0.0478-inch-thick, zinc-coated (galvanized) steel /\ sheet or aluminum-zinc alloy-coated steel sheet prepainted with coil coating ; with ~ welded top box and bottom skirt, and integral full-length cricket. Fabricate curb subframing of minimum 0.0598-inch-thick, angle-, C-, or Z-shaped steel sheet. Fabricate curb and subframing to withstand indicated loads , of size and height indicated. Finish roof curbs to match roof panels. Grayity Ridge Veryts ; Lowp"?fil~. 5,ingle units with dimensions.of 12 inch throat PY 10 lt, /;- length, min. Cold formed ste~I, construction of ,Jninimum 26 gage. Vent and all: ~ exposed components to m~tgh roof Pc!peling fin jsh q,flci .<::CJIO[. ~efer to. drawings foli required quantity and '· locqtions.. yeDts st,alJ i Qclµde bira screen. Vent closer- mechanism not requir~d .. Fastening efnd supJ:?orfs to be de,signes1 to _withstand the de§.i gn loads s7 e9ifie~t "' ~: ,, · : ,~-· 2 .12 FINISHES, GENERAL J:. 'A"' Comply with NMMM's "Metal Finishes Manual for Engineering and Metal Products" for recommendations for applying and designating finishes. K-~-Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. 13125-15 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal building systems.docx 0318-042-22 Noticeable variations i n the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. b Q. Pipe Flashing : Premolded , EPDM pipe collar w ith flexible aluminum ring bonded to 0, base. ~ 2.13 SOURCE QUALITY CONTROL M . A., Owner will employ an i ndependent testing agency to perform source quality-control testing and special inspections, and to prepare test reports . 8 . Testing agency will conduct and interpret tests and state in each report whether 9. test specimens comply with or deviate from requirements . Allow Owner's testing agency access to places where structural framing is being fabricated or produced . Cooperate with Owner's testing agency and provide samples of materials as may be requested for additional testing and evaluation. 10. Special inspections will not be required when fabrication is performed by a fabricator registered and approved by authorities having jurisdiction to perform such work without special inspection . ~ :9 Correct deficiencies in or remove and replace structural framing that inspections and 0, test reports indicate do not comply with requirements. ~ G. C Additional testing, at Contractor's expense , will be performed to determine compliance 0, of corrected Work with requirements. ~ l'-c I). Shop-bolted connections will be inspected according to RCSC's "Load and Resistance 8 Factor Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts ." Q.E 11. Direct-tension indicator gaps will be ve r ified to comply with ASTM F 959 , Table 2. In addition to visual i nspection , shop weld ing will be inspected and tested according to AWS 01 .1 and the inspection procedures listed below, at testing agency's option: 12. Radiographic Inspection: ASTM E 94, minimum quality level 2-2T. Testing agency will report test results promptly and in writing to Contractor and 8 Engineer. PART 3 -EXECUTION 3 .01 EXAMINATION A Examine substrates , with Erector present, for compliance with requirements for installation tolerances and other conditions affecting performance of metal building system . 1. For the record, prepare written report , endorsed by Erector, listing conditions detrimental to performance of work. 2 . Proceed with erection only after unsatisfactory conditions have been corrected. 13125-16 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\03 181042-22\specs\conformed\ 13125 metal building systems .docx 0318-042-22 8 . Before erection proceeds , survey elevations and locations of concrete bearing surfaces , baseplates , and anchor bolts to receive structural framing . Verify compl iance with requirements and metal build ing system manufacturer's tolerances. 3.02 PREPARATION A. Clean substrates of substances , includ ing o il, grease , rolling compounds , incompatible primers , and loose mill scale that impair bond of erection materials . 8 . Surface Preparation : Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particuf ar substrate cond ition and as specified . 3.03 ERECTION A. Erect metal building system according to manufacturer's written instructions and erection drawings. 8 . Do not field cut, drill, or alter structural members w ithout written approval from metal building system manufacturer's professional engineer. C. Set structural framing in locations and to elevations indicated and according to AISC specifications referenced in this Section . Maintain structural stability of frame during e rection. D. Baseplates and Bearing Plates : Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen surfaces before setting baseplates and bear ing plates . Clean bottom surface of baseplates and bearing plates . 1. Set baseplates and bearing plates for structural members on wedges , shims , or setting nuts. 2 . Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding , cut off flush with edge of baseplate o r bearing plate before packing w ith grout. 3. Pack grout solidly between bearing surfaces and plates so no voids remain. Finish exposed surfaces , protect installed materials , and allow to cure . a . Comply with manufacturer's written instructions for proprietary grout materials . E. Align and adjust framing members before permanently fastening. Before assembly, .clean bearing surfaces and othe r surfaces that will be in permanent contact. Make adjustments to compensate for d iscrepancies in elevations and alignment. 1. Level and plumb individual members of structure. 2. Establish required leveling and plumbing measurements on mean operating temperature of structure. Make allowances for difference between temperature at time of erection and mean temperature at which structure will be when completed and in service . F. Primary Framing and End Walls: Erect framing true to line, level , plumb , rigid ; and secure . Level baseplates to a true even plane with full bearing to supporting structures, set with double-nutted anchor bolts . Use grout to obtain uniform bearing 13125-17 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 131 2 5 metal building systems.docx 0318-042-22 and to maintain a level base-line elevation . Moist cure grout for not less than seven days after placement. 1. Make field connections using high-strength bolts. Tighten bolt by turn-of-the- nut method. G . Secondary Framing : Erect framing true to line , level, plumb, rigid, and secure. Fasten secondary framing to primary framing using clips with field connections using non-high- strength bolts. Hold rigidly to a straight line by sag rods. 1. Provide rake or gable purlins with tight-fitting closure channels and fasciae . 2 . Locate and space wall girts to suit door and window arrangements and heights. 3. Locate canopy framing as indicated . 4. Provide supplemental framing at entire perimeter of openings, including doors, windows, louvers, ventilators, and other penetrations of roof and walls. H. Bracing: Install bracing in roof and sidewalls where indicated on erection drawings. 1. Tighten rod and cable bracing to avoid sag. 2. Locate interior end bay bracing only where indicated . I. Framing for Openings: Provide shapes of proper design and size to reinforce openings and to carry loads and vibrations imposed , including equipment furnished under mechanical and electrical work. Securely attach to building structural frame . J. Erection Tolerances: Maintain erection tolerances of structural framing within AISC's "Code of Standard Practice for Steel Buildings and Bridges." 3.04 METAL PANEL INSTALLATION, GENERAL A. General: Anchor metal panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Field cut metal panels as required for doors, windows, and other openings . Cut openings as small as possible, neatly to size required, and without damage to adjacent metal panel finishes. Field cutting of metal panels by torch is not permitted unless approved in writing by manufacturer. 2. Install metal panels perpendicular to structural supports, unless otherwise indicated. 3 . Flash and seal metal panels with weather closures at perimeter of openings and similar elements. Fasten with self-tapping screws. 4 . Locate metal panel splices over, but not attached to, structural supports with end laps in alignment. Stagger panel splices and end laps to avoid a four-panel lap splice condition. 5. Lap metal flashing over metal panels to allow moisture to run over and off the material. B . Lap-Seam Metal Panels: Install screw fasteners with power tools having controlled torque adjusted to compress neoprene washer tightly without damage to washer, screw threads, or metal panels . Install screws in predrilled holes. Arrange and nest side-lap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. 13125-18 METAL BUILDING SYSTEMS f:\projects\0318\042-22\specs\confonned\ 13125 metal building systems.docx SEPTEMBER 2010 0318-042-22 C . Metal Protection : Where dissimilar metals will contact each other or corrosive substrates , protect against galvanic action by painting contact surfaces with bituminous coating , by applying rubberized-asphalt underlayment to each contact surface , or by other permanent separation as recommended by metal roof panel manufacturer. D. Joint Sealers : Install gaskets , joint fillers, and sealants where indicated and where required for weatherproof performance of metal panel assemblies. Provide types of gaskets, fillers, and sealants indicated or, if not indicated, types recommended by metal panel manufacturer. 3.05 METAL ROOF PANEL INSTALLATION A. General: Provide metal roof panels of full length from eave to ridge , unless otherwise indicated or restricted by shipping limitations . Install ridge and hip caps, if applicable , as metal roof panel work proceeds . B . Field-Assembled, Standing-Seam Metal Roof Panels : Fasten metal roof panels to supports with concealed clips at each standing-seam joint at location, spacing, and with fasteners recommended by manufacturer. 1. Install clips to supports with self-tapping fasteners. 2 . Seamed Joint: Crimp standing seams with manufacturer-approved motorized seamer tool so clip, metal roof panel , and factory-applied sealant are completely engaged. 3. Rigidly fasten eave end of metal roof panels and allow ridge end free movement due to thermal expansion and contraction. Predrill panels for fasteners. 4 . Provide metal closures as required at peaks , rake edges , rake walls, and each side of ridge and hip caps. C. Field-Assembled, Lap-Seam Metal Roof Panels : Fasten metal roof panels to supports with exposed fasteners at each lapped joint at location and spacing recommended by manufacturer. 1. Provide sealant tape at lapped joints of metal roof panels and between panels and protruding equipment, vents, and accessories . 2. Apply a continuous ribbon of sealant tape to weather-side surface of fastenings on end laps and on side laps of nesting-type metal panels; on side laps of ribbed or fluted metal panels; and elsewhere as needed to make metal panels weatherproof to driving rains . 3 . At metal panel splices , nest panels with minimum 6-inch (152-mm) end lap, sealed with butyl-rubber sealant and fastened together by interlocking clamping plates. D. Metal Fascia Panels: Align bottom of metal panels and fasten with blind rivets, bolts, or self-tapping screws . Flash and seal metal panels with weather closures where fasciae meet soffits, along lower panel edges , and at perimeter of all openings . 3.06 METAL WALL PANEL INSTALLATION A. General: Install metal wall panels in orientation , sizes, and locations indicated on Drawings. Install panels perpendicular to girts, extending full height of building, unless 13125-19 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal building systems.docx SEPTEMBER 2010 0318-042-22 otherwise indicated . Anchor metal wall panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. When two rows of metal panels are required , lap panels 4 inches (102 mm) minimum. 2 . When build ing he ight requ ires two rows of metal panels at gable ends , align lap of gable panels over metal wall panels at eave height. 3. Rigidly fasten base end of metal wall panels and allow eave end free movement due to thermal expansion and contraction . Predrill panels. 4 . Flash and seal metal wall panels with weather closures at eaves, rakes , and at perimeter of all openings . Fasten with self-tapping screws . 5 . Install screw fasteners in predrilled holes . 6. Apply elastomeric sealant continuously between metal base channel (sill angle) and concrete, and elsewhere as indicated , or if not indicated, as necessary for waterproofing . 7. Align bottom of metal wall panels and fasten with blind rivets , bolts , or self- tapping screws. 8. Provide weatherproof escutcheons for pipe and conduit penetrating exterior walls . · B . Field-Assembled, Metal Wall Panels: Install metal wall panels on exterior side of girts . Attach metal wall panels to supports with fasteners as recommended by manufacturer. 3.07 METAL SOFFIT PANEL INSTALLATION A. Provide metal soffit panels full width of soffits. Install panels perpendicular to support framing . B . Flash and seal metal soffit panels with weather closures where panels meet walls and at perimeter of all openings. 3 .08 ACCESSORY INSTALLATION A. General : Install gutters, downspouts , and other accessories according to manufacturer's written instructions , with positive anchorage to building and weathertight mounting . Coordinate installation with flashings and other components . B. Flashing and Trim : Comply with performance requirements , manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide for thermal expansion of metal units; conceal fasteners where possible , and set units true to line and level as indicated . Install work with laps, joints , and seams that will be permanently watertight and weather resistant. 1. Install exposed flashing and trim that is without excessive oil canning, buckling , and tool marks and that is true to line and levels indicated , with exposed edges folded back to form hems . Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. 2. Expansion Provisions : Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection . Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently weather 13125-20 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\proj ects\0318\042-22\specs\conformedl 13125 metal build ing systems .docx 0318-042-22 resistant and waterproof, form expans ion joints of intermeshing hooked flanges , not less than 1 inch deep, filled with mastic sealant (concealed within joints). 3. Separations : Separate metal from incompatible metal or corrosive substrates by coat ing concealed surfaces , at locations of contact, with asphalt mastic or other permanent separation as recommended by manufacturer. C . Gutters : Join sections with riveted and soldered or lapped and sealed joints . Attach gutters to eave with gutter hangers spaced not more than 4 feet o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expans ion. D. Downspouts : Join sections with 1-1 /2-inch telescoping joints . Provide fasteners designed to hold downspouts securely 1 inch away from walls ; locate fasteners at top and bottom and at approximately 60 inches o.c. in between . 1. Provide elbow at base of downspout to direct water away from build ing and/or structure . 2 . Tie downspouts to underground drainage system indicated . E . Louvers: Locate and place louver units level , plumb , and at indicated alignment with adjacent work. 1. Use concealed anchorages where possible . Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertig ht connection . 2 . Provide perimeter reveals and openings of un iform width for sealants and joint fillers. 3. Protect galvanized-and nonferrous-metal surfaces from corrosion or galvanic action by applying a heavy coating of bituminous pa int on surfaces that will be in contact with concrete, masonry, or dissimilar metals. 4 . Install concealed gaskets, flashings , joint fillers , and insulation as louver installation progresses , where weathertight louver joints are required. Comply with Divis ion 7 Section "Joint Sealants" for sealants applied during louver installation. F . Roof Curbs: Install curbs at locations indicated on Drawings. Install flashing around bases where they meet metal roof panels . G. Pipe Flashing : Form flashing around pipe penetration and roof panels. Fasten and seal to roof panel as recommended by manufacturer. H. Doors: After completing installation , test and adjust doors to operate easily, free of warp, twist , or distortion . I. Windows: Adjust operating sashes and ventilators , screens , hardware, and accessories for a tight fit at contact points and weather stripping for smooth operation and weathertight closure . Lubricate hardware and moving parts. J. Roof Ventilators : After completing installation , including work by other trades, lubricate, test , and adjust units to operate easily, free of warp, twist, or distortion as needed to provide fully functioning units . 13125-21 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conforrned\ 13125 metal buildi ng systerns .docx 0318-042-22 3.09 FIELD QUALITY CONTROL A. Testing Agency : Owner will engage a qualified independent testing agency to perform field quality-control testing. B . Extent and Testing Methodology: Testing and verification procedures will be required of high-strength bolted connections . 1. Bolted connections will be visually inspected. 2. High-strength, field-bolted connections will be tested and verified according to procedures in RCSC's "Load and Resistance Factor Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts ." 3. Field-bolted connections will be tested and verified according to procedures in RCSC's "Load and Resistance Factor Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts ." C . Testing agency w ill report test results promptly and in writing to Contractor and Engineer. 3.10 ADJUSTING D . Doors : After completing installation, test and adjust doors to operate easily , free of warp , twist, or distortion . E . Door Hardware : Adjust and check each operating item of door hardware and each door to ensure proper operation and function of every unit. Replace units that cannot be adjusted to operate as intended. 1. Door Closers : Adjust door closers to compensate for final operation of heating and ventilating equipment. Adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches (76 mm) from the latch , measured to the leading edge of the door. F . Windows: Adjust operating sashes and ventilators , screens, hardware , and accessories for a tight fit at contact points and weather stripping for smooth operation and weathertight closure . Lubricate hardware and moving parts. G . Roof Ventilators and Adjustable Louvers: After completing installation , including work by other trades, lubricate, test, and adjust units to operate easily, free of warp , twist, or distortion as needed to provide fully functioning units. 1. Adjust louver blades to be weathertight when in closed position. 3.11 CLEANING AND PROTECTION H. Repair damaged galvanized coatings on exposed surfaces with galvanized repair paint according to ASTM A 780 and manufactu rer's written instructions. I. Roof Panels: 1. Remove temporary protective coverings and strippable films, if any, as soon as each panel is installed. On completion of panel installation, clean finished surfaces as recommended by panel manufacturer and maintain in a clean condition during construction. 13125-22 SEPTEMBER 2010 METAL BUILDING SYSTEMS f:\projects\0318\042-22\specs\conformedl 13125 metal building systems.docx 0318-042-22 2. Replace panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 13125-23 SEPTEMBER 2010 METAL BUILDING SYSTEMS f :\projects\0318\042-22\specs\conformed\ 13125 metal building systems .docx PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 14350 JIB CRANE 0318-042-22 A. Drawings and general prov1s 1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to th is Sect ion . 1.02 SUMMARY A. Section Includes : 1. Jib crane . 2. Ho ist and trolley. 1.03 REFERENCES A. ASTM Internationa l (ASTM): 1. A 36 -Specification for Gray Iron Castings 2. A 572 -Specification for High-Strength Low-Alloy Columbium-Vanad i um Structural Steel 8 . American National Standards Institute (ANSI): 1. 830.10 Hooks 2 . 830 .11 Monorails and Underhung Cranes 3. 830.16 Overhead Ho ists (Underhung) C. Crane Manufacturers Association of America (CMAA): 1. Specification No . 70 -Single Girder Cranes D . National Electrical Manufacturer's Association (NEMA): MG-1 , Motors and Generators . E. National Fire Protection Association (NFPA): NFPA 70 , National Electric Code . F . Occupational Safety and Health Act (OSHA): 1. 1910.179 -Overhead and Gantry Cranes 1.04 SYSTEM DESCRIPTION A. Provide jib crane system consisting of support frame system , hoist trolley unit, trolley drives , pendant push button control system , electrical control panel , and · all related appurtenances for a complete operating system. 8 . Specific Requirements: As listed in Table 1. 14350-1 JIB CRANE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 TABLE 1 Jib Crane Requirements Description Unit A Tag Location UV Structure Type Floor-mounted Capacity , Ton 1/2 Jib Mast and Boom Mast HeiQht, Feet 23 Boom Length , CL Mast to Boom End , 15 Feet Clearance Above Top of Mast N/A Rotation 360° Type of Rotation: Motorized , Chain , Motorized Manual Rotation Speed, RPM 1/2 Current Collector · Rings (360° Rotation y Only) MountinQ; Floor or Concrete Pedestal Floor Hoist Trolley Service Class (MMA) Class C Operation: Motorized or Manual Motorized Trolley HP 1/4 Speed , FPM 25 Hoist Service Class (MMA) Class C Operation : Motorized or Manual Motorized Hoist HP 1 Speed, FPM 16 Highest Require Hook Elevation 491.5 ft Lowest Required Hook Elevation 472 ft Floor Elevation 472 ft Other Requirements ffagline Festoon System Yes Collector Entry, Bottom or Top Bottom Power Supply 460 V, 3 Phase, 60 Hertz 1.05 PERFORMANCE REQUIREMENTS A General: Jib crane shall be manufactured in accordance with current mandatory requirements of OSHA Section 1910.179, the appropriate standards of ANSI specifications, the National Electric Code, and the CMAA specifications . 8 . General configuration for the crane supporting framework shall not interfere with other equipment, electrical boxes, conduit or piping . The CONTRACTOR shall coordinate final dimensions . 14350-2 JIB CRANE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 C . Jib crane, hoist, trolley , and support frame system shall be capable of lifting and transporting rated load at any point along the specified travel area with deflection of the runway beams not exceeding length over 600 and support frame structural members deflection shall be limited to not impede trolley travel or exceed AISC requirements . 1. Jib crane mast limits , hook and trolley travel limits shall be as indicated on the Drawings or as specified herein. 2. The jib crane bumper shall be designed to limit stopping forces carrying the rated load at the specified speeds . D. Crane design , including stress limitations, factors of safety , bearing life and contactor rating , shall be in accordance with applicable provisions of CMAA specifications , Class C "Moderate Service", unless otherwise specified . E. The crane must be capable of installation with adequate horizontal and vertical clearances from adjacent structural components . 1.06 SUBMIITALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles , rated capacities, operating characteristics , electrical characteristics , and furnished specialties and accessories . B. Shop Drawings : The following submittals are required , at a minimum , in addition to any other applicable requirements of Division 1 Section 01300 "Submittals." Include plans , elevations , sections , details , and attachments to other work. 1. Detail equipment assemblies and indicate dimensions , weights , loads , required clearances , method of field assembly, components , and location and size of each field connection. 2. Wiring Diagrams : For power, signal, and control wiring. 3 . Modifications required for outdoor operating conditions , if applicable . 4 . Wiring Diagrams : For power, signal, and control wiring diagrams , including terminals and numbers . 5 . Complete motor nameplate data, as defined-by NEMA, motor manufacturer, and include any motor specifications . C. Operation and Maintenance Data : Provide in accordance with Division 1 Section 01350 "Operation and Maintenance Data ." D. Information Submittals: 1. Manufacturer's Certification of Compliance . 2. Special shipping , storage and protection , and handling instructions . 3 . Manufacturer's instructions for installation. 4. Manufacturer's Certificate of Proper Installation. 5. Location of nearest stocking distributor of spare parts . 6 . Suggested spare parts list to maintain the equipment in service for a period of one year. Include a list of special tools required for checking, testing , parts replacement , and maintenance with current pricing information. 7 . Qualification Data: For qualified manufacturer and factory-authorized service representative. 8 . Welding certificates. 14350-3 JIB CRANE V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 9 . Factory Test Reports : Based on evaluation of comprehensive tests performed by manufacturer. 10. Field quality-control reports . 11 . Product Certificates: For each jib crane furnished manufacturer's compliance with the specifications and suitable for the environment. 12 . Warranty : Sample of special warranty . 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications : 1. Jib crane shall be the product of a manufacturer having at least ten U.S. installations of the type being proposed each with a minimum of 5 years of satisfactory service . 2. A list of similar installations shall be furnished upon request with the shop drawing submittal , including names and telephone numbers of contacts . B. Installer Qualifications : Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. C. Source Limitations : Obtain jib cranes from single source . D. Welding Qualifications : Qualify procedures and personnel according to : 1. AWS 01 .1/01 .1 M, "Structural Welding Code -Steel." 2. AWS 014.1 "Welding Industrial and Mill Cranes and Other Materials Handling Equipment." E: Electrical Components , Devices , and Accessories : Listed and labeled as defined in · NFPA 70 , by a qualified testing agency, and marked for intended location and application. 1.08 · DELIVERY, STORAGE, AND HANDLING 1.09 Deliver, handle and store the bridge crane system components in accordance with shop drawings, manufacturer's written instructions , and the requirements of Division 1 Section 01600 "Material and Equipment." 1.10 PROJECT CONDITIONS A. Environmental Conditions : 1. All equipment including controls and drives specified herein shall be specifically designed for this service and the environment encountered in this installation . 2 . The environment will be moist, and corrosive , exhibiting hydrogen sulfide and other corrosive gases encountered in municipal wastewater treatment plants. 3 . Designed and capable of operation at ambient temperatures of 0°F to 110°F. Outdoor installations shall be capable of operation in the various weather conditions experienced at Project location. 14350-4 JIB CRANE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 1.11 WARRANTY 8 . Special Warranty : Manufacturer's standard form in which manufacturer agrees to repair or replace components of crane that fail in materials or workmansh ip within specified warranty period . 1. Warranty Period : Two (2) years from date of Substantial Completion . 2 . Cost for the removal , shipment , repair and installation of components by CONTRACTOR shall be included in warranty , as well as correction of defective work . 1.12 EXTRA MA TE RIALS C. Furn ish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents . D. Provide one (1) set of spare parts for a ll components exposed to operat ional wear during normal equipment service . ·1. Special tools necessary to maintain the equipment. 2 . Parts recommended by the manufactu rer as typically needed in the first two years of operation . PART 2 -PRODUCTS 2.01 MANUFACTURERS A Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include , but are not limited to , the following : 1. ProservAnchor Crane Group, Irving , Texas . 2 . Gaffey , Inc ., Fort Worth , Texas . 3. KCI Kone Cranes , Rockwall , Texas . 4 . P&H Morris Material Handling , Houston , Texas . 2.02 JIB CRANE A Mast and Boom : 1. Designed using ASTM A-36 or ASTM A-572 , GR 50 , structural steel beams , reinforced as required or fabricated plate box sections . 2. Designed for loadings , stresses , and stability in accordance with CMAA design specifications . 3 . Gusset and End Plate Connections : Utilized high strength ASTM A-325 bolts. 4 . Design Parameters : Capacity, boom length, rotation and related parameters shall be as shown on the drawings and as designated in the Performance paragraph . 5 . Safety Factor: 3:1 6. Crane mounting shall be as shown on the Drawings , designated herein, and in accordance with manufacturer's requirements . 7. Floor Mounted Jib Cranes : a . Boom fabricated using steel I-beam with removable end stops . 14350-5 JIB CRANE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 b. Provide machined lowe r roller carriage housed in the jib crane head sect ion , which is protected by steel side plates . Mount carriage of adjustable tension bolts permitting field adjustments . c. Mast constructed of steel pipe with heavy duty base plate and reinforcing gussets . d . The boom shall have no tendency to drift , without ass istance, toward any point of the circumference of rotation under loaded or unloaded conditions . To prevent drift , mast bearing shall include drag brake and/or a motor brake in the rotational drive. 8. Hoist , Cha in Type : 1. Hoists shall be electric chain w ith cha in conta iner with a min imum lift of 20 feet. 2. All hoist hooks shall have safety latches . 3. The hoisting machinery shall consist of a sta inless steel cha in, driven through suitable gear reductions by an electric motor ope rator, load blocks , hooks , and hoist braking . 4 . Hoist gearing shall be helical or spur type made from rolled or ·cast steel and shall have machine cut teeth. Pinions shall be made from alloy steel and shall be heat-treated . 5. The load block shall be furnished with ball or roller bearing sheaves and a roller type hook thrust bearing . Hook block sheaves and running sheaves shall be rolled or forged steel , furnished with anti-friction type bearings . 6 . Hooks shall have sufficient ductility to open noticeably before hook failure as a result of abuse or overload . The load hook shall be equipped with safety latch and shall be free to rotate 360 degrees with rated load , and shall be positively held in place with locknuts , collars , or other suitable devices. 7. A control circuit , upper limit switch shall be provided to stop the hoist when it reaches the highest lift position . 8 . Factory Testing : Provide Certificate verifies that every ho ist has been factory load . tested to 125% rated capacity in accordance with ASME 830.16 . 9. Color: Safety yellow baked enamel finish with load rating indicated in large black letters on the side of hoist. C. Hoist Trolley : Rigid body trolley designed to ride inside monorail designed to carry hoist and load or constructed in comb ination with ho ist. 1. Construction: Two-piece stamped steel body with two wheels each side and , if separate, a tapered clevis pos itioning ho ist hook at center of trolley so load weight is evenly distributed to all four trolley wheels . 2. Wheels: Four, removable, self-centering wheels with sealed lifetime lubricated bearings . 3. Operation : Motorized . 2.03 ELECTRICAL EQUIPMENT A Provide assembled electrical equ ipment on the crane , including motors , motor starters, pendant control and conduit. Cables furnished shall be cut to length and installed , as far as practical, for shipment. 8 . Electrical equipment shall be furnished in accordance with the applicable requirements of Article 610 of the latest issue of the National Electrical Code . Grounding on the 14350-6 JIB CRANE . VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 equipment and provisions for grounding the equipment to external grounding systems shall be in accordance with the requirements of the NEC and state and local regulations . C . Motors shall be squ irrel-cage type , NEMA Design B for crane and trolley motors and NEMA Design D for hoist motor, in accordance w ith NEMA Standards ; rated on not less than a 60-minute basis, with temperature rise in accordance with the latest NEMA Standards for the class of insulation and enclosure used . Overload relays shall be provided in all phases of polyphase alternating current motor . D. Provide a pendant control having momentary contact pushbuttons and a device , wh ich will disconnect motors from the line on failure of power , and will not permit any motor to be restarted until the controller hand le is brought to the OFF position or actuation of a reset switch or button. Undervoltage protection shall be prov ided as a function of each motor controller, or by a magnetic main line contactor. E. Controls shall be fully magnetic of the pla in reversing type , housed in NEMA 4 enclosure . Each magnetic control shall have contactors of sufficient size and quantity for starting , accelerating , reversing and stopping duty for the specified crane service class . Fo r variable speed motors , inverters for the hoist , and trolley controls shall be provided . F. Provide control transformers to supply 120 Volts AC to the pushbutton control stations . The pushbutton control stat ions shall be of heavy duty , oil-tight construct ion and suspended from the trolley or bridge. As requ ired , the control station shall contain pushbuttons for control of the crane , hoist, and trolley and an ON/OFF switch to operate a main line contactor which shall remove all power from the control station . 2.04 ACCESSORIES A. Equipment Identification Plates: A 16-gauge stainless steel identification plate shall be securely mounted on the equipment in a readily visible location . The plate shall bear 1/4-inch die-stamped equipment ielentification numbe r indicated in this Section and/or on the Drawings . 8. Lifting Lugs : Individual equipment and/or each field disassemble part we ighing over 100 pounds shall be provided with lifting lugs C. Anchor Bolts : Provide template and Type 316 sta inless steel anchors in accordance with Division 5 Section "Anchor Bolts, Expansion Anchors , and Concrete Inserts " and as shown on the Drawings . Size as required by manufacturer. D. Initial Supply of Lubricants : Manufacturer shall indicate types , brands, and quantities of initial lubricants , oil , grease , etc. necessary to startup equipment. CONTRACTOR shall provide and install the recommended lubricants and shall comply with all manufacturer recommended procedures . E. Grease Fittings : If applicable , manufacturer shall extend all grease fittings into one of three locations: each end truck (near access platform end) and on platform side of 14350-7 JIB CRANE VILLAGE CREEK RECLAIMED WAT ER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 trolley (in one central location). It shall be possible to service all lubrication areas from these three locations . 2.05 FINISHES A. Select the finish coating for the equipment based on location , substrate, and environment. Refer to Division 9 Section 09900 "Painting " and Coating System Schedule for information. 1. Provide polyurethane , pigmented (over epoxy zinc rich primer and high build epoxy . 2 . Color: Safety Yellow, with the crane load rating indicated in large black letters on the side of the girders. 2.06 SOURCE QUALITY CONTROL 1. Factory Tests : Equipment shall be fully assembled , subjected to no-load running tests and dismantled only as required to facilitate shipment. Hoist and trolley shall be load tested in the factory.EXECUTION 3.01 GENERAL A. Install and adjust equipment in accordance with the Drawings , approved shop drawings, and the manufacturer's instructions . Do not operate the equipment until the installation is approved by the manufacturer's representative . B. Comply with the requirements of Division 1 Section 01700 "Contract Closeout." 3.02 INSTALLATION A. Carefully handle and install the jib crane in strict accordance with the Manufacturer's recommendations and as indicated on the plans . 1. Install hoist trolley and stops. 2. Remove protective coatings and oils used for protection during shipment and installation . 3 . Flush, fill ; and grease lubricated systems in accordance with Manufacturer's instructions . B. Complete crane installation with controls, safety devices and auxiliary support systems necessary to start the equipment and verify that the crane functions correctly under no load conditions. C. Equipment 1. Check jib crane for correct operation and freedom of moving parts. 2. Align equipment to Manufacturer's tolerances. Adjust clearances and torques . 3. Check installation prior to start-up for conformance to Manufacturer's instructions . 4. Adjust or modify equipment to ensure proper operation . D. Correct any deficiencies or problems noted in Manufacturer's representative's installation reports . 3.03 FIELD QUALITY CONTROL 14350-8 JIB CRANE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 A Conduct field tests with the equipment in its installed position . 1. Perform a load test equal to 125 percent their rated capacity through the full range of travel motions and demonstrate to the ENGINEER that , under this load condition , the equ ipment shall perform satisfactorily throughout the complete range of operation . 2 . Check crane operation for excessive no ise , vibration , al ignment, and general operation . The unit shall perform in a manner acceptable to the ENGINEER before final acceptance will be made by the OWNER 8 . Prepare test and inspect ion reports . 3 .04 MANUFACTURER'S SERVICES Manufacturer's Representative : Present at Project site or classroom designated by OWNER , for minimum person-days listed below, travel time excluded : No . Person Days Work Description 1/2 Installation assistance and inspection . 1/2 Functional and performance testing . 1/4 Pre-startup classroom or site tra ining . 1/2 Facility startup. 1/4 Post-startup tra ining of OWNER'S personnel. Manufacturer's Representative For Startup And Testing : 3 .05 The services of the Manufacturer's technical representative shall be provided for pre - startup installation checks , startup assistance, training of Owner's operating personnel , troubleshooting and other services as requ ired in Division 1 Section 01640 "Manufacturer's Services . END OF SECTION 14350-9 JIB CRANE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 SECTION 15010 BASIC MECHANICAL REQUIREMENTS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A. The applicable prov isions of th is Section shall apply to the following : 1. Divis ion 11 -Equipment, all sections . 2 . Division 15 -Mechanical , all sections. B. Drawings are diagrammatic only and do not provide fully all dimensioned locations of various elements of work . Determine exact locations from field measurements . C . Where the word "concealed " is used in connect ion with insulating , painting , piping , ducts and the like , the word is understood to mean hidden from sight as in chases , furred spaces , or suspended ceilings . "Exposed " is understood to mean open to view . 1.03 REFERENCE STANDARDS A. Materials specified by reference to standards of ASTM, ANSI , AWWA, ASME , TxDOT, Federal , or other standard organizations must comply with latest edition (except where specified otherwise in individual sections by noting year or edition) in effect on date bids are received . B. Requirements in referenced standards established minimum requirements for all equipment, materials , and work . For instances where capacities , size , or other feature of the equipment , devices , or materials exceed these min imums , meet the listed or requirements specified in the Drawings and Specifications . 1.04 CODE REQUIREMENTS AND PERMITS A. Perform work in accordance with applicable statutes , ordinances , codes, and regulations of governmental authorities having jurisdiction . B . Resolve code violations discovered in Contract Documents with ENGINEER prior to award of Contract. After award of Contract , CONTRACTOR shall make any correction or addition necessary for compliance with applicable codes at no additional cost to OWNER. C. CONTRACTOR shall obtain and pay for all permits and licenses, pay all fees , and obtain all certificates of inspection and other permits required to place Work in operation . 1.05 OPERATION AND MAINTENANCE A. Provide required copies of operation and maintenance data when designated in the individual sections in accordance with Division 1 Section 01350. "Operation and Maintenance Data ." 15010-1 BASIC MECHANICAL REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 B. Provide the services of qualified manufacturers ' representatives when designated in the individual sections in accordance with Division 1 Section 01640 "Manufacturer's Serv ices ." 1.06 FACIL TY STARTUP , DEMONSTRATION , AND TRAINING A. Provide services of manufacturers ' representatives , as well as qualified personnel , when designated in the individual sections for equipment and system testing and facility startup in accordance with Division 1 Section 01650 "Startup Systems ." B . Provide qualified personnel and manufacturers ' representatives for the training of OWNER 'S personnel and for the demonstration of facility operation in accordance with Div ision 1 Section 01640 "Manufacturer's Services ." 1.07 QUALITY ASSURANCE A. Welding Qualifications : Qualify procedures and personnel accord ing to the applicable code for the materials and work involved : 1. AWS 01 .1/01 .1 M, "Structural Welding Code -Steel " 2. AWS 01 .2/01 .2M , "Structural Weld ing Code - A luminum " 3 . AWS 01 .3, "Structura l Welding Code -Sheet Steel " 4 . AWS 01 .4 , "Structura l Welding Code -Reinforcing Steel " 5. AWS 01 .6, "Structural Welding Code -Stainless steel " B. Weld ing Qualifications : Qualify procedures and operators accord ing to ASME Boiler and Pressure Vessel Code. C . Welding procedures and testing shall comply with ANSI 831 .1.0, "Standard Code for Pressure Piping , Power Piping ," and the AWS Welding Handbook. · D . Soldering and Brazing Procedures shall conform to ANSI 89.1 , "Standard Safety Code for Mechanical refrigerat ion ." E. Electrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70 , by a qualified testing agency, and marked for intended location and appl icat ion . 1.08 PROJECT CONDITIONS A. Division 1 Section "Material and Equipment" provides the admini5-trative and procedural requirements for selection of products for use in Project; product delivery , storage , and handling ; manufacturers' standard warranties on products; special warranties ; product substitutions ; and comparable products. These requi rements are in addition to requirements specified in the individual sections . 1.09 WARRANTY A. Special Warranty: Special warranties , in addition to the one year general construction warranty, are specified in various Sections . The special warranty time period starts with the date of Final Completion . 15010-2 BASIC MECHANICAL REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 PART 2 -PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Furn ish new and unused materials , products, and equipment of domestic manufacturer, unless otherwise specified . Where two or more units of the same type or class of equipment are required , provide units of a single manufacturer. B. Product selection procedures and substitution procedures are described in Division 1 Section 01600 . C . Motors 1. Comp ly w ith NEMA designation , tempe rature rat ing , service factor , enclosure type , and efficiency requirements for motors specified in applicable motor sections of Division 16. a . Motor Sizes: Min imum size as indicated. If not indicated , large enough so driven loads will not require motor to operate in service factor range above 1.0 . b . Controllers , Electrical Devices , and Wiring : Comply w ith requirements for electrica l devices and connections specified in Divis ion 16 Sections . D . Control Panels : Equipment manufacturer furn ished control panels shall comply with the requirements of Division 16 . 2 .02 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM 's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes . B . Protect mechanical finishes on exposed surfaces from damage by app lying a strippable , temporary protective covering before shipping . 2 .03 NOISE AND VIBRATION A. Select equipment to operate with minimum no ise and vibration . If objectionable noise or vibration is produced , or transmitted to or through the building structure by equ ipment , piping , ducts , or other parts of Work, rectify such conditions without additional cost to OWNER. 8 . If the item of equipment is j udged to produce objectionable no ise or vibration , demonstrate (without cost to OWNER) that equipment performs within designated lim its specified . 2 .04 CONCRETE A. Material: Concrete mixture for equipment and structural support bases pe r Division 3 and standard details . 2.05 STRUCTURAL MATERIAL A. Construct floor stands of structural members or steel pipe as designated in Division 5 Sect ion 05500 "Miscellaneous Metal Fabrication ." 8 . Work Platforms . Provide as shown on the Drawings and in accordance with Division 5 Section 05512 "Metal Platforms." 15010-3 BASIC MECHANICAL REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 C . Anchor Bolts . Unless otherwise designated provide Type 316 stainless steel in accordance with Div is ion 5 Secti on 05501 "Anchor Bolts , Expansion Anchors , and Concrete Inserts ." PART 3 -EXECUTION 3.01 GENERAL REQUIREMENTS A. Space Requirements . Cons ide r space limitations imposed by contiguous work , including clearances required for serv ice , in selection and location of equipment, products , and materials. Do not provide equ i pment, products, or materials which are not suitable in th is respect. B. Obstructions : 1. The Drawings for work associated with existing fac ilit ies , ind icate certain information perta ining to surface and subsurface obstructions obtain from ava ilable drawings . Such information is not guaranteed , however, as to accuracy of location or complete information . 2 . Before any cutting or trenching operations are begun , verify with Owner's Representative , ut ility compan ies , municipalities , and other interested parties that all available informat ion has been provided . Verify locations of existing work have been given . 3. Should obstruction be encountered , whether shown or not, after routing of new work, reroute existing lines , remove obstruction where permitted , or otherwise perform whatever work is necessary to satisfy the purpose of the new work and leave existing service , structures , and facilities in a satisfactory and serviceable conditions . 4 . Assume responsib ility for and repair any damage to exist ing utilities , structures, or facilities , whether or not such existing facilities are shown on the drawings . C. Rough In : 1. Verify final locat ions for rough-ins with field measurements and with the requirements of the actual equipment to be connected . 2 . -Refer to equ ipment specifications in Divisions 5 through 16 for rough-in requirements . 3.02 MECHANICAL INSTALLATIONS A. General : Sequence , coordinate , and integrate the various elements of mechanical systems , materials, and equipment. Comply with the following requirements : 1. Coordinate mechanical systems, equipment, and materials installation with other building components . 2 . Verify all dimensions by field measurements. 3 . Arrange for chases , slots , and openings in other building components during progress of construction , to allow for mechanical installations. 4. Coordinate the installation of required supporting devices and sleeves to be set in poured-in-place concrete and other st r uctural components , as they are constructed . 5. Sequence , coordinate , and integrate installations of mechanical materials and equipment for efficient flow of the Work. Give particular attention to large equipment requiring positioning prior to closing in the building. 15010-4 BASIC MECHANICAL REQUIREMENTS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 318-042-22 6. Where mounting heights are not detailed or dimensioned , install systems, mate r ials , and equipment to provide the maximum headroom possible . 7 . Coordinate connection of mechanical systems with exterior underground and overhead util ities and services . Comply with requirements of governing regulations , franchised service compan ies , and controlling agencies . Provide required connection for each service. 8 . Install systems , materials , and equipment to conform with approved subm ittal data , including coordination drawings , to greatest extent possible . Conform to arrangements indicated by the Contract Documents , recognizing that portions of the Work are shown only in d iagrammatic form . Where coordination requirements confli ct with indiv idual system requirements , refer conflict to the Engineer. 9 . Install systems , materials , and equipment level and plumb , parallel and perpendicular to other building systems and components , where installed exposed in fin ished spaces . 10. Install mechanical equipment to facil itate servicing , maintenance, and repair or replacement of equipment components . As much as practical , connect equipment for ease of disconnecting , with minimum of interference with other installations . Extend grease fittings to an accessible location . 11 . Install systems , materials , and equ i pment giving right-of-way priority to systems required to be ins t alled at a specifi ed slope . B . Protection : Adequately protect work, equipment, fixtures , and materials . At completion of Project , all work shall be clean and in good conditions. C. A ir Filters and Pipe Strainers : Immediate ly prior to Final Acceptance of Project; inspect, clean and service air filters and pipe strainers . Replace d isposable type a ir filters. D. Lubrication , Refrigerant , and Oil : 1. Provide a complete charge of correct lubricant and oil for each item of equipment. 2 . Provide complete and working charge of proper refrigerant for each refrigerant system . After each system has been in operation long enough to ensure balance operating conditions , check the charge and modify it for proper operation as required . 3 .03 EQUIPMENT AND STRUCTURAL FOUNDATIONS AND SUPPORTS A Concrete Pads : Unless otherwise shown on the Drawings , pour equipment concrete pads , 4-inch th ickness minimum , on roughened floor slabs . Reinforced concrete pad with No . 4 rebar set 12-inches on center, w ith 2-inch clearance between top of pad and rebar. Extend outer edges of concrete pad a minimum of 2-inches beyond equipment. 8. Structural Supports: Anchor structural supports on 4-inch minimum concrete pads . Adjust height of concrete pads as required to accommodate floor slopes and height of platforms and related work. C . Ceiling-Mounted Equipment: Hang from suitable brackets , platform framing or similar supports fabricated of structural members. Apply designated protective coating system in accordance with Division 9 . 15010-5 BASIC MECHANICAL REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 3.04 CUTTING AND PATCHING A. General: 1. Protection of Installed Work : During cutting and patching operatio'ns , protect adjacent installations . 2. Accomplished cutting and patching operations as shown on the Drawings and described in the Specifications and in accordance with Division 1 Section 01045 "Demolition , Cutting and Patching," if applicable . B. Perform cutting , fitting , and patching of mechanical equipment and materials . required to : 1. Remove and replace Work not conforming to requirements of the Contract Documents . 2 . Remove and relocate equipment and materials in existing structures . C . Protect the structure, furnishings, finishes , and adjacent materials not indicated or scheduled to be removed . END OF SECTION 15010-6 BASIC MECHANICAL REQUIREMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 SECTION 15015 PIPING SYSTEMS-BASIC MATERIALS AND METHODS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 SUMMARY A. Section specifies piping materials and installation methods common to the piping system Sections of Division 15 and includes joining materials, piping specialties , and bas ic piping installation instructions . This Section includes : 1. All exposed, submerged , and buried plant and station piping including modifications to existing systems as well as new p ipe systems , except systems specified in related work. 2 . Potable water and raw water mains , sanitary sewers , storm drains and culverts serving plant or station and shown on Drawings . 3 . Floor and sanitary drain systems within building limits are not included . 4 . Domestic water distribution systems, sanitary sewage systems , and storm drainage systems are covered in other Sections. 5 . CONTRACTOR shall mark actual flowline or top of pipe elevations and actual coordinates on record drawings when pipelines are being installed . B . Related Sections : 1. Division 2 Section "Excavation, Trenching , and Backfilling for Utilities" for the excavation , trenching , and backfilling for buried piping systems. 2 . Division 15 Section "Drains , Hydrants, and Cleanouts" for drains, hydrants, and cleanouts associated with piping systems. 1.03 REFERENCES AND DEFINITIONS A. References : 1. American National Standards Institute (ANSI): a. 89.1 Standard Safety Code for Mechanical Refrigeration b. 831 .3 Process Piping Code 2 . ASTM International (ASTM): a . A 53 -Specification for Pipe , Steel , Black and Hot-Dipped , Zinc- Coated , Welded and Seamless b. B 32 -Specification for Solder Metal c. B 813 -Specification for Liquid and Paste Fluxes for Soldering Copper and Copper Alloy Tube d . B 828 -Practice for Making Capillary Joints by Soldering of copper and Copper Alloy Tube and fittings e. C 1173 -Specification for Flexible Transition Couplings for underground Piping Systems f . D 1785 -Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 15015-1 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS . 0318-042-22 g . D 2564 -Specification for Solvent Cements for Poly(Viny l Chloride) (PVC) Plastic Piping systems h . D 2672 -Specification for Joints for IPS PVC Pipe Using Solvent Cement i. D 2846 -Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Hot-and Cold-Water distribution Systems j . D 2855 -Practice for Making Solvent-Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings k. D 3139 -Specifications for Joints for Pressure Pipes Using Flexible Elastomeric Seals I. D 3212 -Specification for Joints for Drain and Sewer Pipes us ing Flexible Elastomeric Seals m . E 814 Test Method for Fire Tests of Through-Penetration Fire Stops n. F 402 -Practice for Safe Handling of Solvent Cements, Primers , and Cleaners Used for Joining thermoplastic Pipe and Fittings o . F 656 -Specifications for Primers for Use in Solvent Cement Joints of Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings p. F 493 -Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings 3. American Society of Mechanical Engineers (ASME): a. A 13 .1 Scheme for Identification of Piping Systems b. 81 .20 .1 Pipe Threads, General Propose , Inch c. 816.21 Nonmetall ic Flat Gaskets for Pipes Flanges d . 818 .2.1 Square and Hex Bolts and Screws , Inch Series 4. American Welding Society (AWS): a. A5 .8 Specification for Filler Metals for brazing and Braze Welding b. 01 .1 Structural Welding Code Steel c . 010.12 Guide for Welding Mild Steel Pipe 5. American Waterworks Association (AWWA): a . C 110 -Standard for Ductile-Iron and Gray-Iron Fittings , 3 In. Through 48 In . (76 mm Through 1,219 mm) for Water b. C219 -Standard for Bolted , Sleeve-Type Couplings for Plain-End Pipe 6. National Sanitation Foundation (NSF): a . NSF/ANSI 61 -Drinking Water Components -Health Effects B. Definitions: 1. Ferrous Metal : Iron, steel, stainless steel, and alloys with iron as principal component. 2. Nonmetallic: PVC , CPVC , PE, HOPE , and FRP. 3. Nonferrous Metals : Copper 4 . Wetted or Submergence : a. Submerged, or less than one foot above the maximum liquid surface of water holding structures . b. Below top of channels, under cover of slabs of channels or tanks. c . In other damp or covered locations (e .g ., vaults ; wetwells , utility corridors , etc .) 5 . Exposed or Atmospherically Exposed Piping : All piping exposed to the atmosphere (not buried, submerged, wetted or embedded). This designation includes insulated piping inside chases , or piping hidden from view. 6 . Texas Administrative Code (TAC): a. Chapter 217 -Design Criteria for Sewerage Systems 15015-2 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 b. Chapter 290 Subchapter D -Rules and Regulations for Public Water Systems 1.04 SYSTEM DESIGN DESCRIPTION A General : 1. The Drawings and Specifications are not all inclusive of explicit pip ing details ; provide pip ing in accordance with the laws and regulations and intended use , includ ing : a . Power Plant Piping: ANSI/ASME 831 .1 Code. b. Building Service Piping : ANSI/ASME 831 .9 Code , as applicab le . c . Sanitary Building Drainage and Vent Systems: ICBO/APMO Uniform Plumbing Code . 2. Buried Piping : Prov ide to be suitable for design conditions as follows : a. H20-S 16 traffic load (AASHTO Standard Highway Specifications for Bridges) w ith 1.5 impact factor . b. Piping both with and without internal pressure . 3. Hangers and Support Systems : Provide an engineered system in accordance with Division 15 Sect ion "Hangers and Supports for Pip ing Systems ." 4. Pressure Test ing and Disinfection of Pipelines : Refer to Div ision 15 Section "Field Testing of Plant and Station Piping Systems " for testing of gravity and pressure piping systems ; the disinfection of potable water systems ; and to the individual piping system Sections for specific requirements . B. Design Requ irements : 1. The configuration and layout of various piping systems are shown in the Drawings . The types of pipe and joints, and embedment (if buried) to be used for each system are shown on the drawings or included in the appropriate specification Sections . 2 . In certain locat ions , pipe supports , anchors , and expansion joints have been indicated on the drawings , but no attempt has been made to indicate every pipe support , anchor, and expansion joint. 3 . It shall be the CONTRACTOR'S responsibility to provide a complete system of pipe supports , to provide expansion joints , and to provide restraints and anchor all pip ing , in accordance with the requirements set forth herein . Additional pipe supports may be required adjacent to expansion joints , couplings , or valves. 4 . Pipe and fittings shown on yard piping drawings are general in nature . CONTRACTOR shall determine exact lengths and fittings required and make field adjustments necessary to complete piping and avo id conflicts . 5. Changes to the plan and profile of piping shall be submitted to ENGINEER for approval. C . Restrained Pipe and Fitting Joints , Buried Piping : 1. Rest rained joints shall be used for a sufficient distance from each bend, tee , elbow, plug , or other fitting to resist thrust that will develop at the design pressure. 2. CONTRACTOR shall provide restraint length calculations in accordance with AWWA M41 based on the laying condit ions , soil conditions, depth of cover, and pressures to determine the number of restrained joints that will be required . 15015-3 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3. For the purposes of thrust restraint , design pressures shall be the working pressure shown , plus the additional surge allowance for potable water, service water , and pump discharge piping. The design pressure shall be 1.5 times the design test pressure indicated for all other piping . 1.05 SUBMITIALS A Product Data : Submit product data on each product item to be installed . 8 . Shop Drawings: Provide shop drawings for piping systems , organized by plant areas or individual piping systems. Prepare drawings to scale (1/4-inch = 1 foot 0 inch minimum), with the following information : 1. Type of piping including materials , fittings , weights , linings , and coatings. A code or key to product data sheet may be used . 2. Location and type of joints , fittings , taps , supports , restraint systems , kickers, and blocking (as applicable). Identify by catalog number or shop drawing detail number. 3. Provide information on interior linings and exterior coatings . 4. Identify the exact number of restrained joints , as well as the length of restrained joint piping for pressure buried piping . C. Specials: Provide fabrication drawings for specials including fabricated fittings , wall pipes , and wall sleeves . Show dimensions and materials of construction . D. Before starting fabrication, CONTRACTOR shall provide ENGINEER with pipe design calculations , the proposed engineered hanger and support systems , and specials, which shall incorporate the following information : 1. Laying plan identifying all restrained joints , details of standard pipe section , special fittings , pipe supports , and bends . 2. Piping components shall be numbered or otherwise sequence designated . 3. Outlets and bends shall be made up into special lengths so that , when installed, they will be located as ind icated . 4. Each pipe and fitting shall be marked indicating class of pipe and location number in pipe laying plan : Markings shall be coded to the Shop drawings . E. Quality Control Submittals: 1. Welding certificates . 2. Field Test Reports: For each pressure testing of piping systems and field- testing specified in other piping systems sections . 3. Affidavits : a. Manufacturer's Certificate of Compliance with reference standards . b. Laboratory Testing Equipment: Certified calibrations , manufacturer's product data and test procedures . c . Certified welding inspection and test results . 1,06 QUALITY ASSURANCE A Steel Support Welding : Qualify procedures and personnel accord ing to AWS D1 .1/D1 .1M, "Structural Welding Code." 8 . Steel Piping Welding : Qualify processes and operators according to ASME Boiler and Pressure Vessel Code : Section IX, 'Welding and Brazing Qualifications ." 1. Comply with provisions in ASME 831 Series, "Code for Pressure Piping." 15015-4 SEPTEMBER 23, 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILlAGE CREEK REClAIMED WATER QUALITY IMPROVEMENTS 0318-042 -22 2 . Certify that each welder has passed AWS qua lification tests for weld ing processes involved and that certification is current. 3. Welding procedures and testing shall comply with ANSI 831 .1.0, "Standard Code for Pressure Piping , Power Piping ," and the AWS Weld ing Handbook. 4 . Soldering and Brazing Procedures shall conform to ANSI 89.1, "Standard Safet/Code for Mechan ical Refrigeration ." C. Comply with ASME A 13 .1 for fettering size , length of color field , colors , and viewing angles of identification devices. 1.07 DELIVERY, STORAGE , AND HANDLING A. Comply with the requirements of Division 1 Section 01600 "Product Requ irements " and as described in the following paragraphs . B. Acceptance at Site : 1. General : Comply with manufacturer's instructions for unloading , storage , and handling at Project site . 2 . Del ivery and Handling : a. Do no t deliver piping materials to project site prior to ENGi NEER'S review of requi red submittals. b. Unload and handle piping materials using proper material handl ing equipment. Use heavy canvas or nylon sf ings to lift pipe and fitt ings to protect coatings. c. Do not drop , roll , skid piping materials . d . Take such additional precautions as necessary to avoid damaging piping materials and coatings the reon . C. Storage and Protection : 1. Store piping mate rials in a manner that will reduce risk of damage . 2. Block piping materials to prevent rolling . 3 . Protect materials from weather and sun as recommended by the manufacturer. 4. Provide factory-applied plastic end-caps on each length of pipe and tube , except for concrete , corrugated metal ; hub-and-spigot , and clay pipe . Maintain end-caps through shipping , storage -and handling to prevent pipe- end damage and prevent entrance of dirt, debris , and moisture . 5. Protect stored pipes and tubes . Elevate above grade and enclose with durable , waterproof wrapping. When stored inside , do not exceed structural capacity of the floor. 6. Protect flanges, fittings, and specialties from moisture and dirt by ins ide storage and enclosure, or by packaging with durable , waterproof wrapping . Attach protectors over entire gasketed surface of flanges . 7. Flex ible pip ing shall be stored in shaded area 24-hours prior to installation . 1.08 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings , construction contiguous with work, and related items by field measurements before fabrication . B. Flange Coordination : Coordinate the dimensions , hole drillings and type of flange face (flat or raised) of the flanges furnished with companion flanges of valves , pumps and equipment to be connected to or installed in the piping . 15015-5 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 C. NSF Cert ified : All surfaces and materials in contact with water or in contact with a chemical being added to wate r that is being treated for potable water use and conveyance , shall comply w ith the requirements of the Safe Drinking Water Act and shall conform to NSF-61 . Product shall bear the mark or seal of an accred ited testing laboratory . 1.09 COORDINATION A. Coordinate installation of required support ing devices and set sleeves in poured-in- place concrete and other structural components as they are constructed. B. Coordinate installation of identifying devices after completing covering and pa inting if devices are applied to surfaces . C. Coord inate size and location of concrete bases . Formwork , reinforcement , and concrete requirements are specified in Division 3. D. Coordinate installation of piping systems with other trades ; such as electrical , instrumentation , fire protection , and HVAC ducts . PART 2 -PRODUCTS 2.01 PIPING A. As specified in the various Division 15 Sections , the Piping Schedule , and as shown on the Draw ings . B. Diameters Shown : 1. Standardized Products: Nominal Size . 2 . Fabricated Steel Piping (Except Cement-Lined): Outside diameter, ASME 836 .10M. 2 .02 PIPE JOINING MATERIALS A. Pipe-Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. · ASME 816 .21 , nonmetallic , flat , asbestos free , 1/8-inch maximum thickness , unless otherwise indicated . a . Full-Face Type : For flat-face , Class 125 , cast-iron and cast-bronze flanges . b. Narrow-Face Type : For raised-face , Class 250, cast-iron and steel flanges . 2. AWWA C110, rubber, flat face , 1/8 inch thick, unless otherwise indicated ; and full-face or ring type , unless otherwise indicated . B. Flange Bolts and Nuts: 1. ASME 818 .2 .1, carbon steel , unless otherwise indicated . 2 . Exposed : ASTM A307 , Grade B, hex head bolts; ASTM A563 , Grade A or B, hex head nut; and ASTM F436 hardened steel washers . Corten acceptable for mechanical joints. 3. Buried : ASTM A 193 or ASTM A320 , Type 304 stainless steel bolts ; ASTM A 194, Type 304 , hex head nuts/ and washers of the same material as bolts . 15015-6 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 4 . Wetted and Submerged : ASTM A193 or ASTM A320 , Type 316 stainless steel bolts ; ASTM A 194, Type 316, hex head nuts/ and washers of the same material as bolts . C . Segmented Mechanical Couplings : Provide when designated on the Drawings or as an option to flanges for above ground piping, segmented mechanical couplings may be used . 1. Housing : Ductile iron conforming to ASTM A-536 , grade 65-45-12 , with orange enamel coating . 2 . Coupling Gasket: Grade "E" EDPM . 3 . Bolts and Nuts : Heat-treated plated carbon steel , trackhead meeting physical and chemical requirements of ASTM A-449 and physical requirements of ASTM A-183. 4 . Victaulic Style 77 standard flexible couplings or equivalent. D. Plastic, Pipe-Flange Gasket, Bolts, and Nuts : Type and material recommended by piping system manufacturer, unless otherwise indicated . E. Solder Filler Metals: ASTM B 32, lead-free alloys . Include water-flushable flux according to ASTM B 813 . F. Brazing Filler Metals: AWS A5 .8, BCuP Series , copper-phosphorus alloys for general-duty brazing, unless otherwise indicated ; and AWS A5 .8, BAg1 , silver alloy for refrigerant piping , unless otherwise indicated . G . Welding Filler Metals : Comply with AWS D10.12/010.12M for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded . H. Solvent Cements for Joining Plastic Piping : 1. CPVC Piping : ASTM F 493 . 2. PVC Piping: ASTM D 2564 . Include primer according to ASTM F 656 . I. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. 2.03 TRANSITION FITTINGS A. Transition Fittings , General : Same size as , and with pressure rating at least equal to and with ends compatible with, piping to be joined . B. Transition Couplings NPS 1-1/2 and Smaller: 1. Underground Piping: Manufactured piping coupling or specified piping system fitting . 2. Aboveground Piping: Specified piping system fitting . C . AWWA Transition Couplings NPS 2 and Larger: 1. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to, the following : a. Cascade Waterworks Mfg . Co . b . Dresser, Inc .; DMD Div. c. Ford Meter Box Company, Inc. (The); Pipe Products Div . d. JCM Industries . e . Smith-Blair, Inc. f. Viking Johnson . 2. Description : AWWA C219, metal sleeve-type coupling for underground pressure piping . 15015-7 SEPTEMBER 23 , 20 10 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 D. Plastic-to-Metal Transition Fittings : 1. Ava ilable Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to , the following : a. Spears Manufacturing Co. 2. Description: CPVC and PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions ; one end with threaded brass insert , and one solvent-cement-joint or threade c:I end . E. Plastic-to-Metal Transition Un ions : 1. Available Manufacturers : Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include , but are not limited to , the following : a. Colonial Engineering, Inc . b . NIBCO INC . c . Spears Manufacturing Co. 2. Description : CPVC and PVC four-part union . Include brass or stainless-steel threaded end , solvent-cement-joint or threaded plastic end , rubber 0-ring , and union nut. F. Flexible Transition Couplings for Underground Nonpressure Drainage Piping : 1. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are 11ot limited to, the following : a. Cascade Waterworks Mfg . Co . b. Fernco, Inc. c. Mission Rubber Company . d . Plastic Oddities . 2 . Description : ASTM C 1173 with elastomeric sleeve ends same size as piping to be joined , and corrosion-resistant metal band on each end . 2 .04 INSULATING FLANGES , COUPLINGS AND UNIONS A Dielectric Fittings, General : Assembly of copper alloy and ferrous materials or ferrous material body with separating nonconductive insulating material suitable for system fluid , pressure , and temperature . B. Dielectric Unions : 1. Avai lable Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to , the following : a. Capitol Manufacturing Co . b. Central Plastics Company . c. Epco Sales, Inc. d. Hart Industries , International , Inc. e. Watts Water Technologies , Inc. f. Zurn Plumbing Products Group; Wilkins Div. 2. Description: Factory fabricated, union , NPS 2 and smaller. a. Pressure Rating : 150 ps ig minimum at 180 deg F unless otherwise specified . b. End Connections : Solder-joint copper alloy and threaded ferrous; threaded ferrous . 15015-8 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 C. Dielectric Flanges : 1. Available Manufacturers : Subject to compl iance w ith requ irements , manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following : I a. Capitol Manufacturing Co . b. Central Plastics Company . c. Epco Sales , Inc. d. Watts Water Technologies , Inc . 2 . Description : Factory-fabricated , bolted , companion-flange assembly , NPS 2- 1 /2 to NPS 4 and larger. a. Pressure Rating : 150 psig minimum unless otherwise specified . b. End Connections : Solder-joint copper alloy and threaded ferrous ; threaded solder-joint copper alloy and threaded ferrous . D. Dielectric-Flange Kits : 1. Available Manufacturers : Subject to compliance with requ irements , manufacture rs offering products that may be incorporated into the Work include , but are not limited to, the follow ing : a. Advance Products & Systems , Inc. b. Calp ico , Inc. c. Central Plastics Company . d . Pipeline Seal and Insulator, Inc. 2 . Description : Non-conducting materials for field assembly of companion flanges , NPS 2-1/2 and larger. a. Pressure Rating : 150 psig minimum unless otherwise specified . b. Gasket: Neoprene or phenolic . c. Bolt Sleeves: Phenolic or polyethylene . d. ·washers: Phenolic with steel backing washers . E. Dielectric Couplings : 1. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following : a. Calpico , Inc. b. Lochinvar Corporation . 2 . Description : Galvanized-steel coupl ing with inert and noncorrosive , thermoplastic lining , NPS 3 and smaller. a . Pressure Rating : 300 psig at 225 deg F unless otherwise specified. b . End Connections : Threaded . F. Dielectric Nipples : 1. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include, but are not lim ited to, the following : a . Perfection Corporation. b . Precision Plumbing Products , Inc . c. Victaulic Company. 2. Description : Electroplated steel nipple with inert and noncorrosive , t~ermoplastic lining. a . Pressure Rating : 300 psig at 225 deg F unless otherwise specified . b. End Connections: Threaded or grooved . 15015-9 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 2.05 CONNECTORS AND COUPLINGS A. General : Unless otherwise specified ; 1. Type 304 sta inless steel bolts , fasteners , tie rods and accessories are required for connectors intended for buried , wetted , or submerged service . 2 . Carbon steel bolts , fasteners , tie rods and accessories are required in exposed atmospheric service . Coat items in accordance with Division 9 Section "Paint ing and Protective Coatings ." B. Elastomer Bellows Connector: 1. Type : Fabricated spool , with single fi ll ed arch . 2. Materials : Nitrile tube and neoprene cover. 3. End Connections : Flange , 125-lb ANSI 816.1 standard , w ith elastomeric face and steel retaining rings . 4 . Working Pressure : 190 psig minimum , s ize 12-inch and smaller. 5 . Thrust Restraint: Manufacturer designed control rods , fasteners , and accessories to lim it trave l of elongation and compression . 6 . Manufacturers and Products : a . Garlock; Style 204 b. Goodall rubber Co . c . General Rubber Corp. C . Flexible Type Couplings (Steel and Stainless Steel Pipe): 1. Design : Provide thrust ties across flexible couplings . 2 . Body and Middle ring : Carbon , Type 304 , or Type 316. 3. Followers: Ductile iron, malleable iron , Type 304, or Type 316 . 4 . Bolts : Carbon steel , Type 304 or 316 stainless steel. 5 . Gaskets : EDPM 6. Materials of construction of coupl ing , closure plates, end rings , and fasteners to match piping materia ls on which coupling is employed , as well as whether it is exposed , wetted or submerged service . 7. Manufacturer and Product: a . Dresser; Style 128 b. Smith-Blair; Style 912 D. Split Sleeve Couplings (Steel and Stainless Steel Pipe): 1. Design : Double arch , with bui lt-in thickened shoulders . Full joint restraint achieved for two times test pressure by weld-on end rings. Closure plates and sealing pad integral with coupling. 2 . Gaskets : EDPM 0-ring style. 3. Joint Deflection : Up to 2 degree. 4 . Carbon steel metal components to have factory-applied fusion bonded epoxy coating (7 MDFT). 5 . Materials of construction of coupling , closure plates , end rings , and fasteners to match piping materials on which coupling is employed , as well as whether it is exposed , wetted or submerged service . 6. Manufacturer and Product: Victaulic , Inc.,; Depend-0-Lok Model FxF, Type 2 Coupl ing, or equal. E. Flanged Coupling Adapters (FCA) (Ductile Iron and Steel Pipe): 1. Design : Provide thrust across flexible coupling adapters. 2 . Body : Carbon steel conforming to AWWA C207. 3. Flange: AWWA C207 or ANSI Standards. 15015-10 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 4 . Bolts : Carbon steel , Type 304 or 316 stainless steel. 5. Gaskets : EDPM . 6. Carbon steel metal components to have factory-applied fusion bonded epoxy coating (7 MDFT). 7. Materials of construction of coupling , closure plates , end rings , and fasteners to match pip ing materials on which coupling is employed , as well as whether it is exposed , wetted_ or submerged service . 8. Manufacturer and Product: a . Dresser; Style 128 b. Smith-Blair; Style 912 F. Wedge Action Restraints (Ductile Iron and PVC Pipe): 1. Design : Wedges and wedge actuating components are incorporated into the design of the follower gland . 2. Material : Duct ile iron, ASTM A536 , Grade 65-45-12 ; wedges BHN 370 minimum . 3 . Nuts : Designed with torque-lim it ing twist-off nuts , exposing a bolt head sized to permit adjustment and removal of joint restra int. 4. Chemical and nodularity test st:lall be performed as recommended by Ducti le Iron Society on a per ladle basis . 5. Traceability : Provide material traceability records . 6. Coating : a . Wedge Assembly : Two coats of liqu id Xylan fluoropolymer , heat cured. -- b. Casting Body: Polyester based powder , electrostatically applied and heat cured , providing corrosion , impact and UV protection . 7. Approvals : a . Ductile Iron Pipe Restraints : 1) Underwriters Laboratories : Size 3-inch through 24-inch . 2) Factory Mutual : Size 3-inch through 12-inch . b. PVC Pipe Restraints: 1) Underwriters Laboratories : Size 4-inch through 12-inch . 2) Factory Mutual : Size 4-inch through 12-inch . 3) Size 4-inch through 24-inch comply with ASTM F1674. 8. Manufacturer and Product: a . Ductile Iron Pipe : EBAA Iron Megalug 1100 series . b. PVC Pipe : EBAA Iron Megalug 2000 PVC series . 2.06 PIPE SLEEVES A. Mechanical sleeve seals for pipe penetrations : 1. Pipe to wall/casing penetration closures shall be modular mechan ical type , consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between pipe or conduit and wall/casing opening . Once expanded , the mechanical seal shall provide a watertight seal. 2. Elastomeric element size and material shall be selected per manufacturer recommendations . Assemble with ASTM A276 , Type 316 stainless steel bolts and nuts. 3. Pressure end plates shall be either Type 316 stainless steel or manufactured of glass reinforced plastic, with a minimum tensile strength of 27 ,000 psi. 4. Sized : According to manufacturer's recommendations for the size of pipe shown ; to provide a watertight seal between pipe and wall sleeve opening . 15015-11 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 5 . Available Manufacturers: a . Advance Products & systems , Inc. (lnnerlynx) b . Pipeline Seal & insulator, Inc. (Link-Seal) 8 . Galvanized-Steel Sheet Sleeves : 0 .0239-inch minimum thickness ; round tube closed with welded longitudinal joint. C . Steel Pipe Sleeves : ASTM A 53/A 53M , Type E , Grade B , Schedule 40, galvanized , plain ends . D. Cast-Iron Sleeves : Cast or fabricated "wall pipe" equivalent to duct ile-iron· pressure pipe , with plain ends and integral waterstop , unless otherwise ind icated . E. Molded PVC Sleeves : Permanent, with nailing flange for attaching to wooden forms . F . PVC Pipe Sleeves : ASTM D 1785 , Schedule 40. G . Molded PE Sleeves : Reusable , PE , tapered-cup shaped and smooth outer surface with na iling flange for attaching to wooden forms . H . Insulated and Encased Pipe Sleeve : Conforming to Pipe Shields , Inc.; Models WFB<WFB-CS and-CW Series , as applicable . I. Seepage Ring : Provide a seepage ring in middle of wall sleeve as follows : 1. 3/16-inch minimum thickness , centered between sleeve ends for water stoppage on sleeves located in exterior or water bearing walls. 2 . Outside Diameter: 3-inches grater that pipe sleeve outside diameter. 3 . Continuously fillet weld on each side all around. 2 .07 EXPANSION JOINTS A. 1. 2. 3 . 4 . 5. 6. 7. Elastomer Bellows : Type : Reinforced, molded wide-arch . End connections: Flanged , 125-lb ANSI B 1.1 standard , with Type 304 stainless stee l retaining rings. Washers: Over the retaining rings to provide a leak proof joint under test pressure . Thrust Protection : Manufacturer designed and supplied control rods , fasteners, and accessories to protect bellows from overextension at test pressures. Tube and Bellows Arch Lining : EDPM . Rated Temperature: 250°F. Rated Deflection and Pressure : a . Lateral Deflection : 3/4-inch minimum. b. Burst Pressure : four times rated pressure . c . Compression Deflection at Min imum Pressure: 1/2-inch at 250 psig . 8 . Manufacturer and Product: a . Holz Rubber Company, Inc. b. Mercer Rubber Co.; Series 500 c . General Rubber Corp. d . Goodall Rubber Co. e . Proco 15015-12 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318 -042-22 2.08 LININGS AND COATINGS A. Interior Pipe Linings : Prepare , prime , and finish pipe interior in accordance the applicable piping system Division 15 Sections . B. Exterior coatings : Prepare , prime , and finish pipe interior in accordance the applicable piping system Divis ion 15 Sect ions . 2.09 IDENTIFICATION A. Provide piping , valve , equipment , and related product ident ification devices in accordance with Division 10 Section 10952 "Ident ification , Stencil ing , and Tagging ." 2.10 HANGERS AND SUPPORTS A. Provide hangers and supports as shown on the drawings and in accordance with Division 15 Section "Hangers and Supports for Piping Systems ." 2.11 FIRESTOPPING A. Voids between sleeves or core-drilled openings and pipe or condu it pass ing through fire rated assemb li es shall be fire stopped to comply with requirements of ASTM E 814. PART 3 -EXECUTION 3.01 PIPED UTILITY DEMOLITION A. Refer to Division 1 Section "Demolition , Cutting and Patching" for genera l demolition requirements and procedures . B. Disconnect, demolish , and remove piped utility systems , equipment , and components ind icated to be removed. 1. Piping to Be Removed : Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Piping to Be Abandoned in Place : Drain piping . Fill abandoned piping with flowable fill , and cap or plug piping with same or compatible piping material. 3. Equipment to Be Removed : Disconnect and cap serv ices and remove equipment. 4. Equipment to Be Removed and Reinstalled : Disconnect and cap services and remove, clean, and store equipment ; when appropriate , reinstall , reconnect , and make operational. 5. Equipment to Be Removed and Salvaged : Disconnect and cap serv ices and remove equ ipment and deliver to Owner. C. If pipe , insulation , or equipment to remain is damaged in appearance or is unserviceable , remove damaged or unserviceable portions and replace with new products of equal capacity and quality. 3 .02 GENERAL INSTALLATION REQUIREMENTS A. CONTRACTOR shall be responsible for, develop, and comply with the trench safety plan and a confined space entry plan in accordance with Division 2 Section "Excavation Support and Protection ." 15015-13 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 8 . CONTRACTOR shall provide a dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control , remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades complying with the requirements of Division 2 Section "Dewatering." C. Excavation, trenching and backfilling of trenches for buried utilities shall comply with the requirements of Division 2 Section "Excavation , Trenching, and Backfilling for Utilities ." D. Install all piping systems in accordance with the Drawings, Specifications , reviewed shop drawings and manufacturer's installation instructions . Pipe and fitting materials shall comply with the individual Division 15 piping system sections. E. Examine all piping materials prior to installation and replace items that are damaged or otherwise defective . F. Thoroughly clean inside of all piping , valves , and accessories , and outside of all materials which will be exposed . Clean before installation and maintain in that / condition until accepted by OWNER G . Provide secure temporary caps or plugs over all pipe openings at the end of each day to prevent foreign material from entering the piping systems . Brace pipe to prevent it from floating . H. Do not modify structures, equipment, or piping for the purpose of installing piping · unless specific.ally authorized by the ENGINEER. I. All piping systems shall be cleaned and tested prior to making connections at structures and to existing pipe systems . Small diameter pipes shall be flushed and large diameter pipes shall have mandrels pulled or other acceptable verification furnished that pipes are clean and no construction debris remains. Temporary blocking and forms .used to grout inverts and blockouts shall be removed and manholes and pipes shall be tested before payment will be approved for the last 10 percent of the respective pipe pay estimate items . 3 .03 EXPANSION AND VIBRATION CONTROL JOINTS : A Prevent equipment vibration transmitted through piping system, and prevent damaging stresses due to normal expansion and contraction with temperature changes in piping and connected equipment. 1. Where anticipated expansion is greater than can be absorbed by the normal piping configuration , install loops, bends, and expansion joints as indicated on the drawings , to absorb excess expansion . 8. Install expansion joints so as to allow 2-1 /4-inch expansion per 100 linear feet of piping . C. Where possible, install expansion joints adjacent to an anchor, and provide one concentric guide on piping within 12 pipe diameters , but not more than 5 feet, from the end of the joint opposite the anchor. Locate a similar guide approximately 30 diameters but not more than 1 O feet from the first. D. For expansion joints not installed adjacent to an anchor, provide two concentric guides similarly located at each end of the joint. 15015-14 SEPTEMBER 23, 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 E. Provide control rods and additional guides where indicated on the drawings , but at no greater intervals than recommended by the joint manufacturer in published instructions . F. Space intermediate supports a min imum of 10 feet , and tack weld the protective saddles to the pipe. 3.04 PIPING FLEXIBILITY PROVISIONS A. General : Install flexible couplings to facilitate installation of piping , connections to equipment and pumping units , and to permit disassembly of valve , instrumentation components in accordance with approved Shop Drawings . B. Flexible Joints at Concrete Backfill or Encasement: Install w ith in 18-inches from the termination of any concrete backfill or encasement. C . Flexible Joints at Concrete Structures : 1. Install 18-inches or less from the face of structure ; joint may be flush with face. 2 . Install a second flexible jo int , whether shown or not: a . Pipe Diameter 18-lnches and Smalle r: Within 18-inches of the first flexible jo int. b. Pipe Diameter La rger Than 18 -lnches : W ith in one pipe d iameter of the first flex ible joint. 3.05 DIELECTRIC FITTING APPLICATIONS A. Dry Piping Systems : Connect piping of d issimilar metals with the follow ing : 1. NPS 2 and Smaller: Dielectric unions . 2 . NPS 2-1/2 to NPS 12: Dielectric flanges or die lectric flange kits. B. Wet Piping Systems : Connect piping of dissimilar metals with the following : 1. NPS 2 and Smaller: Dielectric couplings. 2. NPS 2-1/2 to NPS 4 : Dielectric nipples . 3. NPS 2-1/2 to NPS 8 : Dielectric nipples or dielectric flange kits . 4 . NPS 10 and NPS 12 : Dielectric flange kits . 3.06 PIPING INSTALLATION A. Install piping according to the following requirements and Division 15 Sections specifying piping systems. B. Drawing plans , schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss , expansion, pump sizing , and other design considerations . Install piping as indicated unless deviations to layout are approved on the Coordination Drawings . C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls . Diagonal runs are prohibited unless specifically indicated otherwise . D . Install piping to permit valve servicing. E. Install piping at indicated slopes . F. Install piping free of sags and bends. 15015-15 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 G. Install fittings for changes in direction and branch connections . H. Select system components with pressure rating equal to or greater than system operating pressure . I. Sleeves are not required for core-drilled holes . J . Permanent sleeves are not required for holes formed by removable PE sleeves . K. Penetrations : Install sleeves for pipes pass ing through concrete and masonry walls and concrete floor and roof slabs . 1. Cut sleeves to length for mounting flush with both surfaces . a. Exception : Extend sleeves installed in floors of equipment areas or other wet areas 2 inches above fin ished floor level. 2.. Install sleeves in new walls and slabs as new walls and slabs are constructed . a. Steel Pipe Sleeves: For pipes smaller than NPS 6 . b. Steel Sheet Sleeves : For pipes NPS 6 and larger, penetrating gypsum- board partitions . 3. Watertight Penetrations ; a. Provide wall pipes with thrust collars . b. Provide taps for stud bolts in flanges set flush with wall face . 4. Non-Watertight Penetrations : a. Pipe sleeves with seep ring or modular mechanical seal. b. Sleeves are not required for core-drilled openings . 5. Existing Walls : Core-drilled openings and use modular mechanical seal. 6. Caulk all sleeves water and air tight. Seal annular space between pipe and sleeve with fire stopping compound . L. Verify final equipment locations for roughing-in . M. Refer to equipment specifications in other Sections for roughing-in requirements . N. Isolation Valves : Provide piping systems with line size shutoff valves located at' risers , at main branch connections to mains for all equipment , and at other locations as indicated and required . 0 . Vent and Drain Valves : 1. Pipe 2-1/2 Inch Diameter -and Larger: 3/4-inch vent , 1-inch drain , unless otherwise shown . 2. Pipe 2-inch and Smaller: 1 /2-inch vent. %-inch drain, unless otherwise shown. 3. Install vent and drain valves at low points (dra ins) and high point (vents) of piping systems so that these systems can be entirely drained and vented . Provide line size ball valves for all vents and drains . P. Gravity drain systems beneath slabs shall be ductile iron , except for chemical drains, unless shown specifically on Plans . Encase all piping beneath slabs . Q. Install cleanouts on sludge piping so that all runs between bends may be accessed and at intervals not exceeding 250 feet on straight runs. R. All bolts and fasteners on buried or submerged fittings and valves shall be Type 304 stainless steel. S. Provide taps and connections for flushing , testing , and disinfecting pipeline systems . 15015-16 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 T. Provide taps or weld-u-lets with stainless steel ball valves and piping at all high points in the piping systems for addition of air valves . 3.07 PIPING JOINT CONSTRUCTION A. General : 1. Join pipe and fittings according to the following requirements and Division 2 Sections specifying piping systems . 2 . Ream ends of pipes and tubes and remove burrs . Bevel plain ends of steel pipe . 3 . Remove scale, slag , dirt, and debris from inside and outside of pipe and fittings before assembly . B. Threaded Joints: Thread pipe with tapered pipe threads according to ASME 81 .20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID . Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified . 2 . Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged . Do not use pipe sections that have cracked or open welds . C. Welded Joints : Construct joints according to AWS 010.12 , using qualified processes and welding operators according to Part 1 "Quality Assurance" Article . D. Push-on Joints : 1. Comply with the recommendations of the pipe manufacturer relative to gasket installation and other jointing operations . 2. Prepare pipe ends by removing from bell and spigot ends all lumps , blisters , excess coal-tar coatings, oil and grease , then wire brush and wipe clean and dry before laying pipe . 3 . Install ring gasket and , when seated , apply thin film of lubricant to inside surface of gasket. 4. Set spigot, applying lubricant as necessary , aligning with bell and contacting gasket. 5. Pipe 6 inches and smalter may be driven with a bar lever on end of pipe . 6. For larger pipe, use only approved ratchet-type jacking tool to pull pipe "home." E. Flanged Joints : 1. Prior to installation of bolts , accurately center and align flanged joints to prevent mechanical prestressing of flanges , pipe and equipment. Align bolt holes to straddle the vertical, horizontal or north-south center line . Do not exceed 3/64-inch per foot of inclination of the flange face from true alignment. 2. Select appropriate gasket material, size , type, and thickness for service application . Install gasket concentrically positioned . 3. Use bolts, nuts , and washers of the designated material for service conditions. Tighten bots progressively to prevent unbalance stress. Draw bolts tight to ensure proper seating of gaskets. Use suitable lubricants on bolt threads . F. Mechanical Joints : 1. Assemble in accordance with manufacturer's instructions. Remove all foreign matter from pipe ends, gaskets , and fittings before installation . 15015-17 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042 -22 2. Wash ends of pipe , gaskets , and fittings with soapy water before assembly . 3. If effective sealing is not obtained , disassemble joint and clean and reassemble . Over tightening bolts to compensate for poor installation practice will not be permitted . 4. Mechanical joints shall be suitably restrained to prevent movement. G . Mechanical Couplings , Rig id: 1. Install per manufacturer's instruct ions. Pipe ends shall be clean and smooth . 2. Space between pipe ends shall be at least 1/4-inch, but not more than one inch . H. Flexible Couplings and Flanged Coupling Adapters : 1. Install per Draw ings and in accordance with manufacturer's instructions at locations to facilitate removal of equipment , valves , and other elements . 2 . All flexible coupl ings and flanged couplings shall be restrained . I. Grooved Joints : Assemble joints with grooved-end pipe coupling with coupling housing , gasket, lubricant, and bolts according to coupling and fitting manufacturer's wr itten instructions. J. Soldered Joints : Apply ASTM B 813 water-flushable flux , unless otherwise ind icated , to tube end . Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy (0 .20 percent maximum lead content) complying with ASTM B 32 . K. Brazed Jo ints : Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube " Chapter, using copper-phosphorus brazing filler metal complying with AWSA5.8. L. Pressure-Sealed Joints : Assemble joints for plain-end copper tube and mechanical pressure seal fitting with proprietary crimping tool to according to fitting manufacturer's written instructions . M. Plastic Piping Solvent-Cemented Joints: Clean and dry joining surfaces . Join pipe and fittings according to the following : 1. Comply with ASTM F 402 for safe-handling practice of cleaners , primers , and solvent cements. 2. CPVC Piping : Join according to ASTM D 2846 . 3. PVC Pressure Piping : Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672 . Join other-than-schedule- number PVC pipe and socket fittings according to ASTM D 2855 . 4 . PVC Nonpressure Piping : Join according to ASTM D 2855 . N. Plastic Pressure Piping Gasketed Joints : Join according to ASTM D 3139. 0 . Plastic Nonpressure Piping Gasketed Joints : Join according to ASTM D 3212 . P. Plastic Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels . Join according to ASTM D 2657 . 1. Plain-End PE Pipe and Fittings : Use butt fusion . 2. Plain-End PE Pipe and Socket Fittings : Use socket fusion . Q . Bonded Joints : Prepare pipe ends and fittings , apply adhesive , and join according to pipe manufacturer's written instructions. 15015-18 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3.08 VALVES AND VALVE BOXES A. Prior to install ing valves , remove foreign matter from within the valve . Inspect valves in the open and closed position to verify that all parts are in satisfactorily working condition . B . Install valves , setting valves plumb , with operators aligned as shown on the Drawings . For buried valves , center valve boxes on valves . Carefully tamp earth around each valve box for a minimum of four feet or to the trench face if less than four feet. 3.09 SECURING AND SUPPORTING A. Exposed Piping Systems : 1. Engineered Hanger and Support System : The CONTRACTOR prov ide an engineered hanger and support system for the various pip ing systems in accordance with Division 15 Section "Hange rs and Supports for Piping Systems"; as shown on the Drawings ; and as specified herein to maintain the line and grade and prevent the transfer of stress to pumps , equipment and other related work . a . This includes the design of multiple pip ing supports and trapeze hangers and the selection of appropriate hangers and anchors to the structures , buildings , and facilities. This design shall be accomplished by a profess ional engineer license in the state whe re the Project is to be constructed . 2. Reaction Anchorage and Blocking : Install suitable reaction blocking , struts , anchors , clamps , joint harness , or other adequate means for preventing movement of pipe caused by unbalanced internal liquid p ressure . Pressure can be expected at tees , elbows, Y-branches , and other bends , which are installed in piping subjected to internal hydrostatic heads in excess of 15 feet in exposed piping . B. Buried Piping Systems : 1. Reaction Anchorage and Blocking : Install suitable reaction blocking , struts , anchors , clamps , joint harness , or other adequate means for preventing movement of pipe caused by unbalanced internal liquid pressure . Pressure can be expected at unlugged tees, Y-branches and bends deflecting 11-1/4 degrees or more , which are installed in piping subjected to internal hydrostatic heads in excess of 30 feet in buried piping . 2 . Restrained Joints : a . Unless otherwise indicated on the Drawings , the CONTRACTOR shall provided restrained pipe joints and fittings in accordance with Part 1 Project Requirements. b . All fittings shall be restrained using restrained joint pipe and fittings for a sufficient length to resist the internal hydrostatic pressures . c . Restra ined push-on pipe and fittings shall be capable of being deflected after assembly. d . The design for restrained joints , including the length necessary to resist the design thrust and the approval of the fill material and compaction method , shall be performed and sealed by a professional engineer license in the state where the Project is to be constructed . e. The above applies to unsaturated soil conditions . In locations where ground water is encountered , the so il density shall be reduced to its 15015-19 SEPTEMBER 23, 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS 0318-042-22 buoyant weight for all backfill below the water table and the coefficient of friction shall be reduced to 0 .25 . f . Bends and Appurtenances : 1) Provide restrained at all bends . 2) Horizontal changes in pipe direct ion may be accomplished without the use of direction-changing fitt ings . Controlled horizontal longitudinal bending using deflected joints may be used and shall not exceed 50 percent of the manufacturer's written recommendations . 3) Vertical changes in pipe direction may be accomplished without the use of directional -changing fitt ings which require vertical th r ust blocking and/or joint restra int. Controlled vertical long itudina l bending shall be accomplished using deflected joints , resulting in a circular pipe arc where joints do not requ ire restraint. Joint deflections shall not exceed 50 percent of the manufacturer's written recommendations. 4) Valves , hydrants , and fittings shall be supported by a concrete block or concrete cradle . The weight of these items shall not be supported by the pipe . 3. Concrete Thrust Blocking : a . When specified on the Drawings or with written approval from the ENGINEER , provide concrete thrust blocking between the fitting and solid, undisturbed ground . b. In the event that adequate support against undisturbed ground cannot be obtained , install metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to the p ipe and fittings , or other adequate anchorage facilities . 3.10 CORROSION PROTECTION A. Provide corrosion protection for all steel clamps , rods , bolts , and other metal accessories used in reaction anchorages or joint harness where subject to submergence or contact with earth or other fill material and not encased in concrete. Apply not less than two coats of coal-tar mastic coating material to clean , dry metal surfaces . Allow first to dry pnor to application of second coat. 3.11 PIPING CONNECTIONS A. Make connections according to the following , unless otherwise indicated : 1. Install unions , in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equ i pment. 2. lnstal.1 flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Install dielectric fittings at connections of dissimilar metal pipes. 8 . Connections with Existing Piping : 1. Field verify all dimensions, sizes, configuration and related items on all existing piping to which connections are to be made . 2 . Connections between new work and existing piping shall utilized suitable fittings for the conditions encountered. 3. Each connection with an existing pipe shall be made at a time under conditions which will least interfere with service to the OWNER or to 15015-20 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 customers , and as authorized by the OWNER Provide notification 48 hours in advance prior to making connections . C. Pipe Connections : 1. Piping connections shall be of the type indicated on the Drawings or in the Piping Schedule . 2. Field-welded joints will be permitted only when indicated on the Drawings and will require approva l of the ENGINEER. 3 . Field-welded joints will only be permitted at locat ions where the interior coatings can be repaired and inspected . 4. Additional flanged, compression sleeve or grooved end couplings may be added by the CONTRACTOR to facilitate fabrication , handling , transportation and field assembly at no additional cost. 3.12 EQUIPMENT INSTALLATION A Install equipment level and plumb , unless otherwise ind icated . B. Install equipment to facilitate service , maintenance , and repair or replacement of components . Connect equipment for ease of disconnecting , with minimum interference with other installations . _Extend grease fittings to an accessible location. C . Install equipment to allow right of way to piping systems installed at required slope . 3.13 PAINTING A Painting of piped utility systems , equipment , and components is specified in Division 9 Painting sections. 8. Damage and Touchup: Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish . 3.14 IDENTIFICATION A Piping Systems: Install pipe markers on each system . Include arrows showing normal direction of flow. 1. Plastic markers, with application systems . Install on insulation segment if required for hot non-insulated piping. 2. Locate pipe markers on exposed piping according to the following : a. Near each valve and control device . b. Near each branch, excluding short takeoffs for equipment and terminal units. Mark each pipe at branch if flow pattern is not obvious . c. Near locations where pipes pass through walls or floors or enter inaccessible enclosures . d . At manholes and similar access points that permit view of concealed piping. e . Near major equipment items and other points of origination and termination. B. Buried Piping System Identification : 1. Buried water piping systems shall have marking tape installed approximately 12-inches above the pipe in accordance with Division 2 Section "Excavation, Trenching , and Backfilling for Utilities ." 2. Install detectable warning tape above non-metallic pipelines. 15015-21 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 C . Equipment: Install engraved plastic-laminate sign or equipment marker on or near each major item of equipment. 1. Lettering Size : M inimum 1/4 inch high for name of unit if viewing distance is less than 24 inches , 1/2 inch high for distances up to 72 inches , and proportionately larger lettering for greater distances. Provide secondary lettering two-thirds to three-fourths of size of principal lettering . 2. Text of Signs: Provide name of identified unit. Include text to distinguish among multiple un its, inform user of operational requirements , indicate safety and emergency precautions , and warn of hazards and improper operations . D. Adjusting : Relocate identifying devices that become visually blocked by work of this or other Divisions . 3.15 CONCRETE BASES A. Concrete Bases : Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project. 1. Construct concrete bases of dimensions indicated , but not less than 4 inches larger in both directions than supported unit. 2 . Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated , install dowel rods on 18-inch centers around the full perimeter of base . 3. Install epoxy-coated anchor bolts for supported equipment that extend through concrete base , and anchor into structural concrete floor. 4 . Place and secure anchorage devices . Use supported equipment manufacturer's setting drawings, templates , diagrams , instructions, and directions furnished with items to be embedded . 5 . Install anchor bolts to elevations required for proper attachment to supported equipment. 6 . Install anchor bolts according to anchor-bolt manufacturer's written instructions. 7. Use 3000-psi , 28-day compressive-strength concrete and reinforcement as specified in Division 3 Section "03300 Cast-in-Place Concrete ." 3.16 ERECTION OF METAL SUPPORTS AND ANCHORAGES A. Refer to Division 15 Section 15060 "Hangers and Supports for Piping Systems " for information on the installation of hangers and supports for piping systems . 3.17 IDENTIFICATION A. Identify system components , wmng , cabling , and terminals. Comply with requirements for identification specified in Division 10 Section 10952 "Identification , Stenciling , and Tagg ing" and Division 16 . 3.18 CONNECTIONS TO EQUIPMENT FURNISHED BY OTHERS A. Provide service connections to equipment furnished by others, utilizing equipment shop drawings furnished for indicating type , number and location of connecting points . As part of the work , field adjustments as to the type , number, and location may be required . This is considered part of the Work. 15015-22 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 1. Roughing-In : Extend service connections to various items of equipment. Temporarily terminate at proper points as indicated on the shop drawings furn ished or as directed . 2. Final Connections : Provide items , such as pipe , fittings , adapters , valves, insulation , and other materials , required to connect equipment from the rough-in locations. 3. Valves : Provide cut-off valve for each service at rough-in locations , except drains. 3.19 CLEANING OF PIPING SYSTEMS A. Clean piping systems thoroughly. Purge pipe of construction debris and contamination before placing the system in service . Provide temporarily connections requ ired for cleaning , purging and circulation . B. Install temporary strainers in front of pumps , tanks , solenoid valves , control valves , and other equipment where permanent strainers are not indicated . Keep these strainers in service until the equipment has been tested , then remove either entire strainer or straining element only . Fit strainers with line size blow off valve . C. Circulate a chemical cleaner in chilled , heating and condensing water systems ; and steam and condensing piping systems to remove mill scale , grease , oil , and silt. Circulate for 48-hours , flush system and rep lace with clean water. Dispose of chemical solution in accordance with local ordinances . The type and quantity of cleaning chemicals shall be as recommended by the supplier for the service . 3.20 FIELD QUALITY CONTROL A. Testing Agency : Engage a qualified testing agency to perform tests and inspections . B. Tests and Inspections : 1. Lined carbon steel pipe and fittings shall be inspected by the CONTRACTOR after installation to ensure linings are intact in accordance with the piping system section and shall certify to that effect. a . Pipe 24-lnches and Smaller: Engage an inspection organization to video inspect pipe and report findings . 2. Pressure test piping systems in accordance with Division 15 Section 15070 "Field Testing of Plant and Station Piping Systems ." 3. Additional field-testing shall be as described in the individual piping systems sections of Division 15 . C . The piping system component(s) will be considered defective if it does not pass tests and inspections . D. Prepare test and inspection reports . 3.21 SUPPLEMENTS E. Piping Schedule shall either be as shown on the Drawings or after the 'END OF SECTION ." END OF SECTION 15015-23 SEPTEMBER 23 , 2010 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 PIPING SCHEDULE Pipe Piping Piping Embedment Remarks Product Size Installation Rating Lining Coating (Inches) Material Connections D 4 DIP MJ BUR Pressure Amine Cured Epoxy Class Ill Class 350 Epoxy D 4 DIP FLG EXP Pressure Amine Cured Epoxy N/A Class 350 Epoxy D 4 PVC MJ BUR Class 150 N/A N/A Class IV GENERAL NOTES: Provide pipe labels for all exposed pipes . Pipe labels shall include flow arrows and comply with requirements of this Section . All piping shall be color coded in accordance with Division 9 Section "Painting " and Section 10952 . Heat traced and insulated exposed piping in accordance with Division 15 Section "Pipe Insulation " And Division 16 Section "Electrical Heat Tracini ." MATERIALS LEGEND : INSTALLATION : BS = Black Steel BUR = Buried CPM = Corrugated Metal Pipe EXP = Exposed CSTL = Carbon Steel or Welded Pipe SUB = Submerged cu = Copper Pipe FRP = Fiberglass Pipe FRP-GRP = Glass-Fiber-Reinforced Fiberglass Pipe HOPE = High Density Polyethylene Pipe PE = Polyethylene PVC = Polyvinyl Chloride PVC-DWV = Polyvinyl Chloride-Drain, Waste and Vent RCP = Reinforced Concrete Pipe ss = Stainless Steel Pipe Remarks: 1. First 5' from structure is DIP. 2. Butt welds are allowed if pipe is not connecting to equipment or valve. 15015-24 PIPING SYSTEMS-BASIC MATERIALS AND METHODS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS JUNE 2010 0318-042-22 SECTION 15020 PIPING SYSTEM, DUCTILE IRON PIPE PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and gene ral prov1s1ons of the Contract , including General and Supplementary Cond it ions and Division 1 Specification Sections , apply to this Section. 1.02 SUMMARY A. Section provides requirements for duct ile iron pip ing system for exposed and buried applicat ions and includes : 1. Mechanical joint , push-on and flanged ductile iron pipe , sizes 4-inch through 48-inch . 2 . Mechan ical jo int and flanged ducti le iron and cast iron fitt ings , sizes 4-inch through 48-inch . 3 . Gaskets and fasteners . 4 . Protective coat ings , linings and encasements. B. Re lated Sect ions : 1. Divis ion 2 Section "Materials " 2. Division 2 Section "Excavat ion , Trenching , and Backfilling for Ut ilities " 3. Division 9 Section "Painting " 4. Division 1 O Section "Identifications, Stenciling , and Tagging " 5. Division 15 Section "Basic Mechanica l Requirements " 6. Division 15 Section "Piping Systems-Basic Materials and Methods " 7. Divis ion 15 Sect ion "Hangers and Supports for Piping Systems " 8. Divis ion 15 Section "Field Testing of Plant and Station Piping Systems ." 9. This Section contains material requirements for pipe , fittings , specials , and appurtenances for the ductile iron piping systems , as well as Part 1-General and Part 3-Execution , add itional requirements not specified in the above referenced Sect ion . 1.03 REFERENCES A. American Water Works Association (AWWA): 1. C104/A21.4 -Cement-Moto r Lining for Ductile -Iron Pipe and Fittings for Water. 2. C105/21 .5 -Polyethylene Encasement for Gray and Ductile Cast-Iron Piping for Water and Other Liquids . 3. C110-C21.10 -American National Standard for Gray-Iron and Ductile-Iron Fittings , 3-inch through 48-inch for Water and Other Liquids . 4. C111/A21 .11 -American National Standard for Rubbe r Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. 5. C 115/A21 .15 ·--American National Standard for Flanged Cast-Iron and Ductile-Iron Pipe with Threaded Flanges. 6 . C 150/A21.50 -American National Standard for the Thickness Design of Ductile Iron Pipe. 15020-1 PIPING SYSTEM , DUCTILE IRON PIPE VILLA.GE CREEK RECLA.IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 0318 -042-22 7. C151/A21.51 -American National Standard for Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water and Other Liquids . 8. C153/A21 .10 -Ductile-Iron Compact Fittings for Water Service . 9. C600 -Installation of Ductile Iron Water Mains and Their Appurtenances . 10 . C606 -Grooved and Shouldered Jo ints . 11 . M41 -Manual Ductile Iron Pipe and Fittings. 8 . ASTM International , Inc . (ASTM): 1. A48 -Specification for Gray Iron Castings . 2. A 193 -Specification for Alloy-Steel and Stainless Steel bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. 3. A 194 -Specification for Carbon and Alloy Steel Nuts for Bolts for High- Pressure or High-Temperature Service , of Both. 4. A307 -Specification for Carbon Steel Bolts and Studs , 60000 PSI Tens ile Strength . 5. A320 -Specification for Alloy-Steel and Stainless Steel Bolting Materials for Low Temperature Service. 6. A536 -Specification for Ductile Iron Castings. 7. A563 -Specification for Carbon and Alloy Steel Nuts . 8. A67 4 -Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or other Liquids . 9. 01330 -Specification for Rubber Sheet Gaskets. C . National San itation Foundation (NSF): 1. NSF/ANSI 61 -Drinking Water Components -Health Effects . 1.04 SUBMITTALS A Product Data : For each type of product indicated . B. Shop Drawings : 1. Pipe layout drawings shall include plan, elevations, sections , details , and attachments to other work. 2 . Pipe layout schedule/drawings including pipeline stationing , elevation, and restrained joint locations. 3 . Schedule of materials furnished . 4. Pipe layout drawings and data shall clearly indicate where pipe requmng special provisions are to be located , connections to equipment, valves, and related items. C. Material Certificates : 1. Certificate of Compliance with all applicable and appropriate reference standards certifying that all pipe , fittings , and specials , and other products and materials furnished, comply with the applicable provision of the Specification. 2. Certification of Adequacy of Design: The Certificate of Adequacy of Design shall show the necessary provisions required in the design of the pipe to comply with applicable sections of this Specification. A Professional Engineer registered in the state where the Project is located shall seal the Certificate of Adequacy of Design . D. Field quality-control test reports . 15020-2 . PIPING SYSTEM , DUCTILE IRON PIPE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 1.05 PROJECT REQUIREMENTS A. Restrained Pipe and Fitting Joints , Buried Piping: 1. Restrained joints shall be used for a sufficient distance from each bend , tee , elbow , plug , or other fitting to resist thrust that will develop at the design pressure. 2. CONTRACTOR shall provide restraint length calculations in accordance with AWWA M41 based on the laying conditions, soil conditions , depth of cover , and pressures to determine the number of restrained joints that will be required . 3 . For the purposes of thrust restraint , design pressures shall be the working pressure shown , plus the additional surge allowance for potable water, service water, and pump discharge piping. The design pressure shall be 1.5 times the design test pressure indicated for all other piping. 8 . Hangers and Supports, Exposed Piping: Refer to Division 15 Section 15060 "Hangers and Supports for Piping Systems" for requirements for engineered hangers and supports for piping systems to be provided by CONTRACTOR. PART 2 -PRODUCTS 2 .01 PIPE AND FITTINGS A. General : Ductile iron with a thickness design for the pressures and laying conditions complying with the requirements of AWWA C150 and the manufactured in accordance with AWWA C151 . 1. Comply with the following minimum thickness class, unless otherwise indicated in the Pipe Schedule . a . Class 51 , pipe 6-inch and smaller. b. Class 50 , pipe 8-inch and larger. c. Class 53 for threaded flanged joints . d . Class 53 for grooved end pipe , grooved in accordance with AWWA C606 . 8. Mechanical-Joint, Ductile-Iron Pipe: AWWA C151, with mechanical-joint bell and plain spigot end unless grooved or flanged ends are indicated . 1. Mechanical-Joint, Ductile-Iron Fittings : AWWA C110, ductile-or gray-iron standard pattern or AWWA C153, ductile-iron compact pattern . 2. Glands, Gaskets , and Bolts: AWWA C111 , ductile-or gray-iron glands, rubber gaskets, and steel bolts. C. Push-on-Joint, Ductile-Iron Pipe: AVVWA C151 , with push-on-joint bell and plain spigot end unless grooved or flanged ends are indicated. 1. Push-on-Joint , Ductile-Iron Fittings : AWWA C110 , ductile-or gray-iron standard pattern or AVVWA C153, ductile-iron compact pattern. 2. Gaskets : AVVWA C111, rubber . D. Grooved-Joint, Ductile-Iron Pipe: AWWA C151, with cut, rounded-grooved ends, conforms to AVVWA C606, 250 psi minimum working pressure fittings. 1. Grooved-End, Ductile-Iron Pipe Appurtenances : a . May be used as an alternate to flanged joints for exposed locations. 15020-3 PIPING SYSTEM , DUCTILE IRON PIPE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 b. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include , but are not limited to , the following : 1) Anv il International , Inc . 2) Victaulic Company of America . E. Flanged-Joint , Ductile-Iron Pipe : AWWA C151 , flanged ends . 1. Flange Jo ints : Comply with the requirements of AWWA C115. a. Class 150 or Class 250 as designated on Drawings or Pipe Schedule . 2. Bolting : a. Exposed or Atmospherically Exposed: ASTM A307 , carbon steel , Grade A hex head bolts ; ASTM A563 , Grade A hex head nuts ; and ASTM F436 hardened steel washers . b. Wetted , Submerged or Bur ied : ASTM A193 or ASTM A320 , Type 316 stainless stee l bolts ; ASTM A194 , Type 316 , nuts ; and washers of the same material as the bolts . c. Gaskets : 1) Flange , Flat Face: Full -faced , AWWA C111 , 1/8-inch thick rubber, factory cut. 2) Flange, Raised Face : Use flat ring gasket. 2.02 SPECIAL PIPE FITTINGS A Ductile -Iron , Flexible Expansion Joints : Compound fitting with combination of flanged and mechanical-joint ends complying with AWWA C 110 or AWWA C 153 . Include 2 gasketed ball-joint sections and 1 or more gasketed sleeve sections , rated for 250-psi and for offset and expansion indicated . 1. Avai lable Manufacturers: a. EBAA Iron Sales, Inc . b . Romac Industries , Inc. c. Star Pipe Products. B. Ductile-Iron Deflection Fittings : Compound coupling fitting with ball joint , flexing sect ion , gaskets, and restrained-joint ends complying with AWWA C110 or AWWA C153 . Include rat ing for 250-psig minimum working pressure and for up to 15 degrees of deflection. 1. Available Manufacturers : a. EBAA Iron Sales , Inc. C. Ductile-Iron Expansion Joints: Three-piece assembly of telescoping sleeve with gaskets and restrained-type , ductile-iron bell-and-spigot end sections complying with AWWA C110 or AWWA C153 . Include rating for 250-psig minimum working pressures and for expansion indicated . 1. Available Manufacturers: a. Dresser, Inc .; DMD Div . b. EBAA Iron Sales , Inc. c. JCM Industries. D. Flange adapter: For joining steel pipe to cast iron, provide Dresser Style 127 or equal. Gasket to be BUNA-S , Grade 27. E. Dismantling Joint: Double-ended flange adapter, allowing longitudinal adjustment in piping system, similar to Dresser Style 131 or equal. 15020-4 PIPING SYSTEM , DUCTILE IRON PIPE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS S6PTEMBER 23 , 2010 0318-042-22 F. Reducing and Transit ion Coupling : Required for making reduction is sizes of piping ; changing classes of piping ; or joining steel and cast iron pipe , provide Dresser Style 62 or equal. 2 .03 PROTECTIVE COATINGS , LININGS , AND ENCASEMENT A. Pipe and Fittings Interior: 1. Mortar: Unless otherwise specified in the Piping Schedule , all ductile iron pipe and fittings shall be prov ided with a cement-mortar lining in accordance with AWWA C104 . A bituminous seal coat shall be applied over the cement-mortar lining in accordance with AWWA C104. 2. Epoxy: When specified in the Piping Schedule , apply a high build , fus ion bonded epoxy lining per AWWA C116 , minimum 16 mi ls dry film thickness , per AWWA C116 . When pipe and fittings are used for potable water serv ice for potable water service , epoxy lining shall be NSF 61 certified . 3. Glass Lining : a . Consist of glass completely fused above 1,450 degrees F, with a thickness of 6 to 10 mils and defects , which exposed base metal not greater than 0.1 percent of total lined surface . b. Hardness shall be greater than 5 on the Mohs scale and lining bonded sufficiently to withstand a metal strain of 0.001-inch/inch without damage to the glass lining . c . Finished lined pipe shall not deviate more than 0 .0125-inch per foot of length from a centerline perpendicular to the flange face or square end of the pipe. · d . Available Manufacturers : Water Works Supply Co ., Ferrock MEH-32 ; Ceramic Coating Co ., SL-31; or Ervite Corp ., SG-14 . B. Pipe and Fittings Exterior: 1. Exposed Piping: Provide shop coat primer required for the coating system specified in Division 9 Section "Painting ." 2. Buried Piping : Provide shop applied 1-m il bituminous coating system per AWWA C151 for pipe and AWWA C110 for fittings . C . Encasement for Underground Metal Piping: ASTM A 674 or AWWA C105 . 1. Form : Sheet or tube. 2 . Material : LLDPE film of 0.008-inch minimum thickness or high-density , cross- laminated PE film of 0.004-inch minimum thickness . D. Color: Black. 2.04 VENT AND DRAIN VALVES A. Pipelines 2-1/2-lnch Diameter and Larger: 3/4-inch vent , 1-inch drain , unless indicated otherwise on the Drawings. B. Pipelines 2-lnch Diameter and Smaller: 1/2-inch vent , 1-inch drain , unless indicated otherwise on the Drawings . C. Install vents and drains at piping system high points (vents) and low points (drains) as required by final installation · configuration. Provide line size ball valves for all vents and dra ins . 15020-5 PIPING SYSTEM, DUCTILE IRON PIPE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318 -042-22 2.05 INSULATED CONNECTIONS A. Provide dielectric insulation kits , including gaskets , insu lating sleeves and washers for each bolt and nuts , where flanges are to be catholically insulated . Metal hardware such as backup washers shall be Type 316 stainless steel. Refer to Div ision 15 Section "Pip ing Systems -Basic materials and Methods " for descript ion and additional information . PART 3 -EXECUTION 3.01 INSTALLATION A. Comply with the requirements of Division 15 Section "Piping Systems -Basic Materials and Methods ." Drawings ind icate general arrangement of p iping , fittings , and specialties . B. Laying Buried Pipe: 1. Install pipe to the lines , grades and e levations shown on the Drawings , comp lying with the requirements of AWWA C600 . 2. Unless otherwise shown on the Drawings , within the plant site , bury piping with a minimum cover of 3-feet. Off-site, bury lines 12-inches and smaller with a minimum cover of 4-feet and li nes 14-inches and larger with a minimum cover of 5-feet. 3. Do not lay pipe in water, or when the trench or weather is unsuitable for work. Keep water out of t rench until jointing is complete . When work is not in progress, close ends of pipe and fittings securely so no trench water, earth or other substances will enter p ipes or fittings . 4 . Keep the inside of the pipe free from foreign matter during operations by plugging or other approved method . 5. Provide pipe bedding in accordance with the Drawings and Division 2 Section "Excavation , Trenching, and Backfilling for Utilities ." Place pipe so that the full length of each section rests solidly upon the pipe bed , with rece3sses excavated to accommodate bells and joints . Take up and relay pipe when the grade or joint is disturbed after laying. 6 . Lay pipe with bells facing the directiGA of the laying except when making enclosures. 7 . Buried pipe and fittings shall be polyethylene wrapped in accordance with AWWAC105. 8. Provide a restrained push-on joint or mechanical joint ten feet from outs ide face of structures. C . Restrained Joints : Unless otherwise indicated on the drawings , the CONTRACTOR shall use mechanical restrained pipe joints and fittings (no thrust blocks). The length of pipe requiring thrust restraint shall be calculated as described in Chapter 13 of AWWA M-11. 1. All joints requiring thrust restraint shall be welded (buried) in accordance with AWWA C-206 or restrained with mechanical systems (exposed). 2 . CONTRACTOR shall design restrained joints based on the specified pressures as shown in the Piping Schedule or Drawings and in accordance with AWWA M-11 . 15020-6 PIPING SYSTEM, DUCTILE IRON PIPE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318 -042-22 3. The design for restrained joints, including the length necessary to resist the design thrust, for the embedded conditions, shall be performed and sealed by a Professional Engineer in the state where the Project is being constructed . 4 . CONTRACTOR shall bear all costs for the design and will not receive reimbursement from the OWNER. 3.02 CLEANING A. All piping systems shall be thoroughly cleaned and flushed and all construction debris or foreign material removed . The CONTRACTOR shall provide all temporary connections , equipment and the like for cleaning . 3 .03 FIELD QUALITY CONTROL A. Sterilization : Clean and sterilized potable water lines in accordance with Division 15 Section 15070 "Field Testing of Plant and Station Piping Systems ." B. Piping Tests : Conduct piping tests before joints are covered and after concrete thrust blocks have hardened sufficiently. C. Hydrostatic Tests : Conduct testing in accordance with Division 15 Section 15070 "Field Testing of Plant and Station Piping Systems ." D. Prepare reports of testing activities. 3.04 PIPING SCHEDULE A. As shown on the Drawings or in Division 15 Section "Piping Systems -Basic Materials and Methods ." END OF SECTION 15020-7 PIPING SYSTEM, DUCTILE IRON PIPE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 SECTION 15030 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) PART 1 -GENERAL 1.01 RELATED DOCUMENTS 318-042-22 A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.02 SUMMARY A. Section provides requirements for PVC and CPVC piping systems for exposed and buried applications , pressure and gravity applications and includes : 1. Polyvinyl chloride (PVC) and chlorinated polyvinyl chloride (CPVC) pressure pipe and fittings in sizes 1/2-inch through 36-inch . 2 . Polyvinyl Chloride (PVC) and chlorinated polyvinyl chloride (CPVC) pressure pipe and fittings . 3 . Polyvinyl Chloride (PVC), Schedule 40 and 80 , pressure pipe and fittings . B. Related Sections : 1. Division 15 Section "Basic Mechanical Requ irements " 2 . Division 15 Section "Piping Systems-Basic Materials and Methods " 3 . Division 15 Section "Field Testing of Plant and Station Piping Systems " C. Related Work : 1. This Section contains material requirements for pipe , fittings , specials , and appurtenances for PVC and CPVC pip ing systems , as well as Part 1-General and Part 3-Execution additional requirements not specified in the above referenced Section . 1.03 REFERENCES A References : 1. American Waterworks Association (AWWA): a. C110 -Standard for Ductile-Iron and Gray-Iron Fitt ings , 3 In . Through 48 In . (76 mm Through 1,219 mm) for Water b. C111 -American National Standard for Rubber Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings c. C 153 -Ductile-Iron Compact Fittings for Water Service d . C219-Standard for Bolted , Sleeve-Type Couplings for Plain-End Pipe e . C900 -Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings , 4 in . -12 in . (100 mm-300 mm) for Water Distribution f. C905 -Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fitt ings, 14 in . -48 in . (350 mm-1 ,200 mm) g . C907 -Standard for Injection-Molded Polyvinyl Chloride (PVC) Pressure Fittings, 4 in . Through 12 in . (100 mm Through 300 mm) h. F477 -Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe . 15030-1 SEPTEMBER 23 , 2010 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL . CHLORIDE (CPVC) VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 i. F 1417 -Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air j. F1668 -Guide for Construction Procedures for Buried Plastic Pipe k. F1674-Test Method for Joint Restraint Products Used With PVC Pipe . 2 . ASTM International , Inc. (ASTM): a . D1785 -Specification for Poly(Vinyl Chloride)(PVC) Plastic Pipe, Schedule 40 , 80 , and 120 b . D2241 -Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Pressure-Rated Pipe (SOR Series) c . D2466 -Specification for Poly(Vinyl Chloride)(PVC) Plast ic Pipe Fittings, Schedule 40 d . D2467 -Specification for Poly(Vinyl Chloride)(PVC) Plastic Pipe Fittings , Schedule 80 e . D2564 -Specifications for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems f. D2846 -Specifications for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic and Hot-and Cold-water Distribution Systems g . D3034 -Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and fittings h. F437 -Specification for Threaded Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings , Schedule 80 i. F438 -Specification for Socket-Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Fittings, Schedule 40 j . F439 -Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Fittings , Schedule 80 k. F441 -Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe , Schedule 40 and 80 I. F442 -Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe (SOR-PR) m. F477 -Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe n . F679 -Specification for Poly(Vinyl Chloride)(PVC) Large-Diameter Gravity Sewer Pipe and Fittings o. F794 -Specification for Poly(Vinyl Chloride)(PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter -p. F891 -Specification for Coextruded Poly(Vinyl Chloride)(PVC) Plastic Pipe With a Cellular Core q . F493 -Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings ·, 3 . National Science Foundation (NSF): a. NSF/ANSI 61 -Drinking Water Systems Components -Health Effects PART 2 ~ PRODUCTS 2.01 PVC PIPE AND FITTINGS, 4 THROUGH 12 INCH , PRESSURE A PVC Pressure Pipe : A\/WvA C900, Class 150 and/or Class 200 (as shown on Drawings or in Pipe Schedule), with bell end with gasket, and with spigot end. 1. Comply with UL 1285 for fire-service mains if indicated . 15030-2 SEPTEMBER 23, 2010 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 2 . PVC Fabricated Fitt ings: AWWA C900 , with bell-and-spigot or double-bell ends. Include elastomeric gasket in each bell. 3. PVC Molded Fittings : AWWA C907 , Class 150, with bell-and-spigot or double-bell ends . Include elastomeric gasket in each bell. 4 . Push-on-Joint , Ductile-Iron Fittings : AWWA C110 , ductile-or gray-iron standard pattern or AWWA C153 , ductile-iron compact pattern . a. Gaskets : AWWA C111 , rubber. 5 . Mechan ical-Jo int , Ductile-Iron Fittings : AWWA C110 , duct ile-o r gray-iron standard pattern or AWWA C153 , ductile-iron compact pattern . a . Glands, Gaskets , and Bolts : AWWA C111 , ductile-or gray-iron glands , rubber gaskets , and steel bolts . 6 . PVC Integral Joint Restraint System : a. Integral join restraint system located in the bell designed for integration into PVC pipe manufactured to AWWA C900 and performance when tested in accordance with ASTM F1674 . b. Consists of a ductile iron casing that sits adjacent to the ASTM F477 gasket in the bell ; casing is molded into the raceway of the bell during pipe bell ing ; and a ductile iron grip-ring is inserted into the casing after factory hydro-testing . c. Ava ilable Manufacturer: BullDog™ Integral Joint Restrain System . 2.02 PVC PIPE AND FITTINGS , 14 THROUGH 48 INCH, PRESSURE A PVC Pressure Pipe: AWWA C905 , Class 150 and/or Class 200 (as shown on Drawings or in Pipe Schedule), with bell end with gasket, and with spigot end . 1. PVC Fabricated Fittings: AWWA C905 , with bell -and-spigot or double-bell ends . Include elastomeric gasket in each bell. 2 . Push-on-Joint , Ductile-Iron Fittings: AWWA C110 , duct ile-or gray-iron standard pattern or AWWA C153, ductile-iron compact pattern . a. Gaskets : AWWA C 111, rubber. 3 . Mechanical-Joint , Ductile-Iron Fittings : AWWA C110 , ductile-or gray-iron standard pattern or AWWA C153, ductile-iron compact pattern. 4 . Glands, Gaskets , and Bolts : AWWA C111 , ducti le-or gray-iron glands , rubber gaskets , and steel b_oJts . 2.03 CPVC/PVC PIPE AND FITTINGS , 6-INCH AND SMALLER , PRESSURE A PVC Pipe and Fittings : ASTM D 1785 , Schedule 40 and Schedule 80 pipe , w ith plain ends for solvent-cemented joints or threaded ends conforming to ASTM D 2466 , Schedule 40 or ASTM D 2467 , Schedule 80 , socket-type or threaded fittings . Use Schedule 80 for all pipes to be threaded . 8 . CPVC Pipe and Fittings: ASTM F441, Schedule 40 and Schedule 80 pipe , with plain ends for solvent-cemented joints or threaded ends conforming to ASTM F438 , Schedule 40 or ASTM F439, Schedule 80 , socket-type or threaded fittings . Use Schedule 80 for all pipes to be threaded . C . Solvent Cement: As recommended by the pipe and fitting manufacturer conforming to 02564 for PVC piping systems and ASTM F493 for CPVC piping systems . 15030-3 SEPTEMBER 23 , 2010 PIPING SYSTEM , POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 2 .04 PVC PIPE AND FITIINGS , GRAVITY SEWER AND DRAIN A PVC Cellular-Core Pipe and Fittings : ASTM F 891, Sewer and Drain Series , PS 50 minimum stiffness pipe with ASTM D 3034, SOR 35, socket-type fittings for solvent- cemerited joints . B. PVC Sewer Pipe and Fittings , NPS 15 and Smaller: ASTM D 3034, SOR 35 , with bell-and-spigot ends for gasketed joints with ASTM F 477 , elastomeric seals . C . PVC Sewer Pipe and Fittings , NPS 18 and Larger: ASTM F 679 , T-1 wall thickness , with bell-and-spigot ends for gasketed joints with ASTM F 477 , elastomeric seals . D. PVC Profile Gravity Sewer Pipe and Fittings : ASTM F 794 pipe , with bell-and- sp igot ends ; ASTM D 3034 fittings , with bell ends ; and ASTM F 4 77 , elastomeric seals . 2.05 JOINING MATERIALS A Refer to Divis ion 2 Section "Piping Systems -Basic Materials and Methods" for commonly used joining materials . B. Plastic Pipe-Flange Gasket , Bolts, and Nuts : Type and material recommended by piping system manufacturer, unless otherwise indicated . 2.06 PIPING SPECIAL TIES A Transition Fittings : Manufactured fitting or coupling same size as, with pressure rating at least equal to and ends compatible with , piping to be joined. B. Tubular-Sleeve Pipe Couplings : 1. Description : Metal, bolted, sleeve-type , reducing or transition coupling, with center sleeve , gaskets , end rings , and bolt fasteners and with ends of same sizes as piping to be joined. a . Standard : AWWA C219 . 2.07 CORROSION-PROTECTION PIPE FITIINGS ENCASEMENT A Encasement for Underground Metal Pipe Fittings : ASTM A 674 or AWWA C105. 1. Form : Sheet or tube. 2. Material : LLDPE film of 0.008-inch minimum thickness or high-density , cross- laminated PE film of 0.004-inch minimum thickness. 3. Color: Black. PART 3 -EXECUTION 3.01 INSTALLATION, CLEANING , AND TESTING A Comply with the requirements of Division 15 Section 15015 "Piping Systems - Basic Materials and Methods ." 3.02 PIPING SCHEDULE A As shown on the Drawings or in Divis ion 15 Section "Piping Systems -Basic Materials and Methods ." 15030-4 SEPTEMBER 23, 2010 PIPING SYSTEM , POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 END OF SECTION 15030-5 SEPTEMBER 23, 2010 PIPING SYSTEM , POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 SECTION 15041 DRAINS, HYDRANTS AND CLEANOUTS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specificat ion Sect ions , apply to th is Section . 1.02 SUMMARY A. Section provides requ iremen ts for drains , hydrants , and cleanouts for interior and exterior applications and includes : 1. Floor drains . 2. Hub drains. 3. Trench drains . 4. Cleanouts . 5 . Hydrants and hose stations . B. Related Sect ions : 1. Refer to Division 15 Section "Piping Systems -Basic Materials and Methods" for information regarding submittals ; coord ination ; material del ivery , handl ing , and storage ; projection conditions; design requirements ; other materials ; installation of piping systems ; field testing ; and related work . 2 . Divis ion 9. 1.03 SUBMITTALS A. Information Submittal: Provide manufacturer's data sheet for each type of product ind icated. PART 2 -PRODUCTS 2 .01 MANUFACTURERS A. Manufacturers : Subject to compliance with requ irements, ava ilable manufacturers offering products that may be incorporated into the Work include , but are not limited to , those named in the following paragraphs . 2 .02 CLEANOUTS A. Finished Floors and Concrete Floors, C0-1: Provide duracoated cast-iron , adjustable cleanout with gas and watertight ABS tapered thread plug , and scoriated secured cover and frame , similar to Zurn Model Z1402 . Pipe size shall be as the drain piping shown on the Draw ings . B. Fin ished and Unfinished Walls , C0-2: Provide duracoated cast iron cleanout tea with gas and watertight ABS tapered thread plug and a square, smooth nickel-bronze secured wall access cover and frame, similar to Zurn Model Z1447 . 15041-1 DRAINS , HYDRANTS AND CLEANOUTS VILLAGE CREEK RECLAIMED WATER QUALI TY IMPROVEMENTS SEPTEMBER 23, 2010 0318-042-22 C . Outside Location : Provide duracoated , cast iron cleanout with gas and watertight ABS tapered thread plug , an adjustable housing , and heavy-duty tractor-type cover with vandal-proof screws , cast flush in a 16" square by 6" thick concrete pad in non -surface areas. 2.03 HYDRANTS A. Yard Hydrant, Exposed Head , Non -Freeze : Provide an exposed , non-freeze yard hydrant, with coated cast iron head and lift handle with lock option . Slotted links provide adjustable , locking flow control. Complete with bronze interior parts and galvan ized steel casing with bronze valve housing and 1/8 IP drain port in housing . S im ilar to Zurn Model Z1397 . 8 . Post Hydrant , Exposed Head , Non-Freeze : Prov ide exposed , non-freeze post hydrant complete with bronze casing and cast aluminum casing guard , all bronze interior parts , compression closure valve with 1-inch connection . Operating key included and hydrant equipped with a tapered 1/4 drain port in housing . Hydrant to be similar to Zurn Model Z1385. C . Ground Hydrant, Encased , Flush Type , Non -Freeze : Prov ide encase , non -freeze ground hydrant, for flush with grade or finished (non-traffic) floor installation , complete with bronze casing , all bronze interior parts , bronze seat and replaceable seat washer, non-turning operating rod with free-floating compression closure valve with 1-inch connection . Plain bronze box with hinged scoriated cover with operating key lock and "WATER" cast in cover. Hydrant will be equipped with tapped 1 /4 drain port in valve housing . Depth of bury approximately two feet. Hydrant sim ilar to Zurn Model Z1360. D . Wall Hydrant, Encased , Non-Freeze : Provide encased , non-freeze wall hydrant with bronze casing , all bronze interior parts , non-turning operating rod with free floating compression closure valve , replaceable bronze seat and seat washer, and combination 3/4 female or 1 male straight IP inlet. Nickel bronze box and hinged cover with operating key lock and "WATER" cast in cove r . Hydrant will be equipped with tapped 1/4 drain port in valve housing . Hydrant to be sim ilar to Zurn Model Z1360. E. Fire Hydrants: Provide dry-barre l type conform i ng to the requirements of AWWA C502 . Hydrants shall be designed such that the hydrant valve closes with line pressure preventing loss of water and consequent flooding in the event of traffic damage. Hydrant to be similar to American Darling , Kennedy, or Clow Corporation Figure 2640"8reak Flange". . 1. Hydrants shall have 6-inch mechanical joint inlet connections , two 2 1/2-inch hose connections and one 4 1/2-inch pumper connection . Threads for the hose and pumper connections shall be in accordance with National Standard Thread . Hydrants shall be according to manufacturer's standard pattern. Hydrants shall be equipped with "O" ring packing . Each nozzle cap shall be provided with a Buna-N rubber washer. 2 . Hydrants shall be arranged so that the direction of outlets may be turned 90 degrees without interference with the drip mechanism or obstructing the discharge from any outlet. 3 . A bronze or rustproof steel nut and check nut shall be provided to hold the main hydrant valve on its stem . 15041-2 DRAINS , HYDRANTS AND CLEANOUTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318 -042-22 4 . Hydrant valve opening shall have an area at least equal to that area of a 5 1/4-inch minimum diameter circle and be obstructed only by the valve rod . Each hydrant shall be able to deliver 500 gallons minimum through its two 2 1/2-inch hose nozzles when opened together with a loss of not more than 2 psi in the hydrant. 5. Hydrants shall be designed for installation in a trench that will provide minimum cover as noted on Drawings. Hydrant extensions shall be as manufactured by the company furnishing the hydrants and of a style appropriate for the hydrants as furnished . 6. Hydrants shall open by turning operating nut to right (clockwise) and shall be marked with a raised arrow and the work "open " to indicate the direction to turn stem to open hydrant. 7. Hydrants shall be furnished with caps , double galvanized steel hose cap chain , galvan ized steel pumper hose cap chain , a galvanized steel chain holder and any other hooks and/or appurtenances required for proper use. 8. Hydrant ope rating nut shall be AWWA Standard pentagonal type measuring 1 1/2-inch point to flat. 9. Hydrants shall be hydrostatically tested as specified in AWWA C502 . 10 . All iron work to be set below ground , after being thoroughly cleaned , shall be painted with two coats of aspha lt varnish specified in AWWA -c502. Iron work to be left above ground shall be shop painted with two coats of paint of quality and color to correspond to the present standa rd of the Owner. 2.04 HOSE STATIONS A. Provide hose stat ion according to the Drawing Deta il at the locations indicated on the Drawings . Hose station shall consist of hydrant , hose of the size and type indicated , spray nozzle , and bracket. PART 3 -EXECUTION 3.01 INSTALL TION A. Cleanouts : 1. Provide drainage lines with properly specified cleanouts. Locate cleanouts in runs not more than 90 feet on centers or as requ ired by local authority having jurisdiction . 2. Provide cleanouts at the base of each so il or waste stack and wherever necessary to make accessible all parts of the drainage soil or waste systems . 3. Extend cleanouts within chases to nea r wall and provide wall access cover compatible with wall construction. 4 . Provide cleanouts of requ ired size wi t h flashing flange where installed with membrane water proofing . B. Hose Stations : Provide where shown on the Drawings and in accordance with Drawings Detail. C . Trench Drains : Install to the lines and grades shown on the Drawings and in accordance with manufacturer's instructions . 15041-3 DRAINS , HYDRANTS AND CLEANOUTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042 -22 D. Floor Drains : Install of the size and at the locations shown on the Drawings and in accordance with manufacturer's instructions . Provide hub drains at equipment for the collection of waste water. END OF SECTION 15041-4 DRAINS , HYDRANTS AND CLEANOUTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 SECTION 15060 HANGERS AND SUPPORTS FOR PIPING SYSTEMS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract , including General and Supplementary Conditions and Division 1 Specification Sect ions , apply to th is Section . 1.02 SUMMARY A. Work covered under this Section consists of providing hangers and supports for equipment and piping systems. B. Related Sections : 1. Division 5 Section 05500 "Miscellaneous Metal Fabrication" for materials for attaching hangers and supports to structures and buildings . 1.03 DEFINITIONS AND REFERENCES A. Definition: 1. Wetted or Submerged : Submerged , less than one foot above liquid, below top of channel wall , under cover or slab of channel or tank, or in other damp locations. B. References: 1. American Weld ing Society (AWS): a. 01 .1 -Structural Welding Code-Steel b. 01 .2 -Structural Welding Code-Aluminum c. 01 .6 -Structural Welding Code-Stainless Steel 2. American Society of Mechanical Engineers: a. B31.9-Standard Building Services Piping b. Section IX , Boiler and Pressure Vessel Code : Welding and Brazing Qualifications 3. ASTM International (ASTM): a . B 633 -Specification for Electrodeposited Coatings of Zinc on Iron and Steel b. A 36-Standard Specifications for Carbon Structural Steel c. A 123 -Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. A 183 - Specification for Carbon Steel Track Bolts and Nuts e. A 525 -Specification for General Requirements for Steel Sheet , Zinc- Coated (Galvanized) by the Hot-Dip Process . f . A 653 - Specification for Steel Sheet , Zinc-Coated (Galvanized) or Zinc- Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. g . A 780 -Practice for Repair of Damaged and Uncoated Areas of Hot-Dip galvanized Coatings . h. A 1011 - Specification for Steel , Sheet and Strip, Hot-Rolled , Carbon, Structural, high-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength i. C 1107 -Specification for Packaged Dry Hydraulic Cement (Non-Shrink) j. F 844 -Specification for Washers , Steel , Plain (Flat), Unhardened for General Use Only 15060-1 SEPTEMBER 23, 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 4. ·Manufacturers Standardization Society (MSS): a. SP-58 Pipe Hangers and Supports-Materials, Design and Maintenance b. SP-69 Pipe Hangers and Supports-Selection and Application c. SP-89 Pipe Hangers and Supports-Fabrication and Installation Practices d. SP-127 Bracing for Piping Systems Seismic-Wind-Dynamic Design , Selection , Appl ication 5. NFPA (National Fire Protect ion Assoc iation): a. NFPA 13 -Standard for the Installation of Sprinkler Systems b. NFPA-14 -Standard for the Installation of Standpipes and Hose Systems c. NFPA 70 -National Electrical Code . 1.04 SYSTEM DESCRIPTION A. Engineered Hanger and Support System : The CONTRACTOR shall provide an engineered hanger and support system for the various piping systems indicted on the Drawings . This includes the design of mult iple piping supports and trapeze hangers and the selection of appropriate hangers and anchors to the structures , bu ildings , and facil ities. The number and type of hangers/supports and the selection necessary for the project , includ ing the type of inserts and size of rods necessary to carry the installed weights shall be determined by the CONTRACTOR, based on calculated loads to be supported . B. Codes and Standards : 1. Regulatory Requirements : Comply with applicable plumbing codes pertaining to product materials and installation of the hanger and support system . 2 . NFPA Compl iance : Hanger and support system shall comply with NFPA -13 when used as a component of a fire protection system and NFPA-14 When used as a component of a standp ipe system . 3 . UL and FM Compliance : Hanger and support system components shall be listed and labeled by UL and FM when used for fire protection systems . 4 . National Recognized Testing Laboratory and NEMA Compliance (NRTL): Instead of UL and FN compliance , the hanger and support system components shall be listed and labeled by a NTRL where used for fire protection systems . The term "NTRL" shall be as defined in OSHA Regulation 1910.7 . 5. Duct Hangers: SMACNA Duct Manuals . 6. MSS Standard Compliance : Provide hanger and support system components of which materials , design , and manufacture comply with MSS SP-69 . C. Design Requirements : 1. General: a. The configuration and layout of yard and station piping systems are shown in the Drawings . · b . In certain locations , pipe supports , anchors , and expansion joints have been indicated on the drawings , but no attempt has been made to indicate every pipe support, anchor, arid expansion joint. - c. It shall be the CONTRACTOR'S responsibility to provide a complete system of pipe supports to determine the number, location , and size of hangers and supports, to provide expansion jo ints , and to provide restraints and anchor all piping , in accordance with the requirements set forth herein . d. Addit ional pipe supports may be required adjacent to expansion joints , couplings , flanged connections , or va lves. Piping shall be supported so that strain imposed on attached equipment is prevented . Piping shall be 15060-2 SEPTEMBER 23, 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 fabricated in a manner that piping is not strained during installation. Pipe shall not be fabricated in a manner that required force to align pipe runs , or that required force to install piping into hangers. e. Piping Smaller than 30-inches : Supports are shown only where specific types and locations are required; provide additional pipe, valve , and equipment supports as required. f . Piping 30-inches and Larger: Support systems have been designed for piping and shall be placed at the designated locations as shown on the Drawings g . Comply with the requirements of MSS SP-58 , MSS SP-69, and MSS SP- 89 . h. Hanger and support shall be capable of vertical adjustment after the piping has been installed . Hangers that do not allow for such adjustment shall have turnbuckles installed in the hanging rod. i. Where pipe is noted to be insulated , the pipe hanger shall not penetrate the pipe covering . Pipe hangers shall be on the outside of the insulation . Provide protection saddles or insulation inserts to prevent damage to insulation . j. Piping which runs at an elevat ion exceeding 8 '-0 " from the structure above , and as indicated on the plans may be supported from wall-mounted brackets attached to concrete wall surfaces. 2 . Piping Support Systems : a . Support Load : Dead loads imposed by weight of pipes filled with water, except air and gas pipes, plus insulation . b. Safety Factor: Minimum of 5. c. Maximum Support Spacing and Minimum Rod Size : 1) Steel or Ducti le Iron Piping : Table 1 Steel or Ductile Iron Pipe Maximum Support/Hanger Minimum Rod Size Pipe Size Spacing S ingle Rod Hangers 1-inch and smaller 6 feet 1/4-inch 1-1 /2-inch thru 8 feet 1/4-inch 2-1/2-inch 3-inch & 4-inch 10 feet 3/8-inch 6-inch 12 feet 3/8-inch 8-inch 12 feet 1/2-inch 10-inch & 12-inch 14 feet 5/8-inch 14-inch 16 feet 3/4-inch 16-inch & 18-inch 16 feet 7/8-inch 20-inch 18 feet 1-inch 24-inch 18 feet 1-1/4-inch , 30-inch and larger As shown on Drawings As shown on Drawings 2) Copper Piping : a) Maximum Support Spacing : Two (2) feet less per size than listed for steel, with 1-inch and smaller pipe supported every five (5) feet. b) Minimum Hanger Rod Size : Same as listed for steel pipe . 15060-3 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3) Plastic and Fiberglass Piping: a) Maximum Support Spacing : As recommended by manufacturer for flow and temperature in pipe . b) Minimum Rod Sizing: Same as listed for steel pipe . c) Provide supports with width as required by pipe manufacturer and shields as required to protect pipe in accordance with manufacturer's requ irements . 4) Stainless Steel Piping : Table 2 Stainless Steel Pipe Maximum Support/Hanger Minimum Rod Size Pipe Size spacing Single Rod Hanqers 1-inch thru 4-inch 8 feet 1/4-inch 6 -inch 8 feet 3/8-inch 8-inch & 10-inch 10 feet 1/2-inch 12-inch 10 feet 1/2-inch 14-inch & 16-inch 12 feet 5/8-inch 18-inch & 20-inch 14 feet %-inch 24-inch 14 feet 7/8-inch d. Where several lines are installed adjacent to each other in the same plane and at the same elevation , trapeze hangers may be used ; provided they are sized to carry the combined weight of all piping , fluid , and a safety factor of 2.0. e . Thrust anchorage shall be based on water pressure plus hammer and a safety factory of 1.5. 3. Framing Support Systems : a. Beams: Size such that beam stress does not exceed 25,000 psi and maximum deflection does not exceed 1/240 of span . b. Column Members : Size in accordance with manufacturer's recommended method. c. Support Loads : Calculate using weight of pipes filled with water. d . Maximum Spans : 1) Steel and Ductile Iron Pipe , 3-lnch Diameter and Larger: 10-foot centers , unless otherwise shown . 2) Other Pipelines and Special Situations : May require supplementary hangers and supports . e. Electrical Conduit Support : Include in design of framing support systems . 4. Anchoring Devices: Design , size , and pace support devices, including anchor bolts, inserts, and other devices used to anchor support, to withstand shear and pullout loads imposed by loading and spacing on each particular .support. 5 . Vertical Sway Bracing: 10-foot maximum centers, or as shown . 6 . Existing Support Systems: use existing support systems to support new piping only if CONTRACTOR can show that they are adequate for the additional loads, or if they are strengthened to support the additional load. 15060-4 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 1.05 A. B . C . 1.06 A. B . C . D. E. 1.07 A. SUBMITTALS Product Data : 0318-042-22 1. Product data to include , but not be limited to materials , fin ishes , testing agency approvals , load ratings , and dimensional information . 2 . Provide installation instructions for each type of hanger and support . 3 . Submit pipe hanger and support schedule showing manufacturer's Figure No ., size , location , and features for each required pipe hanger and support. Shop Drawings : Provide for each type of hanger and support, indicating d imens ions , we ights, required clearances , and methods of component assembly . Indicate all loads exceed ing 250 lbs imposed on building support systems and on structures . Informational Submittals: 1. Welder certificates signed by Contractor certifying that welders comply w ith requirements specified under the "Qual ity Assurance" Article. 2 . Product certificates signed by manufacturer certifying that their product meet the specified requirements . QUALITY ASSURANCE Welding : 1. Qualify welding processes and welding ope rators according to the following codes depending on the material welded . a . AWS D1 .1 "Structural Welding Code--Steel." b . AWS D1 .2 "Structural Welding Code-Aluminum ." c . AWS D1 .6 "Str uctural Weld ing Code-Sta inless Steel." 2 . Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and , if pertinent, has undergone recertification . Qual ify welding processes and welding operators according to ASME "Boiler and Pressure Vessel Code ," Section IX, 'Welding and Brazing Qualifications." NFPA Compl iance : Comply with NFPA 13 for hangers and supports used as components of fire protection systems. List ing and Labeling: Provide hangers and supports that are listed and labeled as defined in NFPA 70, Article 100. 1. UL and FM Compliance : Hangers, supports , and components include listing and labeling by UL and FM where used for fire protection piping systems. 2. Listing and Label ing Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. Licensed Operators : Use operators that are licensed by powder-operated tool manufacturers to operate their tools and fasteners . PRODUCT DELIVERY, STORATE AND HANDLING Comply with the requirements of the General Conditions and manufacturer's recommendations . 15060-5 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 PART 2-PRODUCTS 2.01 A. 8 . MANUFACTURED UNITS General : 1. When specified items are not available , fabricate pipe supports of correct material and to general configuration ind icated in catalogs. 2 . Special supports and hangers details will be requ ired for cases where standard catalog supports are inapplicable . 3 . Materials : Unless otherwise shown on the Drawings , fabricate supports using the following materials : a. Wetted and Submerged : Type 316 Sta inless Steel. b. Atmospheric Exposed : Hot-d ipped galvanize after fabrication , coat in accordance with Division 9 Sect ion 09910 "Painting and Protective Coatings ." c . Hardware : Type 316 Stainless Stee l. Hangers , Supports , and Components: 1 . Selection and application of pipe hangers and supports for all service temperatures shall be in accordance with MSS SP-69 . 2 . Requirements for material , design and manufacture of standard types of hanger and support system components shall be in accordance with MSS SP-58. 3 . Requirements fo r the fabrication and installation of the hanger and support system shall be in accordance with MSS SP-89 . 4 . Requirements relating to the design , selection , and applications of bracing for piping systems subject to seismic-w ind-dynamic loading shall be in accordance with MSS SP-127. 5. Components include galvanized coatings where installed for piping and equipment that will not have a field-applied finish . 6 . Pipe attachments shall include a nonmetallic coating for electrolytic protection where attachments are in direct contact with copper pipe and tubing. C. Products : 1. Available Products : Subject to compliance with requirements , pro-ducts that may be incorporated into the Work include , but are not limited to, the following : a. ANVIL International , Inc. b. Cooper 8-Line , Inc . c. National Pipe Hanger Corporation d. Piping Technology & Products , Inc . 2.02 HANGERS A. Adjustable Clevis Hanger: MSS SP-58 , Type 1. 8. Adjustable Swivel Ring for Non-Insulated Pipe : MSS Type 7. C. Hinged Split-Ring Pipe Clamp: MSS SP -58 , Type 6 or 12 . D . Yoke and Roller Hanger: MSS Type 41 and 43 . E. U-8olts: MSS Type 24 . F. Straps : Mss Type 26 . G . Anchor Rods , Clevises , Nuts , Sockets , and Turnbuckles : In accordance with MSS SP-58 . 15060-6 SEPTEMBER 23 , 2010 HANGERS AND .SUPPORTS FOR PIPING SYSTEMS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVE MENTS H . 2 .03 A. B. 2.04 A. B. C. 2 .05 A-. B . C. 2 .06 A. B. C . 0318-042-22 Attachments : 1. I-Beam Clamp: Concentric loading type , MSS SP-58 , Type 21 , 28 , 29 , or 30 , which engage both sides of flange . 2 . Concrete Insert : MSS SP-58 , Type 18, continuous channel insert with load rating not less than that of hanger rod it supports . PIPE SUPPORTS Pedestal Type : Schedule 40 pipe stanchion , saddle , and ancho r ing flange . 1. Nonadjustable Saddle : MSS SP-58 , Type 37 with U-bolt. 2 . Adjustable Saddle : MSS SP-58 , Type 38 without clamp . Pipe Stanchion : Anvil Figure 62 and 63 for support of steel pipe elbows , horizontal pipe , and for use with pipe saddles . ROLLERS AND ROLLER SUPPORTS Roller with Adjustable Support Stand : 1 . Designed for pipe support where longitudinal movement and vert ical adjustment is required . 2 . Non-metallic roller with stain less steel stand and hardware . 3 . Complies with MSS SP-69 and SP-58, Type 46 . Roller with Non-Adjustable Support Stand : 1. Des igned for supporting pipe with longitudinal movement. 2 . Non-metallic roller with stainless steel chair , stand and ha rdware. 3 . Complies with MSS SP-69 and SP-58 , Type 44. Roller with Ceiling Suspended Supports : 1. Designed for suspend ing pipe where longitudinal movement and vert ical adjustment is required . 2 . Steel with cast iron roller, standard finish . 3 . Complies with MSS SP-69 and SP-58 , Type 43 or Type 41 . WALL SUPPORTS · Horizontal Pipe: 1. 1/4-lnch Thru 4-lnches : Offset or straight J-hook. 2 . 4-lnches and Greater: Welded steel bracket MSS Type 31 , 32 , or 33 and wrought steel clamp. Provide adjustable steel yoke and cast iron roll MSS Type 44 for hot pipe 200° F and over and for sizes 6-inches and greate r. One-Hole Clamp: Anvil ; Figure 126 . Channel Type : Un istrut, Anvi l, Cooper B-Line . PIPE CLAMPS R iser Clamp: MSS SP-58 , Type 4. Flexibility in hanger assembly required due to horizontal movement, use pipe clamps w ith weldless eye nuts: MSS SP-58 , Type 4, with Type 17. For insulated lines use double bolted pipe clamps : MSS SP-58 , Type 3 , with Type 17. Offset Pipe Clamp: Galvanized carbon steel clamp for use is supporting piping away from floor or wall ; Anvil Figure 103 or equivalent. 15060-7 SEPTEMBER 23, 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS D. 2 .07 A. 8 . C . 2 .08 A. 8 . C . 2 .09 A. 8 . 0318 -042-22 Extens ion Pipe or Riser Clamp : Galvanized carbon steel riser clamp for support of vertical piping complying with MSS SP-69 and MSS-58 , Type 8 and Type 42. Type 42 is des igned also to be supported by hanger rods . MULTIPLE OR TRAPEZE HANGERS Trapeze hangers constructed from 12 gauge roll formed ASTM A 1011 SS Gr. 33 structural steel channel , 1-5/8-inch x 1-5/8-inch m inimum . Mount pipes to trapeze with two piece pipe straps sized fo r outside diameter of pipe . Pipes subject to axial movement: 1. Use strut mounted roller supports ; use pipe protection shield or saddles on FRP and insulated lines . 2 . Use strut mounted pipe guide as required . CHANNEL TYPE SUPPORT SYSTEMS Steel Construction : 1. Channel: Pre-galvanized in accordance with ASTM A525 , Class G90, or hot-d ip after fabrication . 2 . Hardware : Type 316 stainless steel. 3 . Channel Size : a. Single Channel: 14-gauge, 1-5/8" by 1-5/8 ". b . Double Channel : 14-gauge, 3-1 /4 " by 1-5/8". c . Manufacturer: Un istrut Series P1000 or equivalent. 4 . Members and Connections : MFMA-2, factory-fabricated components for fie ld assembly . Design for all loads with Safety Factor of 5 . 5 . Pipe and Tubing Clamps: Unistrut "Cush-A-Clamp" Omega Series or U-8olt Series , stainless steel construction with thermoplastic elastomer cushion or equivalent. Fiberglass Construction : 1. Channel : Polyester and vi nylester re inforce with multiple strands of glass filament, UV resistant surfacing veils channe ls . a. Single Channel: Heavy duty 1-5/8"' by 1-5/8"; Unistrut Series F20V-2000 . b . Double Channel : Heavy duty 3-1/4 " by 1-5/8"; Unistrut Series F20V-2100. 2. Seal all cut ends with a clear sealer and provide end caps on exposed ends after assembly . 3. Hardware : Fiberglass or sta inless steel. Available Manufactures: 1. Anvil; Power-Strut Line 2 . Cooper 8-Line 3. National Pipe Hangers Corporation 4 . Unistrut Corporation ACCESSORIES Protection Shields: MSS Type 40; galvanized steel or stainless steel, 180 degrees arc, minimum 12-inches long , to prevent crushing insulation . Protection Saddles: MSS Type 39 ; fill interior with segments of insulation matching adj oining insulation . 15060-8 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 C. Thermal Shields : 1. Provide 100-psi minimum compressive strength , waterp roof, asbestos free calcium silicate , encased with a sheet metal enclosu re . Insert and shield shall cover the entire circumference or the bottom half circumference of the pipe , with length recommended by the manufacturer for pipe size and thickness of insulation . 2. Cold Piping : Calcium silicate shall extend beyond the sheet metal shield allow ing overlap of vapor barrier. 3. Piping , 4-inches and larger, supported on trapeze or pipe rollers , provide double thickness shields . 4 . Piping , 12-inches and greater, provide 600 psi calcium sil icate structural insert . D. Vibrat ion Isolation and Supports : 1. For refr igeration , air conditionings , hydraulic , pneumatic , and other vibrat ing system applications, use a clamp that has a vibration dampening inserts and a nylon inserted locknu t. For copper and steel tubing use Cooper 8-Line BVT series V ibraClamps , for pipe sizes use BVP series , or equivalent. 2. For larger tubing or piping subjected to vibrat ion , use neoprene or spring hangers as required . For spring hangers use Mason or equal. 3. For base mounted equipment use vibration pads , molded neoprene mounts , or spring mounts as required . 4 . V ibration isolation products as manufactured by Cooper 8-Line , VibraTrol systems, or equivalent. E. Intermediate Pipe Guides: 1. Pip ing , 6-inches and smaller: a . Type : Pipe clamp with oversized pipe sleeve to provide minimum 1 /8-inch clearance. 2 . Piping , 8-inches and larger: a . Type : Specially formed U-bolts with double nuts to provide 1 /4-inch minimum clearance around pipe . b . U-Bolt Stock Size : 1) 8-inch Pipe : 5/8-inch 2) 10-inch Pipe : 3/4 -inch 3) 12-inch through 16-inch Pipe : 7 /8-inch 4) 18-inch through 30-inch Pipe : 1-inch F. Pipe Alignment Guides : 1. Piping 8-inches and Smaller: Spider of sleeve type. 2 . Piping 10-inches and Larger: Roller type . G . Pipe Anchors : 1. Type : Anchor chair with U-bolt. H. Hangers shall be threaded at either end or continuous threaded rods of circular cross section. Use adjusting locknuts at upper attachments and hangers. No wire , chain , or perforated straps are allowed . 15060-9 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 2.10 MISCELLANEOUS MATERIALS A. Hanger Support Anchors : Comply with the requirements of Division 5 Section 05501 "Anchor Bolts , Expansion Anchors , and Inserts " fo r cast-in-place anchors , concrete and masonry drilled anchors , and material of construction for anchors based on the environment. 1. Insert-type attachments with pull-out and shear capacities appropriate for supported loads and building materials where used . Fasteners for fire protection systems include UL listing and FM approva l. B. Powder actuated fasteners and other types of bolts and fasteners not specified herein shall not be used unless approved by ENGINEER. 1. Powder-actuated-type , drive-pin attachments with pull -out and shear capacit ies appropriate for supported loads and building materials where used . Fas teners for fire protection systems include UL listing and FM approval. C. Structural Steel : ASTM A 36/A 36M, steel plates , shapes , and bars , black and galvanized. D. Bolts and Nuts : ASME 818 .10 or ASTM A 183 , steel , hex-head , track bolts and nuts . E. Washers : ASTM F 844, steel, plain , flat washers . F. Grout: ASTM C 1107 , Grade B, nonshrink and nonmetallic; 1. Characteristics include post-hardening , volume-adjusting , dry , hydraulic-cement- type grout that is nonstaining , noncorrosive , nongaseous and is recommended for both interior and exterior applications. 2 . Design Mix : 5000-psi , 28-day compressive strength. 3. Water: Potable. 4 . Packag ing : Premixed and factory-packaged . PART 3 -EXECUTION 3.01 PREPARATION A. Examine areas and conditions under which the hanger _and support system w ill be installed . Do not proceed with work until satisfactorily conditions have been corrected in manner acceptable to installer. B. Proceed with installation of the hanger and support system only after required structural wo rk has been completed in areas whE:lre work is to be installed. Correct inadequacies including , but not limited to . Proper placement of inserts , anchors, and other structural attachments . Review Drawings to obtain structural support limitations . 3.02 HANGER AND SUPPORT INSTALLATION A. Ge.neral: Comply with MSS SP-69 and SP-89. Install hangers , supports , clamps, and attachments as requ ired to properly support piping from building structure . B. Channel Support Installation : Arrange for grouping of parallel runs of horizontal piping supported together on field-fabricated , heavy-duty trapeze hangers where possible. 1. Field assemble and install according to manufacturer's instructions. 15060-10 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 C. Heavy-Duty Steel Trapezes : Arrange for grouping of parallel runs of horizontal piping and support together on field-fabricate heavy-duty trapezes . 1. Pipes of Various Sizes : Support together and space trapezes for smallest pipe size or install support intermediate supports for smaller diameter pipes as specified above for individual pipe hangers . 2. Field-fabricate from ASTM A36 steel shapes se lected for loads be ing supported . 3 . Weld steel according to AWS D-1.1. D. Install building attachments within concrete or to structural steel. Space attachments within maximum piping span length indicated in MSS SP-69 . Install additional attachments at concentrated loads , including valves , flanges , gu ides , strainers , expansion joints , and at changes in direction of piping. Install concrete inserts before concrete is placed ; fasten insert to forms. Install reinforcing bars through openings at top of inserts. E. Install powder-actuated drive-pin fasteners in concrete after concrete is placed and completely cured . Use operators that are licensed by powder-actuated tool manufacturer. Install fasteners according to powder-actuated tool manufacturer's operating manual. Do not use in lightweight concrete slabs or in concrete slabs less than 4 inches thick . F. Install mechanical-anchor fasteners in concrete after concrete is placed and completely cured . Install according to fastener manufacturer's written instructions . Do not use in lightweight concrete slabs or in concrete slabs less than 4 inches thick . G. Install hangers and supports complete with necessary inserts , bolts , rods , nuts , washers , and other accessories . H. Support fire protection systems piping independent of other piping . I. Install hangers and supports to allow controlled movement of pip ing systems , permit freedom of movement between pipe anchors , and facilitate action of expansion joints, expansion loops , expansion bends , and similar units . J . Load Distribution : Install hangers and supports so that piping live and dead loading and stresses from movement will not be transmitted to connected equipment. K. Pipe Slopes : Install hangers and supports to provide indicated pipe slopes and so that maximum pipe deflections allowed by ASME B31 .9 "Bu ilding Services Piping" is not exceeded . L. Insulated Piping : Comply with the following installation requirements . 1. Clamps : Attach clamps, including spacers (if any), to piping with clamps projecting through insulation ; do not exceed pipe stresses allowed by ASME B31 .9. 2. Saddles : Install protection saddles MSS Type 39 where insulation without vapor barrier is indicated . Fill interior voids with segments of insulation that match adjoining pipe insulation. 15060-11 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3. Shields: Install MSS Type 40, protective shields on cold p1p1ng with vapor barrier. Shields span an arc of 180 degrees and have dimensions in inches not less than the following: Table 3 Shield Length and Thickness NPS Shield Length Shield Thickness (Inches) (Inches) (Inches) 1/4 to 3-1/2 12 0 .048 4 12 0.060 5 and 6 18 0.060 8 to 14 24 0.075 16 to 24 24 0 .105 4 . Pipes 8 Inches (200 mm) and Larger: Include wood inserts. 5. Insert Material: Length at least as long as the protective shield. 6 . Thermal-Hanger Shields : Install with insulation of same thickness as piping . M. Piping Support General Applications : 1. Support piping connections to equipment by pipe support and not by the equipment. 2 . Support large or heavy valves , fittings , and appurtenances independently of connected piping . 3 . Do not support one pipe from another. 4 . Support pipe at changes in direction or in elevation, adjacent to flexible joints and couplings, and where shown. 5 . Do not install pipe supports and hangers in equipment access areas or bridge crane runs. 6 . Brace hanging pipes against horizontal movement by both longitudinal and lateral sway bracing. 7. Install pipe anchors where required to withstand expansion thrust loads and to direct and control thermal expansion. 8. Repair mounting surfaces to original condition after attachments are made . N. Standard Pipe Supports: 1. Horizontal Suspended Piping: a. Single Pipes : Adjustable swivel-ring , split-ring , or clevis hangers. b. -Grouped Pipes: Trapeze hanger systems . c. Furnished galvanized steel protection shield and oversized hangers for all insulated pipes . d. Furnish precut sections of rigid insulation with vapor barrier at hangers for all insulated pipe. 2. Horizontal Piping Supported from Walls : a. Single Pipes: Wall brackets or wall clips attached to wall with anchors . Clips attached to wall mounted framing also acceptable. b. Stacked Piping : 1) Wall mounted framing system and clips acceptable for piping smaller than 3-inch nominal diameter. 2) Piping clamps which resist axial movement of pipe through support not acceptable . c. Wall mounted piping clips not acceptable for insulated piping. 15060-12 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 0318-042-22 3. Horizontal Piping Supported From Floors : a . Stanchion Type : 1) Pedestal type ; adjustable with stanchion , saddle , and anchoring flange . 2) Use yoked saddles for piping whose centerl ine elevation is 18- inches or greater above the floor and for all exte rior installations . 3) Provide neoprene waffle isolation pad unde r anchoring flanges , adjacent to equipment or where otherwise required to provide vibration isolation . b. Floor Mounted Channel Supports : 1) Use for piping smaller than 3-inch nominal diameter running along floors and in trenches at piping elevations lower than can be accommodated using pedestal pipe supports . 2) Attach channel framing to floors with anchor bolts . 3) Attach pipe to channel framing with clips or pipe clamps . c . Conc rete Cradles : Use for piping large r than 3-inch nominal diameter along floor and in trenches at piping elevations lower than can be accommodated using stanchion type . 4 . Vertical Pipe: Support with wall brackets and base elbow or riser clamps on floor penetrations . 5 . Standard Attachments : a. To Concrete Ce ilings : Concrete inserts . b . To Steel beams : I-beam clamps or welded attachments. c . To Wooden Beams : Lag screws and angle clips to members with anchor bolts . d. To Concrete Walls : Concrete inserts or brackets or clip angles with anchor bolts . 6 . Existing Walls and Ceilings : Install as specified unless otherwise shown. 0 . Intermediate and Pipe Alignment Guides : 1. Provide pipe al ignment guides (or pipe supports that accomplishes the same function) at all expansion joints and loops. 2. Guide piping on each side of an expansion joint or loop at four to fourteen pipe diameters distance from each joint or loop . 3 . Install intermediate guides on metal framing support systems not carry ing a pipe anchor or alignment guide . P. Accessories : 1. Insulat ion Shield : Install on insulated non-steel piping . Oversized rollers and supports . 2. Welding Insulated Saddle : Install on insulated steel pipe . Oversized rollers and supports. 3. Vibration Isolation Pad : Install under base flange of pedestal type pipe supports adjacent to equipment, and where required to isolate vibration . 4 . Dielectric Barrier: a. Install between carbon steel members and copper or stainless steel pipe . b. Install between stainless steel supports and nonstainless steel ferrous metal piping. 5. Electrical isolation : Install 1/4-inch by 3-inch neoprene rubber wrap between submerged metal pipe and oversized clamps . 15060-13 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS Q . 3.03 A 0318-042-22 Piping and ductwork supports are to be independent supports and directly supported from building or structure . Combining supports from more than one trade is not permitted . EQUIPMENT SUPPORTS Fabricate structural steel stands to suspend equipment from structure above or support equipment above floor. 8. Grouting : Place grout under supports for equipment, and make a smooth bearing surface . 3.04 METAL FABRICATION A Cut, drill , and fit miscellaneous metal fabrications for pipe and equipment supports . 8 . Fit exposed connections together to form hairline joints . Field-weld connections that cannot be shop-welded because of shipping size limitations . C. Field Welding : Comply with AWS 01 .1 procedures for manual shielded metal-arc welding , appearance and quality of welds , methods used in correcting welding work, and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals . 2 . Obtain fusion without undercut or overlap. 3 . Remove welding flux immediately. 4 . Finish welds at exposed connections so that no roughness shows after finishing , and so that contours of welded surfaces match adjacent contours . 3.05 ADJUSTING A Hanger Adjustment: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe. 3.06 PAINTING A Touching Up: Cleaning and touchup painting of field welds, bolted connections , and abraded areas of shop paint on miscellaneous metal is specified in Division 9. 8. Galvanized Surfaces: Clean welds, bolted connections , and abraded areas and apply galvanizing-repair paint to comply with ASTM A780 . 3.07 VIBRATION A Vibration of the piping system during operation is not acceptable . B . CONTRACTOR shall provide additional lateral supports as required to eliminate piping vibration at no addition cost to OWNER. END OF SECTION 15060-14 SEPTEMBER 23 , 2010 HANGERS AND SUPPORTS FOR PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 15064 STEEL PIPE AND FITTINGS 318-042-22 Provide all labor, materials , equipment , tools and related items required to furnish and install steel pipe as shown on the Drawings . 1.02 RELATED WORK A. Division 3 -Concrete 8 . Section 09900 -Painting 1.03 SU8MITTALS A. Comply with the requirements in Division 1 -General Provisions sections on Submittals and on Shop Drawings , Product Data and Samples, and the following : 1. Product data shall be provided to show compliance of all couplings , supports , fittings , coatings and related items . 2. Details of all fabricated components . 3. Pipe leak test reports . 4 . Verifiable Certificate of Compliance with the NSF 61 Standard for all pipe and fittings. 1.04 QUALITY ASSURANCE A. All welded steel pipe shall be furnished by a single manufacturer who is fully experienced, reputable , and qualified in the manufacture of the steel pipe to be furnished . 8 . Design Criteria . 1. All steel pipe , fittings and specials shall be designed in accordance with AWWA Manual M-11 . 2. Internal Loading . a. Operating pressures shall be as specified in 1.05 Job Conditions . b . Add a surge allowance as specified in 1.05 Job Conditions to the specified operating pressures . c . Additional requirements as specified in 1.05 Job Conditions . 3. Design Stress . The design stress shall be a maximum of 50 percent of the yield point stress of the steel used . 4. Shell thicknesses of reducing sections shall be the same as the required thicknesses for the larger ends. 5. All pipe and fittings shall be shop fabricated . C. Inspection and Testing : 1. Field Welding . Welders shall be qualified in accordance with AWWA C206. Certifications of w~lders to be used on the Project shall be furnished prior to start of work . 15064-1 SEPTEMBER 23 , 2010 STEEL PIPE AND FITTINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 D. Reference Standards : 1. Specifications of the American Water Works Association (AWWA) listed below shall apply to this Section . C-200 Steel Water Pipe 6 Inches or Larger . C-205 Cement-Mortar Lining and Coating for Steel Water Pipe -4 Inches and Larger -Shop Applied . C-206 Field Welding of Steel Water Pipe Joints . C-207 ste·e1 Pipe Flanges. C-208 Dimensions for Steel Water Pipe Fittings C-209 Cold-Applied Tape Coating for the Exterior of Special Sections, Connections and Fittings for Steel Water Pipe . C-210 Coal-Tar Epoxy Coat ing System for the Interior and Exterior of Steel Water Pipe . C-214 Top Coating Systems for the Exterior of Steel Water Pipelines . C-602 Cement-Mortar Lining in Place -Sizes 4 Inches and Over. M-11 Steel Pipe Manual. 2 . Specifications of the American Society for Testing and Materials (ASTM) listed below shall apply to th is section . A36 Specification for Structural Steel. A47 Specification for Malleable Iron Castings . A53 Specification for Pipe , Steel , Black and Hot-Dipped , Zinc-Coated , Welded and Seamless . A 120 Specification for Pipe, Steel , Black and Hot-Dipped , Zinc-Coated (Galvanized) Welded and Seam-less , for Ordinary Uses . A234 Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures . A307 Specification for Carbon Steel Externally and Internally Threaded Standard Fasteners . A325 Specification for High-Strength Bolts for Structural Steel Joints , including Suitable Nuts and Plain Hardened Washers . 0149 Tests for Dielectric Breakdown Voltage and Dielectric Strength of Electrical Insulating Materials at Commercial Power Frequencies . 01330 Specification for Rubber-Sheet Gaskets . 3. Specifications of the American National Standards Institute (ANSI) listed below ·-shall apply to this section. 816 .5 Steel Pipe Flanges and Flanged Fittings . 816 .9 Factory-Made Wrought Steel Butt Welding Fittings . 816 .11 Forged Stee l Fittings , Socket-Welding and Threaded . 816 .21 Nonmetallic Gaskets for Pipe Flanges . 4. Specifications of the Federal Government (FS) listed below shall apply to this section . WW-P-521 F Pipe Fitt ings , Flange Fittings , and Flanges ; Steel and Malleable Iron (Threaded and Butt Welded), 150 pound . WW-U-5310 Unions , Pipe , Steel or Malleable Iron; Threaded Connection , 150 lb. and 250 lb . 1.05 JOB CONDITIONS A. Design Pressures for Steel Pipe(s). 1. Design Pressure : 50 psi. 2. Surge Allowance : 25 ps i. 15064-2 SEPTEMBER 23 , 2010 STEEL PIPE AND FITTINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 3. Test Pressure: 150 percent of design pressure. 4 . Temperature : 90 degrees F. maximum for water service . B. Coordinate the dimensions , hole drillings and type of flange face (flat or raised) of the flanges furnished with the companion flanges of valves , pumps and equipment to be connected to or installed in the piping . PART 2 PRODUCTS 2 .01 STEEL PIPE AND FITTINGS A. Steel Pipe smaller than 6": 1. Pipe shall be seamless steel pipe , Grade A , Schedule 40 and shall conform to ASTM Designation A53 . Galvanized pipe shall be (when applicable) hot-d ipped galvanized after fabrication. 2 . Joints for pipe 2-inch or less shall be threaded joints. Threaded joints shall be made up with good quality thread compound and applied to the male thread only . After having been set up , a joint shall not be backed off unless the joint is completely broken , the threads cleaned and new compound applied . All joints shall be air tight. A sufficient number of unions shall be provided to allow for convenient removal of piping. 3. Fittings for steel pipe 2-inch or less shall be malleable iron , 150 lb service rating , and shall be hot-dipped galvanized . 4. Where flanged connections are indicated or otherwise required on pipe 2-inch or less for connection to flanged valves , fittings , and appurtenances , they shall be made up using companion type flanges . Where flanged fittings are indicated or otherwise required, they shall be made up using threaded steel nipples and steel companion type flanges. Companion flanges shall be steel , 150 lb ANSI Standard flat face flanges of the threaded type . Flanges shall be spot faced on the back around each bolt hole . Flanges shall also be hot-dipped galvanized . 5 . Steel pipe greater than 2-inch size for water or wastewater service shall have threaded, flanged or welded joints . Air piping greater than 2-inch size shall have welded joints , except where flanges are required for valves or other appurtenances. Threaded joints, fittings , and flanges shall be as specified in this section. Welded pipe joints shall have beveled ends for welding. Fittings shall be steel, butt weld type , standard wall , conforming to ANSI 816 .9 and ASTM A234 , Grade WPS. 8 . Welded Steel Pipe 6" and larger: 1. Minimum wall thickness shall be 3/8 inch (0.375 Wall) for all pipe 2. Bends, fittings , branch connections, and special sections shall be reinforced or shall have their shell thickness increased so that the combined stresses due to internal pressure and bending will not exceed 20,000 psi. 3. Above grade piping 24 inch diameter and smaller shall be connected by flanges. Pipe over 24 inch in diameter may have field welded joints . Ends of pipe, fittings , and specials for field welded joints shall be prepared for butt welding in accordance with AWWA C-206 . Mechanical couplings shall be used only at locations shown on the Drawings or approved by Engineer. 4 . Ends to be joined by mechanical couplings shall be plain end type in accordance with the governing standard. In addition, the welds on ends to be joined by couplings without pipe stops shall be ground flush to permit slipping the coupling 15064-3 SEPTEMBER 23 , 2010 STEEL PIPE AND FITTINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 in at least one direction to clear the pipe joint. Outside diameter and out-of-round tolerances shall be within the limits specified by the coupling manufacturer. End connection to existing concrete pipe shall be bell and spigot to match existing pipe . 5 . Except for seamless mill type pipe , all piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal seams butt welded or shall be spirally formed and butt welded . There shall not be more than two longitudinal seams in piping 72 inches and smaller in size . Girth seams shall be butt welded and shall be at least 6 feet apart except in specials and fittings. 6. Branch connections shall be made with pipe nipples or with welding fittings . Pipe nipples and welding fittings shall be welded to the pipe shell and reinforced as required to meet design and test requirements . 7 . All welds shall be sound and free from embedded scale or slag , shall have tensile strength across the weld not less than that of the thinner of the connected sections, and shall be watertight. Butt welds shall be used for all welded joints in line pipe assemblies and in the fabrication of bends and other specials . Fillet welds shall be used for flange attachment in accordance with AWWA C207 . Welding of field joints shall conform to AWWA C206 . 8 . Pipe deflections up to 4-1/2 degrees may be made in welded joints by mitering one end of one pipe. Deflections up to 22-1/2 degrees may be made by mitering the ends of two adjacent sections of pipe by equal amounts. Deflections greater than 22-1/2 degrees shall be made by use of fabricated bends . 9. All pipe and fittings shall be nominal 0 .0 . for 6 inch through 20 inch diameter and shall be 1.0. after lining for 24 inch diameter and larger. C. Black Steel Pipe 1. Pipe shall be black steel, seamless, Type S, Grade B. Schedule 80 , pipe in conformance with ASTM Designation A53 and ANSI 836.10 . 2. Fittings shall be seamless, Grade 8, welding type in conformance with ANSI 816 .9, and ANSI 836.10 , and ASTM A234 . 2.02 FITTINGS A. Threaded: 1. Malleable iron per FS WW-P-521, Type 1, for use with bla_g_l< steel pipe or Type 2 for use with galvanized steel pipe. 2. Forged Steel for use with extra heavy weight pipe per ANSI 816.11. 8. Welded: 1. Socket shall be welded , forged steel per ANSI 816.11 . 2. Butt shall be welded, steel per ANSI 816 .9. 3. Wrought carbon steel fittings of seamless or welded construction shall conform to requirements of ASTM A 234. 4 . Fabricated steel fittings shall be of same material as pipe and shall comply with the requirements of AWWA C208 and AWWA M-11 . 2.03 FLANGES A. Description : 1. Comply with the requirements of AWWA C-207, with class-based on design pressure conditions and mating flanges of valves and equipment. 15064-4 SEPTEMBER 23 , 2010 STEEL PIPE AND FITTINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 2. Unless otherwise specified or indicated on the Drawings , flanges shall be of the slip-on type, flat face having a serrated finish. 3. Attach flanges to pipe with bolt holes straddling the vertical and horizontal centerlines of the pipe . 8 . Flange Bolts and Nuts : Comply with ASTM A 307, Grade 8 . C. Washer: Hardened Steel per ASTM A 325 . D. Gaskets : Full-face for use with flat face flanges and ring type for use with raised face flanges. Gasket materials shall be cloth inserted rubber sheet, 1 /8-inch thick , or red rubber , ASTM 01330 , Grade 1, 1/8-inch thick . E. Blind Flange Gasket: Cover entire inside surface of blind flange . 2.04 UNIONS A. Threaded : Malleable iron per FS WW-U-531 , Class 1, Type A , for use with black steel pipe and Type B for use with galvanized pipe. 8 . Flanged : Use flanges as specified in Part 2.03 . 2.05 MECHANICAL COUPLINGS A. Mechanical couplings shall be Dresser Style 38, or approved equal , unless otherwise noted on the drawings , and shall have middle rings equal in thickness to that of the adjoining pipe . 8 . Joint harnesses shall be provided on all couplings and shall be designed for the maximum pressure to which the line will be subjected . 2.06 PROTECTIVE COATINGS A. Exterior Surface , Exposed Locations . Clean exterior surfaces, except machined surfaces , by sandblasting and give a prime coat , applied in the shop. Apply finish paint in the field . Prime coat , finish painting, and color coating shall be as specified in Section 09900 for service conditions. Reuse Water components shall have a Purple color coating . 8. Interior Surfaces: 1. Interior surfaces of galvanized pipe and black steel or steel pipe, 3-inches and smaller, will not be coated . 2. Interior surfaces for air and hydraulic oil applications shall be cleaned only and not receive any protective coating. 3 . Interior surfaces of steel pipe, 4-inches and larger shall be cement mortar lined in accordance with AWWA C205. C. Exterior Surface, Buried Location . Exterior surface of buried piping shall be cement mortar coated. Coat exterior surface with purple color in accordance with Section 09900. 15064-5 SEPTEMBER 23 , 2010 STEEL PIPE AND FITTINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 D. Field Welded Joints : After installation , clean , prime , line and coat unlined or uncoated ends adjacent to welded field joints, including the weld proper , as specified for pipe adjacent to the weld . E. Machined Surfaces : Shop coat machined surfaces with a rust preventive compound . PART 3 EXECUTION 3.01 GENERAL A Steel pipe shall be installed as specified in Section 15001 , true to alignment , and rigidly supported anchors shall be provided where ind icated . After installation , the pip ing shall be tested as specified in Section 15001 . If any joint or pipe proves to be defective , it shall be repaired to the satisfaction of the Engineer. B. All threads shall be clean , machine cut , and all pipe shall be reamed before erection . Each length of pipe as erected shall be up-ended and rapped to dislodge dirt and scale . C. Screwed joints shall be made up with good quality thread compound and applied to the male thread only . After having been set up , a joint must not be backed off unless the joint is completely broken , the threads cleaned and new compound applied . All joints shall be air tight. D. All piping shall have a sufficient number of un ions to allow convenient removal of piping. Unions shall be compatible with pipe. E. When cutting of pipe is required , the cutting shall be done by machine in a neat workmanlike manner without damage to the pipe. Cut ends shall be smooth and at right angles to the axis of the pipe . F. All field welding shall be in accordance with the American Welding Society Standards and shall comply with AWWA C206 . The strength of the field weld shall develop the strength of the pipe . 3.02 INSTALLATION A. Piping Exposed , 3-inch and Smaller: 1. Piping Layout. a . Use Drawings as guide , field route lines , and give special attention to appearance of completed installation. b. Make provisions for expansion and contraction during normal operations . c. Do not obstruct openings or passage ways . d. Keep free of contact with building construction or installed items . e. Provide unions to permit removal of equipment, pumps , and valves. f . Provide dielectric unions for connection to copper piping and as specified in Section 15001, Part 3.06 . 2. Cutting . Cut pipe from measurement taken at the site, using drawings as guide. 3. Water Piping. Arrange so system can be completely drained . 4 . Air Piping. Grade to points of drainage collection . B. Piping , Exposed , Greater than 3-inches : 15064-6 SEPTEMBER 23 , 2010 STEEL PIPE AND FITTINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 1. Piping Layout. a . Install as shown on the Drawings and per fabricator's shop drawings. b . In placing the pipe , hold pipe by one or more padded slings . Handle in a manner that will prevent damage to the pipe or the protective coating . Support pipe adequately while being fitted and joined with adjoining pipe section . c. After each section of pipe has been set into position , attach to the adjoining section as specified or shown on the Drawings . 2. Provide drains and high point vents to facilitate pressure testing . 3 . Install valves with operator posit ioned to permit access for operation . 3.03 PIPE SUPPORTS A. Although some supports are indicated on the Drawings no attempt has been made to indicate all required pipe supports . Design , furnish and install pipe supports as defined in Section 15140-Supports and Hangers . B. Provide supports as required to support piping such that its weight is not supported by the pumps or equipment and to limit pipe deflection . 3.04 CLEANING A. Keep inside of all pipe, fittings , and valves clean and free from dirt and debris . B. Thoroughly clean piping . 3.05 TESTING A. Disconnect all fixtures and devices which may be damaged by the test pressure and plug or cap the lines for testing . B. Test each piping system. C . Prove each system absolutely tight at the test pressure . D. Repair leaks found by observation or during testing . END OF SECTION 15064-7 SEPTEMBER 23 , 2010 STEEL PIPE AND FITIINGS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 SECTION 15070 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general prov1s1ons of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections , apply to th is Section . 1.02 SUMMARY A. Section Includes : 1. Provide all necessary labor, materials and equ ipment , including test pumps and gauges , as well as temporary valves and piping to perform the test ing operations of piping systems as specified herein . 2 . All piping systems will be tested. If demonstrated workmansh ip on one or more tests show that li nes are sufficiently watertight, the ENGINEER may wa ive remaining testing on any given type or section of line . 3. CONTRACTOR'S Responsibility: a. Take such precautions as requ ired to prevent damage to lines and appurtenances being tested . b . Repair any damage resulting from tests . c. Repair and retest all items which do not pass the tests as specified herein . d . Conduct all tests in the presence of the ENGINEER, and to the satisfaction of the ENGINEER and all State and local authorities having jurisdiction . e . All necessary pumps , water, p ipe connections , meters , gauges, and any necessary apparatus to perform and conduct the tests shall be furnished by the CONTRACTOR. CONTRACTOR shall furnish all necessary equipment and make all tests at CONTRACTOR'S expense without separate measurement and payment , but said expense shall be subs idiary to installation of pipe . 4 . Test pressures are specified in Test Pressures for Pressure Lines in Part 3 of this Section . 5 . Water used for testing purposes shall be potable water only . 1.03 DEFINITIONS AND REFERENCES A. Definitions : 1. Gravity lines : shall refer to PVC , clay pipe , reinforced concrete (non -cylinder- type) p ipe , and other such pipes designed to normally operate in a partially full condition. 2. Pressure lines : shall refer to ductile iron , PVC , RCCP, steel, and other such pipes designed to operate in a full condition, w ith the system's energy grade line at or above the top of the pipe during normal operating conditions . 3 . FRP: Fiberglass-reinforced plastic. 4 . LLDPE : Linear low-density, polyethylene plastic. 5 . PE : Polyethylene plastic. 6 . CPVC: Chlorinated polyvinyl chloride plastic. 7. PVC : Polyvinyl chloride plastic. 15070-1 SEPTEMBER 23 , 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 8 . References·: 1. American Water Works Association (AWWA): a . C 600 -Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances b . M 23 -PVC Pipe : Design and lpstallation 2. ASTM International (ASTM): a . C 924 -Practice for Testing Concrete Pipe sewer Lines by Low- Pressure Air Test Method b . F 1417 -Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air 3 . Unibell PVC Plastic Pipe Associat ion , "Handbook of PVC Pipe : Design and Construction, Fourth Edition " 1.04 SU8MITTALS A. Shop Drawings : 1. Submit a description of proposed testing methods , procedures , and apparatus for review prior to testing . 2. Submit descript ion of weir and weir tables to be used in infiltration test , if applicable. 8 . Field Quality-Control Reports : 1. Submit a certified test report for each test to ENGINEER certify ing the test pressures , durat ion of the test , leakage and pertinent observations and comments . PART 2 -PRODUCTS 2.01 TEST EQUIPMENT A. Test equipment shall be selected , obtained , and maintained by the CONTRACTOR. All gauges shall be calibrated prior to beginning test ing and as often as is necessary to provide accurate , reliable info rmation . PART 3 -EXECUTION 3.01 GENERAL REQUIREMENTS A. Obtain the ENGINEER 'S approval of proposed testing methods , procedures, and apparatus , before performing any test. Upon receipt of the ENGINEER'S approval , submit a schedule of testing dates and times at least 24-hours in advance of testing. 8 . Inspect interior of piping to determine whether line displacement or other damage has occurred . Inspect after approximately 24 inches of backfill is in place , and again at completion of Project. 1. Submit separate reports for each system inspection . 2. Defects requiring correction include the following : a . Alignment: Less than full diameter of inside of pipe is visible between structures . b . Deflection : Flexible p iping with deflection that prevents passage of ball or cylinder of size not' less than 92.5 percent of piping diameter. c. Crushed , broken , cracked , or otherwise damaged piping . 15070-2 SEPTEMBER 23 , 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 d. Infiltration : Water leakage into piping . e. Exfiltrat ion : Water leakage from or around piping. 3. Replace defective pip ing using new materials , and repeat inspections until defects are within allowances specified . 4 . Reinspect and repeat procedure unt il results are sat isfactory . C . Test new piping systems , and parts of existing systems that have been altered , extended , or repaired , for leaks and defects . 1. Do not enclose , cover , or put into service before inspection and approval. 2. Test completed piping systems according to authorit ies having jurisd iction . 3. Schedule tests and inspect ions by authorities having jurisdiction with at least 24 hours' advance notice . 4 . Submit separate report for each test. 5. Gravity-Flow Sewage and Drainage Pip ing : Test according to requirements of authorities having jurisd iction , UN l-8-6 , and the following : a. Exception : Piping w ith so il tight joints unless required by authorities having jurisdiction . b . Opt ion : Test plastic piping according to ASTM F 1417 . c . Opt ion : Test concrete piping according to ASTM C 924 . 6 . Manholes : Test manholes in accordance_ with Division 2 Section "Manholes :" 7. Force-Main and Pressure Piping: Perform hydrostatic test after thrusf blocks , supports , and anchors have hardened. Test at pressure not less than 1-1/2 times the maximum system operating pressure , but not less than 150 psig. a. Ductile-Iron Piping : Test according to AWWA C600 , "Hydraulic Testing" Section . b . PVC Piping: Test according to AWWA M23 , "Testing and Maintenance " Chapter. 3.02 CLEANING , TESTING , AND DISINFECTION OF POTABLE WATER LINES A. Piping Tests : Conduct pip ing tests before joints are covered and after concrete thrust blocks have hardened sufficiently . Fill pipeline 24-hours before testing and apply test pressure to stabilize system . Use only potable water. 8. Hydrostatic Tests : Test at not less than one-and-one-half times working pressure for two hours . 1. Increase pressure in 50-psig increments and inspect each joint between increments . Hold at test pressure for 1 hour ; decrease to O psig . Slowly increase again to test pressure and hold for 1 mo re hour. Maximum allowable leakage is 2 quarts per hour per 100 joints . Remake leaking joints with new materials and repeat test until leakage is with in allowed limits . 2 . Prepare reports of testing activities. C . Clean and disinfect water-distribution piping as follows : 1. Purge new water-distribution piping systems and parts of existing systems that have been altered , extended , or repaired before use . 2. Fire-protection water piping not connected to potable water supply: Use purging and disinfecting procedu re prescribed by authorities having jurisdiction or, if method is not prescribed by authorities having jurisdiction , use procedure described in NFPA 24 for flushing of piping . Flush piping system with clean , potable water until dirty water does not appear at points of outlet. 15070-3 SEPTEMBER 23 , 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042 -22 3. Fire-protection water piping connected to potable water supply : Use purging and disinfecting procedure prescribed by authorities having jurisdiction or , if method is not prescribed by authorities having jurisdiction , use procedure described in AWWA C651 or do as follows : a. Fill system or part of system with water/chlorine solution containing at least 50 ppm of chlorine ; isolate and allow standing for 24 hours . b. Retain last subparagraph above or first subparagraQh below . c. Drain system or part of system of previous solution and refill with water/chlorine solution containing at least 200 ppm of chlorine ; isolate and allow standing for 3 hours. d. After standing time , flush system with clean , potable water until no chlorine remains in water coming from system . e . Subm it water samples in sterile bottles to authorities having jurisdiction . Repeat procedure if biological examination shows evidence of contamination. 4 . Prepare reports of purging and disinfecting activities. 3.03 TESTING OF PRESSURE LINES (EXCEPT POTABLE WATER LINES) A General: 1. Allow concrete blocking to ·cure for at least 28 days before testing . 2 . Backfill and compact soil behind all blocking. 3 . Backfill over pipe to extent necessary to restrain the piping . Backfill shall extend to within 1-foot of proposed final grade . 4 . Conduct water leakage test after completing hydrostatic pressure tests. 5. Lines which fail to hold the specified test pressure for at least two hours or which exceed an allowable leakage rate specified below , shall be repaired to the satisfaction of the ENGINEER and retested at the CONTRACTOR'S expense . 6. System shall be tested in sections between valves and shall not exceed 2,000 feet unless authorized by ENGINEER. B. Procedures for Hydrostatic Pressure Tests : 1. Slowly fill isolated section of line with water. 2. Insure that all air has been expelled through air and vacuum release valves, taps, or connections shown on Plans for permanent piping , valves , or accessories . Do not make additional taps solely for air expulsion purposes unless approved by ENGINEER. No additional compensation will be made for additional taps . 3. Apply specified test pressure based on the elevation of the lowest section of line under test and corrected to elevation of test gauge. Duration of test shall be two hours. 4 . Allow concrete pipe to stand full of water at least 12-hours before starting leakage test. 5 . At the end of the two hours of the test, the entire route of the pipeline shall be inspected to locate any leaks or breaks . Any defective joints , cracked or defective pipe , fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained . Any and all not iceable leaks shall be repaired regardless of whether the actual leakage is within the allowable. The pipe shall be retested over a period of two hours . 6. All piping systems shall be tested for leakage by a hydrostatic pressure test. Lines shall be filled slowly, with a maximum velocity of 1-foot per second , while venting all air. If permanent air vents have not been installed, the 15070-4 SEPTEMBER 23 , 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 CONTRACTOR shall install corporation cocks at all high points to expel air during initial filling and testing of the lines . 7. The duration of each leakage test shall be two hours unless otherwise specified , and during the test the line shall be subjected to a continuous specified test pressure at the lowest elevation . 8. Leakage is defined as the net quantity of water that must be supplied into the newly laid pipe , or any va lved section thereof, necessary to maintain pressure within 5-psi of the specified leakage test pressure after the pipe has been filled w ith water and the air in the pipel ine has been expe ll ed . No installation shall be accepted if the leakage is greater than that determined by the following formula : L = SD(P)05 133 ,200 Where : L = allowable leakage in gallons per hour D = nominal diameter of the pipe , inches P = average test pressure during the leakage test , psig S = length of pipe tested , in feet 9 . The test pressure shall be applied by means of a pump connected to the pipe and to an approved water container, or other approved method , for accurate measurement. The test pressure shall be maintained (by additional pumping , if necessary) for the specified time . 10 . While the line is under pressure , the system and all exposed pipe, fittings , valves, and hydrants shall be carefully examined for leakage . All defective elements shall be repaired or replaced and the test repeated until all visible leakage has been stopped and the allowable leakage requirements have been met. 11 . On completion of tests , any newly installed , approved taps shall be tightly plugged with brass fittings . 12 . Thoroughly purge all compressed air lines after testing . 3 .04 TEST PRESSURES FOR PRESSURE LINES A. Piping shall be tested to pressures shown on Plans . If not shown , test as follows : 1. All process piping shall be tested to 75-psi. 2 . Pump d ischarge and force main to 200-psi. 3. Chemical piping to 100-psi. 4 . Plant water and potable piping to 150-psi. 5 . Drain and sewage lines using pressure pipe to 50 ps i. 3 .05 TESTING OF DRAINS , SEWERS , AND OTHER GRAVITY LINES A. General : 1. For all pipe , the method of testing shall be an exfiltration test using either a hydrostatic test or a pneumatic test. For any flexible , non-metallic or non- concrete pipe , such as plastic (PVC , CPVC, PE , etc.) or fiber reinforced plastic pipe or similar flexible pipe materials, a deflection test shall also be performed . 2 . CONTRACTOR may make first test promptly after first section of line is laid and backfilled . A section of p ipe will normally be a run between two manholes, or between a structure and the first manhole . 15070-5 SEPTEMBER 23 , 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 3 . Do not lay additional piping of the type being tested until test of first section is complete. 4 . Do not perform any OWNER required leak test until backfill has been installed to grade for a minimum of 30 days. 5. Individual leaks will ordinarily be revealed by looking through sewer (larger than 24-inch diameter) with a light while ground water level is over sewer, during water tamping operations , or immediately after water from exfiltration tests is emptied from sewer. 6 . Settlement in backfill during exfiltration tests will be taken as an ind ication of leakage . B. Hydrostatic Exfiltration Test Procedure: 1. Seal ends of section being tested with watertight plugs . 2. Fill section with water 24-hours prior to start of test. 3. Vent line during filling so that no air is trapped in line . 4 . Leave outlets of stacks , inlets, and service lines exposed and unplugged until after exfiltration test has been made. 5 . Outlets terminating below level of test water surface to be temporarily extended upward by installing lengths of pipe. 6. Measure leakage or exfiltration during test period by adding measured quantities of water to maintain water level in test structure. 7 . Quantity of water added to maintain water level is amount of leakage or exfiltration . 8 . Test for at least two hours with minimum head of four feet measured above top crown, inside pipe at upper end of section being tested. Allow for increase in height due to ground water level , if any . 9. Storm sewer leads to be tested with water level at gutter grade . 10 . After completion of satisfactory test, remove lengths ·of pipe added for test. 11 . Allowable Leakage : Allowable leakage for exfiltration test in any individual section or entire sewer line under construction shall not exceed 10 gallons per inch of inside diameter per mile of pipe per 24 hours . C. Hydrostatic Exfiltration Test Procedure for Agri Drain Structures and Associated Piping: Following installation of pipe, Agri Drain structures and backfill, all joints as a system shall be tested by the exfiltration test as follows: 1. Seal open ends of pipe upstream and downstream of the Agri Drain structure with watertight plugs . 2. Fill Agri Drain structure to the top with water. 3 . Vent pipes during filling so that no air is trapped in line. 4 . Measure leakage or exfiltration after a 24-hour period by observing the level of water from the top of the Agri Drain struqure. 5. The difference in depth between the water level and the top of the Agri Drain structure is the amount of leakage or exfiltration. 6 . Allowable Leakage: Allowable leakage for exfiltration test shall be a difference in depth less than 1.25 inches. D. Low Pressure Air Joint Test: 1. All pipe joints shall be tested in accordance with this section. 2. Equipment shall be the product of manufacturers having more than five year's regular production of successful joint testers. Joint tester shall be as manufactured by Chane Industrial , Inc., of Edina, Minnesota, or equal. 15070-6 SEPTEMBER 23, 2010 FIELD TESTING OF PLANTAND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318 -042-22 3 . Testing shall be performed on all joints after backfill has been installed and properly compacted, and as installation progresses . At no time shall pipe installation exceed 100 feet beyond the last joint tested . 4 . Joints fail ing to meet the requirements of this test should be repaired to the satisfaction of the Engineer or the defective pipe shall be replaced . Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced . 5. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 6 . Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2 .5 psig for a period of 2.0 minutes prior to testing. · 7. To test , adjust the pressure to 4.0 psig and measure the time requ ired to decrease the pressure from 4.0 psig to 2.0 psig . 8 . The joint is acceptable if the time for the pressure to drop from 4 .0 psig to 2 .0 psig is greater than 15 seconds . E. Pneumatic Test Method (Air Test): 1. Air tests shall be made by the pressure drop versus time method , in accordance with UNl-8-6 , "Recommended Practice for Low-Pressure air testing of Installed Sewer Pipe ." 2 . Equipment: The equipment used shall meet the following minimum requirements : a. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected . b. Pneumatic plugs shall resist interna l test pressures w ithout requiring external bracing or blocking. c. All air used shall pass through a single control panel. · d. Three individual hoses shall be used for the following connections : 1) From the control panel to pneumatic plugs for inflat ion. 2) From the control panel to a sealed line for introducing the low- pressure air. 3) From a sealed line to control panel for continually monitoring the air pressure rise in the sealed line. e . Air compressor of adequate capacity for charging the system. 3. Procedures : All pneumatic plugs shall be seal-tested before being used in the actual test installation. One length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugs to be checked . Air shall be introduced into the plugs to 25 psig . The sealed pipe shall be pressurized to 5 psig. The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe . 4 . After a manhole-to-manhole reach of pipe has been backfilled and the pneumatic plugs have been checked by the above-mentioned procedure , the plugs shall be placed in the line at each manhole and inflated to 25 psig. Low pressure air shall be introduced into this sealed line until the internal air pressure reaches 4 psig . Allow at least two minutes for the air temperature to stabilize , adding only the amount of air required to maintain pressure . 5. If the pipe to be tested is submerged in ground water, insert a pipe probe by boring or jetting into the backfill material adjacent to the center of the pipe, and determine the pressure in the probe when air passes slowly through it. This is backpressure due to ground water submergence over the end of the probe . All gauge pressure in the test should be increased by this amount. After the 15070-7 SEPTEMBER 23 , 20 10 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 stabilization period (3.5 psig of minimum pressure in the pipe) start stopwatch . Determine time in seconds that is required for the internal air pressure to reach 2 .5 psig . 6 . Allowable Leakage : For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop from 3 .5 pounds per square inch gauge to 2 .5 pounds per square inch gauge shall be computed from the following equation : T = 0.0850(D)(K)/(Q). Where: T = shortest time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419(D)(L), but not less than 1.0 D = average inside diameter in inches L = length of line in feet of same pipe size being tested Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface shall be used. 7. Since a K value of less than 1.0 shall not be used , there are minimum testing times for each pipe diameter as follows: Table No. 1 Minimum Testing Times Pipe Diameter Minimum Time Length for Time for Minimum Time Longer Length (inches) (seconds) (feet) (seconds) 6 340 398 0 .855 (L) 8 454 298 1.520 (L) 10 567 239 3.374 (L) 12 680 199 3.419 (L) 15 850 159 5 .342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17 .309 (L) 30 1700 80 21 .369 (L) 33 1870 72 25 .856 (L) 3.06 PIPELINE REPAIR A. Leaks and loss in test pressure constitute defects that must be repaired . Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.07 MANHOLE TESTING A. Manholes shall be tested separately and independently of the wastewater lines in accordance with Divisi·on 2 Section 02090 "Manholes ." Unless otherwise specified or determine by OWNER'S requirements manhole testing shall by Water Exfiltration Test. 15070-8 SEPTEMBER 23, 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 3.08 QUALITY CONTROL A The Pipe Testing report located after the END OF SECTION is part of this Section. END OF SECTION 15070-9 SEPTEMBER 23 , 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS PROJECT: Contractor: Pipe Diameter: From Station : TEST MEDIUM (circle one) Water Air TEST EQUIPMENT: (list) SPECIFIED TEST PRESSURE: Time (gauge on): Pressure (start): Time (check): Pressure (check): Time (check): Pressure (check): Time (check): Pressure (check): REMARKS: WITNESSING SIGNATURES: Contractor: Signature Engineer: Signature QUALITY CONTROL PIPE TESTING REPORT Location : To Station : Other (specify) Date : osi I Specified Duration : Pressure Drop : Water Added : Pressure Drop : Water Added : Pressure Drop : Time (gauge off): Water Added : Pressure (finish): - Title Date Title Date 318-042-22 - 15070-10 SEPTEMBER 23, 2010 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 15100 MISCELLANEOUS VALVES 318-042-22 A Furnish all labor and materials required , and install complete and ready for operation , valves and appurtenances as shown on the Drawings and as specified . 8 . The equ ipment shall include , but not be limited to the follow ing : 1. Ball Valves 2. Combination Vacuum Relief Air Inlet/Air Release Valve . 3. Duckbill Type Check Valves 1.02 RELATED WORK A Divis ion 15 -Mechanical. 8 . Section 15120-Piping Specialties . C . Section 15140-Supports and Hangers D. Certain valves and appurtenant equipment for individual systems are included with the specific system . 1.03 SUBMITTALS A Submit shop drawings in accordance with Section 01300 . The submittal shall show as a minimum all deta ils and materials of construction and dimens ions . 8 . Submit operating and maintenance instructions as provided in Section 01350 . C. Valves specified to be manufactured in accordance with AWWA and other standards must be submitted with an appropriate affidavit of compli ~nce . 1.04 REFERENCE STANDARDS A American National Standards Institute (ANSI) 1. ANSI 82.1 8 . American Society of Testing and Materials (ASTM) 1. ASTM A 126 "Specification for G ray Iron Castings for Valves, Flanges , and Pipe Fittings ." 2. ASTM 862 "Specification for Composition Bronze or Ounce Metal Castings ." 1.05 QUALITY ASSURANCE A Va lves listed herein shall be products of manufactures that have a minimum of five years experience in the manufacture of the particular equipment item to be furnished. 15100-1 MISCELLANEOUS VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 B . Valves of the same type shall be identical , varying only with size , and the product of one manufacturer. 1.06 TOOLS AND SPARE PARTS A. Special tools and the manufacturer's standard spare parts, if required for normal operation and maintenance , shall be supplied with the equipment. PART 2 PRODUCTS 2.01 GENERAL A. Valves and appurtenances shall have the name of the maker, flow directional arrows, size , and the working pressure for which they are designed , cast in raised letters upon appropriate part of the valve body. 8 . Valves shall have a minimum pressure rating of 150 psi or be the same working pressure as the pipe they connect to , and suitable for the pressures noted where they are installed . C . Joints , size and material unless otherwise noted or required by the Engineer: 1. Joints referred to herein shall be of the same type and material as the pipe or fittings they are connect to ; 2. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to ; 3 . Buried valves shall have mechanical joint ends unless · noted otherwise on the Drawings. D. Insure that valves and appurtenances have ends/joints that are compatible with, and may be fastened to the adjoining pipe . This may mean furnishing special adaptors as required. These adaptors shall be suitable for direct bury, with proper dielectrically insulation and as a minimum, if metallic non stainless steel or galvanized, coated with two coats of Coal Tar Epoxy. E. Buried valves and operators, and those located outdoors, particularly buried, or within maximum 2 feet above liquid, or in vaults or where noted shall be especially designed for service as if buried in the ground where water may completely submerge the valve and operator. 2.02 BALL VALVES A. Ball valves for CPVC piping shall be of CPVC Type IV, Grade 1, with union, socket, threaded, or flanged ends as required . CPVC ball valves shall be as manufactured by Chemtrol, Wallace and Tiernan , Inc., or equal. B. Ball valves , except otherwise specified, shall be of Type 316 stainless steel body, ball and stem . The valve seat and body seal shall be of PTFE. Other hardware shall be of stainless steel Type 316. Valves shall have 150 psig (minimum) working water pressure. Valves shall have flanged or screwed ends as shown on the drawings, and shall be KITZ, NIBCO, Apollo or equal. 15100-2 MISCELLANEOUS VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 C. All valves shall be mounted in such a position that valve position indicators are. plainly visible when standing on the floor. 2 .03 COMBINATION VACUUM RELIEF AIR INLET/AIR RELEASE VALVE A. Combination Vacuum Relief/Air Inlet/Air Release Valves (double body , double orifice) shall allow large volume air entry through the large diameter air inlet orifice , when vacuum occurs in a system , then close air tight trapping air, as the system returns to positive pressure. While the large orifice is closed , the smaller s ize air release orifice shall remain open, to slowly release trapped air in a controlled manner, to prevent water hammer and excess pressure surges . The small orifice shall operate (open) up to 300 psi. B. The small orifice Air Release Valve shall operate with a compound level mechanism of stainless steel, actuated by a stainless steel float , designed to withstand 500 psi. C . The Air Inlet Valve , internal plug and seat, shall be heavy cast brass ; the seat retained in the body by a heavy cover ; have a (molded not glued) resilient Buna-N seal , for positive shut-off and plug , center guided both ends , to prevent jamming. The plug shall be normally closed by means of a stainless steel spring and shall open when a vacuum pressure different exceeds 0.25 psi or less . The Combination Air Inlet Valve shall be rated 300 lb. Class . D . The valve internals, shall be replaceable , without removing valve from the line and the materials of construction certified , conforming to following A.S.T.M . specifications : Body, Cover Baffle (1/2", 1", 2") Baffle (3") Plug & Seat Exterior Paint Float Seat/Needle Spring Hood Lever Mech. Cast Iron Delrin Cast Iron Brass Phenolic Primer Red Oxide Stainless steel Buna-N Stainless steel Galv. iron or steel Stainless steel ASTM A126 Gr. B ASTM 02133 ASTM A48 Cl. 30 ASTM 8584 FDA Approved for Potable Water ASTM A240 Nitrile Rubber ASTM A276 Commercial Grade ASTM A351 T316 E . Combination Vacuum Relief/Air Inlet Valve/Air Release (Flanged Type) Valve shall be APCO, ARI , Val Matic or equal. 2.04 DUCKBILL TYPE CHECKVALVE A. A duckbill style check valve shall be installed at the end of drain lines as shown on the drawings . B . The check valve shall be of 100% elastomeric construction . Materials of construction shall be Neoprene , Hypalon, Buna-N, EPDM , and Viton . Mounting bands Shall be 316 Stainless Steel. C . The check valve shall be Tideflex Series TF-2 or Series 35 . 15100-3 MISCELLANEOUS VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 2.05 SHOP PAINTING A. Surface preparation and shop painting shall be as specified in Section 09900 . PART 3 EXECUTION 3.01 INSTALLATION GENERAL A. Items shall be installed per Manufacturer's instructions in the locations shown . Any damage to items shall be repaired to the satisfaction of the Engineer before they are installed . 8. Install brackets, extension rods , guides , the various types of operators and appurtenances as shown the Drawings that are in masonry floors or walls, and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured . Before setting these items , check Drawings , which have a direct bearing on their location and be responsible for the proper location of these appurtenances during the construction of structures . C. . Items shall be carefully inspected for defects in construction and materials ; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment, which does not operate easily , or is otherwise defective , shall be repaired or replaced at no additional cost to the Owner. D. Where installation is covered by a referenced Standard Specification , installation shall be in accordance with that Specification, except as herein modified. E. Unless otherwise noted , joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. 3.02 FIELD PAINTING A. Field painting is specified in Division 9. Buried metal items or these in vaults or not otherwise coated shall receive two coats of bitumastic paint. END OF SECTION 15100-4 MISCELLANEOUS VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 SECTION 15101 VALVE APPURTENANCES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and supply valve appurtenances as shown on the Drawings and as specified herein . B. The equipment shall include , but not be limited to , the following : 1. Manual valve actuators 2. Electrical actuators and appurtenances 3 . Accessories 1.02 RELATED WORK A. Section 01300 : Submittals B. Section 01350 : Operation and Maintenance Data C. Division 9: Finishes D. Section 15064 -Steel Pipe and Fittings E. Section 15100 -Miscellaneous Valves F. Section 15102 -Butterfly Valves G . Sect ion 15103 -Check Valves 1.03 SUBMITTALS A. Shop Drawings and Product Data : 1. Comply with the general requirements of Section 01300 and the supplemental requi rements herein . 2. Manufacturer's literature , illustrations, specifications , detailed drawings , data and descriptive literature on all valves and appurtenances. 3 . Submittal data for each valve, operator, and actuator. 4 . Deviations from the Contract Documents . 5. Engineering data including dimensions , materia ls, size and weight. 6. Fabrication , assembly , installation and wiring diagrams . 7 . Submit the following information for electric operators : a. Utilization voltage and number of phases b. · Maximum current c. Horsepower d. Time to close e. Wiring diagram f . Type of gearing and lubrication g. Type of declutching mechanism h. Torque delivered to valve shaft i. Make and model 8 . Submit the following information for geared operators : 15101-1 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 a . Type of gearing b . Type of lubrication c. Size of handwheel , lever or crank d . Input torque required to develop required output torque 9 . If catalog bulletins are used to communicate above information, mark out inapplicable information . B. Operat ion and Maintenance Data : Submit manufacturer's operating and maintenance instructions in compliance with Section 01350 for equipment furnished under th is Section. C . Shop Tests : 1. Test motor operated valves before shipment to ensure that the mechanisms can close the valves in the specified time limit , and for proper seating . 2. Hydrostatic tests shall be performed , when requ ired by the valve specifications included herein. D. Certificates : Where specified or otherwise required by ENGINEER submit test certificates . 1.04 REFERENCE STANDARDS American Water Works Association (A\/1/WA): C540 : Power-Actuating Devices for Valves and Sluice Gates . 1.05 DESCRIPTION OF SYSTEMS A. All equipment and materials specified herein are intended to be standard for use in controlling the flow of water. B. The Equipment General Provisions (Section 11000) shall apply to all equipment furnished under this Section. C. The manufacturer of the equipment specified herein shall be required to review and satisfy all relevant requirements of other Sections of the Contract Documents and the requirements of the Contract Drawings. The Contract , manufacturer, supplier, fabricator and/or subcontractors furnishing and/or installing equipment, services and specialties associated with this Section shall fully coordinate their efforts to avoid potential claims that are based on failure to review relevant Contract Documents , including the Contract Drawings . 1.06 QUALITY ASSURANCE A. Equipment listed herein shall be products of manufacturers who have a minimum of five years experience in the manufacture of the particular equipment item to be furnished and show evidence of satisfactory service in at least five ·,nstaffatioiis . B. Equipment of the same type shall be ident ical , varying only in size and product of one manufacturer. 1.07 TOOLS Special tools , if required for normal operation and maintenance , shall be supplied with the equipment. 15101-2 SEPTEMBER 23, 2010 VALVE APPURTENANCES V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 1.08 DELIVERY, HANDLING , AND STORAGE A. The equipment manufacturer shall prov ide un loading , storage , and handling instructions pr ior to shipment. B. Equipment shall be protected against moisture . Temporary energize the space heaters during transport if required. C . All equipment shall be delivered in good sound condit ion , and free from damage . Equipment, which has been damaged , will be rejected . D . Store operators and electronic posit ioners indoors . Connect and operate space heaters , if recommended by manufacturer. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. General : 1. All valve appurtenances shall be the size shown on the Drawings . 2. All valves and appurtenances shall have the name of the manufacturer, flow directional arrows , and working pressure for which they are des igned cast in ra ised letters upon some appropriate part of the body. 3 . Except as otherwise shown on the Drawings or specified herein , all valves with operators whose centerline is located 6 feet or more above the operat ing floor shall be provided with chain wheel operators complete w ith chain guides and galvanized steel chain . 4 . All buried valves shall open left (counter clockwise). Insofar as possible , all valves shall open counter clockwise. 5. Buried valves and operators , and those located in pump station , partially buried or within maximum of two feet above liqu id, or in vaults , or where noted , shall be especially designed to completely submerge the valve and operator. 6 . Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. 7 . Buried valves shall be provided with adjustable two piece valve boxes and provided with extension stems , operating nuts and covers unless otherwise shown or specified . Extension stems shall terminate 12 inches below finished grade . 8. All bolts , nuts and studs on or required to connect buried or submerged valves shall be Type 304 stainless steel. 9 . All bolts and studs embedded in concrete and studs required for wall pipe shall be of stainless steel. 10. All other bolts , nuts and studs shall , unless otherwise approved , conform to ASTM A 307 , Grade B; or ASTM A 354 . 11 . Bolts and nuts shall have hexagon heads and nuts . 12 . Gasket material and installation shall conform to manufacturer's recommendations . 13. Identification : Identify each valve 4 inches and larger with a brass or stainless steel nameplate stamped with the approved designation . Nameplate shall be permanently fastened to valve body at the factory . Stenciled designations are acceptable for buried valves . B. Valve Operator General Provisions : 1. Furnish gea red operators with the following features , unless otherwise specified : 15101-3 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 a. Weatherproof enclosure b. Grease lubricated design c. Closes when turned clockwise 2. Paint operators as specified for valves . 2.02 MANUAL VALVE ACTUATORS A. All manual valve actuators shall conform to AWWA C504 . 8 . Manual valve actuator shall be equipped with a totally enclosed worm gearing . Gears shall be permanently lubricated . C. Manual valve actuators shall have a position indicator. 2.03 ELECTRICAL ACTUATORS AND APPURTENANCES A. Acceptable Manufacturers 1. Rotork Controls , ltd . 8. General Requirements for All Electrical Actuators 1. The actuators shall be suitable for use on a nominal 480-volt , 3 phase, 60 Hertz power supply and are to incorporate motor, integral reversing starter, local control facilities, and terminals for remote control and indication connections. 2. Integral Controls and Selector a. Integral to the actuator shall be local controls for Open, Close, and Stop, and an local/remote selector switch padlockable in any one of the following three positions: (i) Local Control only (ii) Off (No Electrical Operation) (iii) Remote Control plus Local Only b . The local controls shall be arranged so that the direction of travel can be reversed without the necessity of stopping the actuator. c. It shall be possible to select maintained or non-maintained local control without exposing the electronics to the environment. 3. Actuator Sizing : The actuator shall be sized to guarantee valve closure at the specified differential pressure. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. 4 . The operator shall be designed to fully open or close valve in five (5) minutes unless noted otherwise on the drawings . 5. Ambient Temperature: The actuator shall be capable of functioning in an ambient temperature ranging from minus -22°F (-30°C) to +160°F ( + 70°C). 6. Motor: a. The electric motor shall be Class F for open/close and Class H for process modulation with a time rating of at least 15 minutes at 104°F (40°C) or twice the valve stroking time, whichever is longer, at an average load of at least 33% of maximum valve torque. · 7 : Motor Protection: a. A suitable thermal protection device shall be incorporated in the motor or motor starter circuits. b. Torque protection reset shall not allow repeated starting in the same direction when control signal is maintained. 15101-4 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 c . The actuator shall include a device to ensure that the motor runs with the correct rotation for the required direction of valve travel with either phase sequence of the three-phase power supply connected to the actuator 8. Gearing : a . The design should be such as to permit the gearcase to be opened fo r inspection or disassembled without releasing the stem thrust or taking the valve out of service . b. The actuator gearing shall be totally enclosed in o il filled gearcase to permit the actuator to be mounted and operated in any position . c . Standard gear oil shall be used to lubricate the gearcase . Special or exotic lubricants shall not be used . d . The drive shall i ncorporate a lost motion hammerblow feature to unseat a jammed valve . e . All main drive gearing must be of metal construction . f . The combined gear ratio shall ensure "self locking " characteristics at all times and shall be sufficient high ratio as to inhibit "backdriving " the actuator. 9. Hand Operation : a. A handwhee l shall be prov ided for emergency operation engaged when the motor is declutched by a lever or similar means. b. The d rive being restored to power automatically by starting the motor. The hand/auto selection lever should be padlockable in both "Hand" and "Auto" positions . c . It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train . d . The handwheel drive must be mechanically independent of the motor drive , and any gearing should be such as to permit emergency manual operation in a reasonable time . e . A clockwise rotation of the handwheel shall provide a clockwise rotation of the output drive sleeve . f . Each actuator shall be capable of manual operat ion through the hand-wheel eithe r by turning the 18" diameter hand-wheel or by connection to a power drill using a 2" socket. 10. Drive Bushing : a. The actuator shall be furnished with a machined drive bushing to suit -t l:ie valve stem or shaft . Thrust bearings , when required shall be housed in a separate thrust base and be a sealed-for-life des ign . 11 . Torque Sensing and Position Limits : Torque and turns limitations to be adjustable as follows : a . Torque setting : 40 to 100 percent of the rated torque b. Pos ition setting range : 0.5 to 100,000 turns -with resolution not to exceed 15 degrees of one actuator center column revolution. c . For security purposes , all adjustments to torque and limit settings shall be limited to a removable intrinsically safe setting tool. d . "Latching " to be provided for the torque sens ing system to inhibit torque off during unseating or during starting in mid-travel against high inertia loads. e . The electric circuit diagram of the actuator should not vary with valve type remaining identical regardless of whether the valve is to open or close on torque or position limit. 12 . Valve Position/Actuator Status Indication : 15101-5 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VI LLAGE CREEK RECLAIMED WATER Q UALITY IMPROVEMENTS 318-042-22 a. In the event of a (main) power (supply) loss or failure , the posit ion contacts must continue to be able to supply remote position feedback and maintain interlock capabilities. b. Eight (8) contacts shall be prov ided which can be selected to indicate any position of the valve with each 'Contact selectable as normally open or normally closed. The contacts shall be rated at 5A , 250VAC , and 30VDC . c. As an alternative to providing valve position , any of the eight (8) contacts shall be selectable to signal one (1) of the following : d . Valve Open ing or Closing (i) Valve Moving (Continuous or Pulsing) (ii) Motor Tripped on Torque in Mid-Travel (iii) Motor Stalled (iv) Actuator Be ing Operated by Handwheel (v) Low Battery Charge e . Configuration of actuator shall be done non-intrusively to prevent exposure to the local environment. 13 . Local Posit ion Indication : a . The actuator shall include a digital position indicator to display the position of the valve as a percent open . The posit ion shall be displayed even when the power to the actuator is isolated or turned off. b. The local display should be large enough to be viewed from a d istance of six feet (6') when the actuator is powered up . c. Integral green , yellow and red LED 's shall be provided that corresponds to the closed , intermediate and open position . d . The local display shall include indicators for (i) Torque overload (ii) Loss of remote control (iii) Loss of battery voltage (iv) Failure of actuator 14 . Integral Starter and Transformer: a . The reversing starter, control transformer, and local controls shall be integral with the valve actuator suitably housed to prevent breathing and condensation buildup. b . The starter contactors shall be protected from excessive current surges during travel reversal by an automatic time delay on energization of approximate ly 300 ms . c. For on/off service, the starter shall be suitable for 60 starts per hour and of rating appropriate to motor size. d. For process modulation , the starter shall be sol id state and suitable for up to a maximum of 1,200 starts per hour and shall provide better than .25% accuracy . e . The control transformer shall have the necessary tappings and be adequately rated to provide power for the following (i) 120 VAC energization of the contactor coils . (ii) 24 VDC output where required for remote controls (iii) Fed all internal circuits . (iv) Fuses shall protect the primary and secondary windings. 15 . Remote Control Facilities: a . The necessary wiring and terminals shall be provided in the actuator for the following control functions : (i) Removable links or contact points for external interlocks to inhibit valve opening and/or closing . 15101-6 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 (ii) Connections for external remote controls fed from an internal 24V DC supply and/or from an external supply of (min . 12V, max. 120V) to be suitable for any one or more of the following methods of control : (a) Open , Close , and Stop (b) Open and Close (c) Overrid ing Emergency, Shutdown to Close (or Open) Valve from a "Make Contact." (iii) For process modulation the actuator shall incorporate a proport ional controller that responds to a 4-20mA analog signal to position the valve remotely and include a transm itter to provide a 4-20mA analog output signal corresponding to valve pos ition if required by control drawings . Any positioners or posit ion transmitters shall be contactless . (iv) The starter contactors shall be protected from excessive current surges during travel reversal by an automat ic time delay on energization of approx imately 300 ms. (v) The internal ci rcuits associated with the remote control and monitoring functions are to be designed to withstand simu lated lightning impulses of up to 2.5 kV. 16. Monitoring and Diagnostic Facilities : a . A total of (2) non-intrusive PDA 's, capable of lrDA communication for uploading and download ing all variables for the actuator as well as performing detailed diagnostics shall be provided and supplied by the valve actuator manufacturer. b. A diagnostic module , which will store and enable the download of historical actuator data to permit analys is of changes in actuator or valve performance , shall be included . c. It shall be possible to examine at a minimum (i) Average torque value in open and closed direction (ii) High torque value and it occurrence in open and closed direction (iii) Local control operation with time and date (iv) Actuator inhibits with time and date d. Diagnost ic status screens must be provided to show multiple functions simultaneously so that troubleshooting can be affected rapidly and efficiently. All diagnostic information should be contained on no more then seven (7) or eight (8) screens so that mult iple functions can be checked simultaneously. e. Duplex communication must be possible to facilitate downloading actuator setup , adjusting or diagnosing via a computer runn ing Microsoft Internet Explorer 4+ and a standard lrDA interface . 17 . W iring and Terminals : a . Internal wiring shall be of tropical grade PVC insulated stranded cable of appropriate size for the control and the power supply . Each wire shall be clearly identified at each end. b. The terminals shall be embedded in a terminal block of high tracking resistance compound. c. The terminal compartment shall be separated from the inner electrical components of the actuator by means of a watertight seal. d . The terminal compartment of the actuator shall be provided with at least three (3) threaded cable entries . e . All wiring supplied as part of the actuator to be contained within the main enclosure for physical and environmental protection . External conduit connections between components are not acceptable . 15101-7 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS . 318-042-22 f. A durable terminal identification ca rd showing plan of terminals shall be provided attached to the inside of the terminal box cover indicating : (i) Serial Number (ii) External Voltage Values (iii) Wiring Diagram Number (iv) Terminal Layout This card must be suitable for the contractor to inscribe cable core identification beside terminal numbers . 18. Enclosure: a . Actuators shall be 'O' ring sealed , watertight to NEMA 6/IP 68 at 7 meters of water for 72 hours . b. · Enclosure must allow for site storage without the need for electrical supply connection. c . All fasteners shall be stainless steel. 19 . Factory inspection , testing and deficiency correction shall be performed in accordance with the referenced applicable Standards. The electric motor operators shall be provided with a cert ified factory test report that will indicate date of manufacture , torque testing utilized , locked rotor amps output torque and wiring diagram . 2.04 ACCESSORIES A. Furnish accessories specified or required for a complete permanent, operable system . B. Floor boxes to have cast iron bodies and bronze bushings . C . Valve boxes and concrete manhole for buried service will be furnished and installed by the Contractor. D. Chain wheels : 1. Chain guides 2. Rustproof E. All exposed valves 8 inches and larger shall have 10-inch minimum diameter handwheel operators , unless other types of operators are required. F. Acceptable Manufacturers: 1. Floor boxes : Clow, Model F-5695, or approved equivalent. 2. Chain Wheels : Clow, Model F-5680, or approved equivalent. 2 .05 SHOP COATING A. Valves and appurtenances shall be shop coated in accordance with Section 09900 . B. External surfaces of all buried valves and accessories shall be shop coated with two coats of coal tar epoxy to produce a total OFT of 16 to 20 mils. C. Ferrous surfaces obviously not to be painted shall be given a shop coat of grease or other suitable rust-resistant coating . D. Contractor shall be responsible for field touch-up of painting . 15101-8 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 PART 3 EXECUTION 3.01 INSTALLATION A. All valves and appurtenances shall be installed by the Contractor in the locations shown , true to alignment and rigidly supported . B. After installation , all valves and appurtenances shall be tested at the same durat ion and pressure as the piping system they are in . - C. Buried valve and valve boxes shall be set with the stem vertically a ligned in the center of valve box . Valves shall be set on a firm foundat ion and supported by tamping excavated material under the sides of the valve . The valve box shall be supported during backfilling and ma inta ined in vertical al ignment with the top flush with fin ish grade . 3.02 ASSEMBLY OF ACTUATORS TO NEW VALVES For valves hav ing direct-mounted actuators , except those furnished with extension shafts , torque tubes , or floorstands , the valve and actuator shall be assembled and performance tested in accordance with AWWA C504 . 3.03 ACTUATOR/CONTROLS START-UP PERSONNEL The Supplier of the valve actuators and related controls shall provide a factory-trained technician to supervise, cal ibration , and start-up as required . On completion of start- up , a certificate of installation shall be provided by the valve actuator supplier indicating proper installation and start-up procedures have been followed . This document certifying the installation shall be included as part of the final operation and maintenance manuals. The Suppl ier of valve actuators and related controls shall provide a factory-trained technician for operation and maintenance training of Owner's personnel. 3.04 INSPECTION AND TESTING A. The valves and appurtenances and the various pipelines in which these are to be installed shall be field tested by the Contractor. During these tests any defective valve or appurtenance shall be adjusted , removed and replaced , or otherw ise made acceptable to the Owner and Engineer by the Contractor. B. Various regulating valves , or other appurtenances , shall be tested by Contractor to demonstrate their conformance with the specified operational capabilities and any deficiencies . Any deficiency shall be corrected or the device replaced or otherwise made acceptable to the Contractor and Engineer. END OF SECTION 15101 -9 SEPTEMBER 23 , 2010 VALVE APPURTENANCES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 15102 BUTTERFLY VALVES 318-042-22 A. Furnish all labor, materials , equipment and incidentals required and install complete and ready for operation , and test all butterfly valves and appurtenances as shown on the Drawings and as specified herein. 8 . This Section includes both buried and non-buried butterfly valves and butterfly valves for air service. 1.02 RELATED WORK A. Divisions 15 -Mechanical. 8 . Valve operators are included in Divisions 15 . Valve operators shall , however, be mounted at the factory on the valves as specified here in , as part of the Work of this Section. C . Division 16 -Electrical. 1.03 SU8MITI ALS A. Submit materials required to establish compliance with these Specifications in accordance with Section 01300 . Materials shall include the following : 1. Certified drawings showi ng all important deta ils of construction and dimens ions . 2. Descriptive literature, bulletins , and/or catalogs of the equipment. 3. The total weight of each item . 4 . A complete bill of materials 8. Test Reports 1. Certified test and installation results , if testing is requ ired and not specified elsewhere. 2 . Additional submittal data, where noted with ind ividual pieces of equipment. C . Certificates 1. For each valve specified to be manufactured and/or installed in accordance with AWWA and other standards , submit an affidavit of compliance with the appropriate standards, including certified results of required tests , and certification of proper installation. D. Operating and Maintenance Data 1. Operating and maintenance instructions shall be furnished as provided in Section 01350. The instructions shall be prepared specifically for this installation and shall include all required cuts , drawings , equipment lists , descriptions , and other information required to instruct operating and maintenance personnel unfamiliar with such equipment. 15102-1 8UTTERFL Y VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEM ENTS SEPTEMBER 23 , 2010 318-042-22 1.04 REFERENCE STANDARDS A. American Water Works Association (AWWA) 1. AWWA C504 -Rubber-Seated Butterfly Valves B . American Society for Testing and Materials (ASTM) 1. ASTM A48 -Gray Iron Castings 2 . ASTM A 126 -Gray Iron Castings for Valves , Flanges , and Pipe Fitt ings 3. ASTM A436 -Austenitic Gray Iron Castings 4 . ASTM A536 -Ductile Iron Castings 1.05 QUALITY ASSURANCE A. Qua lifications 1. Valves and appurtenances shall be products of well-established firms who are fully experienced, minimum five years, reputable and qualified in the manufacture of the particular equipment to be furnished . The equipment shall be designed , constructed and installed in accordance with the best practices and methods and shall comply with these Specifications as applicable . 2. Submit appropriate affidavit of compliance that interior coatings and surfaces of the valve coming into contact w ith potable water are NSF61 certified. B . Certifications 1. The manufacturers shall furnish an affidavit of compliance with Standards referred to herein as specified in Paragraph 1.03 .C. and 1.04.A. Refer to Part 3 for testing required for certain items in addition to the required by referenced standards . C. Manufacturer's representatives shall provide service and instruction for all motorized valves . Times on site shall be as required and acceptable to the Engineer. D . Inspection of the units may also be made by the Engineer or other representative of the Owner after delivery. The equipment shall be subject to rejection at any time due to failure to meet any of the Specification requirements, even though submittal data may have been accepted previously. Equipment rejected after delivery shall be marked for identification and shall be removed from the job site at once . E. Butterfly valves for buried service shall comply with AWWA C504. In case of conflicts , the requirements of this Section shall govern . 1.06 SYSTEM DESCRIPTION A. All of the equipment and materials specified herein is intended to be standard for use in controlling the flow of fluids , depend ing on the individual systems , as noted on the Drawings . See all Drawings for valves. B. Valves , appurtenances and miscellaneous items shall be installed as shown on the Drawings and as specified , so as to form complete workable systems. 1.07 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping 1. Care shall be taken in loading , transporting, and uploading to prevent injury to the valves , appurtenances, or coatings . Equipment shall not be dropped . All valves 15102-2 SEPTEMBER 23 , 2010 BUTIERFL Y VALVES VILLAGE CREEK RECLAIMED WATER QUALI T Y IMPROVEMENTS 318-042-22 and appurtenances shall be examined before installation , and no piece shall be installed which is found to be defective . Any damage to the coatings shall be repa ired as acceptable to the Engineer. 2. Prior to shipping , the ends of all items shall be closed to prevent entry of foreign material. B. Storage and Protection 1. Special care shall be taken to prevent plast ic and sim ilar brittle items from be ing directly exposed to the sun , or exposed to extremes in temperature , to prevent deformation. See the individual piping Specifications and manufactu rer's information for further requirements. 1.08 MAINTENANCE A. Special tools and the manufacturer's standard spare parts , if required for normal operation and ma intenance , shall be supplied with the equipment. B. Provide all special tools required for normal maintenance . Tools shall be packaged in a steel case , clearly and indelibly marked on the exter ior to indicate equipment for which tools are intended . C . Provide to the Owner a list of all spare and replacement parts with individual prices and location where they are available . Prices shall remain in effect for a period of not less than one year after start-up and final acceptance . PART 2 PRODUCTS 2 .01 MATERIALS AND EQUIPMENT -GENERAL A. Valves and appurtenances shall have the name of the manufacturer, flow directional arrow, size , working pressure for which they are designed, and standard reference9 , cast in raised letters upon some appropriate part of the valve body. B. All butterfly valves shall conform to AWWA standards for rubber-seated butterfly valves, AWWA Standard C504 and shall be Class 150 B. C . Flanged ends on valves shall conform to ANSI/AWW A C11O/A21.10 , Class 150 ps i. D. Joints , size and material-unless otherwise noted or required by the Engineer: 1. All joints referred to herein shall be of the same type and ma terial as the pipe or fittings they are connected to. 2. Valves and appurtenances shall be of the same nominal diameter as the pipe or fitt ings they are connected to . E. Ensure that valves and appurtenances have ends/j oints that are compatible with , and may be fastened to the adjoining pipe . This may mean furnishing special adaptors as required . F. All buried valves and operators, those located outdoors , within 2-ft above liquid , in vaults, or where noted shall be especially designed for service as if located where water may completely submerge the valve and operator. 15102-3 BUTTERFLY VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 2.02 BUTTERFLY VALVES FOR WATER SERVICE A. Butterfly valves and appurtenances shall comply with City of Fort Worth standards. The valve seat shall be attached to the valve disk. B. Butterfly valves for below grade shall be suitable for dead end shut off service. C. Butterfly valves for above grade shall be flanged end with face-to-face dimensions in accordance with Table 2 of AWWA C504 for short-body type valve. All shall be suitable for dead end shut off service. 2 .03 MANUFACTURERS A. The manufacturer of butterfly valves shall be one of the following : 1. Crispin KFlow AWWA C504 Butterfly Valves 2 . M & H. Model Series 4500/1450. 3. Mueller. Model Series 3211. ~, Pratt ---- 2 .04 SHOP COATING A. Valves and appurtenances requinng painting shall be painted and/or coated by suitable material to prevent rust on components until the time of installation and as noted in Section 09900 , if not covered herein or in the Standard Specification noted. All items exposed to view, including in vaults shall have the exterior prepared as noted in Section 09900. B. All ferrous parts of buried valves and appurtenances, except finished or greased surface, shall be given two coats of asphaltic varnish or bitumastic coating in compliance with the applicable Standard Specification, if any . After buried valves are assembled and tested, a third coat shall be applied on the exterior, unless otherwise specified . 2.05 FACTORY INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES A. Factory inspection, testing and correction of deficiencies shall be done as noted in the referenced Standard Specification and as noted herein . B. See Division 1 for additional requirements. Also refer to Part 1 of this Section, especially for required submission of test data to the Engineer. PART 3 EXECUTION 3.01 INSTALLATION -GENERAL A. All valves and appurtenances shall be installed per the manufacturer's instructions in the locations shown, true to alignment and rigidly supported . Any damage to the above items shall be repaired to the Engineer's satisfaction before they are installed. B. Install all operators and appurtenances as shown on the Drawings, or otherwise required. Before setting these items, the Contractor shall check all Drawings and figures which have a direct bearing on their location . The Contractor shall be 15102-4 BUTTERFLY VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 responsible for the proper I ocation of these valves and appurtenances during the construction of the Work . C. All materials shall be carefully inspected for defects in construction and materials . All debris and foreign material shall be cleaned out of openings, etc. All operating mechanisms shall be operated to check their proper functioning and all nuts and bolts checked for tightness. Valves and other equipment which do not operate easily, or are otherwise defective, shall be repaired or replaced at no additional cost to the Owner. D. Where installation is covered by a referenced Standard , installation shall be in accordance with that Standard, except as herein modified, and the Contractor shall certify such . Also note additional requirements in other parts of these Specifications . E. Unless otherwise noted, joints for valves and appurtenances shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint; and all valves and other items shall be installed in the proper position as recommended by the manufacturers. 3.02 INSTALLATION OF MANUAL OPERATIONAL DEVICES A. Unless otherwise noted, all operational devices shall be installed with the units at the factory , as shown on the Drawings or as acceptable to the Engineer to allow accessibility to operate and maintain the item and to prevent interference with other piping, valves and appurtenances. B. For manually operated valves 3-in. in diameter and smaller, valve operators and indicators shall be rotated to display toward normal operation locations. C . Floor boxes , valve boxes, extension stems , and low floor stands shall be installed vertically centered over the operating nut, with couplings as required, and the elevation of the box top shall be adjusted to conform with the elevation of the finished floor surface or grade at the completion of the Contract. Boxes and stem guides shall be adequately supported during concrete pouring to maintain vertical alignment. 3.03 INSTALLATION OF BURIED VALVES AND VALVE BOXES A. Buried valves and valve boxes shall be set with the operating stem vertically aligned in the center of the valve box. Valves shall be set on a firm foundation and supported by tamping pipe bedding material under the sides of the valve. The valve box shall be supported during the backfilling and maintained in vertical alignment with the top flush with finish grade. B. Before backfilling , all exposed portions of any bolts shall be coated with two coats of bituminous paint comparable to Bitumastic No. 50 by Kopper Co., Inc. 3 .04 INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES A. See also Division 1 . Take care not to over pressure valves or appurtenances during pipe testing. Valves shall be fully open during pipe testing. ff any unit proves to be defective, it shall be replaced or repaired to the satisfaction of the Engineer. B. The various pipelines in which the valves and appurtenances are to be installed are specified to be field tested. During these tests any defective valve or appurtenance 15102-5 SEPTEMBER 23 , 2010 BUTTERFLY VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 shall be adjusted , removed and replaced , or otherwise made acceptable to the Engineer. C. Various regulating valves, strainers , or other appurtenances shall be tested to demonstrate their conformance with the specified operational capabilities, and any deficiencies shall be corrected or the device replaced or otherwise made acceptable to the Engineer. 3.05 CLEANING A. All items (including valve interiors) shall be cleaned prior to installation, testing, disinfections, and final acceptance. 3.06 FIELD PAINTING A. Field painting is specified under Division 9. All buried metal items not otherwise coated shall receive two external coats of bitumastic paint. B. All exposed bolts and nuts shall be heavily coated with two coats of bituminous paint comparable to Bitumastic No. 50 by Kopper Co., Inc . C. Field painting shall include touch ups where required. END OF SECTION 15102-6 BUTIERFLY VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 SECTION 15103 CHECK VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A Furn ish all labor and materials required , and insta ll complete and ready for operat ion check valves and appurtenances as shown on the Drawings and as specified . 8 . Note : All items included in this Section may not be used in th is Contract. 1.02 RELATED WORK A Pipe is included in the respective sect ions of Divisions 15 . 8 . Valves on HVAC systems , plumbing , and drainage systems not noted herein are included in their respective section of Division 15 . 1.03 SU8MITTALS A Subm it shop drawings as provided in Section 01300 . They shall be cert ified drawings showing all important details of construct ion and dimensions. 8 . Valves specified to be manufactured in accordance with AWWA and/or other standards must be submi tted with an appropriate affidavit of compliance . C. Submit Operating and Maintenance instructions as prov ided in Section 01350 . 1.04 REFERENCE STANDARDS A American Society of Testing and Materials (ASTM) 1. ASTM A 126 "Specification for Gray Iron Cast ings for Valves , Flanges , and Pipe Fittings." 2. ASTM A 159 "Specification for Automotive Gray Iron Castings ." 3. ASTM A216 "Specificatio n for Steel Castings , Carbon Suitable for Fusion Welding for High-Temperature Service . 8. American Water Works Association (AWWA) 1. AWWA C508 "Swing-check Valves for Waterworks Service , 2 in. through 24 in. NPS ." 1.05 QUALITY ASSURANCE A The Manufacturer shall have had successful experience in manufacturing valves of this type service in the sizes ind icated . The Manufacturer shall have at least 10 years experience in the manufacture of rubber flapper check valves. 8 . Check valves of the same type shall be identical , varying only with size , and the product of one manufacturer. 15103-1 CHECK VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 C . All valves shall be hydrostatically tested at the factory and seat tested to demonstrate zero leakage . When requested , the Manufacturer shall provide test certification and required documentation. PART 2 PRODUCTS 2.01 GENERAL A. Valves and appurtenances shall have the name of the maker, flow directional arrows, size, and the working pressure for which they are designed, cast in raised letters upon appropriate part of the valve body . B. Valves shall have a minimum working pressure as shown on the valve schedule Section 01345 . Otherwise they shall be of the same working pressure as the pipe they connect to , and suitable for the pressures noted where they are installed. C. Joints , size and material -unless otherwise noted or required by the Engineer: 1. All joints referred to herein shall be of the same type and material as the pipe or fittings they are connected to. 2 . Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to . D . Ensure that valves and appurtenances have ends/joints that are compatible with, and may be fastened to the adjoining pipe . This may mean furnishing special adaptors as required. E. Valves and operators located outdoors, within two feet above liquid, in vaults, or where noted shall be especially designed for service as if located where water may completely submerge the valve and operator. 2.02 CHECK VALVES FOR WATER SERVICE A. Check valves for metallic lines between 2 to 24 inch diameter shall be rubber flapper type unless noted otherwise on the Drawings , and shall meet the material requirements of AWWA C508 . B. The Check Valve shall be of the full body type, with an access cover. C. The valve body and cover shall be constructed of Ductile Iron and conform to ASTM A536 GR 65-45-12. D. The valve disc shall absolutely prevent the return of water or sewage back through the valve when the inlet pressure decreases below the delivery pressure, on pump shutoff or power failure . The valve shall be tight-seating . E. Swing check valves shall be furnished with ANSI Class 150 flanges. F. The closing rate of the valve shall be field adjustable while the valve is in service . G. The valve body shall be full flow equal to nominal pipe diameter at all points through the valve . The seating surface shall be on a 45 degree angle to minimize disc travel. 15103-2 CHECK VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318 ~042-22 H . The top access port shall be full s ize , allowing removal of the disc without remov ing the valve from the line . The access cover shall be domed in shape to provide flushing action over the disc for operating in lines contain ing high solids content. I. The disc shall be of one-piece construction , precision molded with an integral a-ring type seal ing surface , and contain alloy steel and nylon re inforcement in the flexible h inge area . The flex portion of the disc shall be warranted for twenty-five years . Non- Slam closing characte r istics shall be provided through a short 35 degree d isc stroke and a mechanically adjustable disc accelerator. J . The d isc accelerator shall be of one-piece construction and provide rapid closure of the valve in high head appl ications . The disc accelerator shall be enclosed within the valve and shall be externally field adjustable with the valve in service and replaceab le without removal of the valve from the line . The d isc accelerator shall be securely attached inside the valve body by sta inless steel cap screws . It shall be formed with a large radius to allow smooth movement over the disc surface . K. The valve disc shall be cycle tested 1,000 ,000 times in accordance with ANSI/AVVWA C508 and show no signs of wear, cracking , o r d istort ion to the valve disc or seat and shall remain drop t ight at both high and low pressures. The test results shall be independently certified. L. The disc shall be preci sion molded Buna-N (NBR), ASTM D2000-BG. 5 .3 The disc accelerator shall be type 302 stainless steel M . A mechanical indicator shall be provided on the side of the valve to provide disc position indication on valves 4" and larger. The indicator shall have continuous contact with the disc under all operating conditions to assure accurate disc position ind ication . N . A screw-type backflow actuator shall be provided on valves 4" and larger to allow opening of the valve during no-f low cond ition& Buna-N seals shall be used to seal the stainless steel stem in a bronze bushing. The backflow device shall be of the rising-stem type to indicate position . A stainless steel T-handle shall be provided for ease of operation . 0. Check valves two inches and smaller for installation in copper and steel pipes shall be bronze, swing type , 125 lb WSP with solder or screwed ends . P . Check valves for PVC or CPVC pipe shall be of the ball type , of the same material as the pipe with socket ends . Valve bodies shall be union type. Valves shall be as manufactured by Plastic Pipi ng Systems, Inc., or equal. Q . Acceptable Manufacturers, Models : 1. Crispin Valve Company; series RF-ASR 2 . M&H, Check Valves 3 . Val Matic -Swing Flex 2 .03 SHOP COATINGS A. Surface preparation and shop coating shall be as specified in Division 9 . 15103-3 CHECK VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 PART 3 EXECUTION 3.01 INSTALLATION A. Valves and appurtenances shall be installed per manufacturer's instruction in the locations shown . B. Install brackets , extension rods , guides , the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls , and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured . Before setting these items , the Contractor shall check Drawings which have a direct bearing on their location and shall be responsible for the proper location of these valves and appurtenances during construction of the structures . C . Items shall be carefully inspected for defects in construction and materials ; debris and fore ign material cleaned out of valve openings , etc.; operat ing mechanisms operated to check their proper functioning , and nuts and bolts checked for tightness . Valves and other equipment which do not operate easily , or are defective , shall be repaired or replaced at no additional cost to the Owner. D. Where installation is covered by a referenced Standard specification , installation shall be in accordance with that specification, except as herein modified. E. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. 3.02 FIELD PAINTING A. Field painting is specified under Division 9 . Metal items in vaults or not otherwise coated shall receive two coats of bitumastic paint. B. Exposed bolts and nuts shall be heavily coated with two coats of bituminous paint. END OF SECTION 15103-4 CHECK VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 15106 GATE VALVES A. The Contractor shall provide gate valves and appurtenances , complete and operable , in accordance with the Contract Documents. 1.02 RELATED WORK A. Division 15 -Piping 8. Section 15160 -Supports and Hangers 1.03 SUBMITTALS A. The Contractor shall furn ish submittals in accordance with Section 01300. 1.04 REFERENCED STANDARDS A. American Water Works Association (AWWA): C509 -Resilient Seated Gate Valves for Water and Sewerage Systems B . American National Standards Institute/International Standards Organization (ANSI/ISO): ISO 7259 -Cast Iron Gate Valves for Underground Use PART 2 PRODUCTS 2.01 GATE VALVES A. All gate valves shall have materials of construction described as follows : Component Material Reference Body, Bonnet, and Cast Iron ASTM A536 Stuffing Box Wedge Cast Iron, Resilient Rubber ASTM A126 Encapsulated Stem Bronze ASTM 8138 Gaskets and 0-Rings Rubber ASTM 02000 B. All gate valves shall be resilient seated, wedge-type . Wedge shall be fully encapsulated in rubber with no exposed iron surfaces. C. Interior shall be lined with AWWA 550, NSF 61 approved coating . D. Valves shall be rated for 150 psig working pressure, and hydrostatically tested at 300 psig . 15106-1 GATE VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 E . All buried valves shall be of the inside screw, non-rising stem type . The valve actuators shall be as indicated , with counter-clockwise opening stems . Gate valves shall have hand-wheel actuators in accordance. F. Acceptable Manufacturers: 1. Mueller 2 . M&H 3 . Kennedy PART 3 EXECUTION 3.01 GENERAL A. All gate valves shall be installed in accordance with the manufacturer's directions and written recommendations . B. A rigid pipe support shall be installed on either side of each gate valve, at a location not more than 18 inches from the centerline of the valve. END OF SECTION 15106-2 GATE VALVES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 SECTION 15120 PIPING SPECIAL TIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and installed complete and ready for operation , all appurtenances as shown on the Drawings or as specified . B. The appurtenances shall include, but not be limited to the following : (Note : All items listed below may not be required in this Contract). 1. Hose hydrants 2. Fire hydrants 3 . Mechanical type wall seals 4 . Service clamps 5 . Dielectric pipe fittings/insulators 6 . Harnessing and restraint 7 . Sleeve ("Dresser type") couplings 8 . Adaptors 9 . Quick connect couplings 10 . Expansion/vibration isolation joints (fittings) 11 . Wall and floor fittings 12 . Gauges and accessories 13 . Valve operators 14 . Strainers 15. Corporation Stops 16 . Stainless steel expansion joints 17. Victaul ic Depend-0-Lock Coupling 1.02 RELATED WORK A. D ivision 9 : Finishes. B. Division 15: Mechanical. C . Certain valves and appurtenant equipment for individual systems are included with the specific system . 1.03 SUBMITTALS A. Submit shop drawings in accordance with Section 01300 . They shall show as a m inimum all details and materials of construction and dimensions . B. Submit operating and maintenance instruction in compliance with Section 01350. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI): ANSI 82.1 . B. American Society for Testing and Materials (ASTM): 15120-1 PIPING SPECIAL TIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 1. ASTM A 126 -Specification for Gray Iron Cast ings for Valves , Flanges , and Pipe Fittings. 2 . ASTM A 183 -Spec ification for Carbon Steel Track Bolts and Nuts. 3. ASTM A 278 -Specificat ion for Gray Iron Cast ings for Pressure Contain ing Parts for Temperatures Up to 650 degrees F. 4 . ASTM B 62 -Specificat ion for Composition Bronze or Ounce Metal Castings . 5 . ASTM B 88 -Specificat ion for Seamless Copper Water Tube . 6 . ASTM A 536 -Specification for Ductile Iron Castings . C. American Water Works Associat ion (AWWA): AWWA C 606 -Grooved and Shouldered Joints . D. Federal Specificat ions (F .S .): MIL-C -27487 . 1.05 QUALITY ASSURANCE Items listed herein shall be products of manufacturers who have a minimum of five years experience in the manufacture of the particular equipment item to be furnished . PART 2 PRODUCTS 2.01 GENERAL A. Joint , size and material -unless otherwise noted or required by the Consulting Eng inee r: 1. Joints referred to herein shall be of the same nominal diameter as the pipe or fittings they are connected to . 2 . Appurtenance shall be of the same nominal diameter as the pipe or fittings they are connected to. B. Insure that valves and appurtenances have ends/jo ints that are compatible with , and may be fastened to the adjoining pipe . This may mean furnishing special adaptors as required . These adaptors shall be suitable for direct bury , with proper dielectric insulation and as a minimum , if metallic non-stainless steel or galvanized , coated with two coats of Coal Tar Epoxy . 2. 02 HOSE HYDRANTS Hose hyd rants for installation on the non-potable water lines shall consist of a 3/4 inch hose connection . The hydrants shall be Woodford Model 24P or equal. 2 .03 FIRE HYDRANTS Fire hydrants shall comply with City of Fort Worth Standards . 2 .04 MECHANICAL TYPE WALL SEALS Mechanical type seals shall consist of an adjustable modular bolted , synthetic rubber and plastic sealing element as shown on Drawings. The sealing element shall be Link- Seal LS-300-C as manufactured by Thunderline Corp ., or equal. 15120-2 PIPING SPECIAL TIES VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318 -042 -22 2.05 SERVICE CLAMPS A Service clamps shall have malleable or ductile iron bodies wh ich extend at least 360 degrees around the circumference of the pipe and shall have neoprene gaskets cemented to the saddle body . Bodies shall be tapped for IPS . Clamps shall be of the double strap design . 8 . Service clamps shall be IPS serv ice clamps as manufactured by Mueller Co ., or equal. 2.06 DIELECTRIC PIPE FITIINGS/INSULATORS A Dielectric pipe fitt ings/insulators shall be used wherever valves or piping of diss imilar metals connect to prevent galvanic action. B. Dielectric unions shall be used for connections 2 inch and smaller. The stee l or duct ile iron connection end shall have a steel body and shall have accurately mach ined taper tapped pipe threads in accordance with ANSI 82 .1. The copper connection end shall be a copper solder joint that meets ASTM 888 . Dielectric unions shall be rated fo r at least 250 psi at 210 degrees F. C. Dielectric flange unions shall be used for connect ions 2-1/2 inch and larger. Cast iron flanges shall meet ASTM A 126; the copper solder end shall meet ASTM 862 ; and the pipe thread shall meet ANSI 82 .1. Dielectric flange unions shall be rated for at least 175 psi at 21 O deg rees F. D. Dielectric unions and flange un ions shall be as manufactured by Epco , Inc., or equal. E. Flange insulating kits shall be as acceptable to the Engineer's Representative , as manufactured by PSI or equal. F. Insulated sleeve couplings and flange adaptors shall be similar to those units as specified elsewhere . 2.07 HARNESSING AND RESTRAINT A Unless otherwise noted , size and material for tie rods , clam ps , plates, and hex nuts shall be as shown on the Drawings, or in the AWWA Manual M-11. Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation or fabricated equa l. 8 . Where harnessed couplings or adaptors are noted , they shall conform to AWWA Manual M-11 except as modified by the Drawings or this specification . C. Restrained joints (such as welded , locking mechanical joints) shall be of the type specified with the individual type of pipe . If not specified , restrained (locking) mechanical joint pipe shall be of the manufactures standard design utilizing a locking device (ring or ears) integrally cast with the pipe. · D. The Contractor shall be responsible for anchorage including restraint as noted in elsewhere in Division 15 . 15120-3 PIPING SPECIAL TIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 2.08 SLEEVE TYPE COUPLING ("DRESSER TYPE") A Unless otherwise specified with the individual type of pipe , sleeve type couplings ("Dresser" type) shall be ITI (Smith Blair) Style 411, Dresser Style 38, Baker, or equal, with the pipe stop removed for exposed piping and Dresser Style 39 for buried piping. Similar insulation type couplings shall be provided at the face of buildings , between different type metals or where otherwise noted . 8 . In addition to those locations noted on the Drawings , sleeve couplings shall be provided on piping buried directly under a structure at the structure's expansion joints . Special treatment will be required where pipe is encased in concrete, utilizing minimum 3 inch thick styrofoam placed perpendicular to horizontal centerline coupling . C . Joint harness shall be provided on all couplings and shall be designed for maximum pressure to which the line will be subjected . 2.09 ADAPTORS A Adaptors of the proper type shall be provided between different types of pipe . They shall be of the insulated type as acceptable to the Engineer. 8 . Flanged coupling adaptors shall be similar to sleeve type couplings Dresser Style 127 or 128 , similar models by ITI, or equal. C . Joint harness shall be provided on all flanged coupling adaptors and shall be designed for maximum pressure to which the line will be subjected. 2.10 QUICK CONNECT COUPLINGS A Couplings shall be of the cam and groove type consisting of a male adapter conforming to F.S. MIL-C-27487 . Male adapters shall be designed to receive a female coupler without requiring threading, bolting , or tools. Connections shall remain tight and leakproof under pressures up to 100 psig . Each adapter shall be furnished with a dust cap complete with an 18-inch long security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation, Ever-tite, or equal. B . Adapters shall be furnished in accordance with the Drawings or as required by the installation. 2.11 EXPANSIONNIBRATION ISOLATION JOINTS (FITIINGS) A Expansion joints shall be single arch type of butyl rubber construction with carcass of high-grade woven cotton or suitable synthetic fiber and individual solid steel ring reinforcement. Soft rubber fillers shall be integrally cured into the arches to provide a smooth flow path to prevent settling of materials into the arch . Joints shall be constructed to pipe size and to meet working pressure and corrosive conditions . Joints shall have full faced fabric reinforced butyl flanges integral with the body. Split type steel or ductile iron back-up rings shall be provided to insure a good joint. Rings shall be designed for mating with ANSI 150 lb flanges . Joints shall be finish coated with Hypalon or equal paint. 15120-4 PIPING SPECIAL TIES V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 318-042-22 8 . Expansion joints shall be furnished with control (harness) units . Harness un its shall consist of min imum two drilled plates , stretcher bolts , and rubber washers backed by metal washers . Stretcher bolts shall prevent over-elongation of the joint. Extra nuts shall be provided on the stretcher bolts on the inside of the plate to prevent overcompress ion . Nuts , bolts , and plates shall be 304 stainless steel. C . Expansion joints shall be Style 1015 filled arch as manufactured by General Rubber Corp . or equal. D. In addition to locat ions shown on the Drawings , expansion joints shall be utilized in exposed piping , with in one foot of a building expansion j oint , and on the discharge s ide of non-piston pumps , compressors , and rotat ing machinery . 2.12 WALLAND FLOOR FITIINGS A Wall and floor cast ings , unless otherwise specified w ith the individual type of pipe , shall be ductile iron of the style shown on the Drawings with integral exterior water stop , standard models as manufactured by Clow , U.S. Pipe and Foundry , or equal. 8. For plastic pipe or other pipe 2-1/2 inch diameter or less wall and floor fittings shall be ASTM A120, Schedule 40 steel sleeves with exterior steel water stop , all hot dipped galvanized after fabrication . 2.13 GAUGES AND ACCESSORIES All gauges unless otherwise noted be liquid filled and shall have 4-1/2 inch diameter face , with black letters on a white background and protected in their connect ing piping by shut-off corporation stops or metal ball valve with leve l or tee handle . Gauges shall be supplied with pulsation dampers on all pressure lines. On other than potable water and air lines , gauges shall also be supplied with three-way flushing valves and diaphragm seals . Gauges shall have one percent accuracy over their full range and shall be as supplied by U.S. Gauge , Ashcroft, March , or equal. 2.14 VALVE OPERATORS (INCLUDING FLOOR BOXES) A The valve manufactu rer shall supply and integrally mount all operators on valves at the factory . The valves and thei r individual operators shall be shipped as a unit. B. Unless otherwise noted , valves shall be manually operated ; non-buried valves shall have an operating wheel , handle or lever mounted on the operator; buried valves shall have a non-rising stem with an AWWA 2-in . nut. C . Unless otherwise required by the Consulting Engineer, all manual operating input shafts shall turn to the left (counter-clockwise) to open the valve . D. Each operating device shall have cast on it the work (OPEN) and an arrow indicating the direction of operation . E. Floor boxes for operating nuts recessed in concrete floors shall be standard cast iron type, cast-in-place with fastening top by Clow or equal. F. Chain wheel operators shall be supplied for all valves : Larger than 3 inch in diameter whose centerline is 6 ft. or more above the floor , where required for accessibility of 15120-5 SEPTEMBER 23 , 20 10 PIPING SPECIAL TIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS G . 2.15 A. B . . 2.16 318-042-22 valve operator, or as indicated on the Drawings . Chains shall be galvanized and loop within four feet of the floor . Unless otherw ise noted , gear operators shall be provided for: All va lves with operating shafts of larger than 8 inch nominal diameter (unless otherwise noted); for all buried valves with their operating shaft mounted horizontally (butterfly , plug , etc .); where specified and/or ind icated on the Drawings ; where manual operator effort is greater than 40 ft-lbs . Gear operators shall normally be of the beveled type with output shaft perpendicular to valve shaft, having a removable handwheel mounted on the output shaft. Gearing shall be machine-cut steel designed for smooth operator. Bearings shall be permanently lubricated , provided to take all thrusts and seals provided to contain lubricants . Housings shall be exclude moisture and dirt. Manual operator input effort to the handwheel shall be a maximum of 40 ft-lbs . for operator the valve from full open to full close , under line pressure. Gear operators shall indicate valve position and have adjustable stops . STRAINERS "Y" Type Strainers : 1. Manual strainers furnished for pipe diameters smaller than 2 inches in d iameter shall be "Y" type, capable of removing so lids 0.01 inches diameter and larger. The strainer body shall be of semi-steel construction for steel pipe , and brass or bronze for copper pipe and shall conform to ASTM A2.78 , Class 30 . Strainers on plastic pipe shall be of the same materia l as the pipe . Stra iner elements , including woven wire mesh , shall be constructed of stainless steel. 2 . Design of the strainer body shall be such that the clean-out plug and screw may be easily removed to permit inspection and cleaning without disassembly of inlet and outlet piping. End connections shall be ANSI screwed pipe threads . 3 . Sufficient spare screens shall be furnished for replacement of all "Y" type units at least once . Strainers shall be designed for a maxi mum operating pressure of 150 psig . They shall be as manufactured by GA Industries , Inc ., or equal. Manual Basket Strainers : 1. Manual basket strainers shall be furnished for pipe 2 inches in diameter and larger, as per the Drawings. Strainer body shall be of cast iron construction . Strainer elements , shall be constructed of Type 304 stainless steel. Design of the basket strainer body shall be such that the bolted lid and basket may be easily removed for inspection and cleaning without d isassembly of inlet and outlet piping. 2 . A trap with a blow-off port shall be provided for removing any material that may settle at the bottom . Strainers shall be des igned for a maximum operating pressure of 150 psig , and shall be 74-0 as manufactured by GA Industries , Inc ., or equal. 3 . Proper blowoff piping with valve shall be supplied , run to nearest drain . CORPORATION STOPS Corporation stops shall be of bronze or brass , and shall be designed and manufactured in accordance with A\NWA Standard C800 , except as modified herein . Corporation stops shall have Mueller in let threads , except that corporation stops for use with service clamps shall have IPS threads . Where corporation stops are used 15120-6 PIPING SPECIAL TIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 20 10 318-042-22 with plast ic pipe , a brass companion flange shall be provided on the outlet of each corporation stop . 2.17 STAINLESS STEEL EXPANSION JOINTS The expansion joints shall be OMNI-FLEX as manufactured by Victual ic, Incorporated . Unless noted otherwise all expansion joints shall be anchored with tie rods as recommended by the expansion joint manufacturer, with no less than two rods each . Expansion joints shall be furnished for installat ion at the locations shown on the Drawings . Thermal expansion and contraction that will occur in the pipe result ing ax ial and/or lateral movement of the pipe shall be based on a max imum temperature variation of 200 degrees Fahrenheit. The expansion bellows shall be produced from fully annealed stainless steel stock rolled into a tube , seam welded and formed into corrugations . Ends of the expansion bellows shall be prepared for stainless stee l plate flanges conforming to ANSI/AVVWA dimensions welded directly to the integral ends of the sta inless steel bellows . 2.18 DEPEND-0-LOCK COUPLINGS Provide Victaulic Depend-0-Lock F x E, Type 2 expansion coupling . Coupling sha ll be ASTM A240 316L Stainless Steel. Provide sta inless steel cladding that is to be shop welded onto the expansion end of the pipe to provide a smooth surface for long term performance . 2.19 APPURTENANCES AND MISCELLANEOUS ITEMS A Gaskets , glands , bolts , nuts , and other required hardware shall be provided for connection of piping and appurtenances . Bolts and nuts shall be high strength , Type 316 stainless steel if submerged, buried or subject .to splash ing . All other hardware shall be of the size, type , and number as required and recommended by the piping or appurtenance manufacturer and as specified here in. Gaskets for flanges shall be full face and suitable for 200 degrees F operating temperature , unless higher temperature required on individual systems. 8 . Plugs, caps and similar accessories shall be of the same material as the pipe , and of the locking type , unless otherwise noted . ~- C. Unions shall be of the same mat erial as the pipe . D. Special dielectric protective tape shall be fabric reinforced petroleum tape as manufactured by Denso , Inc., or equal. PART 3 EXECUTION 3.01 INSTALLATION GENERAL A Items shall be installed per Manufacturer's instructions in the locations shown. Damage to items shall be repaired to the satisfaction of the Consulting Engineer before they are installed . B. Install brackets , extension rods , guides , the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls , and 15120-7 PIPING SPECIALTIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 20 10 318-042-22 install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting items , check Drawings which have a direct bearing on their location to be responsible for the proper location of these appurtenances during construction of structures. C . Items shall be carefully inspected for defects in construction and materials ; debris and foreign material cleaned out of openings , etc.; operating mechanisms operated to check their proper functioning , and nuts and bolts checked for tightness. Equipment which does not op~rate easily, or is otherwise defective , shall be repaired or replaced . D. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with t~at Specification , except as herein modified . E. Unless otherwise noted , joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. 3.02 INSTALLATION OF SLEEVE (DRESSER) TYPE COUPLINGS A Unless otherwise required by the manufacturer's instructions , prior to installation of sleeve-type couplings , pipe ends shall be cleaned thoroughly for a distance of at least 12 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end , the middle ring shall be placed on the already installed pipe and shall be inserted into the middle ring flair and brought to proper position in relation to the pipe already laid . The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares . 8. After the bolts have been inserted and nuts have been made up fingertight , diametrically opposite nuts shall be progressively and uniformly tightened around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. C . The correct torque as indicated by a torque wrench shall not exceed 75 ft-lb for 5/8 inch bolts and 90 ft-lb for 3/4 inch bolts. D . If a wrench other than a torque wrench is used, it should be no longer than 12 inches so that when used by the average person the above torque values shall not be exceeded . E. To prevent sleeve-type couplings from pulling apart under pressure , a suitable harnessing or flange clamp assembly shall be provided and installed. F. Note the additional locations required for sleeve couplings per Part 2 of this Section. 3 .03 FLANGED COUPLINGS ADAPTERS A Flanged coupling adapters shall be installed in strict accordance. with the coupling manufacturer's recommendations . After the pipe is in place and bolted tight, the proper locations of holes for the anchor studs shall be determined and the pipe shall be field-filled . Holes for anchor studs shall be drilled completely through the wall pipe. Hole diameter shall not be more than 1 /8 inch larger than the diameter of the stud projection . 15120-8 PIPING SPECIAL TIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 318-042-22 B. The inner surface of couplings shall be prepared for coating in accordance with instructions of the coating manufacturer and shall then be coated with liquid epoxy in accordance with ANSI/AWWA C210. The remaining surfaces , except flange mating surfaces , shall be cleaned and shop primed with universal primer. 3.04 INSTALLATION OF EXPANSIONNIBRATION ISOLATION FITTINGS A. Piping systems shall be aligned prior to installation of expansion fittings . Alignment shall be provided by fitting a rigid pipe spool in place of the expansion joint. Prior to testing of the piping system , the pipe spool shall be replaced with the specified expansion fitting . B. In addition to the locations noted on the Draw ings , and in Part 2 of this Section , expansion fittings and anchors shall be located and spaced as specified by the Expansion Joint Manufacturer's Association under ambient conditions . They shall not be installed during times of temperature extreme or in a fully compressed or fully expanded condition . 3.05 INSTALLATION OF WALL AND FLOOR FITTINGS Wall pipes and pipe sleeves embedded in concrete walls , floors , and slabs shall be embedded as shown . Support all pipes embedded in concrete walls , floors , and slabs with form work to prevent contact with the reinforcing steel. 3.06 INSTALLATION OF OTHER EQUIPMENT, APPURTENANCES AND MISCELLANEOUS ITEMS A. Unions and wall fitting shall be installed as indicated on the Drawings . B. Hardware and appurtenances shall be installed as required and in accordance with the Manufacturer's recommendations , as acceptable to the Consulting Engineer. C. Use teflon tape on screwed fittings . 3.07 FIELD TESTING Testing and correction of deficiencies shall be in accordance with Section 15001 . 3.08 FIELD PAINTING Field painting is specified in Division 9 . Buried metal items or those in vaults shall receive two coats of coal tar epoxy . The total OFT shall be 16 to 20 mils. END OF SECTION 15120-9 PIPING SPECIAL TIES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23, 2010 PART1 GENERAL 1.01 SCOPE SECTION 15256 INSULATION AND HEAT TRACING 0318-042-22 The work to be performed under this section of the specifications consists of furnishing and installing insulation and heat tape on pip ing and equipment as required by this section of the specifications , unless otherwise indicated . 1.02 SU8MITTALS Product · Data and Shop Drawings . Subm it product data and shop drawings on insulation , heat tracing materials , etc ., in accordance with Division 1 -General Requirements . 1.03 REFERENCE STANDARDS A. The system shall be suitable for the specified industrial conditions , and shall be designed and installed in accordance with the latest applicable codes and standards . Pertinent standards are : 1. American National Standards Institute (ANSI) 2. Institute of Electrical and Electronics Engineers (IEEE) 3. American Society for Testing and Materials (ASTM) 4 . National Fire Protection Association (NFPA) 5 . National Electric Code (NEC) 6. Factory Mutual (FM) 7 . Underwriters Laboratories (UL) 8 . National Electrical Manufacturers Association (NEMA) 9 . Occupational Safety and Health Administration (OSHA) 8. Furnish copies of the necessary approvals for the heat tracing system and verify that the approvals are current. C. Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply . 1.04 DESIGN REQUIREMENTS A. Provide a heat tracing system capable of maintaining the specified temperature during the extreme of ambient temperature . 8. Design Parameters 1. Voltage Available As shown on Drawings 2. Wind Velocity 160 mph 3 . Low Ambient Temperature -20°F 4. Maintain Temperature 65°F 5. Piping and equipment lists and insulation types .and thicknesses are found in Division 15 and on the Drawings . 15256-1 INSULATION AND HEAT TRACING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 C. Heat losses shall be calculated using the manufacturer's standard procedure in conjunction with the insulation requirements and equipment schedules . The design heat output of the tracing shall include a 10 percent factor of safety. Contractor is encouraged to suggest changes in insulation thickness to optimize total system economy . D. Heating cables shall be run parallel to the pipe only . Spiral wrapping of the heat cables around the pipes shall not be permitted . PART 2 PRODUCTS 2.01 GENERAL A Engage the services of qualified insulation personnel to furn ish and install all the insulat ion required for the pip ing specified hereinafter. Heat tracing shall be of constant wattage. B. All surfaces to be insulated shall be clean and dry before applying the insulation . All sections of molded pipe covering shall be firmly butted together. Where coverings are used , they shall lap the adjoining section of insulation by at least 3 inches . Where insulation terminates , it shall be neatly beveled and finished. No insulation shall be appl ied until the pipe has been pressure tested and found tight. Piping flexible connections, flanges and unions shall not be covered . All materials used shall be fire retardant or nonflammable. C. Where vapor barriers are required , the vapor barrier shall be on the outside . Extreme care shall be taken that the vapor barrier is unbroken. Joints , etc., shall all be sealed . Where insulation with a vapor barrier terminates , it shall be sealed off with the vapor barrier being continuous to the surface being insulated . Ends shall not be left raw . D. Aluminum bands shall be applied on the piping insulation. The bands shall be applied three to a section of pipe insulation .· Fittings , valves , etq ., shall have bands on each side. Apply bands at each end of pipe support . E. Where supports are on the outside of the insulation , use a section of Foam glass or rig id cork insulation at support locations and provide No . 14 gage galvanized steel sleeves , 12 inches long on pipe sizes up to 12 inches and 18 inches long on larger pipe sizes to protect the insulation . The sleeves shall be half cylinders with the edges hemmed to prevent cutting the insulation . F. All materials used shall have a flame spread rating of not more than 25 without evidence of continued progress ive combustion , and with a smoke developed rating not higher than 50 . Shop drawing submittals shall show this information . G . Weather exposed insulation shall be protected with 0.010 inches minimum aluminum jacket including vapor barrier liner of laminated asphalt Kraft paper. 15256-2 INSULATION AND HEAT TRACING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 2.02 FREEZE PROTECTION A. Insulation: 1. Unless otherwise indicated in the specific requirements and/o r on the plans , all piping, fittings , valves and related items smaller than 12 inches exposed outdoors in yard in an unheated space subject to freezing shall be heat trace and insulated . 2 . Buried yard piping need not be insulated . 3 . Piping capable of drain ing automatically need not be insulated. 4 . All insulation of pipes shall run to a point 12 inches below ground surface . 8 . Heat Tracing : Electric heat tapes shall be provided inside the insulation for freeze protection on all p iping receiving i nsulation subject to freez ing . The rate and quantity of insulation shall be specified hereinafter. C. Schedule : Unless otherwise specified or shown elsewhere in the contract documents , the following schedule of insulation and heat tape application shall be used : Insulation Schedule for Piping Subject to Freezing . * ** Nominal Pipe Size (in)** ~ 3/4 1 1-1/2 2 2 -1/2 3 4 6 8 10 12 Insulation Thickness (in) 2 2 2 2 2 2 2 2 2 2 2 2 Insulation "K"* 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0 .3 0.3 0.3 0.3 Heat Tape Application Rate (Minimum) Watts/Linear Feet 1.0 1.2 1.2 1.5 1.8 1 .9 1 .9 2.7 2.7 2.7 2.7 2.7 "K" -Thermal conductivity of insulation in BTUH per square foot per degree Fahrenheit, per inch . Insulation and heat tape required for a pipe size not shown on the schedule shall be the same as the next larger pipe size shown on this schedule. PART 3 EXECUTION 3 .01 HEAT TRACING A. Pipelines or equipment subject to freezing shall be heat traced as indicated on "Insulation Schedule," paragraph 2.02 . Furnish and install on such pipeline or equipment an electric heat tracing system consisting of a flat, flexible , low heat-density electrical heating strip of self-l imiting parallel-circuit construction consisting of an inner core of conductive material between two parallel copper bus strips with a polyolefin outer jacket. The strip shall be cut-to-length in field and installed on pipelines and 15256-3 INSULATION AND HEAT TRACING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 0318-042-22 equipment as required . The electrical insulation of the heater strip shall be rated at 185 °F minimum temperature exposure and shall be suitable voltage as indicated on plans or as available. The heat tracing system shall be complete with all necessary power connections, end seals, adjustable thermostats and electric traced signed per manufacturer's installation instructions . B. Acceptable Manufacturers 1. Raychem (Chemelex) 2 . Nelson Electronic 3 . Chromalox 4 . Thermon Manufacturing Company . 3.02 INSULATION A The insulation specified herein shall be furnished and installed by qualified insulation personnel whose principal business is the application and installation of thermal materials on piping systems . All material shall be manufactured by one of the listed approved manufacturer's instructions, except where these instructions conflict with the specifications hereinafter stated , in which case the specifications shall govern . All work shall be performed in a neat workmanlike manner and all adhesives , bands and other fastening materials and devices shall be supplied as required to properly install the insulation materials being furnished . B. Acceptable Manufacturers : 1. Armstrong Co . 2 . CertainTeed 3. Owens-Corning Fiberglass 4 . Pittsburg Plate Glass Co. 5 . Pittsburg -Corning END OF SECTION 15256-4 INSULATION AND HEAT TRACING VILLA.GE CREEK RECLA.IMED WATER QUALITY IMPROVEMENTS SEPTEMBER 23 , 2010 PART1 GENERAL SECTION 16010 ELECTRICAL GENERAL PROVISIONS 1.01 WORK INCLUDED 318-042-22 A. The work includes, but is not limited to , the following principal systems and equipment: 1. 120/208-Volt system 2 . 480-System 3. Motors 4 . Panelboards 5 . Conduit and Raceways 6 . Transformers 7. Lighting fixtures and lamps 8. Grounding and Lightning Protection 9. Low Voltage Conductors 10. Miscellaneous controls and Equipment 1.02 REFERENCE STANDARDS A. Perform work, furnish and install materials and equipment in full accordance with the latest issue of the applicable rules , regulations , requirements , and specifications of the following : 1. Local laws and ordinances 2. State and Federal Laws 3. National Electrical Code (NEC) 4. State Fire Marshal 5. Underwriters' Laboratories (UL) 6. National Electrical Safety Code (NESC) 7. American National Standards Institute (ANSI) 8. National Electrical Manufacturer's Association (NEMA) 9. National Electrical CONTRACTOR's Association (NECA) Standard of Installation 10 . Institute of Electrical and Electronics Engineers (IEEE) 11. Insulated Cable Engineers Association (ICEA) 12 . Occupational Safety and Health Act (OSHA) 13. International Electrical Testing Association (NETA) 14. American Society for Testing and Materials (ASTM) 15. National Fire Protection Association (NFPA) 16. American Concrete Institute (ACI) 17. International Building Code (IBC) 18. Insulated Power Cable Engineers Association (IPCEA) 19 . Association Edison Illuminating Company (AEIC) B . Wherever the requirements of the specifications or drawings exceed those of the above items, the requirements of the specifications or drawings govern . Code compliance is mandatory. C . Product Quality: All electrical items shall be new and unused . Items such as cables, transformers , motors, control centers, etc., shall be newly manufactured for this 16010-1 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 project. Proof of purchase documents shall be provided upon request. Utilize products of a single manufacturer for each item . 1.03 CONTRACT DOCUMENTS A . Intent: 1. The intent of the contract drawings or plans is to establish the types of systems and functions , but not to set forth each item essential to the functioning of the system. 2. Electrical drawings are generally diagrammatic and show approximate location and extent of work . 3. Install the work complete , including minor details necessary to perform the function indicated . 4. In case of doubt as to work intended , or if amplification or clarification is needed, request instructions from the ENGINEER. 5. It is also the intent of these Contract Documents for the electrical and process system CONTRACTOR to coordinate with each other in order to provide a complete and workable system with all wiring , conduit , and accessories required which may not be shown on the plans . 6. Plans and Specifications are intended to comply with listed codes , ord inances, regulations, and standards . B. Discrepancies : 1. Review pertinent drawings and adjust the work to conditions shown. 2. Where discrepancies occur between plans , specifications , and actual field conditions , immediately notify the ENGINEER in writing and ask for an interpretation . 3. Dimensions on electrical drawings shall be verified with structural , architectural, and mechanical drawings . 4. Should installed materials or workmanship fail to comply, the CONTRACTOR is responsible for correcting the improper installation. C . Outlet and Equipment Locations : 1. Coordinate the actual locations of electrical outlets and equipment with building features and mechanical equipment as indicated on architectural, structural, and mechanical drawings . 2. Review with the ENGINEER any proposed changes in outlet or equipment location . 3. Relocation of outlets before installation , up to 3 feet from the position indicated, may be directed by OWNER without additional cost. 4 . Remove and relocate outlets placed in an unsuitable location , when so requested by the ENGINEER. 1.04 REGULATIONS ANO PERMITS A. Regulations : Work, materials and equipment must comply with the latest rules and regulations of the following : 1. National Electrical Code (NEC) 2. National Electrical Safety Code (NESC) 3. National Fire Protection Association (NFPA70E) 16010-2 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 4. Occupational Safety and Health Act (OSHA) 5. State and federal codes, ordinances , and regulations 6 . Local Electrical Code 8 . Discrepancies : 1. The Plans and Specifications are intended to comply with listed codes , ordinances , reg u lations and standards. 2. Where discrepancies occur , immediately notify the ENGINEER in writing and ask for an interpretation. 3 . Should installed materials or workmanship fa i l to comply , the CONTRACTOR is responsible for correcting the improper installation . 4 . Additionally , where sizes, capacities , or other such features are required in excess of min imum code or standards requirement , provide those specified or shown . C . Perm its : Obtain cert ificates of inspection and other permits required as a part of the work . 1.05 CONTRACTOR QUALIFICATIONS A. An acceptable CONTRACTOR for the work under this d ivision must have personnel with experience , training , and skill to provide a practical working system . The CONTRACTOR shall have previous water and wastewater experience with at least 5 years in business . 1. The CONTRACTOR shall be required to furnish acceptable evidence of having installed not less than three systems of size and type comparable to this project. 2. The systems must have served satisfactorily for not less than 3 years . 3. The superintendent must have had experience in installing not less than three systems . 4 . The CONTRACTOR shall submit qualifications of his firm and resumes of his personnel who will work on this project. 5. Contractor shall have performed a minimum of three projects with the City of Fort Worth Water Department in the last 5 years . 1.06 GENERAL REQUIREMENTS FOR WORKMANSHIP , EQUIPMENT AND MATERIALS A. All electrical work shall be performed by workmen skilled in the electrical trade and licensed for the work by the loca l authority . 8 . A licensed Master Electrician will be required for the issuance of a building permit for constructing, installing , altering, maintaining , repairing , or replacing any electrical wiring , apparatus , or equipment on any voltage level. A licensed Master Electrician or a licensed Journeyman Electrician holding a current license in the state of Texas is required to be on the job site during the performance of any electrical work. C . All cable splicing and termination methods and materials shall be of the type recommended by the splicing materials manufacturer for the cable to be spliced , and shall be approved by the Engineer prior to installation . D . All materials and equipment shall be installed in accordance with the approved recommendations of the manufacturer, the best practices of the trade , and in 16010-3 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAIMED W ATER QUALITY I MPROVEMENTS September 23 , 2010 318-042-22 conformance with the Contract Documents . The CONTRACTOR shall promptly notify the OWNER in writing of any conflict between any requirements of the Contract Documents and manufacturer's directions , and shall obtain written instructions from the OWNER before proceeding with the work . Should the CONTRACTOR perform any work that does no t comply with the manufacturer's directions or such written instructions from the OWNER , he shall bear all costs arising in correcting deficiencies . E. All equ ipment and materials shall be new, unless specifically noted otherwise , and shall bear the manufacturer's name , trademark and ASME , UL , and/or other labels in every case where a standard has been established for the particular item. Equipment shall be the latest approved design of a standard product of a manufacturer regularly engaged in the production of the required type of equipment , and shall be supported by a service organization that is , in the opinion of the OWNER , reasonably convenient to the site . F . The Electrical design is based on preliminary equipment selections . If contractor provides equ ipment that is larger than the selections, the contractor is responsible for upsizing all cables, starts , overloads , transformers , etc. to meet the National EleGtrical Code and provide an overall voltage drop of less than 5%. It is the responsibil ity of the CONTRACTOR to insure that items furnished fit the space available with adequate room for proper operation and maintenance . He shall make measurements to ascertain space requirements , including those for connections , and shall furnish and install such sizes and shapes of equipment that, in the final inspection , will suit the true intent and meaning of the plans, specifications , and Contract Documents . G. The CONTRACTOR shall furnish and install all equipment, accessories , connections , and incidental items necessary to complete the work , ready for use and operation by the ENGINEER/Owner. H. When the ENGINEER/Owner has reviewed equipment submittals and given instructions to proceed with the installation of items of equipment that require arrangements or connections different from those shown on the drawings, it shall be the responsibility of the CONTRACTOR to install the equipment to operate properly and in accordance with the intent of the plans and specifications , and he shall provide any additional equipment and materials that may be required . The CONTRACTOR shall be responsible for the proper location of roughing-in and connections by other trades. All changes shall be made at no increase in the Contract Amount or additional costs to other trades . I. The CONTRACTOR shall support the installation of all equipment, plumb , rigid , and true to line . The CONTRACTOR shall determine how equipment, fixtures, conduit, etc., are to be installed, and shall provide foundations , bolts , inserts, stands , hangers , brackets and accessories for proper support whether or not shown on the drawings . 1.07 SHOP DRAWINGS AND PRODUCT DATA A. Data Required : 1. Submit shop drawings , product data , and all other required information as specified in Division 1. Submittals are required on all products ·and items to be installed on this project. 16010-4 ELECTRICAL GENERAL PROVISIONS · VILLAGE CREEK RECLAIMED WATER QUALITY IM PROVEMENTS September 23 , 2010 318-042-22 2. Submittal data must show manufacturer's name , published ratings or capacity data , detailed equipment drawing for fabricated items , panel diagrams , wiring diagrams , installation instructions and other pertinent data . 3. Where literature is submitted covering a group or series of similar items , the applicable items must be clearly indicated. Mark through items not being provided and clearly identify all opt ions being provided . 4 . Do not combine submittal for multiple Specifications Sections. 8 . Submittal Items: Submittals are requ ired for all equipment and materials to be used on th is project. Submittals shall be complete w ith all pertinent information and installation details. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals , and no work shall be done until the shop drawings or submittals have been reviewed . In case of correction or reject ion , resubmit until such time as they are accepted by the Owner's Representative , and such procedures will not be cause for delay. C . Term inal Connection Diagrams : 1. Submit terminal connection diagrams for approval prior to any wire installation. 2. Submit finalized terminal connection diagrams at the end of the Contract. 3. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgement of equality of product substitution shall be made by the ENGINEER. 1.08 SYSTEM RESPONSIBILITY A. The CONTRACTOR shall be responsible for : 1. Complete systems in accordance with the intent of these Contract Documents . 2. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16 , Electrical. 3. Furnishing and installing incidental items not actually shown or specified , but which are required by good practice to provide complete functional systems . 4. Coord inate the work with the instrumentation CONTRACTOR. a. The Instrument CONTRACTOR shall furnish and install the prima(Y_ and secondary instruments , i.e., level element and level indicating transmitter, flow transmitter. · b . The conduit and wiring to and from the instruments shall be furnished and installed by the Electrical CONTRACTOR. Termination in the instrument shall be by the Instrument CONTRACTOR. c . All terminations in the control panel shall be by the Instrument CONTRACTOR. d . The Electrical CONTRACTOR shall provide termination drawings for the Instrumentation CONTRACTOR. e . The equ ipment pad for the control panels , consoles, and instrument panels shall be furnished by the Electrical CONTRACTOR. f . The Electrical CONTRACTOR shall coordinate the testing of the electrical system being furnished. He shall be responsible for the equipment he is supplying . g. The Electrical CONTRACTOR shall be present at time of the instrument system testing and start-up . He shall be responsible to coordinate the testing of the facility with the Instrument CONTRACTOR. 16010-5 September 23 , 2010 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 h. The Electrical CONTRACTOR shall coordinate the interface requirement between each starter and control panel furnished under this Contract with the Instrument CONTRACTOR. i. Written proof shall be furnished to verify that a clear understanding ha.s been reached between the Electrical CONTRACTOR and the Instrument CONTRACTOR for each control loop requirement, (e .g , type of contacts (momentary , maintained), interface relay requirement, number of wires , terminal marking , control schematic information , and wir ing diagrams). 8 . Electrica l plan draw ings show only general locations of equipment , devices , and raceway , unless specifically dimensioned . The CONTRACTOR shall be responsible for the proper routing of raceway , subject to the approval of the ENGINEER. C . Submit to the ENGINEER in writing details of any necessary , proposed departures from these Contract Documents , and the reasons therefore . Submit such request as soon as practicable , and within ten (10) days after award of the Contract. Make no such departures without written approval of the Engineer. D. Dimensions on electrical drawings shall be verified with structural , architectural, and mechanical drawings . E. Where the CONTRACTOR is submitting a packaged system , CONTRACTOR shall meet the requirements of electrical specifications . Th is includes field cables, conduits, junction boxes , circuit breakers , combination starters , pushbuttons, pilot lights , and motors . Deviations shall not be accepted , unless approved in writing in advance . Control centers and special control cabinets wired to terminal blocks shall include the manufacturer's standard quality, unless specifically mentioned to the contrary on the drawings or in the specifications. F. Maintain continuity of electric service to functioning portions of the process or buildings during hours they are normally in use . Temporary outages will be permitted during cutover work at such t imes and places as can be prearranged with the OWNER 's designated Representative . Such outages shall be kept to a minimum number and minimum length of time . Make no outages without prior written authorization of the ENGINEER. Include costs for temporary wiring and overtime work required in the Contract price. Remove temporary wiring at the completion of the work. The CONTRACTOR shall be responsible to provide and pay for temporary power to any facility during construction to facilitate the new construction. If generator is needed contractor shall be responsible for all the cost associated w ith , including fuel. G. Unless shown in detail, the drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways , nor do they show all offsets and fittings ; nevertheless , install the raceway system to conform to the structural and mechan ical conditions of the construction . H. Cabling inside equipment shall be carefully routed, trained , and laced . Placing cables so that they obstruct equipment devices is not acceptable. 16010-6 ELECTRICAL GENERAL PROVISIONS V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 PART 2 PRODUCTS 2.01 PRODUCT REQU IREMENTS A. Condition: Materials and equ ipment provided under these specifications must be new products of manufacturers regularly engaged in production of such equipment. Provide the manufacturer's latest standard design for the type of equipment specified . 8 . NEC and UL: Products must conform to requirements of the National Electrical Code. Where Underwriters' Laboratories have set standa rds , listed products , and issued labels , products used must be listed and labeled by UL. C . NEMA and IEC : Only NEMA rated equipment is acceptable. IEC or dual rated NEMA/IEC equipment are not acceptable. D. Space Limitations: Equipment selected must conform to the buildings features and must be coordinated w ith them . Do not prov ide equipment that will not suit arrangement and space lim itations . E. Factory Fin ish : Equipment must be delivered with a hard surface , factory-applied finish so that no add itional fie ld pa inting is required . F. Field Installation : All field installed equipment, conduit , etc., shall require Type 316 stainless steel nuts , bolts , washe rs . Provide heavy duty rated rigid aluminum or Type 316 stainless steel metal f raming , supports , and other items as indicated on the Plans . PART 3 EXECUTION 3.01 PROTECTION OF EQUIPMENT A. Moisture: 1. During construction , provide heaters to protect switchgear, transformers, motors , control equipment, and other items from mo istu re absorption and corrosion . 2. Apply protection immediately on receiving the products and provide continuous protection . 3 . Store all equipment indoors in dry, well-ventilated and heated space . 8 . Clean : Keep products clean by elevating above ground or floor and by using suitable coverings . C . Damage: Take such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of the apparatus or material in question . D . Finish: Protect factory fin ish from damage during construction operations and until final acceptance of the project. E. Protect Equipment per the manufacturer's requirements . 3 .02 INSTALLATION A. Cooperation with Other Trades : 16010-7 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS Septembe r 23, 2010 318-042-22 1. Cooperation with trades of adjacent , related , or affected materials or operations , and of trades performing continuations of this work under subsequent contracts , is considered a part of this work in order to effect timely and accurate placing of work and to bring together, in proper and correct sequence, the work of such trades . 2. Coordinated equipment layout in sufficient time to be coordinated with work of others , provide drawings and layout work showing exact size and location of sleeves , openings or inserts for electrical equipment in slabs, walls , partitions and chases. B . Workmanship : Work must be performed by workmen skilled in their trade . The installation must be complete whether the work is concealed or exposed. C . Concrete Equipment Pads : 1. Install , minimal 4-inch-thick housekeeping concrete foundation pads with chamfered edges for indoor and outdoor floor-mounted equipment 2 . Pour pads on roughened floor slabs , sized so that outer edges extend a minimum of 3 inches beyond equipment 3 . Exterior pads shall extend one-foot beyond the equipment , including cooling fins 4 . Trowel pads smooth and chamfer edges to a 1-inch bevel 5 . Provide dowels in slab, and rebar between the dowels 6. Pads must drain away from the equipment 7. Secure equipment to pads as recommended by the manufacturer 8 . Follow structural detail where applicable D. Setting of Equipment: 1. Equipment must be leveled and set plumb 2 . Stainless Steel 316 enclosures mounted against a wall must be separated from the wall not less than 1/2-inch by means of corrosion resistant spacers or by 3 inches of air for freestanding units. 3. Stainless Steel 316 bolts , nuts , and washers are to be used to anchor equipment. E . Sealing of Equipment: 1. Permanently seal outdoor equipment at the base using concrete grout. 2 . Seal or screen openings into equipment to prevent entrance of animals , birds, and insects . 3. Use stainless steel mesh with openings not larger than 1/16-inch squares for screened openings. 4. Seal small cracks and openings from the inside with silicone sealing compound . F . Concealed Work: Conceal electrical work in walls, floors, chases , under floors , underground and above ceilings except: 1. Where shown or specified to be exposed . Exposed is understood to mean open to view . 2. Where exposure is necessary to the proper function. 3. Where size of materials and equipment precludes concealment. 3 .03 TESTING A. Test Conditions: 16010-8 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 1. Place circuits and equipment into service under normal condit ions , collectively and separately, as may be necessary to determ ine satisfactory operation . 2. Perform specified tests in the presence of the ENGINEER , as specified in Division 16 -Electrical. 3. Furnish all instruments , wiring , equipment, and personnel required for conducting tests. 4 . Demonstrate that the equ ipment operates in accordance with requirements of the plans and specifications . 5. No process equ ipment is to be operated until any associated HVAC equipment and auxiliary equipment is operational. B. Test Dates : Schedule final acceptance tests sufficiently in advance of the Contract completion date to permit completion of any necessary adjustment or alterations within the number of days allotted for completion of the Contract. C . Retests : Conduct retests as directed by the ENGINEER of such time duration as may be necessary to assure proper function ing of adjusted or altered parts or items of equipment. Any resultant delay as a result of such necessary retests does not relieve the CONTRACTOR of his responsibility under this contract. Provide notice to Engineer and Owner of testing 30-days prior to testing . 3.04 PROJECT RECORD DOCUMENTS A. Preparation : 1. At the job site , maintain a set of white prints of the Contract Drawings. 2. At the job site , maintain a set of equipment terminal connection diagrams. 3. On the prints , record field changes and diagrams of those portions of work in wh ich actual construction is at variance with the contract drawings . 4 . Mark the drawings with a colored pencil. Record installed feeder conduits , dimensioning the exact location and elevation of the conduit. B. Delivery: Deliver record drawings to the ENGINEER in the number and manner specified in Division 1 -General Requirements . 3 .05 CUTTING AND PATCHING A. Lay out work carefully in advance . Do not cut or notch any structural member or building surface without specific approval of the ENGINEER. Carefully carry out any cutting , channeling , chasing , or drilling of floors, walls , partitions, ceilings , paving, or other surfaces requ ired for the installation, support, or anchorage of conduit , raceways, o r other electrical materials and equipment. Following such work, restore surfaces neatly to original condition . 3.06 LOAD BALANCE A. The drawings and specifications indicate circuiting to electrical loads and distribution equipment. Balance electrical load between phases as nearly as possible on switchboards , panelboards , motor control centers, etc. 16010-9 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 3.07 MOTOR ROTATION A. Before and after final service connections are made , check and correct as necessary the rotation of motors . B. Coordinate rotation checks with the ENGINEER and the CONTRACTOR responsible for the driven equipment. Subm it a written report to the ENGINEER for each motor verifying that rotation has been checked and co rrected . 3 .08 CLEANING AND TOUCH-UP PAINTING A. Touch up scratches , scrapes , or ch ips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency , and type of surface of the original finish . If extensive damage is done to equ ipment paint surfaces , refinish the entire equipment in a manner that provides finish equal to or better than the factory finish , and that meets the requirements of the Specifications and is acceptable to the ENGINEER. B. Remove all temporary labels , dirt, pa int, grease and stains from all exposed equipment. Upon completion of work , clean equipment and the entire installation so as to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. C . All temporary wiring , wiring devices , and associated equipment shall be removed upon completion of the project. END OF SECTION 16010-10 ELECTRICAL GENERAL PROVISIONS VILLAGE CREEK RECLAI MED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART1 GENERAL 1.01 WORK INCLUDED SECTION 16012 IDENTIFICATIONS 318-042-22 A. Furnish and install tags/nameplate on all equipment, devices, instruments, conduit , and conductor marking as indicated on the drawings and specified herein . Major equipment shall be furnished with nameplates in accordance with their individual specifications . PART 2 PRODUCTS 2.01 WIRE MARKERS A. Provide heat shrinkable sleeves and machine printed legends at every conductor. Sleeves and legends shall be high resistant to abrasion, solvents, and chemicals. Provide TYCO TMS or Brady Perma Sleeve XPS . Markers shall be white with black lettering . B . Markers shall have conductor origin, termination and circuit number, terminal number - whichever applies . C. Large conductors, multi-conductor cable, and tray cables to be identified with placards held on with wire ties and of the same quality as markers for smaller single conductors. D . Cables in cable tray to be identified with placards at the equipment and at 20 feet spans in between . E. All control wiring in electrical equipment or manufacturer supplied panels shall have wire markers . 2 . .02 CONDUIT MARKERS A. Exposed Conduit: 1. Conduit markers to be stainless steel type permitting embossing on the job and attached to conduit with banding made of same material. Markers to be installed lengthwise and wrapped with clear adhesive tape. 2 . Conduits to be marked at the point of origin, the point of termination , upon crossing wall , each side of junction boxes, and at 20-foot internals for all exposed and accessible conduits. Identify all exposed conduits by their panel , MCC , circuit numbers, or loop numbers . 3. Stencil high voltage conduit with the legend "HIGH VOLTAGE " and indicate voltage stenciled in minimum 1-inch high red letters. B. Underground Conduits 1. Mark underground duct banks with 24" X 24" by 4 " concrete markers with etched lettering and arrows indicating the duct bank route . 2 . Install markers at point of origin, at point of termination, at changes of direction and at 100-foot intervals, even though if not shown on plans . 16012-1 September 23, 2010 IDENTIFICATIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 2.03 NAMEPLATES A. Nameplates : 1. Externally mark electrical equipment by means of suitable nameplates identifying each and the equipment served . 2. Provide each piece of equ ipment with a white phenolic nameplate with 3/16-inch- high black lettering secured to front of equipment. 3. Supply blank nameplates for spare units and used spaces . 4 . Actual nameplate legend , wh ich may consist of up to three lines, will be provided to the ENGINEER on submittals . 5. ERN (Equ ipment Registration Numbering) tag system to be used . Coordinate with City Standards for tagging and nam ing convention . B. Nameplate Fasteners : Fasten nameplates to equipment only by means of appropriate 316 SS screws and gasket. Stick-ons or adhesives will not be allowed . C. Nameplate Information : In general , the following information is to be provided for the types of electrical equipment as listed . 1. Switchgear, Motor Control Centers and Distribution Panelboards : On the mains, identify the piece of equipment, the source , and voltage characteristics , i.e ., 480V, 3PH , 3W, etc. For each branch circuit protective device , identify the load served and the primary side circuit number. 2. Transformers : Identify the service source and load served . 3. Panelboards: Identify the service source , panelboard designation and voltage characteristics . D . Panelboards : 1. Prepare a neatly typed circuit directory behind clear heat-resistant plastic for each panelboard. 2. Identify circuits by equipment served and by room numbers , where room numbers exist. 3. Use equipment names and room numbers selected by the ENGINEER ; names and numbers may be different from those shown on plans. 4 . Indicate spares and spaces with light, erasable pencil markings . 5. Provide a final set of the panel schedu le in the O&M manuals . 6. Provide a CD with the file for each Panel to the Owner with the O&M manual. E . Boxes , Small Equipment: 1. Pull boxes and similar items shall be marked with Nameplates. 2. · Provide identification stencils for high voltage equipment and raceways with the legend "DANGER HIGH VOLTAGE". Mark all exposed high voltage raceways every 25 feet. F. Power Receptacles : Use nameplate or engraved plate to identify power receptacles where the nominal voltage between a pair of contacts is greater than 150 volts with circuit number, voltage, and phases . G. Wall Switches: Engrave the switch plate of the switch with the function of the switch. 16012-2 IDENTIFICATIONS VI LLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 2 .04 POWER OUTLETS , SWITCHES , AND PILOT DEVICES A. Mark power outlets with voltage , phase , pane l name , and circu it number. 8 . Identify all wall switches , disconnect switches , etc., with nametags , circuits served , and panel origin . List to be approved by ENGINEER/OWNER. C. Identify all pushbutton stations with thei r functions and equ ipment served . PART 3 EXECUTION 3.01 FURN ISH AND INSTALL NAMEPLATES/TAGS A. Furnish and install nameplates for all panelboards , motor starters, motor control center cubicles , disconnect switches , instrument panels , dry-type transformers , and control stations . 8 . Engrave the equipment designation (e.g., "Starter Pump P1") on nameplates in 3/16- inch black letters on white background of laminated phenolic. Securely fasten nameplates using stainless steel 316 sheet metal screws or rivets ; or contact cement if enclosure is sealed . All switches , indicating lights , pushbuttons , meters , and parameter indicators on panels shall be clearly identified with its function or tag , as required . Identification list to be approved by plant personnel through the ENGINEER. C. Stainless steel tags shall be used on instrument, motors , and other devices as applicable . The tags shall be affixed to the instrument with drive pins or stainless steel chain in such a manner that it does not need to be removed to install the instrument. Motors shall carry the tag assigned to its driven equipment, (e .g ., P-101). END OF SECTION 16012-3 IDENTIFICATIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART1 GENERAL SECTION 16040 ELECTRICAL MOTOR 150HP AND LESS 1.01 WORK INCLUDED 318-042-22 A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors 50hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors , as defined in NEMA MG 1. 8. Unit Responsibility : Motors shall be furnished under other sections of this specification as a part of the driven equipment. The CONTRACTOR is responsible for all coordination between the various components, as well as for the warranty . C . Exceptions: Exceptions to this section are listed in the various sections that specify motor-driven equipment or are indicated on the drawings. D. Motors connected to variable frequency drives shall be inverter duty-rated, each bearing on the non-drive end shall be insulated . E. This specification does not cover Submersible Motors. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety : 1. ANSI/NEMA MG1 -Motors and Generators 2. ANSI/UL 674(A) -Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II , Groups E, F and G 3. ANSI/UL 674(8) -Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D 4 . Latest edition of NEC 5. IEEE 112 -Standard test procedure for polyphase induction motors and generators. 6. UL 1004 -Electric Motors 1.03 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that fails in materials or workmanship within specified warranty period. 8 . Warranty Period: No less than the driven equipment warranty. 1.04 SU8MITTALS A. Requirements: Refer to Section 16010, Division 1, and to the specific driven equipment sections. 16040-1 ELECTRICAL MOTOR 150HP AND LESS VILLAGE CREEK RECLAIMED WATER QUALllY IMPROVEMENTS September 23 , 2010 318-042-22 B. Information: Include the following information on the attached motor data sheet. 1. Manufacturer 2. Rated full load horsepower 3. Rated volts 4. Number of phases 5. Frequency in hertz 6 . Locked rotor amperes (LRA) at rated voltage or NEMA code letter 7 . NEMA design letter 8 . Bearing Type 9 . Service Factor 10. Nominal speed at full load 11 . Full Load Amperes (FLA) 12 . Efficiency at 1/2 , 3/4 and full load 13 . Power factor at no load , 1/2 , 3/4 , and full load 14 . NEMA insulation system classification. For motors installed outdoors, include information showing compliance with the intent of paragraph 2.3D . C . Integral Horsepower Motors 40HP and Larger: In addition to the information listed above , include: 1. No load amperes 2 . Safe stall time 3. Maximum guaranteed slip at full load 4 . Motor damage curves for motors larger than 1 OOHP 5 . Motor manufacturer recommended maximum power factor correction capacitor KVAR. · D. Include the motor data sheet at the end of this section in submittal. E. The motor manufacturer shall provide in writing that he has coordinated the motor data with VFD and or RVSS manufacturer and that the motor is suitable for VFD or RVSS application. PART 2 PRODUCTS 2.01 RATING A. Speed and Size: 1. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated on the drawings. 2. Furnish motors sufficiently sized for the particular application and with full-load rating not less tha_n required by the driven equipment at specified capacity. 3. Size motors so as not to overload at any point throughout the normal operating range. 4 . Furnish dual speed motors of two-speed , two winding-type , when specified . B. Frequency: 60 hertz . C. Service Factor: 1.15 for all motors. 16040-2 ELECTRICAL MOTOR 1 SOHP AND LESS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 2.02 DESIGN TYPE A. Motors Smaller than 1 /6 Horsepower: Provide single-phase 120 volts , induction motors with integral thermal protectors . 8 . Motors 1/6 through 1/2 Horsepower: Provide single-phase 120 volts , NEMA Design N, induction motors . C. Motors Larger than 1/2 Horsepower: Provide 3-phase , 480 volts NEMA Design 8, induction motors unless specified otherwise. D. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated vo ltage , request review by the ENGINEER. Do not proceed with manufacturing without approval. E. All induction motors shall have squirrel cage rotors. F . Motor shall be suitable for outdoor environment. 2.03 MOTOR INSULATION AND WINDING A. Class : Use Class F insulation with temperature Rise of Class 8 or better, meeting the requirements of NEMA MG 1 and made of non-hygroscopic materials . The insulation shall be manufacturer's premium grade , resistant to attack by moisture , acids , alkalies , and mechanical or thermal shock for 480-volt motors. 8 . All insulated winding conductors shall be copper. C . Insulation for inverter duty motor shall meet or exce~d the Pulse Endurance Index for magnetic wire and shall not be damaged when exposed to repeated pulse type wave forms , repetitive high voltage transients , switching frequency and rate of rise of the pulse . All bearings on the non-drive end shall be insulated . D. All motors must be suitable for outdoor installation . 2.04 GROUNDING CONNECTIONS A. Ground provisions shall be furnished per NEMA STANDARD . 8 . For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. 2.05 LEADS A. For motor leads, use not less than ASTM 8 173 , Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. 8 . Provide permanent identification numbers on leads according to NEMA MG . C. Use crimp-on , solderless tinned copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals . 16040-3 September 23 , 2010 ELECTRICAL MOTOR 150HP AND LESS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042 -22 D. Or approved equal. 2 .06 ENCLOSURE A Use enclosure type as follows : 1. Indoors: Totally enclosed , fan cooled (TEFC) 2. Outdoors : Totally enclosed , fan cooled (TEFC), weatherproof 3. Class 1 Division 2 Area : Provide motors totally enclosed , nonvented , explosion- proof (TEFC-XP) 4 . Motors mounted vertically shall be prov ided with the ra in/snow shield made of the same material as the motor frame . 5 . Motors shall have drain openings and plugs suitably located for the type assembly being provided . 6 . Motors shall be co rrosion res istant and severe duty rated per IEEE 841 . B. TEFC motors shall have a cast iron frame , cast iron end brackets , cast iron conduit box , tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance . 2.07 BEARINGS A Motors smaller than 1/6 Horsepower: Motor manufacturer's standard bear ing is acceptable . B. Motors 1/6 Horsepower and Larger: Supply these motors with grease-lubricated antifriction ball bearings conservatively rated for 60 ,000 hours L 10 minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor-driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices . C . Oil Lubricated : If the driven equipment section specifies oil-lub ri cated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated . D. Unless specified otherwise in the driven equipment specificat ions. Motor bearing life shall be 60 ,000 hours L 10 minimum life whichever is greater. 2.08 NAMEPLATES A Main Nameplate: Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG , and the National Electrical Code , Sect ion 430-7 . B. Heater Nameplate: When space heaters are furnished , include voltage and wattage on a suitable nameplate . C . Bearings Nameplate : When bearings are oil lubricated , include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard . D . Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. 16040-4 ELECTRICAL MOTOR 150HP AND LESS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 20 10 318-042-22 2.09 IDENTIFICATIONS A. All motors shall be identified per Section 16012. 2.10 CONDUIT BOX A. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations . Include a grounding lug on motors 1 /6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application . B. Provide an oversize box to facilitate wiring terminations. C . Oversized terminal box shall have a volume greater than or equal to the next standard NEMA size box. D. Terminals shall be tinned copper. 2.11 SPACE HEATERS A. Provide space heaters in all motors 25HP and above . 1. Use heaters hermetically sealed in stainless steel or equivalent corrosion -resistant sheaths. 2. Heaters shall be rated for 240V, but will be operated at 120 volts. 3. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. 2.12 MONITORING DEVICES A. Motor shall be protected and be supplied with necessary monitoring devices per driven equipment specification. 2.13 PAINT A. Shall be severe duty and shall have an epoxy coating per IEEE 841 . 2.14 ACCEPTABLE MANUFACTURERS A. The motor model shall be as listed and manufactured by one or more of the following manufacturers . 1. General Electric 2. TECO/Westinghouse 3. Toshiba 4. US Motors 2 .15 MOTOR EFFICIENCIES A. Three-phase motors rated 1 Hp and larger shall be of the NEMA premium efficiency- type. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall 16040-5 ELECTRICAL MOTOR 150HPAND LESS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS. September 23, 2010 318-042-22 conform to comparable standards of construction and materials as those for listed motors . 8 . Motor shall be severe duty rated for industrial appl ication . 2 .16 LOCKED-ROTOR INDICATING CODE A. Motors 5 HP = Code H 8 . Motors 7.5HP thru 10HP = Code G C . Motors more than 15HP = Code F PART 3 EXECUTION 3 .01 INSTALLATION A. The CONTRACTOR shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings . If the Contract Drawings or drawings and recommendations from the manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. 8 . Properly install and align motors in the locations shown , except motors which are factory mounted on the driven equipment. When the motor and equipment are installed , the nameplate must be in full view . 3.02 LARGER MOTORS A. If a motor horsepower rating larger than indicated is offered as a substitute and accepted , provide required changes in conductors , motor controllers , overload relays , fuses , breakers , switches , and other related items with no change in the contract price. 3.03 TESTING A . General : Provide all necessary instruments , labor, and personnel required to perform motor inspection and testing . 8 . Inspection : Inspect all motors for damage , moisture , alignment , freedom of rotation , proper lubrication , oil leaks, phase identification and cleanliness , and report any abnormalities to ENGINEER before energ izing . C. Energizing : After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place , energize the equipment at system voltage for operational testing. D. As a part of the testing procedure , the CONTRACTOR shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating temperature , the motor shall be shut down and an insulation resistance shall be made , using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and wind ing temperature . Correct reading of insulation 16040-6 ELECTRICAL MOTOR 150HP AND LESS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied . E. Testing shall be in accordance with Division 16 . 16040-7 ELECTRICAL MOTOR 150HP AND LESS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042 -22 ELECTRIC MOTOR QUESTIONNAIRE Motor Pata Manufacturer:-------------- Frame : ----------------- Type :-----------------Voltage : ______ Phases: _____ _ Starting Method : ____________ _ Shaft: Size: --------------- 1 n s u I at ion Class :------------- Full Load AMPS : ----------Locked Rotor AMPS : ______ _ Locked Rotor Torque : ______ _ Locked Rotor KVA/HP : ------- Motor HP : Enclosu re: ______ _ RPM : Hertz:--------- Duty :--------- No Load AMPS : ------ Locked Rotor Time : -----% Breakdown Torque : ___ _ Rotor WK2 (lb-ft2): ____ _ NEMA Design : ____ Service Factor : _____ Inrush Current (% of Full Load): __ Max Safe Stalled Time (Seconds): ___________________ _ Number of Safe Starts Per Day: ___ Number of Consecutive Starts : ______ _ Intermediate waiting period : ____ _ *Full Load Temp Rise , degrees Cover 40° C Ambient (at 1.0 S.F.): ________ _ *Service Factor Temp Rise , degrees Cover 40° C Ambient (at 1.15 S.F.): _____ _ *Limiting Temperature Rise : Resistance (at 25 ° C): __________ _ Bearings : Type/Size _____ _ Life ______ Lubrication: _____ _ Exhaust Air (CFM): ------------Exhaust Air Temp Rise (°F): __ _ EFFICIENCY : POWER FACTOR : CURRENT 1.15 S.F. Load:------------------------- 4/4 Load : 3/4 Load : ------------------------------ 1/2 Load:----------------------------- 1/4 Load : ------------------------------ *Temperature rise measured by embedded detectors and not by resistance . All Data Fields To Be Completed By The Motor Manufacturer CFWoaoss END OF SECTION VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM , PUMP STATION NO . 1 16040 - 8 ISSUE : 0 12/04/08 PART1 GENERAL SECTION 16060 ACCEPTANCE TESTING AND CALIBRATION 1.01 WORK INCLUDED 318-042-22 A. This section provides the guidelines for testing of electrical equipment , cable , protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for the site interior and exterior electrical distribution system. This specification does not release the Contractor or vendor from any further testing · required for safe commissioning of the equipment. All tests shall be completely recorded on forms provided at the end of this section . Tests shall be submitted to Engineer/Owner for approval. 8 . Contractor will provide and pay the cost of electrical testing by an independent testing firm. Testing firm shall have a minimum of five years of experience in providing acceptance testing for wastewater treatment plants . Testing shall be performed per the latest lnterNational Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Bid . C . The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. 1.02 REFERENCE STANDARDS A. lnterNational Electric Testing Association Standards (NETA) for acceptance testing of Electrical Distribution Apparatus, Publication 2.001, and IEEE Publication No. 141, are hereby made a part of this section , unless otherwise modified herein . 8. Related equipment specification in all section of Division 16. C . NETA Maintenance Testing Specifications for electrical power distribution equipment and system (latest edition). 1.03 SUBMITTAL A. The testing result shall be summarized in a final report certified by the testing technician. Report shall be submitted per division 1 requirement. 8 . The report shall include the following section: 1. Description, purpose, basis and scope of the work. 2. Field data sheet showing all visual, mechanical and electrical inspection done on the equipment. The data sheet shall show check mark and values of all the testing done, a description of the instrument used for testing . 3. A summary of the deficiency , concern, repairs and recommendation . 4. A table showing the final settings of all the adjustable equipment tested. 5. All the testing values shall be in accordance with the latest NET A standard . 16060-1 ACCEPTANCE TESTING AND CALIBRATION VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 PART 2 PRODUCTS -NOT APPLICABLE PAR T 3 EXECUTION 3 .01 TESTS 318-042-22 A All tests , other than Low Voltage Systems and Equipment , shall be supervised by the Engineer/Owner and the contractor. Contractor shall give a one week notice of all scheduled tests to the Engineer/Owner in writing . B. Contractor shall notify the Eng ineer/Owner of scheduled dates of electrical equipment installation completion . Equipment testing shall be coordinated at this time by Contractor with Engineer/Owner and appropriate Manufacturer's Representatives . C. Under this spec ification the Contractor shall perform the electrical tests on specified equipment and as specified under Part 3, Execution . The Contractor shall supply all equipment required to perform all testing responsibilities . 3 .02 EXECUTION A PREPARATORY WORK 1. Prior to the testing of any specific piece of equipment, the Contractor shall remove all shipping hardware and inspect for broken or missing parts and proper connect ions in accordance with the manufacturer's instructions. 8 . VISUAL AND MECHANICAL INSPECTION 1. Prior to any electrical testing Contractor shall perform a visual and Mechanical inspection as specified in the latest NETA standard. 3 .03 DEVICE A Air switches -Low voltage 1. Electrical Tests a . Perform insulation -resistance tests on each pole , phase-to-phase and phase- to-ground for one (1) minute . Test voltage and minimum resistances should be in accordance with NETA Standard . b. Perform contact-resistance test across each switch blade and fuse holder, or perform thermographic survey in accordance with the lastest NETA Standard. B. Transformers -Dry-type 1. Small Transformers : Dry-Type , Air-Cooled (600 Volt and Below) (less than 100 kVA single-phase or 300 kVA three-phase) a . Inspect for physical damage, broken insulation, tightness of connections, defective wiring, and general condition. b . Thoroughly clean unit prior to making any tests . c . Perform insulation-resistance test. Calculate polarization index. Measurements shall be made from winding-to-winding and windings -to- ground . Test voltages and minimum resistance shall be in accordance with NET A Standard . Results to be temperature corrected in accordance with NETA Standard. d . Verify that the transformer is set at the specified tap. 16060-2 ACCEPTANCE TESTING AND CALIBRATION VILLAG E CREEK RECLAIMED WATE R QUALITY IMPROVEMENTS September 23, 2010 318-042-22 C. Cables -low-voltage , 600V maximum 1. Electrical Tests a. Perform res istance measurements through bolted connections with low- resistance ohmmeter, if applicable , in accordance with latest NETA standard . b. Perform insulation-resistance test on each conducto r wit h respect to ground and adjacent conductors . Applied potential shall be 500 volts de for 300 volt rated cab le and 1000 volts de for 600 volt rated cable . Test duration shall be one minute . c. Perform continuity tests to insure correct cable connect ion . D. Surge Arresters , Surge Protection Devices(Low and Med ium Voltage): 1. Electrical Tests a . Perform resistance measurements through bolted connections with a. low- resistance ohmmeter, if applicable, in accordance with NET A Standard . b. Perform an insulation-resistance test at voltage levels in accordance w ith NETA Standard . c. Test grounding connection in accordance with NETA Standard . E. Circuit Breakers -Air, Insulated Case/Molded Case 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- res istance ohmmeter, if applicable , in accordance with lateset NET A standard . b. Perform insulation-resistance tests on each pole , phase-to-phase and phase- to-ground with the circuit breaker closed and across each open pole for one minute . Test voltage shall be in accordance with manufacturer's published data or latest NETA standard. c . Peform a contact/pole-resistance test. d . Perform adjustments for final setting in accordance with coordination study. e. Determine long -time pickup and delay by primary current injection. f . Determine short-time pickup and delay by prirh ary current injection. g . Determine ground-fault pickup and time delay by primary current injection . h. Determine instantaneous pickup by primary current injection ~ i. Perform minimum pickup voltage test on shunt trip and close coils in accordance with latest NETA standard . j . Verify correct operation of any auxiliary features such as trip and pickup indicators , zone interlocking , electrical close and trip operation, trip-free, and antipump function . k. Verify operat ion of charging mechanism . F. Circuit breakers -Air, low voltage, power 1. Electrical Tests a . Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable , in accordance with latest NETA standard . b. Perform insulation-resistance tests on each pole , phase-to-phase and phase- to-ground with the circuit breaker closed and across each open pole for one minute. Test voltage shall be in accordance with manufacturer's published data or latest NETA standard . c. Perform a contact/pole-resistance test. 16060-3 ACCEPTANCE TESTING AND CALIBRATION VILLAGE CREEK RECLAIMED WATER QU ALITY IMPROVEMENTS September 23 , 2010 318-042-22 d .. Make adjustments to the trip settings in accordance with the coordination study . e. Determine minimum pickup current by primary current injection . f . Determine long-time pickup and delay by primary current injection. g. Determine short-time pickup and delay by primary current injection . h. Determine ground-fault pickup and time delay by primary current injection . i. Determine instantaneous pickup by prim~iry current injection . j. Perform minimum pickup voltage test on shunt trip and close coils in accordance with latest NETA standard . k . Verify correct operation of any auxiliary features such as trip , and pickup indicators , zone interlocking , electrical close and trip operation , trip-free, antipump function , trip unit battery condition , and reset all trip logs and indicators . I. Verify operation of charging mechanism . G. Protective Relays 1. Electrical Tests a. Perform insulation-resistance test on each circuit-to-frame . Do not perform this test on solid-state devices . b. Perform the following tests on the nominal settings specified by the Owner/user's electrical Engineer: c. Pickup parameters on each operating element. d . Timing tests at two (2) or more points on time-current curve . e. Pickup target and seal-in units. f . Special tests as required to check operation of restraint , directional and other elements per manufacturer's instruction manual. g. Conduct tests to verify satisfactory performance of each control feature. h. Electrically confirm that CT and VT secondary circuits are intact. H. Instrument Transformers 1. Electrical Tests -Current Transformers a . Electrically confrim that CT secondary circuits are intact. b. Perform a ratio verification test of eac current transformer. This shall be performed using the voltage method or current method in accordance with ANSI C57 .13.1 (IEEE Guide for Field Testing of Relaying Current Transformers). c. Perform insulation-resistance tests on current transformer secondary winding . Value of test voltage on secondary wiring shall be 1000 volts de for one (1) minute. Do not perfom this test with solid-state devices connected . 2. Electrical Tests -Voltage Transformers a. Perform insulation-resistance tests on voltage transformers , winding-to- winding and windings-to-ground. Value of test voltage on secondary wiring shall be 500 volts de for one (1) minute . Do not perform this test with solid- state devices connected. b. Electrically confirm proper secondary voltage . c. Perform a dielectric withstand test on the primary windings with the secondary windings connected to ground . The de dielectric voltage shall be in accordance with NETA Standard . 16060-4 ACCEPTANCE TESTING AND CALIBRATION VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 I. Metering 1. Electrical Tests a . Check calibration of meters at all caradinal points. b. Calibrate watthour meters to within manufacturer's published accurance . c. Ver ify all instrument multipliers . d . Electrically confirm that CT and VT secondary circuits are intact. J. Grounding Systems 1. Electrical Tests a. Perform fall-of-potent ial test or alternative per IEEE Standard No . 81-1991 on the main grounding electrode or system . b. Perform point-to-point test to determine the resistance between the main grounding system and all major electrical equipment frames , system neutral , and/or derived neutral points . K. Ground -fault protection systems 1. Electrical Tests a. Measure the system neutral to ground insulation resistance with the neutral disconnect link temporarily removed. Replace neutral disconnect link after testing. Notify equipment Owner or operator of any improper neutral to ground connections detected. b. Measure insulation resistance of the control wiring at 1000 volts de for 1 minute. If necessary, disconnect the solid state components . c. Perform pickup tests as follows using primary injection . (i) Verify the relay does not operate at 90% of the set pickup current. (ii) Determine the pickup current of the relay and verify that this current is no greater than 125% of the setting . Pickup must not be greater than 1200 amperes. d . For summation type systems utilizing phase and neutral CT's, verify proper polarities by applying current to each phase-neutral CT pair. This test also applies to molded case brakers utilizing an external neutrual CT . (i) Relay should operate when current direction is the same relative to · polarity marks in the two CT's. (ii) Relay should not operate when current direction is opposite relative to polarity marks I the two CT's. e . Measure time delay of the relay at 150% of pickup or greater. f . Verify the system is able to trip with control voltage at 55% of rated for systems utilizing ac control power and 80% of rated for systems utilizing de control power. g. Verify operation of zone interlock systems by simultaneously injecting current at the interlocked relays and monitoring the control signals. L. AC motors 1. Electrical Tests -Induction Motors a . Perform insulation-resistance tests in accordance with ANSI/IEEE Standard 43. (i) Motors larger than 200 horsepower: Test duration shall be for 10 minutes with resistances tabulated at 30 seconds , one (1) minute, and 10 minutes. Calculate polarization index. 16060-5 ACCEPTANCE TESTING AND CALIBRATION VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 (ii) Motors 200 horsepower and less : Test duration shall be for one (1) minute with resistances tabulated at 30 and 60 seconds . Calculate the dielectric absorption ratio . b. Perform de overpotential tests on motors rated at 1000 horsepower and greater and at 4000 volts and greater in accordance with ANSI/IEEE Standard 95 . c. Perform insualtion power-factor or dissipation-factor tests . d . Perform surge comparison tests . e . Perform · insulation-resistance test on pedestal per manufacturer's inst ructions . f . Perform insulation-resistance test on surge protection device in acco rdance with NETA Standard . g . Test motor starter in accordance with NETA Standard prior to re-energizing the motor. h. Check resistance temperatu re detector (RTD) circuits for conformance with drawings . Check that metering or relaying devices using the RTD 's are of the proper rating . i. Check that the motor space heater is operating. j . Perfrom a rotation test to insure proper shaft direction if the motor has been electrically disconnected. k. Measure running current and evaluate relative to load conditions and nameplate full-load amperes . I. Perform vibration tests : (i) Motors larger than 200 horsepower: Perform vibration base line test. Amplitude shall be plotted versus frequency . (ii) Motors 200 horsepower and less: Perform vibration and amplitude test. M. Motor control centers/Motor starters 1. Electrical Tests a. Perform resistance measurements through bolted connect ions with a low- resistance ohmmeter, if applicable , in accordance with NETA Standard . b. Perform insulation -resistance tests on each pole , phase-to-phase and phase- to -ground with starter closed and across each open pole for one minute . Test voltage shall be in accordance with manufacturer's published data and NET A Standard whichever is more stringent. c. Measure insulation resistance of each control circuit-to-ground. d . Perform insulation-resistance tests on all control wiring with respect to ground . Applied potential shall be 500 volts de for 300 volt rated cable and 1000 volts de for 600 volt rated cable. Test duration shall be one minute . For units with solid-state components , follow manufacturer's recommendation. e. Test motor protection devices in accordance with manufacturer's published data and NET A Standard whichever is more stringent. f. Test circuit breakers in accordance with NETA Standard . g . Perform operational tests by initiating control devices . N. Emergency Systems , UPS 1. Electrical Tests a . Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable , in accordance with latest NETA Standard 16060-6 ACCEPTANCE TESTING AND CALIBRATION VILLAGE CREEK RECLAIM ED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 b. Test static transfer from inverter to bypass and back. Use normal load , if possible . c . Set free running frequency of oscillator. d . Test de undervoltage trip level on inverter input breaker. Set according to manufacturer's published data . e . Test alarm circuits . f. Verify synchronizing indicators for static switch and bypass switches. g . Perform electrical tests for UPS system breakers in accordance with latest NETA Standard h . Perform electrical tests for UPS system automatic transfer switches in accordance with latest NETA Standard i. Perform electrical tests for UPS system batteries in accordance with latest NETA Standard j . Perform electrical tests for UPS rotating mach inery in accordance with latest NETA Standard 0 . Fiber-Optic cables 1 . Field Test a. Perform cable length measurement and detect fiber fractures or other defects through analys is of the backscattering signal with an optical time doma in reflector (OTDR). b. Perform a continuity test to detect splice f ractures or other defects through analysis of the backscattering signal using the OTDR. c . Perform attenuation measurement of the cable loss with a multimode opt ical loss test set (MOL TS). d . Perform attenuation measurement of losses at each splice and connector. END OF SECTION 16060-7 ACCEPTANCE TESTING AND CALIBRATION V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 SECTION 16073 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.01 SUMMARY A. Th is Section includes the following: 1. Hangers and supports for electri cal equipment and systems. 2. Construction requirements for concrete bases. 1.02 PERFORMANCE REQUIREMENTS A. Delegated Des ign : Design supports for multiple raceways , including comprehens ive engineering analysis by a qualified professional engineer, us ing performance requirements and des ign criteria indicated . 8 . Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. D. Rated Strength : Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, w ith a minimum structural safety factor of five times the applied force . 1.03 SUBMITI ALS A. Product Data : 316 stainless steel slotted support systems . 8 . Shop Drawings : S igned and sealed by a qualified professional engineer Licensed in the state of Texas . Show fabrication and installation details and include calculations. The dead bad , live bad , wind , and allowable capacity-f-0r the following: 1. Trapeze hangers . Include Product Data for components . 2 . Type 316 stainless steel slotted channel system 3 . Equipment supports and connection details C. Welding certificates . D . Field Test Report. 1.04 QUALITY ASSURANCE A. Welding : Qualify procedures and personnel according to AWS 01 .1/01 .1 M, "Structural Welding Code -Steel ". 8 . Comply with NFPA 70. 16073-1 September 23 , 2010 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 318-042-22 1.05 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases . Concrete , reinforcement , and formwork requirements are specified in Division 3. B. Coord inate installation of roof curbs , equipment supports , and roof penetrations . PART 2 PRODUCTS 2 .01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Use only stainless steel 316 components for support, anchorage , and attachment components. 1. Manufacturers: Subject to compliance with requirements , provide products by one of the following : a. Allied Tube & Conduit b. Cooper B-Line , Inc .; a division of Cooper Industries c. ERICO International Corporation d . GS Metals Corp e . Thomas & Betts Corporation f . Unistrut; Tyco International , Ltd . g. Wesanco , Inc . 2. Channel Dimensions: Selected for applicable load criteria . B . Raceway and Cable Supports : As described in NECA 1 and NECA 101 . C. Conduit and Cable Support Devices: 316 Stainless Steel hangers , clamps, and associated fittings , designed for types and sizes of raceway or cable to be supported. D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits . Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. E. Structural Steel for Fabricated Supports and Restraints : 316 Stainless Steel only. F. Mounting , Anchoring, and Attachment Components : Items for fastening electrical items or their supports to building surfaces include the following : 1. Adhesive Anchor Systems : 316 Stainless Steel , for use in hardened portland cement concrete, with tension and shear capacities appropriate for supported loads and building materials where used . 2. Mechanical -Expansion Anchors : Wedge-type, 316 stainless steel, for use in hardened Portland cement concrete , with tension and shear capacities appropriate for supported loads and building materials where used. a. Manufacturers: Hilti Inc. only. 3. Powder-Actuated Fasteners: 316 Stainless Steel stud, for use in hardened portland cement concrete , steel, or wood , with tension and shear capacities appropriate for supported loads and building materials where used. a. Manufacturers: Hilti Inc. only . 16073-2 September 23, 2010 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 318-042-22 4 . Concrete Inserts: 316 stainless steel, slotted support system units . 5. Clamps for Attachment to Steel Structural Elements : 316 Stainless Steel , type suitable for attached structural element. 6. · Through Bolts : Structural-type , hex head , and high strength . 316 Stainless Steel Toggle Bolts : 316 Stainless Steel 7. Hanger Rods : 316 Stainless Steel G. Cast aluminum one-hole clamp conduit supports are not acceptable. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural steel shapes, shop, or field fabricated to fit dimensions of supported equipment. B. Materials: Comply with requirements in D ivision 5 Section "Metals" for 316 Stainless Steel shapes and plates . PART 3 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter . B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway : Space supports for conduit as required by NECA 1 Table 1 when the maximum spacing is less than stated in NFPA 70. Minimum rod size shall be Y..-inch in diameter. C . Multiple Raceways or Cables: Install trapeze-type supports fabricated with 316 Stainless Steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits . Secure raceways and cables to these supports with two-bolt conduit clamps . D. 316 Stainless Steel clamps designed for supporting single conduits may be used for 1- 1/2-inch (38-mm) and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. All supports and fastening devices shall be stainless steel 316 . C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 300 lb . D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 16073-3 September 23, 2010 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 318-042-22 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete : Bolt to concrete inserts or adhesive anchor bolts . 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Adhes ive Anchor System provided with lock washers and nuts shall be used in existing normal weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete slabs or wall less than 4 inches thick. Contractor to verify thickness of existing concrete pr ior to drilling to determine the adequacy of minimum embedment length of anchor bolt. 5. Expansion Anchor Bolt can be used for concrete thickness is less than 4 inches to meet minimum embedment length requ irement. 6. To Steel : Welded threaded studs complying with AWS 01 .1/01 .1 M, with lock washers and nuts 7. To Light Steel : Sheet metal screws . 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces : Mount cabinets , panel boards , disconnect switches , control enclosures , pull and junction boxes , transformers , and other devices on slotted-channel racks attached to substrate by means that meet seismic-restraint , wind strength and anchorage requirements . E. Drill holes for expansion anchors in concrete at locations to avoid reinforcing bars . 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Division 5 Section "Metals" for site-fabricated metal supports. B. Cut , fit , and place miscellaneous metal supports accurately in locat ion , alignment, and elevation to support and anchor electrical materials and equipment. C . Field Welding : Comply with AWS 01 .1/01 .1 M. 3.04 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 6 inches larger in both directions than supported unit , and so anchors will be a minimum of 1 O bolt diameters from edge of the base . B. Use 4000-psi, 28-day compressive-strength concrete . Concrete materials , reinforcement , and placement requirements are specified in Division 3 Section "Cast- in-Place Concrete". C . Anchor equipment to concrete base . 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates , diagrams , instructions , and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturers written instructions . 16073-4 September 23 , 20 10 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 318-042-22 3.05 PAINTING A. Touchup : Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports . Use same materials as used for shop painting . Comply with SSPC-PA 1 requirements for touching up field-painted surfaces . Apply pa int by brush or spray to provide minimum dry film thickness of 2.0 mils . 8 . Touchup : Comply with requirements in Divis ion 9 "Fin ishes " for cleaning and touchup painting of field welds , bolted connections , and abraded areas of shop paint on miscellaneous meta l. C . Galvanized Surfaces : Clean welds , bolted connections, and abraded areas and apply galvanizing-repair coating to comply with ASTM A780 . 3.06 INSTALLATION A. Mounting Stands : Field mounted disconnects , pushbutton control stations , etc ., shall be mounted on stainless steel stands as shown on the drawings . Where clearance requirements for stands may not be maintained , the ENGINEER may direct equipment to be wall-mounted adjacent to the drive , but in no case shall the distance from the drive motor to the control station exceed 3 feet. END OF SECTION 16073-5 September 23 , 2010 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.01 WORK INCLUDED SECTION 16110 RACEWAYS 318-042 -22 A. This section specifies the furnishing and installation of electrical raceway systems . 1. Conduit: a . Rigid alum inium conduit b . PVC-coated rigid aluminium conduit c. Liquid-tight flexible metal conduit d . PVC Schedule 40 conduit 2 . W ireways 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI C80 .5 -American National Standard for Electrical Rigid Aluminum Conduit (ERAC) 2 . UL 1 -Safety Standard for Flexible Metal Conduit 3. UL 5 -Safety Standard for Surface Metal Raceways and Fittings 4. UL 651 -Standard for Schedule 40 and Schedule 80 Rigid PVC Conduit and Fittings 5. UL 870 -Safety Standard for Wireways , Auxiliary Gutters , and Associated Fittings 6. NEMA RN 1 -PVC Externally Coated Galvan ized Rigid Steel Conduit and Intermediate Metal Conduit 7. NEMA TC 3 -PVC Fittings for Use with Rigid PVC Conduit and Tubing 8. UL 6 and 614-Electrical Rigid Metal Conduit 9. UL 360 -Liquid-t ight Flexible Steel Conduit 10 . UL 467 -Electrical Grounding and Bonding Equ ipment 11 . NFPA 70-National Electric Code 12 . National Fire Protect ion Association (NFPA 70E) PART 2 PRODUCTS 2 .01 MATERIALS A. Rigid Aluminum Condu it: 1. Conduit: Rigid copper free aluminum (alloy 6063-T1) conduit (RAC) 2. Fittings : For RAC use threaded aluminum 3. Listing : UL 6A 4 . Acceptable RAC Manufacturers: Allied Tube and Conduit , Consolidated Aluminum Corporation, Kaiser, V.A.W ., Reynolds or approved equal. 5. Acceptable Fittings Manufacturers: Appleton , Crouse-Hinds , Midwest, OZ/Gedney , Raco and listed conduit manufacturers . 16110-1 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 B. PVC-Coated Rigid Aluminium Conduit: 1. Conduit: Rig id aluminium conduit plus a factory-applied , 40-m il-thick covering of polyvinyl chloride (PVC) bonded to the metal , and 2 mil polyurethane coat ing on the inside . 2. Fittings : Same as alumin ium conduit fittings plus a factory-applied , 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal. 3. Listing: UL 6 4 . Acceptable Conduit and Fittings Manufactu rers : Killark , Korkap , OCAL , Perma- cote , Plastibond , and Robroy Industries. C. Liquid-tight Flexible Metal Conduit: 1. Conduit: Spiral-wound , square-locked , galvan ize steel plus a bonded outer jacket of PVC . 2. Fittings : Compression sealed type alum inum . 3. Listing : UL 360 for conduit and UL 467 for fittings . 4. Acceptable Conduit Manufacturers : Allied tube and Condu its , Anaconda . 5. Acceptable Fittings Manufacturers: Appleton , Crouse-Hinds , Midwest, OZ/Gedney , Raco , and listed conduit manufacturer. 0 . PVC Schedule 40 Conduit: 1. Non-metallic rigid conduit made of polyvinyl chloride (PVC) manufactured in accordance with the National Electrical Code UL 651 and NEMA TC-2. 2. Fittings shall also be non-metallic . 3. Acceptable conduit and fittings manufacturers : Allied Tube and Conduit , Carlon , CertainTeed Products , Electri-Flex. E. Explosion Proof Seal and Fitting 1. Conduit seal: Explosion proof, rigid aluminum conduit filling with fiber and compound as define by NEC Article 500 and as manufactured by Crouse -Hinds or Appleton . 2. Explosion proof fittings : rigid aluminum fittings; flexible coupling to match the hazarc:LJ!s defined by NEC Article 500 and as manufactured by Appleton or Crouse-Hinds . 3. Explosion proof conduits and fittings shall be rated for 40% fill . F. Hubs : 1. ALUMINUM CONDUIT : PVC coated cast aluminum , with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "O" ring for watertight seal of conduit entry. Hubs shall be Meyers Hub , Appleton or Efcor. G . Conduit Trough-Wall and Floor Seal: PVC coated malleable aluminum body with oversized sleeves , sealing ring , pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney , type FSK . H. Smoke and Fire Seals: Material shall be intumescent , one (1) part (requiring no mixing) and capable of expanding up to a min i mum of eight (8) times. Material shall be U.L. classified with a fire rat ing equal to or greater than the penetrated number. 16110-2 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 Products to be in caulk , putty, wrap strip, sheet, or access kit foam and shall be 3M "Fire Barrier". I. End Bells : aluminum , threaded as manufactured by OZ Gedney . J . CONDUIT DRAINS : Conduit drains shall be Crouse Hinds ECO Universal , or approved equal. PART 3 EXECUTION 3 .01 CONDUIT AND FITTINGS A. Minimum Trade Size : %-inch , except that 1/2-inch flexible metal conduit may be used in lengths not exceeding 72 inches for tap conductors supplying lighting fixtures and for switch legs. The minimum size for underground conduit shall be 1 %"-inch . B. Conduit sizes , where not indicated, shall be N.E.C. code -sized to accommodate the number and diameter of wires to be pulled into the conduit. C . Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watert ight. D. Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. E. All conduit runs shall be watert ight over their lengths of run . Slope conduits such that they drain and install drain fitting as required to remove condensation from the conduit. F. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1" from any reinforcement bars. G . PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified . Conduit shall not be placed horizontally in a concrete floor slab or a beam without the Engineer's written approval. H. Where conduits stub up through a floor slab from below finished floor level, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface I. Plastic jacketed flexible metal conduit shall be used to connect wiring to motors, limit switches, bearing thermostats , and other devices that may have to be removed for servicing . Unless otherwise indicated , maximum lengths of flex shall be thirty (30") inches. J . Flexible metal conduit used for connecting light fixtures , i.e ., fixture whips , shall be 1/2" as a minimum. Fixture whips shall contain only three conductors: one hot, one neutral , and one equipment grounding conductor. Other conduit types shall be 3/4" as a minimum . The inside surface of the conduit shall be reamed smooth after it has been cut. 16110-3 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 K. All raceways shall be swabbed clean after installation . There shall be no debris left ins ide . All interior swfaces shall be smooth and free from burrs and defects that would injure wire insulation . L. Appl ication of Conduit Types : 1. All underground conduit including conduits under a concrete slab shall be PVC and shall be concrete capped. Shall be as specified under section 16360 Underground Duct Banks . 2. Prov ide PVC coated rigid aluminum conduit bends for all PVC conduits bends . Only factory bended long sweep elbow are acceptable . 3. Exposed conduits inside dry ventilated areas , outdoors in non-corrosive atmosphere shall be rigid aluminum . Aluminum shall not come in contact with concrete at any point. 4. Exposed conduits in areas where chemicals are stored , handled , or utilized the conduit shall be PVC coated aluminum . 5. Exposed conduits in high humidity , non-ventilated areas , constant or frequency wet areas , corrosive atmosphere areas the conduit shall be PVC coated aluminum . 6 . At the transition from PVC to rigid aluminum conduit, provide a 12 " section of PVC coated aluminum conduit with a minimum of 6 inches into the concrete . The PVC coated aluminum conduit shall be per the specification , field wrapping or applying by spray shall not be acceptable . M. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged , rough cut will not be acceptable . N. Preparation : 1. Place sleeves in the forms of walls and floor slabs for the free passage of wire or conduits. 2. Set sleeves in place within sufficient time ahead of concrete placement so as not to delay the work . 3. Apply sealing methods for sleeves through floors and through exterior walls , per details shown on plans . 4. Plugs or caps shall be installed before concrete placement begins . 0 . Installation Requirements : 1. Metallic Conduits : a . Continuous between enclosures such as outlet , junction and pull boxes , panels , cabinets , motor control centers , etc. b. The conduit must enter and be secured to enclosures so that each system is electrically continuous through out. c. Where knockouts are used , provide double locknuts , one on each side. d . At conduit terminations , provide insulated bushings for conductor protection . e . Where conduits . terminate in equipment having a ground bus , such as in switchgear, motor control centers and panelboards, terminate conduit with an insulated grounding bushing and extend a suitable grounding wire to the ground bus . f. Hubs of the same material sha ll be used at conduit termination . 16110-4 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALI TY IMPROVEMENTS September 23 , 201 O 318-042-22 2. Use the conduit route where shown on the plans . Route conduits that do not have a specified route in the most direct path between the two points, i.e . home runs shown with an arrow symbol. Route conduits parallel to building lines . Concealed conduits on the plans shall be below grade , within walls , or above ceilings . 3. Route conduit through roof openings for piping and ductwork where possible . Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork . Exposed conduit shall not be installed on the roof without the Engineer's prior approval. 4. Install conduit at elevations which maintain headroom , and at locations which avoid interference with other work requiring grading of pipe , the structure , finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation , except in crossing which shall be a minimum of 1 ". 5. Conduits in buildings shall be exposed on unfinished ceilings and basements, as shown on the plans . Rigidly support conduits to the building structures using hardware bolted or screwed to the structure . The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces using mineralac-type hardware , strut channel clamps, or one hole straps with clamp backs . 6 . Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these · joints . 7. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. Provide space for an additional 25% conduit. 8. Rigid aluminum conduit systems shall utilize rigid aluminum straps, clamps and strut channel. Coated rigid aluminum conduit shall utilize PVC factory coated or fiberglass straps, clamps and thread rods , etc . as manufactured by Robroy. 9. Nuts , bolts , concrete anchor bolts and other metallic fasteners shall be stainless steel. 10 . Install conduit other than PVC with threaded couplings and other threaded fittings. Threadless, or clamp type fittings shall not be used on . metallic conduit. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor, llsco , De-Ox, ITT Noalox, Blackburn Contax or approved equal. P. Installation Methods: 1. Install each entire conduit system complete before pulling in any conductors. 2. Clean the interior of every run of conduit before pulling in conductors to guard against obstructions and omissions . 3. Cut all joints square , then thread and ream smooth. 4. Bends : a . Make bends with standard elbows or conduit benders in accordance with the NEC . b. Make field bends using equipment designed for the particular conduit material and size involved. PVC bends shall be factory bends. c. Bends must be free from dents or flattening. d. Use no more than the equivalent of three 90-degree bends in any run . between terminals and cabinets, or between outlets and junction boxes or pull boxes . 16110-5 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 5. Conduit bodies may be used in lieu of conduit elbows where ease of installation and appearance warrants their use. Conduit bodies larger than 1-inch may be used only where approved . An example of this type of installation would be to use an lock box prior to entering a build ing . 6. Fastenings : Securely fasten and support exposed conduit to framing using stainless steel unistrut and straps of same material as unistrut with 316 stainless steel fastening hardware . 7. Provide a No . 30 nylon pulling line in conduits in wh ich wiring is not installed under this work , such as telephone , signal , and sim ilar systems . Identify both ends of the line by means of labels or tags read ing "Pulling Line ." Also , state the panel the conduit originated from . Apply write-on identification to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. 8. Su itably cap conduit during construction to avoid water, dirt and trash entrance . 9. Use expansion-deflection fittings on conduit crossing structural expansion joints and on exposed conduit runs of more than 100 feet or where necessary . Provide bonding jumpers across fittings in metal raceway systems. Conduit runs made in concrete pours or surface -mounted runs that are attached to the structure , shall be equ ipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. 10 . Use expansion-deflection fittings on all conduit runs that transition from underground to above ground within 12 " of grade level. 11 . With a coupling , terminate concealed conduit for future use at structural surfaces. Install a pipe plug flush with the surface. 12. Openings around electrical penetrations of fire-resistance rated walls, partitions , floors or ceilings shall ma inta in the fire resistance rating using approved methods . See NEC 300-21 . Fire barrier shall be 3M 2001 RW silicone RTV foam or approved equal. 13 . Conduits shall be installed with uniform slope which will permit drainage toward manholes , pull boxes , or building walls . Utilize conduit drains as required to remove condensation in the conduits . 14 . Seal all conduits with pliable sealant such as "Duraseal" where entering boxes , -manholes , switchgear, motor control centers , panelboards , enclosures , etc . 15 . PVC coated conduit shall be installed by certified installer. PVC coated conduit installation shall follow manufacture r recommendation . 16. All termination at the enclosure shall be made from the bottom of the enclosure . No overhead penetrations are allowed . When conduits are located above the enclosure , route the conduit at the same height as the bottom of the enclosure , install a drip lane at the end of the conduit and use flexible conduit to terminate at the bottom of the enclosure. Q . Termination 1. Use threaded hubs for termination of conduits . Locknut termination of conduits shall not be used on this project. R. Drainage 1. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at lowpoints . Install horizontal runs of 16110-6 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 conduit to provide a natural drain for condensation without pocket or traps where moisture may collect. S . Hazardous Areas 1. Install conduit seals at all penetrations to hazardous area, as define by the NEC . Install additional seal-type fittings within the hazardous area in accordance with the requirements of the NEC Article 500 . 2. Install dam and sealing compound per the Seal Manufacturer's instructions . 3. Provide flexible conduit which is listed for use in hazardous areas. Conduit, flexible conduit fittings and all other materials shall be listed for use in Class 1, Division 2 Group D atmosphere . 3.02 WIREWAYS A. Installation 1. Install wireways , where shown, according to NEC Article s376 and 378 . 2. Limit capacity to a maximum of thirty (30) current carrying conductors including neutrals at any cross section of the wireway with 20% conductor fill at any cross sectional area . END OF SECTION 16110-7 RACEWAYS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 SECTION 16120 CONDUCTORS -600V AND BELOW 318-042-22 PART1 GENERAL 1.01 A. 1.02 A. 1.03 A. B . C . D. WORK INCLUDED Furnish and install , complete and ready for operation , electrical conductor systems as shown on the drawings and as specified herein . SUBMITTALS Submit shop drawings and product data as per Division 1 -General Provisions , showing all details of materials . CONDUCTOR COLOR CODING Color-coding of multi-conductor control and instrumentation cable is specified in the individual cable type specification . For power conductors , provide all single conductors power cables with integral insulation pigmentation of the designated colors , except conductors larger than No. 6 may be provided with color-coding by wrapping the conductor at each end and at all accessible locations with vinyl tape. Where this method of color-coding is used , wrap· at least six full overlapP.ing turns of tape around the conductor covering an area 1-1/2 to 2 inches wide at a visible location. Phase A , B, and C implies the direction of positive phase rotation. Use owner's current color scheme . If owner does not have a consistent scheme use the following: System All Systems 240/120 Volts 1-Phase, 3-Wire 208Y/120 Volts 3-Phase , 4-Wire 480Y/277 Volts 3-Phase , 4-Wire Conductor Equipment Grounding Grounded Neutral One Hot Leg Other Hot Leg Grounded Neutral Phase A Phase B Phase C Grounded Neutral Phase A Phase B Phase C Color Green White Black Red White Black Red Blue Gray Brown Orange Yellow PART 2 PRODUCTS 2 .01 GENERAL A. Use the manufacturer's name, model or catalog number, if for the purpose of establishing the standard of quality and general configuration desired only. 16120-1 September 23, 2010 CONDUCTORS 600V AND BELOW VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 B. Splices are not acceptable on this project , except at light fixtures and receptacles. C . Combining of Circuits into a single conduit shall not be allowed unless shown on the drawings . 2.02 CONDUCTORS -600 VOL TS A. Single Conductors 600 Volts and Below : 1. Unless otherwise indicated , all conductors shall be copper and shall be stranded . Solid conductors shall not be used . All conductors and connectors shall be Tin Plated Copper and all connections shall be sealed . 2. Utilize only conductors meeting applicable requirements of UL 44 , UL 1685 , IECA s-g5-658 (NEMA WC70). 3. Prov ide conductors with type XHHW insulat ion except for tray cable . Tray cable shall be type XHHW-2 insulation . 4 . Unless noted otherwise , conductor sizes indicated are based on copper conductors . Do not provide conductors smaller than those ind icated. 5 . Where flexible cords and cables are specified , provide Type ST JO , 600 volt , with the number and size of copper conductors indicated . B. Single Pair (600 Volt No . 16 AWG Twisted , shielded Pair Instrumentation Cable , Type TC): 1. General : Single pair instrumentation cable designed for noise rejection for process control, computer, or data log applications . Suitable for installation in cable trays, conduit, or other approved raceways . Minimum cable temperature r~ting shall be go ° C dry locations, 75 ° C wet locations . 2. Individual Conductors : Soft annealed copper, Class B, ?-strand concentric per ASTM 88, 20 AWG, 7-strand copper drain wire. Conductors and drain wire shall be Tin Plated Copper at Village Creek Wastewater Treatment Plant. 3. Insulation and Jacket: Each conductor 15-mil nominal PVC and 4-mil nylon insulation. Pair conductors pigmented black and red. Jacket flame-retardant and sunlight and oil resistant PVC with 45 mils nominal thickness . Shield 1.35-mil aluminum/mylar overlapped to provide 100 percent coverage. 4. Dimension : 0.31 inch nominal OD . 5. Manufacturers: The Okonite · Company , Alpha Wire Corporation , Belden Inc, or equal. C . Single Triad (600 Volt No. 16 Twisted , Shielded Triad Instrumentation Cable, Type TC): 1. General: Single triad instrumentation cable designed for noise rejection for process control, computer , or data log applications . Suitable for installation in cable tray, conduit, or other approved raceways . Minimum cable temperature rating shall be go° C dry locations , 75 ° C wet locations . 2. Conductors: Soft annealed copper , Class B, ?-strand concentric per ASTM 88, 20 AWG , 7-strand copper drain wire . Conductors and drain wire shall be Tin Plated Copper. 3. Insulation and Jacket: Each conductor, 15-mil nominal PVC and 4-mil nylon insulation. Triad conductors pigmented black, red , and blue . Jacket flame- retardant and sunlight and oil retardant PVC with 45 mils nominal thickness . Shield 1.35-mil aluminum/mylar, overlapped to provide 100 percent coverage. · 16120-2 September 23 , 2010 CONDUCTORS 600V AND BELOW VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 4. Dimensions : 0.32-inch nominal OD . 5. Manufacturers: The Okonite Company, Alpha Wire Corporation , Belden Inc , or equal. D. Equipment Grounding Conductors: 1. Provide stranded copper conductors, as indicated or as required by NEC , for equ ipment grounding . Grounding conductors shall be Tin Plated Copper. 2. Provide conductors with green Type XHHW insulation with a minimum thickness of 1/32-inch. E. Multiconductor, multi pairs or multi triads are not acceptable . PART 3 EXECUTION 3.01 GENERAL A Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Pulling compound shall be used . Use only UL listed compound compatible with the cable outer jacket and with the raceway involved. B. CONTRACTOR is to provide all low voltage (120V, 208V, 480V , etc.) distribution equipment and hardware associated with this project. C . Tighten screws and terminal bolts using torque type wrenches , and/or drives , to tighten to the inch-pound requirements of the NEC and UL . D. Where single conductors and cables in manholes , handholes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 12 inches on centers. E. Determine the cutting lengths, reel arrangements, and total lengths of cable required and furnish this data to the cable manufacturer as soon as possible to assure on-time delivery of cable. F. Make use of the field engineering services available from the cable manufacturer. G. All connections at Village Creek Wastewater Treatment Plant shall be sealed . 3 .02 CONDUCTOR -600 VOL TS AND BELOW A Provide conductor sizes as indicated on the drawings. B. Use silicone filled pressure connectors . Place no more than one conductor in any single-barrel pressure connection. C . Motors connector shall be crimp connectors or kernys varnish carbonic C130 . D. Soldered mechanical joints insulated with tape will not be acceptable. 16120-3 CONDUCTORS 600V AND BELOW VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 E. Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame retardant, 8 .5-mil thick minimum , rated for 105°C minimum meeting the requirements of UL 510 . Acceptable product 3M-Scotch 88 . F . Provide terminals and connectors acceptable for the type of material used . G . Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length . Remove surplus wire, and bundle and secure in an acceptable manner. Identify circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein . H . Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. Where terminals provided will accept such lugs , terminate control and instrumentation wiring (except solid thermocouple leads) with insulated , locking-fork compression lugs, Thomas & Betts, Sta-Kon, or equal. I. For terminals designed to accept only bare wire compression terminations , use only stranded wire , and terminate only one wire per terminal. Tighten terminal screws with torque screwdriver to recommended torque values. J . Attach compression lugs with a tool specifically designed for that purpose which provides a complete, controlled, crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. K. Cap spare conductors and conductors not terminated with UL listed end caps. L. Where conductors pass through holes or over edges in sheet metal, remove all burrs , chamfer edges, and install bushings and protective strips of insulating material to protect the conductors . M. For conductors that will be connected by others , provide at least 6 feet spare conductor in freestanding panels, and at least 2 feet spare in other assemblies . Provide more spare conductors in any particular assembly where it is-obvious that more conductor length will be needed to reach the termination point. 3 .03 CABLES A. Do not splice without permission of the ENGINEER. Locate splices , when permitted , only in readily accessible cabinets or junction boxes using terminal strips. B . Where connections of cables installed under this section are to be made to instrumentation and controls, leave pigtails of adequate length for neat bundled type connections . C . Maintaining the integrity of shielding of instrumentation cables is essential to the operation of the control systems. Take special care in cable installation to ensure that grounds do not occur because of damage to the jacket over the shield . D. Cable Placement: 16120-4 CONDUCTORS 600V AND BELOW VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 1. Immediately prior to the placement of each cable or cable group , inspect the raceway to determine that installation is complete and that the interior is clean and free of all materials detrimental to the cable or its placement. Group all cable assigned to a particular conduit and pulled simultaneously , using cable grips and acceptable lubricants . 2. Provide adequately sized raceways to accommodate the number and size of cable as specified , and in compliance with Article 300 of the National Electric Code . If at any time during the progress of the work raceways appear inadequate to accommodate the assigned cable , notify the ENGINEER/OWNER at once and discontinue further work on the questionable raceway until advised by the OWNER as to how to proceed . 3 . Carefully check all cable as to size afl d length before pulling into conduits . Remove and replace cable pulled into the wrong conduit or cut too short at no addit ional cost to the ENGINEER/OWNER. Do not pull cable removed from one conduit or duct into another conduit or duct without permission of the ENGINEER/OWNER. E. Fishing and pulling shall be performed with flexible round non-metallic tape , carbon dioxide , or forced air propelled polyethylene cord , nylon rope , or manila rope . No metallic cable or materials that may damage or scratch the ins ide surface shall be pulled into any condu it. F. Use woven wire cable grips to pull all low voltage single conductor cable , No . 2/0 or larger, and all low voltage multi -conductor cable. Use pulling loops to pull single conductor cable smaller than No . 2/0. When a cable grip is used for pulling , the arc of the cable covered by the grip plus 6-inches shall be cut off and discarded . G . Insert a reliable non-freezing-type of swivel or swivel connection between the pulling ropes and the cable eye , or grip to prevent twisting under strain. H. Do not exceed the maximum pulling tension recommended by the cable manufacturer. Pulling mechan isms of both the manual and power types shall have the rated capacity in tons clearly marked on the mechanism . Whenever the capacity of tbe . pulling mechanism exceeds the recommended pulling tension of the cable as given by the cable manufacturer, a dynamometer shall be used to show the tension on the cable , and the ind icator shall be constantly watched . If any excessive strain develops , stop the pulling operation at once then determine and correct the difficulty. 3.04 CONDUCTOR ARC AND FIREPROOFING TAPES A . Use arc and fireproofing tapes on 600 volt single conductors and cables, except those rated Type TC , throughout their entire exposed length at splices in manholes , handholes , vaults, cable trays , and other indicated locations . B. Wrap together as a single cable conductors entering from each conduit. C . Follow tape manufacturer's installation instructions. Secure the arc and fireproofing tape at frequent intervals with bands of the specified glass cloth electrical tape . Make each band of at least two wraps of tape directly over each other. 16120-5 CONDUCTORS 600V AND BELOW VIL.LAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 D . Arc and Fireproofing tape shall be 3M Scotch #88 or equa l. 3 .05 FIELD TESTS A The test ing shall be performed in accordance with Division 16 . 8 . Instrumentation Cables : After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests witnessed by the ENGINEER to ensure t hat instrumentation cable shields are isolated from ground , except at the grounding point. Remove improper grounds . E~D OF SECTION 16120-6 CONDUCTORS 600V AND BELOW VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 PART1 GENERAL 1.01 WORK INCLUDED SECTION 16130 BOXES 318-042-22 A. Furnish and install outlet boxes , floor boxes , junction boxes , pull boxes and terminal boxes . 8. All boxes containing heat sensitive equipment shall be factory painted white . 1.02 REFERENCE STANDARDS A. ANSI/NEMA Publication No. OS 1 -Cast Aluminum Outlet Boxes , Device Boxes, Covers and Box Supports , and Steel Covers . B. ANSI/UL 514 -Electrical Outlet Boxes and Fittings. C. NFPA 70 -National Electric Code. PART 2 PRODUCTS 2.01 OUTLET BOXES A. Flush Device Boxes : 1. Provide cast aluminum boxes of sufficient size to accommodate wiring devices to be installed at outlet. 2. Extension rings shall not be acceptable. 3. Square or rectangular boxes may be supplied . 4. Unless otherwise noted , provide boxes 3-1/2-inches deep by 4 inches wide . 5. Boxes in hazardous locations shall be NEMA 70. B . Exposed Device Boxes: Provide FD aluminum boxes for surface mounting in areas having exposed conduit systems. Coordinate box cover for proper use . C . Boxes for Lighting Fixtures: 1. Provide aluminum octagonal boxes with fixture stud supports and attachments as required to properly support ceiling and bracket-type lighting fixtures . 2. Unless otherwise noted, provide boxes 2 inches deep by 4 inches wide . D . Masonry Boxes: 1. Provide stamp metal masonry boxes. 2. Use boxes with 1-gang capacity in excess of the number of devices to be installed . 3. Extension ring covers shall not be acceptable. E. Listing: UL 514 . F . Acceptable Manufacturers : Appleton, Bowers , Crouse-Hinds, Efcor, Midwest, OZ/Gedney, RACO, Steel City, T & 8. 16130-1 September 23 , 201 O BOXES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 2.02 JUNCTION , PULL AND SPLICE BOXES A. Construction : Provide boxes conforming to NEC Article 314 . B. Interior Spaces : Provide surface mounted NEMA 12 Aluminum boxes at least 4 inches deep . C . Chlorine Room : Provide PVC coated Aluminum box or fiber glass box. D. Exterior Spaces : NEMA 4X Aluminum boxes at least 4 inches deep. E. Embedded : Prov ide NEMA 4X Aluminum boxes with external recessed flanged cover when cast in concrete . F. Listing : UL 514. G . Acceptable Manufacturers: Hoffman , Keystone , OZ, Stahlin , Crouse-H inds . 2.03 TERMINATION CABINETS & BOXES A. Termination cabinets shall be NEMA 4X Aluminum gasketed. Cabinets shall be configured as shown on the plans , and shall be of sufficient size to adequately contain all terminals , wire-duct , and cables as determined by the CONTRACTOR. Cabinets shall have removable doors (lift-off) not more than 30 inches wide, and shall be equipped with a three-point locking latch handle. B. Wire term inal blocks shall be Square D Type M Barrier Block system , or eq~al. 1. M4/6G or B 22014 AWG 6MM (.234 inch) wide , Grey, Blue , Single Level, 600 volt, 25 amp . 2. M6-8G or B 22-SAWG 8MM (.315 inch) wide , Grey Blue , Single Level , 600 volt , 55 amp . C . The wire terminal block system shall be for DIN rail mounting , and shall include fuse/switch blocks , circuit breaker block , and isolation switches . Wire Terminal Blocks shall have Tin-plated terminals . D. Acceptable Manufacturers : Hoffman. PART 3 EXECUTION 3.01 PREPARATION A. Coord inate location of all boxes with all other work. B. Verify location of floor boxes with Engineer before installation . 3 .02 OUTLET BOXES A. Flush Boxes : 1. Unless otherwise indicated , mount all · outlet boxes flush within 1/4-inch of the finished wall or ceiling line. 16130-2 BOXES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 2 . Securely fasten outlet boxes in position using clips or other suitable means . 3. Provide plaster covers for all boxes in plastered walls and ceilings . 8 . Fixture Boxes: Where boxes for suspended lighting fixtures are attached to and supported from suspended ceilings , adequately d istribute the load over the ceil ing support members. C . Mounting Height: 1. Mounting height of a wall -mounted outlet box means the height from finished f loor to horizontal center line of the cover plate . 2 . Where outlets are indicated adjacent to each other , mount these outlets in a symmetrical pattern with all tops at the same elevation . 3. Where outlets are indicated adjacent , but with different mounting he ights, line up outlets to form a symmetrical vertical pattern on the wall . 4 . Verify the final location of each outlet with Eng ineer before rough-in . 5. Remove and relocate any outlet box placed in an unsuitable location . D. Back-to-Back Boxes : 1. Do not connect outlet boxes back to back unless approva l is obta ined . 2. Where such a connection is necessary to complete a particular installation , fill the voids around the wire between the boxes with sound insulating material. E. Box Openings : Provide only the conduit openings necessary to accommodate the conduits at the ind ividual location. 3.03 FLOOR BOXES A. Completely envelop floor boxes in concrete except at the top . Increase slab thickness at boxes if requi red for bottom covering. Adjust covers flush with finished floor. 3.04 JUNCTION AND PULL BOXES A. Pull boxes and junction boxes shall be provided to facilitate the installation of cable and wires . "Condulet" type fittings shall not be used in lieu of boxes when the conduit contains wire #4 AWG or larger. 8 . Installation : 1. Install boxes as required to facilitate cable installation in raceway systems . 2. Generally provide boxes in conduit runs of more than 100 feet. 3. Locate boxes strateg ically and make them of such shape and size to permit easy pulling of wire or cables . Size boxes in accordance to NEC Art icle 314 .28 requirements. C . Covers : 1. Provide boxes so that covers are readily accessible and easily removable after completion of the installation. 2. Include suitable access doors for boxes above suspended ceilings . 3. Select a practical size for each box and cover. END OF SECTION 16130-3 BOXES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART 1 GENERAL 1.01 WORK INCLUDED SECTION 16140 WIRING DEVICES 318-042-22 A. Furnish and install complete lighting and receptacle systems, including lighting fixtures, receptacles , switches, and all accessories and appurtenances as shown on the drawings and as specified herein . 1.02 SUBMITTALS A. Submit shop drawings showing complete construction details for all equipment in compliance with Division 1 -General Provisions . 1.03 QUALITY ASSURANCE A. Wiring Devices shall be in compliance with the National Electrical Code , and shall be constructed in compliance with the Underwriters' Laboratories and shall be Underwriters' Laboratories labeled . PART 2 PRODUCTS 2.01 MATERIALS A . Switches: 1. Wall switches shall be of the heavy-duty specification grade, toggle action, and flush mounting quiet type . 2. Wall switches shall be of the following types and manufacturer, or equal. a. Single Pole : Arrow-Hart, Catalog No. 1991, or Pass and Seymour 20AC1 , or Leviton 1221-2 . b . Double Pole: Arrow-Hart, Catalog No. 1992 , or Pass and Seymour 20AC2, or Leviton 1222-2. c. Three-Way: Arrow-Hart, Catalog No. 1993, or Pass and Seymour 20AC3 , or Leviton 1223-2 . · d. Momentary Contact, 2 Circuit, Center Off: Arrow-Hart , Catalog No. 1895, or Pass and Seymour 1250, or Leviton 12561. e . Weatherproof switch covers shall be Crouse-Hinds ·rain-tight Type OS with PVC coating where used with aluminum. f . Lock out attachment when used for [nstrument disconnect shall be NEMA 4X. 8 . Receptacles: 1. Wall receptacles shall be 120 volts, single-phase , single or duplex, industrial specification hospital grade, and be of the following types : a. Duplex , 20A, 125V, 2P, 3W: Arrow-Hart, Catalog No . 8300, or Pass and Seymour 9300-HG, or Leviton 83001. b. Ground fault interrupter, lockout type, duplex, 20A, 125V, 2P , 3W: Leviton 78991. 16140-1 WIRING DEVICES V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 c . Stainless steel indoor mounting plate for GFCI receptacle : Arrow-Hart, Catalog No. S2G , or Pass and Seymour S-26N , or Leviton 84401-40 . d . Weatherproof cover for GFCI receptacle in FS box while in use: Leviton 5997 GY. e . Computer or computer related equipment: Leviton 83801G , or Pass and Seymour, Catalog No . IG63621SP , ivory with translucent surge suppressor, 5- 20R, 20A, 125V duplex hospital grade with audible alarm. 2. Receptacles listed as weatherproof shall be provided with a watertight back box and hinged cover. 3. Welding receptacles shall be surface mounted , 30 or 60 ampere , 600 volts , three- phase , with grounding conductors connected through a fourth pole and the shell mounted four feet above the floor. One matching plug with woven grip shall be furnished with each receptacle for the cable size as directed by the OWNER. Receptacles shall be Crouse-Hinds , "Arktite" series , or equal. 4 . Receptacles for three-phase dewatering sump pumps shall be similar to welding receptacles . 5. Receptacles to be installed in classified area shall be rated for the application per NEC 500 . C . 30 amp, 480 Volt Receptacles 1. 30 Amp, 480 Volt receptacles shall be 3 Pole , 4 Wire, grounding pin-and-sleeve type, with circuit breaking capability . 2 . 30 Amp , 480 Volt receptacles shall be Crouse-Hinds , Arktite style 2 , Catalog No . ARE 3423 or equal. D . Safety Switches 1. Safety Switches shall be of heavy duty, specification grade. 2. Switch shall be UL listed . 3. Switch shall be NEMA 4X 316ss when located outdoor. 4. Switch shall be NEMA 4X fiberglass when located in a chemical room . 5. Switch shall be NEMA 4X 316ss when located indoor in a controlled environment unless otherwise noted . 6. Switch located in classified area shall be rated for the application per NEC 500. 7 . Switch shall be quick-make , quick-break construction. 8 . Operating handle shall be of box mounted type that directly drives the switch mechanism suitable for padlocking in the off position with up to three padlocks. Switch shall be interlock defeat. 9. The interior shall be easily removable . The wiring gutter shall be clear of any obstructions and moving parts. 10. Fusible switch, fuse selection shall be rated for the application, minimum KAIC rating shall match the protective device on the line side of the switch. 11-Fuses 0- 600V 16140-2 WIRING DEVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042-22 PART 3 EXECUTION 3.01 INSTALLATION A . W iring devices must be operating properly at final completion . B. Provide hangers and support members for wiring devices as required for proper installation . C. Provide appurtenances which include stud supports , stems , mounting brackets , frames, and plaster rings . D. Support wiring devices from the building structure , or from furring channels. Furring channels must be a minimum of 1-1/2 inches wide . 3 .02 RECEPTACLE AND SWITCH INSTALLATION A. Mounting Heights(from the bottom of the device): 1. Mount receptacles 48 inches above finished floor except finished indoor areas . 2. Mount outdoor receptacles at least 24 inches above finished grade. 3. Mount receptacles in control room 12 inches above finished floor . 4 . Mount all wall switches 54 inches above finished floor. 5. Mount thermostats 60 inches above floor. B. Boxes: 1. Finished areas such as offices : Flush mounted devices in aluminum boxes . 2. Other areas: Surface mounted cast aluminum metal boxes . C. Weatherproof Receptacle Lift Covers: Install with hinge pin horizontal at top of the finished plate. Provide oversized covers for plug-in devices. D. Install receptacles with grounded blade up . E . Switches and receptacles shall be mounted in 4 " x 4" aluminum outlet boxes concealed in the office walls. F. Indoor and outdoor boxes shall be grounded by use of a No . 12 green insulated ground wire run with the wiring per Division 16 spec ificat ion . END OF SECTION 16140-3 WIRING DEVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART1 GENERAL 1.01 SCOPE OF WORK SECTION 16191 MISCELLANEOUS EQUIPMENT 318-042-22 A Furn ish and install all miscellaneous equipment as shown on the Drawings and as spec ified herein . 1.02 REFERENCE STANDARDS A Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed , as specified in Division 16 . 1.03 SUBMITT ALS A Submit to the Engineer , in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified . B. Submittal shall be clearly mark showing only equipment provided. Mark through equipment or options not provided . PART 2 PRODUCTS 2 .01 MATERIALS A Control Stations 1. Control stations shall be heavy-duty type , with full size operators . Momentary contact stop buttons shall have a lockout latch that can be padlocked in the open position. Provide an extra contact to monitor the auto position of the switch as shown on the drawings. 2. NEMA 4X enclosures shall be stainless steel. 3. NEMA 7 enclosures shall be copper free cast aluminum. 4 . Control stations shall be Allen-Bradley or approved equal. B. Wireway 1. NEMA 4X wireway shall be stainless steel with gasketed , hinged covers and stainless steel type 316 screws . 2. NEMA 4X shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co. or approved equal. C . Control Relays 1. Control relays shall be heavy duty machine tool type , with 10 Amp, 300 Volt convertible contacts . Number of contacts and coil voltage shall be as shown on the Drawings . General use relays shall be General Electric Co., Catalog No. CR120B, similar by Square D Co .; Allen-Bradley Co . or equal. Latching relays . shall be General Electric Co ., Catalog No . CR120BL , similar by Square D Co .; Allen-Bradley Co. or approved equal. 2 . Time delay relays shall be pneumatic , 600 Volt, 20 Amp contacts , with calibrated knob operated adjustment. On delay and off delay types and timing ranges shall 16191-1 September 23, 2010 MISCELLANEOUS EQUIPMENT VILLAGE CREEK RECLAI MED WATER QUALITY IMPROVEMENTS 318-042-22 be as shown on the Draw ings . Relays shall be Agastat Model 7012 or 7022 or approved equal. D. Polyethylene Warning Tape 1. Warning tape shall be red polyethylene film , 6-in min imum w idth . 2. Warning tape shall be W .H. Brady Co ., Catalog No . 91296 or approved equal. E. Terminal Blocks 1. Terminal blocks shall be 600 Volt , channel mounted , with tubular screw and pressure plate . 2. Terminal blocks shall be Bulletin 1492 as manufactured by the Allen-Bradley Co . or approved equal. F. Intrinsically Safe Relays 1. Intrinsically safe relays shall be sol id state type with 5 Amp output contacts , suitable for use on a 120 Volt , 60 Hz power supply and shall be FM approved for pilot devices in Class I, Division 1, Group·b hazardous at mospheres . 2 . Intrinsically safe relays shall be Gems Solid State Safe-Pak as manufactured by Gems Sensors , Division of Transamerica Delaval , Inc . or approved equal. G. JIC Boxes for GF Receptacles 1. Furnish all necessary hardware for mount ing the heat tape and thermostat. 2 . JIC boxes shall be 6-in by 6-in by 4-in aluminum continuous hinge clamp cover boxes, Hoffman, Catalog No . A-606 CHAL with Type L23 stainless steel type 316 fast operating JIC clamp or approved equa l. 3. Install 1-1/2-in bushings in bottom of box for cord and plug to pass through . H. On-Delay , Off-Delay Timers (Solid State) 1. On and off delay timers shall be microprocessor based, solid state type . 2 . Timers shall have the following features : a. Adjustable timing ranges from 0 .1 seconds to 99 hours , 59 minutes minimum. b. Setpo ints entered by pressing membrane covered keyboard on unit. c. LCD readout of timing progress and setpoint. d . Adjustable for on-delay or off-delay modes . e . Standard sized plug-in case . f . Totally sealed face plate. g. Sealed battery backup power to retain memory for up to 30 days. h. Accuracy plus or minus 0 .01 second . i. DPDT isolated instantaneous and timed output contacts rated 6 Amps minimum at 120 Volt. 3. Timers shall be Bulletin 651 Multirange , solid state as manufactured by Tenor Co ., Inc.; Eagle Signal , CS-300 Series or approved equal. I. Corrosion Inhibitors 1. All equipment enclosures , terminal boxes , etc , located in a NEMA 4X rated area (where shown on the Drawings) that contains electrical or electronic equipment or terminal strips shall be furnished with an internally mounted , chemically treated corrosion inhibitor pad. 2. The corrosion inhibitor pads shall be as manufactured by Hoffman Engineering Co .; 3M or approved equal. 16191-2 Septembe r 23 , 2010 MISCELLANEOUS EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 J . Instrumentation Disconnect Switches: Prov ide a heavy-duty single pole disconnect toggle switch in a weather proof cast enclosure for all field instruments served with electric powe r. This feature shall be included whether or not shown on drawings . K. Fuses , O to 600 Volts 1. Provide a complete set of current-limiting fuses wherever fuses are indicated . Supply a set of six (6) spare fuses of each type and each current rating installed . Utilize fuses that fit mounting specified a . For O to 600 volt motor and transfo rmer circu its , 0 to 600 amps , UL Class RK- 1 with time delay, Bussmann Type LPS-RK , Shawmut Type A6D-R , or equa l. b. For Oto 250 volt motor and transformer circu its , 0 to 600 amps , UL Class RK- 1, Bussmann Type LPN-RK , Shawmut type A2D-R , or equal. c. For Oto 600 volt feeder and service circu its , O to 600 amps , UL Class RK -1, Bussmann Type KTS-R , Shawmut Type A6K-R , or equal. d . For Oto 250 volt feeder and service circuits , Oto 600 amps , UL Class Rd-1 , Bussmann Type KTN-R , Shawmut Type A2K-R , or equal. e . For Oto 600 volt feeder and service circuits , 601 to 6 ,000 amps , UL Class L, Bussmann type KRP-C , Shawmut Type A4BY , or equal. L. Indicating Lights: 1. Indicator lamps shall be heavy duty 30mm , industrial type oil tight , high-visib ility LED, full voltage type . Units shall have screw on plastic lenses and shall have factory engraved legend plates as requ ired . Unless otherwise specified in each equipment specification lens color shall be green for equipment OFF , red fo r equipment operating , blue for FAIL or ALARM and amber fo r powe r ON/Equipment Stand-by. For all control appl ications , indicator lamps shall incorporate a push-to-test feature . M. Selector Switches 1. Mode selector switches (HAND-OFF-AUTO , LOCAL-OFF-REMOTE , MOTOR SELECTOR , LEAD-LAG, etc) shall be heavy-duty 30mm , oil tight , industrial type with contacts rated for 120 VAC at 1 O Amps continuous . Units shall have standard size , black field , and legend plates with white markings , as indicated . Operators shall be black knob type . Units shall have the number of positions and contact arrangements , as required. Units shall be single-hole mounting , accommodating panel thicknesses from 1/16-in minimum to 1/4-in maximum . N. Push Buttons : 1. Push-button, shall be heavy-duty , industria l type with momentary or maintained contacts as required , rated for 120 VAC at 10 Amps continuous . Units shall have standard size, black field, and legend plates with white markings, as indicated. Button color shall be red for EMERGENCY STOP or START and green for STOP . Contact arrangement shall be as required . PART 3 EXECUTION -NOT USED END OF SECTION 16191-3 MISCELLANEOUS EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O PART 1 GENERAL SECTION 16289 SURGE PROTECTIVE DEVICES 1.01 RELATED DOCUMENTS 318-042-22 A. Drawing·s and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A. This Section includes surge protective devices for low-voltage power, control, and communication equipment. 1.03 DEFINITIONS A. ATS: Acceptance Testing Specifications. 8. SVR: Suppressed Voltage Rating. C. SPD: Surge Protective Device 1.04 SU8MITI ALS A. Product Data: For each type of product indicated, include rated capacities, operating weights, operating characteristics, furnished specialties, and accessories. 8 . Product Certificates: · For surge protective devices, signed by product manufacturer certifying compliance with the following standards : 1. UL 1283 .-Electromagnetic. 2 . UL 1449 3rd Edition -UL Standard for Surge Protective Devices. C. Qualification Data: For testing agency. D. Field quality-control test reports, including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3 . Failed test results and corrective action taken to achieve requirements. E. Operation and Maintenance Data: For transient voltage suppression devices to include in emergency, operation, and maintenance manuals. F. Warranties: Special warranties specified in this Section. 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain surge protective devices and accessories through one source from a single manufacturer. 16289-1 September 23 , 2010 SURGE PROTECTIVE DEVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042 -22 8. Product Options : Drawi ngs indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements ." C. Electrical Components, Devices, and Accessories : Listed and labeled as defined in · NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with IEEE C62.41, "IEEE Guide for Surge Voltages in Low Voltage AC Power Circuits," and test devices accord ing to IEEE C62.45, "IEEE Guide on Surge Test ing for Equipment Connected to Low-Voltage (1000 Volts or less) AC Power Circuits ." E. Comply with NEMA LS 1, "Low Voltage Surge Protection Devices ." F. Comply with UL 1283 ; "Electromagnetic Interference Filters ," and · UL 1449 , "Standard for Surge Protective Devices." 1.06 PROJECT CONDITIONS A. Existing Utilities : Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following condit ions and then only after arranging to provide temporary utility serv ices according to requirements indicated : 1. Notify Engineer not less than two days in advance of proposed utility interruptions . 2 . Do not proceed with utility interruptions without Engineer's written permission . 8 . Service Conditions: Rate surge protection devices for continuous operation under the following conditions , unless otherwise indicated : 1. Maximum Continuous Operating Voltage : Not less than 115 percent of nominal system operating voltage. - 2 . Operating Temperature: 30 to 120 deg F (0 to 50 deg C). 3 . Humidity: 0 to 85 percent, non-condensing. 4 . Altitude: Less than 20,000 feet (6090 m) above sea level. 1.07 COORDINATION-· A. Coordinate location of field-mounted surge protective devices to allow adequate clearances for maintenance. 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within one year from date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 16289-2 September 23 , 2010 SURGE PROTECTIVE DEVICES VILLAGE CREEK RECLAIMED WATER QUALl1Y IMPROVEMENTS 318-042-22 B. Manufacturers: Subject to compliance with requirements, provide products by one of the following : 1. General Electric Company. 2. Innovative Technology, Inc . 3. Siemens. 4. Square D -Schneider Electric. 2.02 480V SWITCHBOARD AND 480V MCC SUPPRESSORS A. Surge Protective Devices with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring . 3. Integral disconnect switch. 4 . Redundant suppression circuits . 5. Redundant or replaceable modules. 6. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus . 7. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 8. LED indicator lights for power and protection status . 9. Audible alarm, with silencing switch, to indicate when protection has failed. 10. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status . Coordinate with building power monitoring and control system . 11. Surge-event operations counter. B. Surge suppressor shall be of type 2 . C. Peak Single-Impulse Surge Current Rating: 1 SOkA/mode. D. Connection Means: Permanently wired. E. Protection modes and UL 1449 SVR for grounded wye circuits with voltages of 480Y/277, 3-phase, 4-wire circuits shall be as follows: 1. Line to Neutral: 1200V 2. Line to Ground: 1 OOOV 3. Neutral to Ground: 1 OOOV F. · Protection modes and UL 1449 SVR for voltages of 480, 3-phase, 3-wire, delta circuits shall be as follows: 1. Line to Line: 3000V 2. Line to Ground: 1500V 2.03 PANELBOARD SUPPRESSORS A. TVSS with the foll_owing features and accessories: . 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 16289-3 September 23 , 2010 SURGE PROTECTIVE DEVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 4. Redundant suppression circuits . 5. Redundant replaceable modu les : 6. Arrangement with wire connections to phase buses, neutral bus , and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed . 9.. One set of dry contacts · rated at 5 A and 250Vac, for remote monitoring of protection status . Coordinate with building power monitoring and control system. 10. Surge-event operations counter. B. Peak Single-Impulse Surge Current Rating: 65 kA per mode C. Protection modes and UL 1449 SVR for grounded wye circuits ·with voltages of 480Y/277, 208Y/120 , 3-phase, 4-wire circuits shall be as follows : 1. Line to Neutral : 800 V for 480Y/277. 2. Line to Ground: 800 V for 480Y/277. 3. Neutral to Ground: 800 V for 480Y/277. 2.04 ENCLOSURES A. Install surge protective devices in the same cabinet as the MCC, switchboard, and 480V panelboard, MCC, and switchboard. PART 3 EXECUTION 3.01 INSTALLATION OF SURGE PROTECTION DEVICES A. Surge protective devices shall be installed by the panelboard and manufacturer supp lied panel at the factory. 3.02 PLACING SYSTEM INTO SERVICE A. Do not energize or connect service entrance equipment, panelboards, control terminals, data t_erminals to their sources until surge protection devices are installed and connected. 3.03 FIELD QUALITY CONTROL · A. Remove and replace malfunctioning units arid retest. 3 .04 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transient voltage suppression devices. END OF SECTION 16289-4 September 23, 2010 SURGE PROTECTIVE DEVICES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS PART1 GENERAL 1.01 WORK INCLUDED SECTION 16360 UNDERGROUND DUCT BANKS A. Provide underground electrical duct banks as shown on the Drawings . 1.02 REFERENCE STANDARDS A. The follow ing standards shall apply as if written here in their ent irety : 1. ANSI C80 .1, Specifications for Zinc-Coated Rigid Steel Conduit. 2. ANSI/AC! 301 , Specifications for Structural Concrete for Buildings . 3. ANSI/ASTM A 615 , Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 4. ANSI/NEMA TC6 , PVC and ABS Plastic Utilities Duct for Underground Installation . 5. ANSI/NEMA TC9 , Fittings for ABS and PVC Plastic Utilities Duct for Underground Installation . PART 2 PRODUCTS 2.01 DUCTS AND FITTINGS A. Unless otherwise noted , provide Schedule 40 PVC conduit direct buried with concrete cap over ductbank. Provide fittings of the same type mate rial as the conduit. 2 .02 CONDUIT AND FITTINGS A. Provide PVC conduit to PVC coated aluminum adapter fitting in order to convert to aluminum conduit before surfacing from the underground duct bank. 8. Expansion/deflection fittings to be installed on all stub-up above grade from duct banks. 2 .03 CONCRETE A. Provide concrete confo rming to the following . 1. Compressive streng t h: 3,000 psi at 28 days . 2. Slump: Not exceeding eight inches. 3. Aggregate size : Use pea gravel. 4 . Addit ive : Red ferrous oxide concrete coloring pigment mixed at the rate of 1-1/2 pounds per sack of cement. Communication and electrical duct banks shall be red colored concrete. Sprinkled color on the top of the duct bank is unacceptable. 2.04 REINFORCING BARS A. Provide Grade 40 steel reinforcing bars , for all duct banks. 2 .05 POLYETHYLENE WARNING TAPE 1. Warning tape shall be red polyethylene film, 6-in minimum width . 2 . Warn ing tape shall be W .H. Brady Co ., Cata log No . 91296 or approved equa l. 16360-1 UNDERGROUND DUCT BANKS VILLAGE CREEK RECLAIM ED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART 3 EXECUTION 3.01 CONSTRUCTION A . Duct bank configu rat ions are detailed on the drawings . B . Conduits shall be spaced with 4-inch clearance on all sides. 3.02 LOCATION AND INSPECTION A. Before beginning trenching operations , stake out the proposed duct bank routing and obtain approval of the Owner. After trenching has begun and before any ducts or conduits are placed , notify the Owner so that the trenching and installation may be inspected . Also notify the Owner prior to any placement of concrete for duct banks, so that he may observe the placing . Placing concrete on muddy trench bottoms will not be acceptable . 3.03 EXCAVATION AND BACKFILL A. Excavation : Excavate trenches for installation of duct banks. Form the trench bottom to follow closely the specified grade and depth for the duct banks . B. Backfill : Trenches may be backfilled with excavated soil and supplemented as necessary with select materials . Compact the backfill and mound slightly above natural grade . C . Restoration: Restore adjacent areas disturbed by trenching or backfilling to a condition equal to the original. 3.04 PLACING OF DUCT BANKS A. Cover: Unless otherwise shown , provide a minimum 18" of earth and select materials cover . Coordinate grade with other work , if in conflict , rework grade at no cost to OWNER. B . Grade: Place duct banks with a minimum grade of four inches per 100 feet. Grade between manholes may be from one manhole to the next manhole or from a high point between manholes. Where terminating ducts inside of buildings, always slope the grade away from building to the nearest manhole. C . Changes in Direction : Make changes in direction of runs exceeding a total of 1 O degrees, either horizontal or vertical , by using long sweep bends. Long sweep bends must have a minimum radius of curvature of 25 feet and may be made up of one or more curved or straight sections. Manufactured bends having a minimum radius of curvature of three feet may be used at the ends of duct runs which are less than 100 feet in length . D . Joints : Make joints in ducts and conduits watertight, in accordance with manufacturers recommendations . Stagger joints in adjacent ducts and conduits a minimum of six inches . Make joints between ducts and conduit with appropriate no-thread-to-threaded adapters . Use appropriate sealant. E. Spacing: Unless otherwise shown , space ducts and conduits a minimum of 4-inches from adjacent ducts. Place spacers or separators on not greater than five-foot centers. Use spacers or separators made of plastic, concrete or a suitable nonmetallic, nondecaying material. 16360-2 UNDERGROUND DUCT BANKS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 F. Drainage: All conduit duct banks shall be sloped sufficiently to drain into manholes , pull boxes or sumps. 3.05 CLEANING A. Thoroughly clean all ducts and conduits before placing . During construction and after the duct line is completec;l , plug open ends of ducts and conduits to prevent the entrance of foreign matter. After the duct line has been completed , pull a flexible mandrel through each duct and conduit. The mandrel must not be less than 12 inches long with a diameter approximately 1/4 inch less than the inside diameter of the duct or conduit. After cleaning , place in each duct and conduit a No. 30 nylon line with a plastic tag on each end reading "Pulling Line", and a tag identifying the location of the other end . 3.06 SPECIAL PROJECT REQUIREMENTS A. Contractor shall employ hand trenching at locations where existing underground utilities are present. B. All damaged utilities should be repaired immediately in manner acceptable to the OWNER at Contractor's expense. Any damaged cables shall be replaced in full. Splices shall not be acceptable. Damaged conduits shall be replaced between the two closest manholes and cables repulled. C. Install a #3/0 tin bare copper grounding conductor , centered over the ductbank and located 3" above the ductbank in the backfill. Bond ductbank grounding conductor to building or transformer ground loop at one end and to the manhole ground electrode at the other end. D. Place a warning tape over each ductbank. Warning tape shall be placed at a minimum of 6" below grade . END OF SECTION 16360-3 UNDERGROUND DUCT BANKS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 PART 1 GENERAL 1.01 WORK INCLUDED SECTION 16362 ELECTRICAL MANHOLES 318-042-22 A. The section provides the guidelines for construction and installation of electrical manholes. Precast manholes meeting the specifications and drawings will be acceptable in lieu of poured-in -place manholes . 8 . Furnish traffic rated HS 20 electrical manhole . 1.02 REFERENCE STANDARDS A . The following standards shall apply as if written here in their entirety: 1. ANSI/ACI 301 -Specifications for Structural Concrete for Buildings . 2. ANSI/ASTM A 615 -Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 1.03 SUBMITTALS A. Submittals shall be in accordance with Divis ion 1. 8 . Submit layout drawing with dimension and calculation. PART 2 PRODUCTS 2.01 CONCRETE A. Provide concrete conforming to Division 3 -Concrete. 2.02 REINFORCING BARS A . Provide Grade 40 reinforcing bars . 2 .03 MISCELLANEOUS A. General: The following items will be REQUIRED AS SHOWN ON THE PLANS: 1. Manhole frame and cover. 2. Stainless steel 316 ladder if neck extensions are used. 3. Pulling eyes. 4. Equipment supports. 5 . Cable racks and insulators . 6 . Inscription "ELECTRIC" or "COMMUNICATIONS" on all manhole covers as applies. 7. Manhole to be HS 20 traffic rated . 8 . Finish : Miscellaneous steel equipment, other than manhole frame and cover. Shall be stainless steel 316 . Equipment supports and cable rack shall be stainless steel 316 . 16362-1 ELECTRICAL MANHOLES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 C . Size : Manhole shall be sized to accommodate all conduits in the duct bank as shown . D . Size : Minimum manhole size shall be 4 ' x 4 '. PART 3 EXECUTION 3 .01 CONSTRUCTION A. Construct manholes as detailed on the plans . 3.02 LOCATION AND INSPECTION A. Construct manholes approximately where shown on the plans. Final location may be adjusted slightly to fit actual field conditions . B . Before beginning excavation operations , stake out the proposed manhole locations and obtain approval of the ENGINEER. C . CONTRACTOR shall verify elevation of top of manholes is above and coordinated with surrounding finish grade . Failure to coordinate grades , will require repairs at no extra cost to owner. 3.03 EXCAVATION AND BACKFILL A. Perform all necessary excavation and backfill for proper installation of manholes. Use excavated soil for backfill and supplement as necessary with select materials . Compact all backfill and restore adjacent areas disturbed by excavation and backfilling operations to the condition equal to the original. B . Subgrade shall be scarified to depth of 8' and recompacted to 95% standard proctor density (ASTM 0-698). Where P.1. of subgrade material is 20 or greater. Subgrade shall be modified with a minimum of 6% by weight of hydrated lime (27 pounds per s.y.). Where P.I. of subgrade is <20 and >15 , lime modification may be required as directed by the Engineer. Modification shall extend to 1 '_beyond edge of concrete base . 3.04 PLACING OF CONCRETE A. Set concrete formwork and place concrete reinforcement. After concrete has been placed and formwork has been removed , fill voids and properly patch concrete surfaces . 3.05 CLEANING A. Before any equipment or cable is installed , remove all dirt and debris and pump out the manhole so that it is free of standing water. END OF SECTION 16362-2 ELECTRICAL MANHOLES VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART1 GENERAL 1.01 WORK INCLUDED SECTION 16370 VARIABLE FREQUENCY DRIVES 318-042-22 A. Furnish and supply microprocessor based, solid state variable frequency drives as indicated on plans . B. Variable frequency drives shall be certified for operations in Water and Wastewater Treatme!1t Plant environment having corrosive gases and extremely h igh humidity levels . C . Provide drives as shown on plans . The exact horsepower of the drives shall be verified with the equipment supplier. If larger drives are required , they shall be provided at no extra cost to the OWNER. It shall be the drive suppliers and the CONTRACTOR's responsibilities to coordinate the drive requirements with the driven equipment suppliers. The VFD's shall supply the current needed by the motors at every point of their operating curves . The CONTRACTOR shall be advised that certain factors can cause the need for a higher horsepower VFD, e.g., a low RPM motor requires more amps, which may require a larger VFD to be needed . The VFD manufacturer shall provide in writing that the motor to be used is suitable for use with the VFD . D . Provide complete services of factory field engineers for installing , debugging , start-up, testing, and training E. Conduct Harmonic Distortion Testing . F . Training of OWNER Personnel. G . Responsibility 1. The CONTRACTOR shall be responsible for the erection , installation , and start-up of the equipment covered by this Specification . The manufacturer shall furnish the services of a qualified representative to provide technical assistance of installation start-up as indicated under Part 3 . 2. The variable frequency drive manufacturer shall maintain and staff engineering services personnel trained to do start-up services, emergency service calls , repair work, service contracts , and maintenance and troubleshooting tra ining of customer personnel. 3 . Single manufacturer for all stand alone VFD . 4 . Coordinate the drive requirements with the driven equipment. 5. VFD manufacturer shall insure the VFD system will not have any detrimental effect on the wastewater plant power system . 16370-1 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 1.02 WARRANTY A. Special Warranty : Manufacturer's standard form in which manufacturer agrees to repair or replace components of that fa ils in materials or workmanship w ithin specified warranty period . B. Warranty Period : Five (5) years from date of Substantial Completion . Cost for the removal , shipment, repa ir, and installation by CONTRACTOR sha ll be included in warranty, as well as correction of defective work . 1.03 REFERENCE STANDARDS A. IEEE Standard 519-1992 IEEE -Recommended Practice and Requirements for Ha rmonic Control in Electrical Power Systems. B. NFPA 70 -National Electric Code . 1.04 SUBMITTALS A. Submittals shall comply with Specification Section 01300 . B. Complete drawings shall be furnished for approval before proceeding with manufacture. They shall consist of master wiring diagrams , elementary or control schematics including coordination with other electrical control devices operating in conjunctions with the drive , and suitable outline drawings with sufficient details for locating conduit stub-ups and field wiring. All drawings shall show internal wiring numbers . 1.05 QUALITY ASSURANCE A. The variable frequency drive shall be UL certified and shall comply with the latest applicable standards of ANSI , IEEE , and NEMA. The controllers shall be rated as shown on the drawings, as a minimum, the full load output current of the controller shall be equal to-tbe equivalent motor horsepower as listed by National Electrical Code Table 430-250. 1.06 HARMONICS A. VFD's shall meet or exceed the following harmonic limits at the point of common coupling (pee) for any combination of the motor operated from 10% to 100% speeds under actual pumping conditions : 1. pee location is the Switchboard bus, which feeds the VFD's 2. voltage : 5% total harmonic distortion (THO) per IEEE 519 3. Current: limits for 20 < lsc/lL < 50 per IEEE 519 8 . VFD manufacturer shall insure the following : 1. VFD system will not have any detrimental effect on ttie plant power system 2. · VFD system will not have any detrimental effect on any communications system including telephone and SCADA systems 3. VFD system will not produce crosstalk between VFD 's 4. VFD system will not produce any electrical resonance problems 16370-2 September 23 , 2010 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RE CLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 5 . VFD system will not produce any torsional resonance prob lems 6 . VFD torque pulsations shall not exceed 30 % of t he moto r or pump shaft rated torque C . If harmonic filters are required to meet these requirements , the VFD manufacturer must provide the filters at no extra cost and is responsible for the design , manufacturing , and installation of the filter. Compliance shall be verified with on-site field measurements of the harmonic distortion at the point of common coupling wit h and without the VFD's operating . Refer to part 3 of this specificat ion for description of this testing . D. VFD system shall maintain a 0.95 minimum power factor from 10 percent to 100 percent speed. VFD system , includ ing power fact or cor rection and/or harmon ic filter , shall never have a leading power factor under operation or at any other time . VFD manufacturer is to supply a power factor correction system , if required , to meet this requirement. The power factor correction capacitors shall be mounted on the input side of the VFD . Refer to paragraph 3.2 regard ing field test ing of power facto r. E. It is the responsibility of the VFD supplier to obtain source impedance and other circuit data from the utility prior to bidding . 1.07 ENVIRONMENTAL REQUIREMENT A The complete system shall be rated for : 1. Temperature 0°C to 50 °C 2. Relative Humidity:O to 100% PART 2 PRODUCTS 2 .01 GENERAL A Pulse Width Modulation (PWM), 6-pulse . B. Acceptable Manufacfurers 1. Unit 50 HP and larger shall be stand alone . 2. The acceptable manufacturers for stand alone VFD are Allen-Bradley , General Electric , Squa re D, and Toshiba . All such VFDs are to be the same manufacturer. C. The VFD shall be oversized by one motor Frame base on the Standard Motor Frame size on NEC table 430.250 . For example a 25 HP VFD shall be used to start a 20 HP Motor. D. The VFD shall be UL certified and shall comply with the latest applicable standards of ANSI , IEEE , and NEMA. The controllers shall be rated as shown on the plan drawings. As a minimum , the full load output current of the controller shall be equal to the equivalent motor horsepower as listed by the NEC , Table 430-250 E. Unit shall be rated 1 O KAIC minimum. 16370-3 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATE R QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 2.02 CONSTRUCTION A. The variable frequency drive shall be rated 460V , 3 phase, 60 hertz, with the features for both var iable torque applicat ions and constant torque appl ications motors having 1.15 service factor. B. The output carrier frequency shall not be greater than 3kHZ. C. The variable frequency drive shall be rated as indicated in the schedule . The controllers shall provide digitally based speed adjustment of three-phase motors. The variable frequency and voltage output shall provide constant volts per Hertz excitation for the motor up to 60 Hertz. D. The VFD shall be able to be stopped from a local control panel without damage to the drive . E. The variable frequency drive shall have a 110 percent overload rating for one (1) minute , and shall be designed to operate continuously at 115 percent of motor nameplate horsepower and current w ithout exceeding 95 percent of thermal characteristics of the electronics. F. The drive shall be capable of converting incoming three phase , 460V (+10 percent to - 10 percent) and 60 Hertz (+2 Hertz) power to a fixed potential DC bus level in the converter section . The DC voltage shall be inverted by a pulse width modulated (PWM) inverter to a variable frequency output to simulate a usable sine wave . The controller shall maintai n power factor at .95 or greater at any speed or load power factor shall never exceed unity . The controller shall have a minimum efficiency of 95 percent at rated load . G . The converter shall use a diode bridge for the conversion of AC to DC . The inverters shall use transistors as switching devices . Silicon controller rectifiers , current source inverters , and paralleling of devices are unacceptable . H. Stand alone units shall be mounted in individual full height , freestanding enclosures . The controllers shall have easily removable assemblies . I. All stand alone enclosures shall not be less than 11-gauge steel with surfaces to be painted . Provide thermostat and air filters . J . Provide NEMA 4X stainless steel overs ized enclosure for each VFD unit. K. An air conditioning unit shall be provided and mounted in each enclosure . Provide a separate control transformer for air conditioning unit power requirement. L. Doors shall include plastic device holders for mounting up to six operator devices. Factory mounted operator devices shall be factory wired . M. The operating handle of the disconnect shall always remain connected to the breaker and shall not be mounted on the door. The position of the handle shall indicate ON , OFF, or TRIPPED condition of the circuit breaker. The handle shall have provisions for padlocking in the OFF position with at least three padlocks . Interlock provisions 16370-4 September 23 , 2010 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 shall prevent unauthorized opening of closing of the controlle r door with the disconnect handle in the ON position . N. All microprocessor control boards shall be interchangeable for all units . 0. The following standard basic control features shall be provided on the variable frequency cont rolle r: 1. Remote Start , Stop , and speed control via remote input 4-20 DC signa l. 2. Linear independent time acceleration and deceleration adjustable setting . 3 . Isolated process signal follower for 4-20 mA DC control of output frequency . 4. Process output of 4 -20 mA DC for remote speed indication . 5. Constant torque performance from 4 to 60 Hertz . 6. Frequency stability of 0 .5 percent for 24 hours with voltage regulat ion of plus or minus two percent of maximum rated output voltage . 7. Individual door mounted LED type pilot lights for indication of run , power on , and interruption due to over current , over voltage , over frequency , undervoltage , over temperature , and phase loss . 8. 115 VAC isolated control power for operator devices. Low voltage DC contro l power is not acceptable . VFD manufacturer to size control power transformer to power motor heaters. 9. Motor slip dependent speed regulation. 10 . Five-cycle logic power carry-over during utility loss of power . 11 . Insensitive to input line rotation . 12 . Fixed dwell time at start to increase motor starting torque. 13 . Auto restart to automatically restart on phase loss, overvoltage, and undervoltage trips only. 14 . Hand-Off Auto selector that allows speed control to change from unit mounted potentiometer in hand position to input process follow in auto mode. 15 . Provide percent speed meter in face of unit. 16 . Provide all necessary control relays , timers , indicating lights , etc. as shown on the Drawing. All of these devices shall be installed in the VFD enclosure . P. The following standard protective features shall be provided on the controller : 1. Input AC circuit breaker with an interlocked , padlockable handle mechanism . 2. AC input line current limiting fuses . for fault current protection of AC to DC converter section . 3. Electronic overcurrent trip for instantaneous and inverse time overload protection . 4 . AC input line undervoltage and phase loss protection. 5 . Overtrequency protection . 6. Overtemperature protection . 7. Surge protection from input AC line transients . 8. Electrical isolation between the power and logic circuits, as well as between the 15 Volt AC control power and the static digital sequencing. 9. Ability to withstand output terminal line-to-line short circuits without component failure . 10 . Dv/dt and di/dt protection for converter semiconductors . 11. Input and output power line reactors for all units. For any protective condition 1 through 7, the controller shall trip and an internal fault relay contact shall close for remote indication/alarm . 16370-5 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 Q . The following standard independent adjustment shall be provided on the controller: 1. Minimum Speed : 4 to 40 Hertz 2. Maximum Speed : 40 to 90 Hertz 3. Acceleration: 0.5 to 30 Hertz per second with ranges of 2-180 seconds for 0-60 Hz 4. Deceleration : 0.5 to 30 Hertz per second with ranges of 2-180 seconds for 0-60 Hz 5. Low Frequency Boost: Up to 60 Volts at 2 Hertz 6 . Volts per Hertz : Adjustable from 3.83 to 11.5 volts per Hertz R. The following modifications shall be furnished with the controller: 1. Process control output signal of 4-20 mA DC , proportional to controller frequency (speed) including gain and bias adjustments. 2 . Controller status relay with two Form C relay pairs , rated 2 amps resistive at 115 Volt AC for indication of on condition . 3. Fused thermostat-controlled space heaters to minimize possible condensation upon controller shutdown . 4. Diagnostic and service analyzer to monitor the performance and operating condit ions of the controllers shall be panel mounted for each drive . The analyzer shall be capab le of being plugged into any controller, regardless of rating without special modification and shall provide the ability to run , stop , and control speed . S. Filters when applicable: Provide line filters to reduce harmonics and noise from propagating into the distribution system . T. The VFD manufacturer shall evaluate the location of the motor in reference to the VFD and shall furnish and install necessary reactor inside the VFD enclosure to mitigate the reflected walls. U. Pushbutton , selector switches indicating lights shall be in accor~ance with 16191 . 2 .03 IDENTIFICATION A. Provide wiring , cabinet , terminal number, warning sign , etc identification per 16012. 2 .04 MOTOR PROTECTION A. Provide motor monitoring and protection features as described below, as shown on contract drawing and driven equipment specification. B. The following ANSI relaying device functions shall be provided : 1. #27-Under voltage 2. #37-Under current 3. #46-Phase Reversal 4 . #47-Phase Sequence 5. #49-1 2T Thermal Motor Overload 6 . #SO-Instantaneous overcurrent relay 7. #51-Time Overcurrent 8. #55-Power Factor 9. #59-0vervoltage 10 . #66-Starts Per Hour 16370-6 VARIABLE FREQUENCY DRIVE VILLAGE CR EEK RECLA IMED WATER QUA LI TY IMPROVEMENTS September 23 , 2010 318-042-22 11 . #81-Frequency 12. #86-Lockout/Start Inhibit 13 . Over temperature protection to be supllied when motor is supplied with RTD . 2 .05 PROTECTIVE DEVICES A. Provide protective device as shown on control schematic . PART 3 INSTALLATION 3.01 FIELD STORAGE AND INSTALLATION A . Wiring and handling shall be per manufacturer's recommendations . 8. The variable frequency drive shall be protected against damage at all times . The controller shall be stored inside in a clean , dry environment with temperature and humidity within the range specified by the controller manufacturer. Space heaters shall be energized during storage , as recommended by the manufacturer. The Contractor is responsible for providing the indoor storage facility or enclosure. 3.02 FACTORY TESTS AND CHECKS A. Variable frequency drive power transistors and diodes shall be 100 percent inspected and tested, including temperature cycl ing (0 ° to 50 °C) and ambient high temperature (+55 °C) load testing . B. All integrated circuits shall be 100 percent inspected and tested . Testing shall include pass/fail testing , temperature cycling (-20 °C to 70 °C) and ambient high temperature (+70 °C) testing in compliance with MIL-STD-88138 . C. Small signal semiconductors, resistors, capacitors , and diodes shall be lot sampled per MIL-STD-105D (one percent AQL). Testing will include parameter, as well as functional characteristics. D. All printed circuit boards shall be tested under a temperature cycling (0 °C to 50 °C) 20- hour load test and then functionally tested via fault and find bench equipment prior to unit installation . · E. All final assemblies shall be tested at full load with application of line-to-line and line- to-ground bolted faults. Variable frequency drive shall trip electronically without device failure . F. After all tests have been performed , each variable frequency drive shall undergo a 3 hours total burn-in test. The controller shall be burned in at a 100% inductive or motor load for 2 hours, then burn in at 50%, 60% 80% and 100% for a period of 15 minutes for each increment for a total period of 3 hours without unscheduled shutdown . G. After the burn-in cycle is complete; each variable frequency drive shall be put through 1 to 2 hours cycling motor load test (dynamometer) before inspection and shipping. 16370-7 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 H. Certification that all of the testing above has been performed shall be provided by the variable frequency drive manufacturer. 3.03 TESTING AT DRIVEN EQUIPMENT FACTORY A. As requested in Division II specification. The VFD manufacturer shal.1 coordinate with the driven equipment and motor manufacturers , and the tests to be performed shall be in accordance to 3.4 . The VFD manufacturer is responsible for the shipping costs to the driven equipment supply factory, repackaging costs , shipping costs to the owner's project site , and all associated costs required for the VFD testing and final delivery to the owner's project site . 3 .04 FIELD TESTING A. Acceptance testing shall be performed in accordance to Div ision 16 . B . Provide all testing and recording instruments as part of the field testing, at no extra cost to the OWNER. C . Make the following minimum test and checks before the manufacturer's representative is called in for testing and adjustment. 1. Verify that all connections are completed in accordance with shop drawings 2 . Verify supply voltage and phase sequence is correct 3 . Check mechanical interlocks for proper operation 4 . Test ground connections for continuity and resistance 5. Check control circuit interlocking and continuity 6. Test each drive through the specified speed ranges and loads for a minimum of two hours 7. Test each drive by using the actual control signals for remote and local operations 8. Test each drive alarm function D. Retain a qualified representative of the manufacturer for a minimum period of 8 hours per variable speed drive (stand alone) and 2 hours per variable sped drive (MCC lineup) to perform the following services : 1. Equipment Installation a . Inspect the completed installation and note deficiencies b . Be present and assist the CONTRACTOR during start-up, adjusting, and field testing of the completed installation 2. Furnish all test forms and procedures for field testing 3. The manufacturer's representative shall revisit the job site as often as necessary until the installation is entirely satisfactory to the OWNER. a. Additional site visits shall be provided at no additional expense to the OWNER E. In the event of an equipment fault , notify the ENGINEER immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the CONTRACTOR, the ENGINEER and the equipment manufacturer's factory service technician . Repair or replace the equipment as directed by the OWNER. 16370-8 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 F. After startup , the manufacturer/CONTRACTOR shall perform field acceptance test ing which shall measure the harmonics generated at the point of common coupling (PCC). Perform the following testing at each drive : 1. After operating for one hour at maximum speed and load imposed by the driven equipment , reduce speed in 6 equal increments between 60 hertz and minimum speed. 2. Using the power recorder , record the resultant fundamental and harmonic voltages and currents and the total rms voltage , watts and rms current at both the drive input and at the drive output to the motor at each operating point. 3. Using the power recorder , record the voltage waveforms at the motor terminals or at the motor disconnect, if the disconnect is located within 10 feet of the motor. Demonstrate that the peak value of the waveform does not exceed 1000 volts. 4. If the peak voltage does exceed 1000 volts , then adjustments or modificat ions to the variable speed drive shall be made to remedy the situation. 5. Repeat field test ing and adjustment of the var iable speed drive unit until the requirements are met. 6. Submit copies of the reports and graphs generated during the testing which show compliance with the spec ifications . G . If the harmonics are not within the limits of the IEEE-519 , the manufacturer shall install all necessary fi lters required and the manufacturer shall bear all costs for the design , manufacture , and installation of the filters . The above test shall be resumed to prove IEEE-519 compliance. 3.05 ADJUSTMENT A Make all VFD internal adjustments and all adjustments necessary for manual and automatic operation of the entire system of driven equ ipment. 3.06 CLEANING A Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes , vacuum cleaner, or clean , lint-free rags . Do not use compressed air. END OF SECTION 16370-9 VARIABLE FREQUENCY DRIVE VILLAGE CREEK RECLAIMED WATE R QUALITY IMPROVEMENTS September 23, 2010 318-042 -22 SECTION 16438 DRY-TYPE TRANSFORMERS-GOO VOLTS AND BELOW PRIMARY AND RA TED 150 KV A AND SMALLER PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install three phase and single phase , individually mounted , dry-type transformers for general purpose . 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety : 1. ANSI/NEMA Publication No . ST 20 -Dry-Type Transformers for General Application 2. ANSI/UL 506 -Specialty Transformers 3. NFPA 70 -National Electric Code 1.03 SUBMITI ALS A. The following information shall be submitted to the ENG INEER: 1. Dimension drawing and weight 2 . Technical certification sheet 3. Conduit entry/exit locations 4. Transformer ratings includ ing : a. Primary and secondary kVA b. Voltage c. Taps d. Primary and secondary continuous current e . Basic Impulse level fo r equipment ove r 600-volts f . Impedance g . Insulation class and temperature rise h. Sound level - 5. Test reports for transformers 300 kVA and above , indicating losses at 25 , 50 75, and 100 percent rated load and sound level. PART 2 PRODUCTS 2.01 RA TINGS A. Transformer shall be designed for continuous operation at rated kVA, voltages , phases and winding configurations are indicated on the drawings . Transformers must be rated for 60 hertz operation and shall be ventilated or totally enclosed type. 2.02 COILS A. Windings: Use copper windings . Aluminum windings shall not be acceptable . The windings shall be treated to resist the effect of moisture. 16438-1 September 23 , 2010 DRY TYPE TRANSFORMERS 600V AND BELOW PRIMARY AND RA TED 150 KV A AND SMALLER VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 B. Taps : Furnish transformers with full load rated taps in the primary windings as follows : kVA Rating 3-15 kVA , single phase ; 9-15 kVA , three phase 25-167 kVA , single phase ; 30-150 kVA , three phase 2 .03 INSULATION Taps Two 5 percent taps below rated voltage Two 5 percent taps below rated voltage Two 5 percent taps below below and two above rated voltage A. Provide UL recognized 220°C insulation system capable of continuous operation at 40 °C ambient without exceeding 150°C winding temperature rise . 2 .04 SOUND REQUIREMENTS A. Average sound levels must not exceed the follow ing values as measured in accordance with NEMA ST 20-4 .12 . kVA db 0-9 40 10-50 45 51 -150 50 2 .05 CONSTRUCTION A. Indoor: Unless otherwise specified or indicated, transformers installed in NEMA 1 area shall be ventilated type , with corrosion res istant finish . B. Outdoor: For outdoor mounted transformers provide total enclosed NEMA 4X 316 stainless steel enclosure . C . Totally Enclosed Transformers : Totally enclosed non-ventilated transformers shall be installed in areas subjected to washdown or corrosives . The transformers shall be rated at insulation class of 220 °c with 150°C temperature rise at ambient tempe rature of 40 °C in a 316 stainless steel enclosure . D. Wiring Compartment: Locate the wiring compartment below the core and coil . Have the compartment cooled by air circulation or insulated from the core and coil with a suitable thermal barrier. E. Grounding : Ground the core of the transformer to the enclosure with a flexible grounding conductor sized according to NEC requ irements. 16438-2 September 23 , 2010 DRY TYPE TRANSFORMERS 600V AND BELOW PRIMARY AND RA TED 150 KV A AND SMALLER VILLAGE CREEK RECLAIM E D WATER QUALITY IMPROVEMENTS 318-042-22 F. Mounting Brackets : Furnish mounting brackets , as required , for wall or ceiling mounting of transformers rated 45 kVA and less . G. Transformers shall be provided with integrated vibration insulation to completely isolate the core and coil assembly from the transformer enclosure . H. Provide transformer nameplates of type 316 stainless steel , marked in accordance with NEC . Fasten nameplate to transformer with stainless steel screws or rivets . 2 .06 ACCEPTABLE MANUFACTURERS A. Acceptable manufacturers are: 1. General Electric 2. Square D 2.07 TRANSFORMER SCHEDULE Identification Size Primary Secondary Enclosure Notes (kVA) Voltage Voltage 480V 230V Case UV TX1 75kVA 3PH 3PH NEMA3R Manufacturer selected is Ozonia . 75kVA 480V 480V NEMA3R 3PH 3PH Isolation transformer TX2 15kVA 480V 120/208V NEMA3R Case UV 3PH 3PH Manufacturer selected is Trojan . PART 3 EXECUTION 3.01 CONDUIT CONNECTIONS A. Attach incoming and outgoing conduits to the transformer enclosure with 24-inch long flexible conduit. 8 . Run a bonding jumper, sized per NEC Table 250-122 , on inside and along the outside of flexible condu it. 3 .02 CABLE CONNECTIONS A. Make transformer cable connections with compression-type lugs suitable for termination of 75 °C rated conductors. Position lugs so that field connections and wiring will not be exposed to temperature above 75 °C. 16438-3 September 23 , 2010 DRY TYPE TRANSFORMERS 600V AND BELOW PRIMARY AND RATED 150 KVA AND SMALLER VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 3.03 FLOOR MOUNTING A. Construct concrete pad for floor-mounted transformers in accordance with Section 16010 -Electrical General Provisions. B. Maintain a minimum of 4 inches free air space between enclosure and walls . 3 .04 WALL MOUNTING A. Securely anchor type 316 stainless steel mounting brackets to the wall to provide adequate transformers support . B. Provide vibration isolation for mounting the transformers. 3.05 FIELD TESTING AND ADJUSTMENTS A. In accordance with Section 16060-Acceptance Testing and Calibration. END OF SECTION 16438-4 September 23 , 201 O DRY TYPE TRANSFORMERS 600V AND BELOW PRIMARY AND RATED 150 KVA AND SMALLER VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 SECTION 16445 PANELBOARDS -DISTRIBUTION AND BRANCH CIRCUITS PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install distribution and branch circu it panel boards . 1.02 REFERENCED STANDARDS A The following standards shall apply as if written here in the ir entirety : 1. UL 50 -Cab inets and Boxes 2. UL 67 -Electric Panelboards 3. NEMA AB 1 -Molded Case Circuit Breakers 4 . NEMA AB 2 -Procedures for Ver ifying the Performance of Molded Case Circuit Breakers 5. NEMA KS 1 -Enclosed Switches 6. NEMA PB 1 -Panelboards 1.03 SUBMITTALS A. The follow ing information shall be submitted to the Engineer : 1. Breaker layout drawing with dimens ions indicated and namep late designation 2 . Component list 3. Conduit entry/exit locations 4 . Assembly ratings including : a . Short-circuit rating b. Voltage c. Continuous current 5 . Cable terminal sizes PART 2 PRODUCTS 2.01 ENCLOSURE A. Cabinet: 1. Construct cabinets in accordance with UL 50 . Use painted galvanized sheet steel 16-gauge or more . 2 . Provide a minimum 4-inch gutter wiring space on each side . 3 . Reinforce cabinets and securely support bus bars and over-current devices to prevent vibration and breakage in handling . 4 . Provide standard conduit knockouts in cabinet ends . 5 . Finish cabinets of surface-mounted panelboards to match doors and trim as specified below . 6 . Panelboards mounted outdoors shall be weatherproof, and shall have a door behind door type construction . 7 . Panelboards mounted outdoor in wet or corrosive areas shall have NEMA 4X stainless steel 316 enclosures . 16445-1 September 23 , 2010 PANELBOARDS -DISTRIBUTION AND BRANCH CIRCUITS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042 -22 8. Panelboards mounted indoor shall be NEMA 12 enclosures for areas classified as NEMA 12 . 8 . Doors and T ri m: 1. Fabricate doors and trim from cold-rolled sheet steel. 2 . Equip doors with flush -type combination catch and key lock. 3. Key all locks alike . Fasten trim for flush-mounted panelboards to cabinets by an approved means which permits both horizontal and vertical adjustment. 4 . Trim for surface-mounted panelboards must fit the cabinet with no overhang . 5. Apply a finish to trim and doors consisting of two coats of enamel over a rust- inhibit ing prime coat. 2 .02 BUS A. Material: 1. Provide tin plated , copper bus bars , 98 percent IACS conductivity , full-sized throughout their length . 2. Use buses with tin-plated contact surfaces . 3. Include a tin plated copper bus bar ground bus in panelboard rated. 4. Full size (100% rated) insulated neutral bus shall be included in the panel board, shown with neutral. 200% rated neutral bus shall be supplied for panels designated on the drawings . 5. The ground and neutral bus shall be at least one terminal screw for epch circuit. 6 . Provide through feed or sub feed lugs where indicated . 7. Provide lugs and connection points on phase , neutral and ground bus suitable for copper conductors. 8. Spaces for future circuit breakers shall be bussed for the maximum devices that can be fitted . 8 . Size bars as indicated and brace them to withstand the available symmetrical short circuit current. C. Installation : 1. Install buses in allotted spaces so that devices can be added without additional machining , drilling , or tapping . 2. Mount neutral bars , as required, on the opposite end of the main lugs. 2 .03 PROTECTIVE DEVICES A. Circuit Breakers : Provide circuit breakers for the specified service w ith the number of poles and ampere ratings indicated. All breakers 250A and above shall be 100% rated . 1. Provide breakers which are quick-make and quick-break on both manual and automatic operation . 2. Use a trip-free trip indicating breaker. 3. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. Where indicated, provide ground fault circuit breakers (GFCB). 16445-2 September 23, 2010 PANELBOARDS -DISTRIBUTION AND BRANCH CIRCUITS V ILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS 318-042-22 4. For 2-pole and 3-pole breakers, use the common-trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not acceptable . 5. Unless otherwise indicated , provide circuit breakers with the following interrupting ratings : a. Each circuit breaker used in 120/208 Volt panelboards shall have an interrupting capacity of not less than 10 ,000 Amps , RMS symmetrical. b. Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 10 ,000 Amps, RMS symmetrical. c. GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings . GFCI units shall be 1 Pole, 120 Volt , molded case , · bolt-on breakers, incorporating a solid state ground fault interrupter circuit insulated and isolated from the breaker mechanism . The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of 10,000 Amps , RMS . d. Circuit breakers shall be as manufactured by the panelboard manufacturer. 6. Connect breakers to the main bus by means of a solidly bolted connection . 7. Use breakers which are interchangeable, capable of being operated in any position within the panel. 8. Independently mount breakers so that a single unit can be removed from the front of the panel without disturbing or removing main bus , other units or other branch circuit connections . 9. Provide individual breaker handle lock for all circuits that supply exit signs, emergency lights , and fire alarm panels . 10. Provide GFI circuit breakers for heat trace circuit. The rating shall be as per NEC . B. Surge Suppressor: All 480V panelboards shall be provided with SPD in accordance with Specification 16289. C . Service Entrance : The panelboard shall have a connection for housing and grounding neutral conductor. Provide a UL label for the panelboard. 2.04 CIRCUIT IDENTIFICATION A. Directory : 1. For each panelboard, provide a directory frame mounted inside the door with a heat-resistant transparent face and a directory card for identifying the load served. 2 . Type directory as specified in Section 16010. B . Nameplate : 1. Provide a white nameplate with black lettering on the face of the panelboard using the following as an example : Panel HA 277/480V, 30, 4W Feeder from MCC-B/Section 2. The nameplate shall have a n:iinimum thickness of 1/8". 3. Nameplate to be in accordance with Section 16012. 16445-3 September 23 , 2010 PANELBOARDS -DISTRIBUTION AND BRANCH CIRCUITS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 2.05 LISTING A . UL 67 -Electric Panelboards . 2.06 ACCEPTABLE MANUFACTURERS A. Acceptable manufacturers are General Electric and Square D. PART 3 EXECUTION . 3.01 INSTALLATION A. Install panelboards in the locations as shown and as recommended in NEMA PB1 .1. B. In wet and corrosive areas, including outdoor locations , install stainless steel 316 panelboard enclosures on Type 316 stainless steel unistrut support to provide clearance behind the mounting surface . C. In wet and corrosive areas, including outdoor locations , connect conduits to the bottom of the enclosure and to the lower 30 percent of the sides . D. All conduit connections shall be by use of Myers hub . 3.02 MOUNTING HEIGHT A. Install the panelboards such that the center of the switch or circuit breaker in the highest position will not be more than 6-1/2 feet above the floor or working platform . 3.03 SPECIAL REQUIREMENTS A. All copper items , including wiring , terminal blocks , lugs , connectors , bus , etc ., shall be tin plated copper. B. All steel shall be primed and painted as specified . Galvanized items shall also be painted . C. All hardware , including nuts , bolts, washers , screws , anchor bolts , door hinges , etc., shall be made of 316 stainless steel. D. The panelboard steel parts shall be cleaned and sprayed in control cleaning solutions by a multi..:stage spray washer. The operation shall produce a coating of a minimum of 150 milligrams per square foot to meet MIL Specification TI-C490. The primed metal parts shall be electrostatically coated with power paint to a thickness of 2.5mils. The paint finish shall withstand a minimum of 1000 hours salt spray test. END OF SECTION 16445-4 September 23 , 2010 PANELBOARDS -DISTRIBUTION AND BRANCH CIRCUITS VILLAGE CREEK RECLAIMED WAT ER QUALITY IMPROVEMENTS PART1 GENERAL 1.01 WORK INCLUDED SECTION 16450 GROUNDING 318-042-22 A. Furnish and install grounding and bonding equipment for the electrical system . It is the intention of this specification that all electrical equipment be grounded. Furnish labor, materials , equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 16010 , GENERAL ELECTRICAL REQUIREMENTS. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/IEEE Standard 142 -Recommended Practice for Grounding of Industrial and Commercial Power Systems 2. ANSI/UL 467 -Grounding and Bonding Equipment 3. NFPA 70 -National Electrical Code 1.03 SUBMITTALS A. Submittal shall be in accordance with Section Division 1 and shall include : 1. Grounding materials , equipment and processes. 2. Product Data: For each tyRe of product supplied . 3. Field quality-control test reports . 1.04 QUALITY ASSURANCE A. Electrical Components , Devices , and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction , and marked for intended use . B. Comply with UL 467 for grounding and bonding materials and equipment. 1.05 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods . and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms . PART 2 PRODUCTS A. Material : GROUND RODS : 304 Stainless Steel , having a diameter of 3/4" and a minimum length of 10'. B. Listing : UL 467 16450-1 GROUNDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 2 .02 GROUND CABLES A. Stranded , bare tinned copper of 98% conductivity and as specified in Section 16120 CONDUCTORS 600V AND BELOW 2.03 CONDUIT GROUND FIITINGS A. Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp ., type NE or Thomas & Betts No . 3951 series . 2 .04 GROUND ROD BOXES A. Precast Box with cast iron lid. Lid shall read "ground rod " on lid . Brooks Precast Model. "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating . 2.05 GROUND PLATE ELECTRODES A. 20 gauge copper with terminated two (2) foot welded pigta il connection . 2.06 CONNECTIONS A. Type: 1. Unless otherwise noted , provide exothermic weld typed for all non-accessible and below-grade connections. 2. For above grade connections provide bonds and clamps of a nonferrous material which will not cause electrolytic action between the conductor and the connector. B. Listing : UL 467 . C. Acceptable Manufacturers : 1. Below grade : Cadweld , Thermoweld 2. Above grade : a . Burndy b . llsco c. OZ/Gedney d . T &B 2 .07 CERTIFICATION A. Contractor shall receive from the manufacturer proper training prior to execute the exothermic weld connection . 2 .08 WIRING A. Provide copper insulated conductors for bonding jumpers . All grounding conductors shall be tinned copper, stranded . 1. Provide 600-volt insulated conductors having a green-colored XHHW insulation for equ ipment grounding conductors . 2. Ground conductors shall be protected in conduit where subject to physical damage. 16450-2 GROUNDING V ILLAGE CREEK RECLAIMED WATER QUALITY I MPROVEMENTS September 23 , 201 O 318-042 -22 3. All exposed ground conductors shall be installed in condu its . Ground conductor attached to cable trays shall not be considered exposed . 2 .09 GROUND BUS A. Round-edge t in plated copper bar with 98 percent International Annealed Copper Standard (IACS) conductivity . B. Size the bus for not less than 25 percent of the cross-sect ional area of the related feeder. C. A minimum ground bus size of 3-inch by 2 inches is requ i red . 2 .10 GROUNDING FOR INSTRUMENTATION SYSTEM A. Ground Loop for instrumentation system shall be grounded at only one point to the building ground system . 2.11 GROUND LOOP A. All ground loop conductor shall be tin plated bare copper minimum wi re size shall be #3/0 unless otherwise noted . PART 3 EXECUTION 3 .01 SYSTEM GROUND A. System Neutral : 1. Where a system neutral is used, ground the system neutral conductor as requ ired by NEC Article 250 . 2. Ground the system neutral only at the point of service and isolate it from ground at all other points in the system . B. Separately Derived Systems: Ground neutrals of separately derived systems such as generators , transformers , etc., in accordance with NEC 250-30 . C . Size: Size the system grounding conductors to comply with NEC Table 250-66, unless shown larger. 3 .02 EQUIPMENT GROUND A. Raceway Systems and Equipment Enclosures : 1. Ground cab inets , junction boxes, outlet boxes, motors, controllers , raceways , fittings, switchgear, transformer enclosures, handrail , stair, steel pipe and other equipment and metallic enclosures. 2 . Ground equipment and enclosures to the continuous-grounded, metallic raceway system in addition to any other specific grounding shown. 3 . Provide bonding jumpers and ground wire throughout to ensure electrical continuity of the grounding system . 16450-3 GROUNDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 4. Provide grounding-type insulated bushings for metal conduits terminating in equipment enclosures containing a ground bus and connect the bushing to the ground bus . 5. Provide a green insulated equipment grounding conductor for each feeder , power branch circuit, receptacle branch circuit and lighting branch circuit. 6 . Raceways shall not be used for equipment ground . Provide individual equipment ground wires for all equipment even if not shown on plans. 7 . Provide bonding jumper and bonding bushing on each metallic conduit entering or leaving the enclosure of the service equipment. 8 . Where grounding conductors are shown , bond the wires to metallic enclosures at each end and to intermediate metallic enclosures. Connect grounding conductors to grounding bushings on raceway. Where any equipment contains a ground bus, extend and connect grounding conductors to that bus . Run ground conductor inside conduits enclosing the power conductors. 9 . Make connections of any grounding conductors to motors Yi HP and above, or circuits 20 amps or above, by solderless terminal and a 5/16-inch minimum bolt tapped to the motor frame or equipment housing . Grounding clips mounted directly on the box, or with 3/8-inch machine screws. Completely remove all paint , dirt, or other surface coverings at grounding conductor to connection points to that good metal-to-metal contact is made . 10 . Ground metal sheathing and any exposed metal vertical structural elements of buildings. Ground metal fences enclosing electrical equipment. Bond any metal equipment platforms which support electrical equipment to that equipment. Provide good electrical contact between metal frames and railings supporting pushbutton stations, receptacles, instrument cabinets , etc., and raceways carrying circuits to these devices. 11 . Bond neutrals of transformers to the system ground network, and to any additional indicated grounding electrodes . 8 . Size : 1. When grounding and bonding conductors are not sized on drawings , size the grounding conductors in accordance with NEC Table 250-122. 2. Size bonding jumper so that mintmum cross-sect ional area is greater than or equal to that of the equivalent grounding conductor as determined from NEC Table 250-122. C. Install sufficient ground rods in addition to those shown, or code required grounding so that resistance to ground as tested by standard methods does not exceed 1 ohm . Where more than one rod is required, install rods at least 6 feet apart. 3.03 GROUND CONNECTIONS A. Unless shown otherwise , make connections of grounding conductors to ground rods at the upper end of the rod with the end of the rod and the connection point below finished grade. 8. Make connections of sections of outdoor ground mats (counterpoise) for substations or other equipment underground . Make connections of other grounding conductors generally accessible. 16450-4 GROUNDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 C. When making thermite welds , wire blush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer's recommendations. After welds have been made and cooled , brush slag from the weld area and thoroughly clean the joint. For compression connectors , use homogeneous copper , anti-corrosion , surface treatment compound at connectors in accordance with connector manufacturer's recommendations . Use connectors of proper size for conductors and ground rods specified. Use connector manufacturer's compress ion tool. Notify ENGINEER prior to backfill ing any ground connections . 3 .04 FIELD TEST A. The testing shall be performed in accordance with Division 16 . END OF SECTION 16450-5 GROUNDING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART1 GENERAL 1.01 WORK INCLUDED SECTION 16600 LIGHTING 318-042-22 A. Furnish and install complete lighting and receptacle systems , including lighting fixtures , receptacles , switches , and all accessories and appurtenances as shown on the drawings and as spec ified here in. 1.02 REFERENCED STANDARDS A. The following standard shall apply as if written here in their entirety: 1. ANSI C78 -Fluorescent Lamps . 2. ANSI C78 -High -Intensity-Discharge Lamps . 3. ANSI C78 -Incandescent Lamps . 4. ANSI C82 -Lamp Ballasts . 5. ANSI/UL 844 -Safet y Standard for Electrical Lighting Fixtures for Use in hazardous Locat ions . 6 . ANSI/UL 935 -Safety Standard for Fluo rescent Lamp Ballasts. 7. ANSI/UL 1029 -High-Intensity-Discharge Lamp Ballasts . 8. NEMA FA 1 -Outdoor Floodl ighting Equipment. 9. NEMA LE 1 -Fluorescent Luminaires . 10. NEMA LE 3 -Manual for High-Intensity-Discharge (H-1-D) Lamps . 11 . UL 57 -Electric Lighting Fixtures . 1.03 SUBMITTALS A. Submit shop drawings showing complete construction details for all equipment in compliance with Division 1 -General Provisions. 1.04 QUALITY ASSURANCE A. Lighting fixtu res shall be in compliance with the National Electrical Code , and shall be constructed in compliance with the Underwriters' Laboratories "Standards for Safety , Electric Light ing Fixtures". Lighting fixtures shall be Underwriters' Laboratories labeled . PART 2 PRODUCTS 2 .01 MATERIALS A. Lighting Fixtures : Lighting fixture types shall be as shown in the "Lighting Fixture Schedule" on the drawings. The catalog numbers listed are given as a guide to the design and quality of fixtures des ired. Equivalent designs and equal quality fixtures of other approved manufacturers shall be acceptable . 16600-1 LIGHTING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS Septembe r 23 , 2010 318-042-22 B. Lamps : 1. Fluorescent lamps shall be T8 bi-p in and rapid start, standard cool white with wattage rating as ind icated in the "Fixture Schedule". 2. Fluorescent ballasts shall be Class P, rapid start, high power factor , CBM certified by E.T .L., and listed by Underwriters' Laboratories , Inc . for operation on 120 volt 60 hertz , and as indicated in the "Fixture Sche.dule". 3. Emergency ballasts for fluorescent fixtures shall consist of a battery, charger, and electronic circuitry contained in a single , compact enclosure, and shall be as indicated in the "Fixture Schedu le". Test sw itch and charging indicator light shall be externally mounted on fixture housing . 4. High intensity discharge (H .I.D.) lamps shall be deluxe white , or clear , of the size and type as specified in the "Lighting Fixture Schedule " on the drawings . 5. High intens ity discharge (H.1.D .) ballasts shall be of the constant wattage auto- t ransformer type . All ballasts shall be of the correct size and voltage for the fixture it is to serve as specified in the "Lighting Fixture Schedule" on the drawings. 6. All HID fixtures shall be equ ipped with constant wattage , high poser factor ballasts . Ballast noise under loaded conditions shall not exceed 55 dbA at three feet for each ballast. 7. All HID lamp sockets shall be mogul base , porcelain screw shell. C. 24-Hour Programmable Timers 1. Unless otherwise specified , time switches shall be of the programmable type capable of being programmed at the intervals as noted on the Drawings over a 24-hour day . Program tabs shall be easily set by hand without tools to obtain or to change the desired programming schedule. The switching condition shall be maintained when adjacent tabs are set alike . 2. The unit shall be powered by a self-starting , enclosed , 120 Volt, synchronous motor capable of cont inuous accurate operation . A reserve power, precision wound spring and associated escapement device shall be integrally mounted to maintain time settings during power failures of up to 24 hours . 3. The switch mechanism shall be a self-contained unit rated at not less than 20 Amps , 120 Volts , single pole , double throw and shall be readily replaceable in the field. 4. An omitting device shall be furnished as an integral part of the time switch ing operation to be skipped for any preselected day or days of the week. 5. Unless otherwise specified , time switches shall be as manufactured by lntermatic; TORK ; Paragon or approved equal. 6 . Used for fan control , not used for lighting loads. D. Photocells 1. The photocells shall be suitable for power duty with individual fixtures or for pilot duty with contactors as detailed on the Drawings . 2 . 480V Photocell shall be Precision P7275 or approved equal. 3. 120V Photocell shall be Precision P2275 or approved equal. 4. 208V -277VAC Photocell shall be Precision P68275 or approved equal. 5. Locking type receptacle shall be Precision M2A or approved equal. 16600-2 September 23 , 2010 LIGHTING V ILLAGE CREEK RECLAIMED WAT ER QUALITY IMPROVEMENTS 318-042-22 E. Lighting Contactor 1. Light ing contactor 60A and above shall be of the electrically operated , mechanically held type mounted in NEMA 1, enclosures (except where noted otherwise on the Drawings) with number of poles as noted on the Drawings . Operating coils shall be rated for 120 Volts unless otherwise · indicated on the Drawings and shall be for momentary operation . Provide with "Hand-Off-Auto" switch on cover where shown on the Drawings . 2 . Lighting contactor below 60A shall be of the electrically operated , electrically held type mounted in NEMA 1, enclosures (except where noted otherwise on the Drawings) with number of poles as noted on the Drawings . Operating co ils shall be rated for 120 Volts unless otherwise indicated on the Drawings and shall be for momentary operation . Provide with "Hand-Off-Auto " switch on cover where shown on the Drawings . 3. Contactors shall be rated for 20 Amps , 600 VAC and shall be Automatic Switch Co ., Bulletin 917 RC , similar by Square D Co .; or approved equal. PART 3 EXECUTION 3.01 COORD INATION A. Verify that the lighting fixtures are compatible with the specified ceiling systems as indicated on the architectural drawings . B . Advise the ENGINEER of any discrepancies before placing the lighting fixture order. 3.02 LIGHTING INSTALLATION A. Fixtures must be completely wired and lamps installed . 8 . Lighting fixtures must be operating properly at final completion . C. Provide hangers and support members for fixtures as requ ired for proper installation . -D. Provide appurtenances which include stud supports , stems , mounting brackets , frames , and plaster rings. E. Support fixtures from the building structure, or from furring channels . Furring channels must be a min imum of 1-1/2 inches wide . F. Flexible metal conduit from junction box to lighting fixture shall not touch the cei ling as finally installed . END OF SECTION 16600-3 LIGHTING VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 318-042-22 SECTION 16700 COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install a functional control panel to operate the control system as specified in the detailed mechanical equipment requ irements of this Section . 8. Obta in all requ ired contro l descriptions and data from the detailed mechanical equipment requ irements to th is Section , the System Description and the control schematic diagrams on the Electrical Contract Drawings . C . Provide control system engineering to produce custom elementary drawings showing interwiring and interlocking with remote devices . D . All control devices, unless specified otherwise , shall be mounted in the control panel. E. This section includes contro l panels supported by equipment manufacturers to manually or automatically operate the mechanical equipment. 1.02 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers (IEEE) 8 . National Electrica l Manufacturers Association (NEMA) C . Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300 , shop drawings and product data for the following : 1. Equipment outline drawings showing elevation , plan and interior views , front panel arrangement , dimensions , weight , sh ipp ing splits , condu it entrances and anchor bolt pattern . Indicate all options , special features , ratings and deviations from this Section . Furnish complete B ill of Materials indicating manufacturer's part numbers . 2. Power and control schematics including external connections. Show wire and terminal numbers and color coding. 3. Instruction and replacement parts books . 4 . Certif ied shop test reports . 5. As-built final drawings. 6 . Field tests and inspection reports . 16700-1 September 23, 2010 COMMON C_QNTROL PANEL REQUIREMENTS FOR EQUIPMENT V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 1.04 QUALITY ASSURANCE A. A factory authorized service and· parts organization shall be able to respond to any service call fo r the project within 8 hours . Provide the name and address of the factory authorized service and parts organization nearest to the project location at the time of the bid . 8 . Equipment components and devices shall be UL labeled to the extent possible wherever UL standards exist for such equipment. C. The contro l panel manufacturer shall demonstrate at least three years of continuous field operating experience in control panel design and fabrication . Submit customer/user list with telephone numbers , addresses and names of customer/user representatives . 1.05 SYSTEM DESCRIPTION A. Refer to the detailed mechanical equipment specifications for description of system operation . 1.06 DELIVERY, STORAGE AND HANDLING A. Package the control panel for maximum protection during delivery and storage. 8 . Store the control panel indoors in a clean , dry, heated storage facility until ready for installation . Do not install the control panel in its final location until the facilities are permanently weather tight. Protect the control panel at all times from exposure to moisture , chemicals , hydrogen sulfide and chlorine gas . 1.07 PROJECT/SITE REQUIREMENTS A. The control panel shall consist of a main circuit breaker, a combination motor circuit protector (MCP), magnetic starter and overload relay for each motor, a 120 volt control power transformer with two fuses on the primary and one fuse on the secondary . All control components shall be mounted in one common enclosure . Control switches shall be provided to operate each motor either manually or automatically. 1.08 WARRANTY A. Manufacturer shall warrant equipment to be free from defects in materials and workmanship for a period no less than the controlled equipment warranty. PART 2 PRODUCTS 2.01 RATING A. The control panel shall operate on a power supply as indicated on drawings. 8 . The overall withstand and interrupting rat i ng of the equipment and devices shall not be less than 10,000 amperes R.M .S, symmetrical at 480 Volts. All circuit breakers and 16700-2 September 23 , 2010 COMMON CONTROL PANEL REQU IREMENTS FOR EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 combination motor starters shall be fully rated for the above fault current interrupting capacity. Series connected short circuit ratings will not be acceptable. C. The complete control panel assembly shall be UL certified or carry a UL listing for "Industrial Control Panels . D. The control panel shall meet all applicable requirements of the National Electrical Code . E. The control panel enclosure shall be in accordance with the electrical area classification indicated on the Electrical Contract Drawings . 2.02 COMPONENTS A . The main circuit breaker shall be a thermal-magnetic molded case breaker, Type FCL or provide a main fused disconnect rated 1 OkAIC to limit the let through current. Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position . 8. A mechanical disconnect mechanism, with bypass, shall be installed on each motor circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to the motor. C. Motor starters shall be provided with motor circuit protectors and equipped to provide under-voltage release and overload protection on all three phases . 1. Motor starters shall be 2 or 3 Pole , 1 or 3-phase as required, 60 Hz, 600 Volt , magnetically operated, full voltage non -reversing except as shown on the drawings. NEMA sizes shall be as required for the horse power shown on the drawings . 2. Each motor starter shall have a 120 Volt operating coil and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the drawings . A minimum of one N.O. and -N.C. auxiliary contacts shall be provided in addition to the contacts shown on the drawings . 3. Overload relays shall be adjustable ambient compensated and manually reset. 4. Control power transformers shall be sized for additional load where required . Transformer primaries shall be equipped with time-delay fuses . D. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein , as required by the detailed mechanical equipment requirements, Division 16, Division 17 and as shown on the Drawings . E. All operating control devices and instruments shall be securely mounted on the exterior door. All controls shall be clearly labeled to indicate function and shall be in accordance with the electrical area classification indicated on the Electrical Drawings. 1. Indicator lamps shall be heavy duty, 30 mm industrial type oil light, high-visibility LED , full voltage type . Units shall have screw on plastic lenses and shall have factory engraved legend plates as required . Unless otherwise specified in each 16700-3 September 23 , 201 O COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT V ILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 equipment specification lens color shall be green for equipment OFF , red for equipment operating , blue for FAIL or ALARM and amber for power ON/Equ ipment Stand -by . For all control applicat ions , indicator lamps shall incorporate a push -to -test feature . 2 . Mode selector switches (HAND-OFF-AUTO , LOCAL-OFF-REMOTE, MOTOR SELECTOR , LEAD-LAG , etc) shall be heavy-duty 30 mm, oil tight , industrial type with contacts rated for 120 VAC at 10 Amps continuous . Units shall have standard size, wh ite field , and legend plates with black markings , as indicated . Operators shall be black knob type . Un its shall have the number of positions and contact arrangements, as required . Units shall be single-hole mount ing , accommodating panel th icknesses from 1/16-in min imum to 1/4-in maximum . 3. Push-button , shall be heavy-duty , 30 mm , oil tight indust rial type w ith momentary or maintained contacts as required , rated for 120 VAC at 10 Amps continuous. Units shall have standard size , white field , and legend plates with black markings , as indicated . Button color shall be red for EMERGENCY STOP or START and green for STOP . Contact arrangement shall be as required .. F. A six d igit , non-resetable elapsed time meter shall be connected to each motor starter. G . A failure alarm with horn and beacon light shall be provided as required by contract document. Silence and reset buttons shall be furnished . H. The contro l panel shall be provided with a SPD Unit on the load side of the main circuit breaker. SPD shall be rated 65Ka per mode and provide in accordance with Section 16289 . I. All interfaces between control panel and remote devices shall be isolated via an interposing re lay . Interposing relays shall have contacts rated for 250 VAC and 1 O Amps cont inuous . J . An alternator shall be provided to sequence motors as required by contract document. K. Intrinsically safe relays shall be solid state type with 5 Amp output contacts, suitable for use on a 120 Volt , 60 Hz power supply and shall be Factory Mutual approved for pilot devices in Class I, Division I, Group D hazardous atmospheres . · L. Control relays and timers shall be 300 Volt, industrial rated , plug-in socket type , housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty . Continuous contact rating shall be 10 Amps resistive , 1/4 Hp , at 120 VAC , with an operating temperature of minus 10 to plus 55 degrees C. M. Panel mounted timers shall be flush mounted , plug-in type with ranges as shown on the Drawings , or as required by the detailed mechanical equipment specifications and Division 17 . N. Specific control devices , control descriptions and other data are specified under the detailed specification for the mechanical equipment with which the control panel is supplied . · 16700-4 September 23 , 2010 COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT VILLAGE CR EEK RECLA IMED WAT ER QUA LI TY IMPROVEMENTS 318-042-22 2 .03 ENCLOSURE TYPES A. The control panel specified herein shall be rated NEMA 4X enclosures shall be 316 stainless steel. B. Steel enclosures shall be 14 gauge and constructed with continuously welded seams . The panel door(s) shall have continuous hinge and neoprene gasket. Door clamps shall be provided. C. The enclosure shall incorporate a removable back panel on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs . The enclosure door shall be interlocked with the main circuit breaker by a door mounted operating mechanism . Back panel shall be tapped to accept all mounting screws . Self-tapping screws shall not be used to mount any components. D. Print storage pockets shall be provided on the inside of the panel. E. Overload tables shall be laminated and adhered to the inside of the door. F. Door mounted equipment shall be rated NEMA 4X and shall be gasketed. 2.04 NAMEPLATES MARKINGS AND IDENTIFICATION A. Provide 2-in by 5-in, nominal, engraved phenolic master nameplate on the control panel fastened with stainless steel type 316 screws or rivets . Nameplate shall be black with white core , 3/8-in high lettering and shall indicate equipment designation as shown on the Drawing . B. Provide legend plates or 1-in by 3-in engraved nameplates with 1/4-in lettering for identification of door mounted control devices, pilot lights and meters . C . Provide permanent warning signs as follows: 1. "Danger-High Voltage-Keep Out" on all doors. 2. "Warning-Hazard of Electric Shock -Disconnect Power Before Opening or Working On This Unit" on main power disconnect. 2.05 CONDENSATION HEATERS A. A strip heater shall be mounted inside the control panel. 1. Heater shall be rated 240V, but operated at 120V, single phase, 150 watts , with rust resisting iron sheath . 2. A control thermostat mounted inside the control Panel. . 3. The strip heater terminals shall be guarded by a protective terminal cover. 4 . High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be No . 12 AWG stranded, nickel-plated copper with Teflon glass insulation . 16700-5 September 23 , 201 O COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042 -22 2 .06 WIRING A. Power and control wire shall be 600 Volt class , Type XHHW-2 insulated stranded copper and shall be of the sizes required for the current to be carried, but not smaller than No . 14 AWG . All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. 8. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbe red terminal blocks . C. All control panel wiring shall be numbered at both ends with type written heat shrinkable wire markers . 2.07 TERMINAL BLOCKS A. Terminal blocks shall be one-piece molded plastic blocks with screw type terminals and barriers rated for 600 volts . Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits . Terminals shall have permanent , legible identification , clearly visible with the protective cove r removed . Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals . 8 . Wires shall be terminated to the terminal blocks with crimp type , pre-insulated, ring- tongue lugs . Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated . C . Provide an AC ground bar bonded to the panel enclosure (if metal) with 20 percent spare terminals . D. Prov ide an intrinsically safe ground terminal bar isolated from the control panel enclosure . Provide 20 percent spare terminals but not less than two spare terminals . E. Terminal po ints for curren t transformer leads shall be provided with a shorting bar. 2 .08 SHOP TEST A. Perform manufacturer's standard production testing and inspection in accordance with NEMA and ANSI standards . 2.09 MISCELLANEOUS A. All cooper items including wiring , termina l blocks, lugs , connectors , bus , etc. shall be tin plated copper unless one of the above sections calls for another type of plating . PART 3 EXECUTION 3.01 INSTALLATION A. Repaint any damage to factory applied paint finish using touch-up paint furnished by the control panel manufacturer. 16700-6 September 23, 2010 COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS ... 318-042-22 8 . Any work not installed according to the Drawings and this Specification shall be subject to change as directed by the Engineer. No extra compensation will be allowed for making these changes. 3.02 FIELD TESTING A. Check mechanical interlocks for proper operation. Make any adjustments required . 8 . Adjust motor circuit protectors and voltage trip devices to their correct settings . C. Install overload heaters per actual motor nameplate currents . D. Adjust motor circuit protectors for actual motor nameplate currents . E . In the event of an equipment fault, notify the Engineer immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the Contractor, the Engineer and the control panel manufacturer's factory service technician . Repair or replace the equipment as directed by the Engineer prior to placing the equipment back into service. END OF SECTION 16700-7 September 23 , 2010 COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS PART 1 GENERAL 1.01 SCOPE SECTION 17000 INSTRUMENTATION GENERAL PROVISIONS A. This section specifies the requirements for the Village Creek Water Eastern Delivery System Pump Station No . 1 Project for the City of Fort Worth . The requirements outlined in this section address general hardware , software , and services necessary to prov ide the control functions specified . More detailed requirements of spec if ic functions and components are presented in other Division 17 sections that follow . This Contract is ma inly an equipment supply and installation contract , with the ENGINEER performing all but system level configurat ion . 1.02 DEFINITIONS A. The definitions of terminology used in the Div ision 17 specifications or in any Section referenc ing Divis ion 17 , shall be as defined in ISA Standard S51 .1 unless otherwise spec ified. Where te rms used are no t defined in ISA 51.1 or in these specifications , ANSI/IEEE Standard 100-1984 , ANSI/ISA S50.1 or other ISA standards shall apply. 1. Signal Circuit: Any circuit operating at less than 80 volts AC or DC . 2 . Control Circuit: Any circuit operating at 24 vo lts AC or DC or more , whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device . 3. Power Circuit: Any circuit operating at 12 volts (AC or DC) or more , whose principal purpose is the conveyance of energy for the operation of an electrically powered dev ice . 4. Two-Wire Transmitter: A transmitter which derives its operating power supply from the signal transm ission circuit and therefore requires no separate power supp ly connections. As used in this specification , two -wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24 volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation : Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification , electrical isolat ion refers to a device with electrical inputs and/or outputs wh ich are galvanically isolated from ground , the device case , the process fluid , and any separate power supply terminals , but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or prov iding a path for circulation of ground currents . The terms "galvan ic isolation ," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 17, or whenever used in specifications for electrical control and instrumentation equipment in any other divisions of these Contract Documents . Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous ; and 1500 volts AC for one minute , in accordance with ANSI/IEEE C39.5-1974 . 6 . Panel : An instrument support system which may be a ·flat surface , a partial enclosure , or a complete enclosure for instruments and other devices used in process control systems . Unless otherwise specified or clearly indicated by the context, the term "panel" in these contract documents shall be interpreted as a general term which includes flat panels , enclosures, cabinets , and consoles . 17000-1 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS Septembe r 23 , 2010 7. Data Sheets : Data sheets as used in this specification shall comply with the requirements of ISA S20 . 8. Field : When used to refer to locations at the treatment facility or in the transmission system , shall mean all outdoor locations , as well as all process and equipment areas . Unless otherwise specified , all areas shall be considered "field" locations except for : administration and other office areas ; control rooms ; motor control centers and other electrical equipment rooms ; dedicated HVAC rooms ; and maintenance buildings . 9. Control Room : An environmentally controlled room intended for housing digital control equ ipment, computers , large control panels , etc ., and generally intended to be regularly occupied by operators. 10 . Division 17 Work: Whenever the terms "Division 17 work", "specified under Division 17" or "provided under Division 17" are used , they shall be interpreted as referring to all materials , labor, products , services , systems , etc ., specified in Sections 17000 through 17999 , inclusive , unless equipment shown or specified is clearly labeled as being provided under other parts of the contract. 11 . UPS : Uninterruptible fower .§.upply . 12 . HMI : .t!uman-Machine-!nterface . The control system hardware and software associated with providing the CRT-based interface between system users and the control system . 13 . Pl,.C : Erogrammable .b_ogic Controller. Field installed unit which mon itors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location . 14 . SCADA: .§.upervisory Control .§nd Data 6cquisition . 15. RTU: Remote Ierminal Unit. Field installed un it which monitors and controls devices , located away from the plant at remote locations. The RTUs contain all logic necessary to monitor and control the system process located at the remote location . 1.03 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are a part of Division 17 as specified and modified . In case of conflict between the requirements of this section and those of the listed standards , the requirements of this section shall prevail. Standard ANSI/NEMA ICS 6 API RP550 ISA S5.4 ISA S20 ISA SS0 .1 1SAS51.1 17000-2 Title Enclosures for Industrial Control and Systems Manual on Installation of Refinery Instruments and Control Systems Part I -Process Instrumentation and Control Instrument Loop Diagrams Specification Forms for Process Measurement and Control Instrumentation, Primary Elements, and Control Valves Compatibility of Analog Signals for Electronic Industrial Process Instruments Process Instrumentation Terminology September 23 , 2010 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 1.04 WARRANTIES , MAINTENANCE, AND SUPPORT SERVICES A. Corrective Maintenance : 1. The CONTRACTOR shall provide the services of factory-trained service technicians for the purpose of performing corrective maintenance on all system hardware and software . The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for two years after final acceptance or until expiration of the manufacturer's warranty , whichever period is longer . 2. The CONTRACTOR shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions . Within 2 hours from notification by the OWNER of defective Control System operation , the CONTRACTOR shall have a qualified service representative establish telephone contact with the OWNER's maintenance personnel to discuss short-term corrective measures . If it is not possible to correct the defective operation as a result of the telephone contact, the CONTRACTOR shall have a qualified service representative at the location of the installed Control System within 24 hours from initial notification . The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan . The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the OWNER's facilities . Prior to beginning any repair or replacement procedure , the CONTRACTOR shall review the corrective action plan with the OWNER in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the OWNER 's facilities. At OWNER's option , OWNER maintenance personnel may participate in any corrective maintenance procedures . 3. If possible , the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the system. Otherwise , the corrective act ion plan shall include a detailed schedule for the planned course of action . Once the defect has been corrected , the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken . A copy of the updated corrective action plan shall be del ivered to the OWNER on the day the work is performed. Any spares from the onsite supply of spares used by the CONTRACTOR in correcting the system malf!,mction shall be replaced within 15 days . 4. If 24-hour response time is not provided , or other corrective maintenance requirements are not met by the CONTRACTOR, the OWNER shall have the right to obtain corrective maintenance from other sources and charge the CONTRACTOR reasonable costs of the alternative maintenance services , including parts, labor, travel, and subsistence . 5. The OWNER, at the OWNER's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the OWNER will return the defective component to a repair location as instructed by the CONTRACTOR. The CONTRACTOR shall repair or replace the defective component and return the properly working unit to the OWNER within 15 days. 1.05 CONTRACTOR'S QUALIFICATIONS A. The CONTRACTOR shall perform all work necessary to select, furnish, configure , customize, debug , install, connect, calibrate, and place into operation all hardware and 17000-3 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O software specified within this sect ion and in other sections as listed in Article 1.02 , Related Work. B. The CONTRACTOR shall be a "systems house", regularly engaged in the design and the installation of computer systems and their associated subsystems as they are applied to the municipal water or wastewater industry. For the purposes of this specifi- cation section , a "systems house" shall be interpreted to mean an organization that complies w ith all of the followi ng criteria : 1. Employs a reg istered professional Control Systems Engineer or Electrical Engineer to supervise or perform the work required by this specificat ion section . 2. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers , computers and software proposed for this project. 3. Has performed work of similar or greater complexity on at least three (3) projects within the last five (5) years and has implemented and completed at least one of these three projects with the proposed HMI software. 4. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past five (5) cont inuous years . C. The following Instrumentation/Controls Contractor has been pre-approved for this work. Other companies interested in b idding this work shall submit a qualifications statement to ENGINEER 10 days prior to bidding . 1. Prime Controls, 815 Office Park Circle Lewisville , Texas 75057 , 972-221-4849 D . The CONTRACTOR shall maintain a fully equipped office/production facility with full-time employees capable of fabricating , configuring , installing, calibrating , troubleshooting , and testing the system spec ified herein . Qualified repair personnel shall be available and capable of reaching the facil ity within 24 hours . E. Actual installation of the system need not be performed by the CONTRACTOR's employees; however, the CONTRACTOR shall provide the on-site technical supervision of the installation. F . The CONTRACTOR shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical , all equipment of a given type shall be the product of one manufacturer. 1.06 SUBMITIALS A. General : 1. Submittals shall be made in accordance with the requirements of this section, the requirements of Section 01300 , and the requirements of individual Division 17 Sections . The CONTRACTOR shall submit to the OWNER technical data and drawings for all equipment , materials , software , assemblies , and installations prior to fabrication and installation . All submittals shall be made in accordance with the subm ittal procedures. and requirements in Section 01300 -Project Submittals and Review. The CONTRACTOR shall be responsible for the accuracy and completeness of all submittals, including information and drawings provided by other suppliers or subcontractors providing equipment, materials, software , or services to the CONTRACTOR. 17000-4 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALI TY IMPROVEMENTS September 23 , 2010 -I 2. In all instances where submittals are required by the Specifications, the CONTRACTOR shall not proceed with the associated work until the submittal has been successfully reviewed . 3. Each submittal shall be complete , with all required information provided together at one time , and submitted in a sequence that allows the OWNER to have all of the information necessary for checking and approving a particular document at the time of the submittal. The specified timing requirements for each submittal are minimum requirements . The CONTRACTOR 's Supplier shall be respons ible for planning and making all submittals as necessary to avoid delays or conflicts in the work . 4 . See Section 01300 for requ irements on quantities of documents to be submitted for review . Once documents have been successfully reviewed , the CONTRACTOR shall issue them in the quantities shown in the table labeled "Documentation Requirements". B. Submittal Categories : Project submittals are divided into the follow ing general categories : 1. Design Submittals 2. System Documentation Submittals 3. Test ing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Division 17 . Additional submittal requ irements may be found in specific sections of Division 17 . C. Design Submittals : 1. Hardware Submittal a . Product informat ion shall include , but not be limited to : catalog cuts , data sheets , performance surveys , test reports , equipment lists , material list , diagrams , pictures , and descriptive material. The product information shall cover all items including mechanical devices, mounting components , wiring , term inal strips , connectors , accessories , and spare parts . The submittal information shall show the standard and optional product features, as well as all performance data and specifications . b. Prior to commencement of manufacture (or shipment for stock items), the CONTRACTOR shall submit for review product information for all equ ipment and material specified in Division 17 , or required to support equipment , or systems specified in Division 17 . Specific requirements for the form and content of product information submittals are included in the individual section that defines the equipment requirements . 2. Connection Diagrams a. Connection diagrams shall show the placement , labeling and wmng of components within panels, cabinets , and consoles . Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all interna l wiring of the panel; this shall include AC and DC power wiring and multi-conductor cables from PLC card to rewired termination blocks . Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown . The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown . 17000-5 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 Signal and DC circuit polarities shall be shown. All jumpers , shield ing and grounding details shall be shown . b. The CONTRACTOR shall submit connection diagrams for all new panels , cabinets and consoles . Connection diagrams shall be successfully reviewed prior to the start of panel assembly . 3. Panel Fabrication and Layout Drawings a. Panel fabrication drawings are scaled drawings that shall show the physical dimensions , materials , and construction of panels , cab inets , terminal boards, consoles , or other electrical or mechanical equipment enclosures . These drawings show the physical arrangement and mounting of all components in or on a panel, terminal board , cabinet , console , or enclosure . These drawings show the physical dimensions , and the space and mounting requirements of mechanical , electr ical , control and instrumentation devices or pieces of equipment. Other information provided may include ventilation requirements, locations of connections , we ight, and paint color , material , and dry film thickness . b. As a minimum , panel fabr ication and layout drawings shall include a bill of materials ; front , back, and section views ; the locations of all components to be mounted in or on the panel , cabinet, console , enclosure , or assembly ; drawing scale ; nameplate engraving schedule ; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown . Sufficient detail shall be included to demonstrate material choices , outward appearance , construct ion methods , and seismic force resistance . c. Complete shop drawings shall be prepared and submitted for all panels , cabinets , and consoles wh ich are custom fabricated or modified for this project. The OWNER shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review . No additional compensat ion will be provided to the CONTRACTOR for changes that result. The CONTRACTOR shall include in his bid price one redesign of the panel layout to incorporate the OWNER 's mod ifications to the locations of specified components in or on each panel , cabinet , console , or enclosure . 4 . Interface Cables: The CONTRACTOR shall submit for review interface cable pin- out/cable makeup diagrams. This includes all network cables , rad io to PLC/RTU cables , computer to PLC cables and printer cables . Submittal shall include copies of the actual hardware documentation . All cab les shall either be standard cables from the manufacturer or custom-made , without the use of gender changers , 9-25 pin converters , null modem adapters, etc. 5. · Interconnection Diagrams : Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points . Each wire label designation shall be shown. The wire label des ignations on each end of a single wire must be identical. All wire termination point numbers shall be shown . Each wire color shall be shown . Signal and DC circuit polarities shall be shown. All jumpers, sh ielding and grounding details shall be shown . 6. Installation Drawings : Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details , conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring . Data sheets and/or catalog cuts for mounting devices , anchors , wire and other incidental installation materials shall be included . D. System Documentation Submittals 17000-6 INSTRUMENTATION GENERAL PROVISIONS V ILLAGE CREEK RECLAIM ED WATER QUALITY IMPROVEMENTS September 23, 2010 1. Operation and Maintenance (O&M) Manuals : The CONTRACTOR shall supply O&M manuals for all the equipment and software provided . The O&M manuals shall be developed for personnel at the level of electronic technician. The O&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An O&M manual or a set of manuals shall be furnished for all deliverable hardware , including OEM equipment. O&M manuals for OEM equipment shall contain original printed materials , not copies , and may be provided in the manufacturer's original format. Manuals shall be provided in electronic format. The O&M manuals shall contain the following information: 2. Instruction Manual a . The manual shall be written in English and illustrated in detail to the component level , including assemblies , subassemblies , and components . It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service , inspect, maintain, adjust, troubleshoot , and repair the equipment. b . Each manual shall include a Table of Contents , arranged in systematic order , and shall be divided into the following sections: (i) Introduction : The purpose of the manual , special tools and equipment , and safety precautions . (ii) General Information and Specifications : A general description of the equipment item, and specifications of its major components . (iii) Listings: Supplier's name, address , and telephone number. Each product shall include name, address, and telephone number of subcontractor , or installer, recommended maintenance contractor, local source for replacement parts. (iv) Theory of Operation : The relationship of assemblies, subassemblies , components, and interchangeability of components , and explanation and analysis of their functions to the smallest board replaceable components . (v) Software : Listing and explanatory text for any software or firmware . (vi) Operation Procedures: The locations and functional descriptions of all controller indicators, or CRT displays . (vii) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation , and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions : These instructions shall include all applicable visual examinations, hardware testing , and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4 . Corrective Maintenance Instructions a. These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause , and instructions for remedying the malfunction . These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable . b. The corrective maintenance instructions shall include: (i) Explanations for the repair, adjustment, or replacement of all items , including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location , illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as 17000-7 September 23 , 201 O INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS necessary to repair or replace equipment. Typical signal waveforms , log ic levels, bit patterns , etc ., shall be included . For mechan ica l items requiring field repair, information on tolerances , clearances, wear limits , and maximum bolt-down torques shall be supplied . Information on the loading and use of special off-line diagnostic programs , tools , and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included . (ii ) A list of test equipment and special too ls required . (iii) A list of all abbreviations and circuit symbols used. (iv) Warranties, bonds , and ma intenance records including proper procedures in the event of failures and instances , which might affect the validity of warranties , bonds , or contracts . (v) A parts catalog enumerating every part to the lowest of card replaceable components. The description shall include component symbol , description , ratings , accuracy , manufacturer's name and address , manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. (vi) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components . The list shall identify the specific part or model number, description , manufacturer's name and address, commercial equivalents , unit price , lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5 . Drawings a . O&M Manual drawings (with the exception of those provided by third-party manufacturers) shall not be larger than 11 inches by 17 inches and shall be clearly legible when reproduced using conventional office copying machines . Originals shall be provided for all third-party O&M Manual materials. One reproducible of the O&M Manual drawing original must be supplied for each O&M Manual drawing larger than 11 inches by 17 inches, and must satisfy all drawing requirements specified herein . Those preprinted O&M Manual drawings which are not acceptable , or which must be modified or corrected to show the actual as-built design, shall be redrawn as new specially-prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals . b . The CONTRACTOR shall furnish drawings in paper and latest AutoCAD electronic format. c . Each O&M Manual shall be bound in 8-1/2" x 11 " 3-ring side binders with commercial quality hardback, cleanable plastic covers . Maximum of 3" binder size . O&M Manuals shall be submitted in electronic format per Specifications Section 01250 Paragraph 1.05, Part H. d. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "Trinity River Authority", "Treatment Plant Expansion Project". e . The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents, with each product or system description identified . 17000-8 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLA IMED WATER QUALITY IMPROVEMENTS September 23, 2010 E. Software Manuals : The CONTRACTOR shall supply Original OEM O&M Manuals in lieu of developing specific O&M Manuals. Only that equipment which lacks proper O&M Manuals would the CONTRACTOR be responsible for supplementing the product literature . F. Record Documents: 1. After successful Site Demonstration Test, the CONTRACTOR shall submit for review the Record Documents (as-built) for all equipment and software installed by the CONTRACTOR. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided . 2 . The CONTRACTOR shall furnish complete as-built sets of: a . Source tapes , disk pack(s) or other storage media for all custom programs b . Loadable and executable object disk pack(s) of the software systems c . All previously delivered documents, with as-built updates d . OEM standard documentation . 3. These media shall include the operating systems , all programs necessary for the operation as well as maintenance of the System , and all programs supplied by the CPU/Microprocessor manufacturers , such as assembler, loaders , editors, compilers , and d iagnostics . 4 . The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the OWNER to reconfigure or make additions or deletions to the System without assistance from the CONTRACTOR. G. Testing Documentation Submittals: 1. System test plan requirements are included in Section 17000 Part 3.01 2. Test procedures requirements are included in Section 17000 Part 3.01 3. Test reports requirements are included in Section 17000 Part 3.01 PART 2 PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed . 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts . 6. Location of equipment being controlled by system . 7. General layout of instrument cabinets. 8. Instrument installation details. 8 . The following information is not shown on drawings but shall be the responsibility of the CONTRACTOR to determine, furnish , and coordinate with other divisions, based upon systems specified . Show this information on project record drawings. 1. Instrument loop drawings per ISA S5.4 minimum, desired, and optional items. 2 . Location of electrical distribution panel boards supplying power to any devic.e supplied under this contract. 17000-9 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 3 . Detailed enclosure and instrument panel layouts , fabrication details , and wiring diagrams. 4 . Detailed system configuration . 5. Raceway and cable routing for instrumentation wiring . 2.02 OPERATING CONDITIONS A. Ambient Conditions: Provide equipment suitable for ambient conditions specified . Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of five watts operated at 24 inches from instruments; in the presence of plant telephone lines , power lines and electrical equipment; and in the presence of digital data transmission systems. B. Field Locations : Field equipment may be subjected to ambient temperatures from -5 to 50 °C with direct radiation, relative humidity from Oto 100 percent with condensation . C. Power Supply: Power supply will be 115 volts AC, single-phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as indicated on the drawings . 2.03 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/ receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond . Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link which melts and shorts the surge to ground before the device circuitry is affected . Provide protection adequate for personnel safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. 2.04 SPARE PARTS A. During the system warranty period , the CONTRACTOR is expected to make system repairs by initially replacing the defective component with one from the spares inventory . The CONTRACTOR shall then replace the spare component 2.05 SPECIAL TOOLS A. CONTRACTOR shall supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts , remove or replace cable connectors, or to make required operational or maintenance adjustments . A special hand tool is any tool not readily available from local retail hardware stores. 2.06 TEST EQUIPMENT A. The CONTRACTOR shall provide a complete list of all tools , test equipment, and commercial software programs necessary for the proper maintenance of the system . This list shall contain the quantify recommended , model number, description , cost, and name and address of supplier. 2.07 MATERIALS AND EQUIPMENT A. Materials : Material shall be new, free from defects , and of the quality specified . All instruments with the same specification shall be from the same manufacturer. 17000-10 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 1. Provide equipment of solid-state construction utilizing second source semiconductors , unless otherwise specified. Derate components to assure dependability and long-term stability . Provide printed or etched circuit boards of glass epoxy, hand or wave soldered , of sufficient thickness to prevent warping . Coat printed circuit boards in field-mounted equipment with plasite 7122 , or approved equal, to protect against corrosion . Alignment and adjustments shall be non-critical , stable with temperature changes or aging and accomplished with premium grade potentiometers . Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements . Use parts indicated in instruction manuals , replaceable with standard commercial components of the same description without degrading performance of completed assembly. Do not use silver edge connectors or pins . 2. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable . 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion-proof housings or equipment and barriers approved as "intrinsically safe" by either UL or FM . Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices , subsystems , and systems supplied . 2.08 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate with all the sub-systems suppliers and manufacturers , during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments, and sub-systems are in compliance with the specifications and the central controls , and that the tie-ins and the interface signals are provided as required. B . The calibration, testing, and start-up of all the instruments shall be done by the manufacturer's field technician/engineer in the presence of the OWNER. The CONTRACTOR shall provide a list of all manufacturers whose technician will perform this work . The CONTRACTOR shall also provide a certified calibration report stating that each instrument has been installed per manufacturer's recommendations and per these specifications . PART 3 EXECUTION 3 .01 OVERVIEW A. This contract is primarily an equipment supply and installation contract. The CONTRACTOR and ENGINEER share in the responsibility to provide a completely operational system . In this arrangement, each party has certain responsibilities . B. The CONTRACTOR is responsible for the following areas: 1. Acquisition and installation of all th.e hardware, software, and instrumentation as defined in this specification and drawings. 2 . Perform the Factory Demonstration Test as defined paragraph 3.02 , B . 3. Provide start-up installation services for the PLCs. 17000-11 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 4 . Provide hardware and software needed for communication with existing Village Creek Treatment Plant DCS. 3 .02 SYSTEM TEST REQUIREMENTS A. General Requirements : The Control System shall undergo a comprehensive system test process to demonstrate tha t the system performs as an integrated unit to meet the requirements of this spec ification . The CONTRACTOR, as a normal course of system deve lopment, shall conduct all element, subsystem, and system tests necessary to ensure the proper operation of the control system at various stages of system development. This type of test ing will normally be not witnessed; however, the OWNER and ENGINEER reserve the right to witness these tests if concerns arise about the progress of system implementation . B . 1/0 Point Checkou t: 1. An 1/0 po int checkout shall be performed after all equipment is shipped and installed in the field . The tests shall be performed to verify that the equipment has been installed correctly. The tests shall be performed to verify that the software and hardware w ill meet the functional and performance requirements of this document. 2 . The OWNER and the ENGINEER will witness these factory tests. 3. The 1/0 point checkout shall demonstrate the proper operation of all the field points affected by the installation of the equipment prov ided by this contract. 4. The CONTRACTOR shall provide an 1/0 list for each PLC and RTU provided , and a test plan that indicates how the verification will occur. 5. The 1/0 Point Checkout shall include , but not limited to, the following : a . Exercise each discrete input. Each state shall be verified at an Operator Workstation . b. Exercise each analog input. Each input shall be verified at 0 , 50 and 100% range of the instrument. Linearity of the signal shall be verified . Each value shall be verified at the Operator Workstation. c . Exercise each discrete output. Each state shall be initiated from the Operator Workstation . If necessary , the associated equipment shall be placed into a "safe" state such that the activation of the output will not damage the equipment or cause a safety hazard. d . Exercise each analog output. Each output shall be verified at 0 , 50 and 100% range of the instrument. Linearity of the signal shall be verified . Each value shall be initiated and verified at the Operator Workstation. e. Unless constrained by the operation of the plant , or due to safety reasons , all testing should include the actual equ ipment, and not use simulates signals. 3.03 INSTALLATION AND STARTUP A . Field Testing : Field testing and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site . Following is a description of the individual steps that are involved with field testing and cut-over. 1. HMI Panel View Equipment checkout. a. Once the HMI Panel View equipment is installed and operational at the Control Room , checkout of the network will begin . b . Demonstrate the capabil ity of each piece of equipment to communicate with each other. 17000-12 INSTRUMENTATION GENERAL PROVISIONS VI LLAG E CREEK RECLAIMED WATE R QUALITY IMPROVEMENTS September 23 , 2010 c . Demonstrate the ability of the equipment to operate in the manner defined for each across the network. 2 . PLC Checkout a . Once the PLC network is operational to each PLC location, field installation and checkout of the PLCs will beg in. b. The field dev ices will be exercised by the CONTRACTOR to demonstrate the field wiring has been terminated properly. c . The next step of PLC checkout shall be an end -to -end (Operator Workstation to field terminat ion) checks of every physical 1/0 point connected to the PLC . d . Next , any contro l software associated with the PLC shall be activated and tested one-function at a time by the CONTRACTOR and witness by the ENGINEER. When problems are found , the software configurat ion shall be "debugged " and the problem fixed by the CONTRACTOR. When a problem is found, the appropriate tests shall be repeated after the problem is corrected by the CONTRACTOR to verify proper operation. Once the contro l software in the PLC has been tested and debugged , that PLC sha ll remain online on the new control system . e . Each PLC in the system shall be installed and tested using the procedure described above . A specific installation and start up plan shall be developed by the CONTRACTOR prior to Factory Demonstration Test. The OWNER/ENG INEER will provide assistance as necessary in developing the start-up plan. f . During the start-up phase , the CONTRACTOR shall provide a minimum of 2 people on s ite full-time . OWNER will provide one person full-time in the control room (dedicated to testing activities), and one person in the field to support installation and testing activities . ENGINEER will provide testing support and inspection as required . 3.04 TRAINING A. The manufacturer shall provide operating training and maintenance training for the PLC . B . Training shall be one day (8 Hours) and at the owner's facility . Train ing shall include : 1. PLC Hardware and Software Basics 2. Panel View Operator Interface Graphic Terminal Basics 3. PLC System Configuration 4 . Wireless Modem 5. Pump Station operation 6. PLC System Maintenance 3 .05 SYSTEM APPLICATION CONFIGURATION A. Base System Configuration : The CONTRACTOR shall perform all system configuration activities necessary for the efficient operation of base control system functions . These activities shall include , but not be limited to : sizing of data tables and queues , tuning of communication subsystem parameters, configuration of console control access definitions, setup of alarm subsystem parameters, redundancy setup, Ethernet management devices, etc. The CONTRACTOR shall be responsible for all application programming of the PLC and HMI System . · END OF SECTION 17000-13 INSTRUMENTATION GENERAL PROVISIONS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART1 GENERAL 1.01 RELATED DOCUMENTS SECTION 17520 INSTRUMENTS 318-042-22 A Drawing and general provisions of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section . 1.02 SUMMARY A This section of instrumentation covers : Field Instruments . 1.03 SUBMITTALS A The submittals shall be as defined in Section 17000 -Instrumentation General Provisions . 1.04 REFERENCE STANDARDS 1.05 QUALITY ASSURANCE A All instruments shall be of quality as specified . B. Test: Test the instrument at the factory to assure proper function operation. 1.06 PROJECT CONDITIONS A Environmental Requirements : The equipment shall operate in ambient temperature 0-130 °F, relative humidity 0-100%. B. Project power 120 volts , 60 hertz single-phase . Appropriate isolation shall be provided . C . Standard Signal: 1. Output Signal. Each instrument , which outputs a signal, shall output the standard 4-20 mA signal. The signal shall be constant over a load range of Oto 600 ohms . 2. Input Signal. a. Electronic devices , such as controllers, match function devices , etc., shall have an input impedance of one mega-ohm minimum for an input signal of 1 to 5 voe. b. The 1 to 5 voe signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm , one-watt resistor. c . These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d . Receiving devices shall not be wired in parallel. 17520-1 INSTRUMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 PART 2 INSTRUMENT 2 .01 REFER TO FOLLOWING PAGES FOR INSTRUMENTS PART 3 EXECUTION 3.01 INSTALLATION A. General : 1. Install control panel as shown on the drawings. 2. Install instruments in various locations in the field and on panels as shown on the drawings . 3. Coordinate the outage with OWNER's representative through the ENGINEER. Starting or stopping of any existing pump; opening any existing breaker, or disconnecting any instrument; shall be approved in advance through the ENGINEER. 4 . All installations shall be in accordance with the Manufacturer's recommendations and instructions. 5. All the necessary mounting accessories shall be provided. 3.02 SCHEDULE A . The instruments shall be supplied of the range and type as described in the data sheets . END OF SECTION 17520-2 INSTRUMENTS VILLAGE CREEK RECLAIMED WAT ER QUALITY IMPROVEMENTS September 23 , 201 O 318-042-22 FLOAT SWITCHES LOOP-101 DATE Sept. 2010 DESCRIPTION Power Output Signal ~120 VAC / 60 Hz Other [ESPDT Magnetic Reed Sw itch . Intrinsically Safty Barrier Phoen ix Contact 2835480 or approved equal Enclosure or Junction Box ~NEMA 4X Stainless Steel Other Material ~316 Sta inless Steel with Non-Stick Coating Cable / Weight Suspended @lions Stainless Steel Mount ing Clamp Manufacturer Model Number [EContegra ~FS90 OR Equal TAG SERVICE LSL-101-01 FILTER EFFLUENT CHANNEL LEVEL LOW (25 FEET) Notes: 17520-1 INSTRUMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS SIZE ~ September 23 , 2010 318-042-22 ELECTROMAGNETIC FLOW TRANSMITTER LOOP-102 DATE Sept. 2010 DESCRIPTION Power Output Signal ~120 VAC / 60 Hz ~4-20mA Other PULSE Enclosure Display ~NEMA4X ~LCD Indicator Other Other Process Connection Housing [K]Flange ~ Directly Attached Separated Attached Electrodes/Material Surge Protection (]]316 Stainless Steel ~ PhoenixContact SurgeTrab S-PT1-2PE-24DC Grounding 316 SS Connection [K]Grounding Material and Installation Manufacturer Model Number ~ENDRESS & HAUSER, INC . ~50W TAG SERVICE FIT-102-01 UV SYSTEM FLOW METER (0-18mgd) Notes: 17520-2 INSTRUMENTS VILLA.GE CREEK RECLA.IMED WATER QUALITY IMPROVEMENTS SIZE September 23 , 2010 TURBIDIMETER LOOP-103 DESCRIPTION Power Output Signal ~120VAC/60Hz ~4-20mA Other Other Enclosure Display ~NEMA4X ~LCD Indicator Other Other Material Surge Protection @316SS. ~PhoenixContact Other Su rgeTrab S-PT1-2PE-24DC 316 SS Connect ion Manufacturer Model Number ~HACH [K}1720E Other TAG SERVICE AIT-103-01 Turbid ity Meter (0-10 Nephelometric Turbidity Units (NTU)) ' Notes: PROVIDED WITH HACH SC100 CONTROLLER 17520-3 INSTRUMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS 318-042-22 DATE Sept. 20 10 September 23 , 2010 318-042-22 LEVEL TRANSMITTER LOOP-107 DATE Sept. 2010 DESCRIPTION Power Output Signal eJ120 VAC / 60 Hz ~4-20mA Other Other Enclosure Display ~NEMA4X ~LCD Indicator Other Other Material Surge Protection @316SS. ~PhoenixContact Other Surge Trab S-PT1-2PE-24DC 316 SS Connection Manufacturer Model Number ~ENDRESS & HAUSER, INC. (KIFDU91 SENSOR WITH FMU90 TRANSMITIER Other · TAG SERVICE LIT-107-01 REUSE PUMP STATION WET WELL LEVEL -· Notes: PROVIDED WITH ENDRESS HAUSER FMU90 WALL MOUNT TRANSMITTER MANUFACTURER SUPPLIED CABLE BETWEEN LEVEL ELEMENT AND TRANSMITIER 17520-4 INSTRUMENTS VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 PART 1 GENERAL 1.01 SCOPE SECTION 17910 INPUT/OUTPUT LIST 318-072-22 A. Provide and install the required hardware to monitor and control the inpuUoutput subsystem. The preliminarily inpuUoutput lists are attached at the end of this sect ion. CONTRACTOR shall coordinate with OWNER and ENGINEER to verify all 1/0 physically at each site . B. The CONTRACTOR shall identify and document at the minimum the following : 1. All existing cable termination points at the existing panel (ensure the length is adequate without excessive butt spices for the new control panel). 2. Functionality as well as electrical characteristic of each cable. 3. Label each cable in preparation for the final panel transfer with understanding that any given site cannot be down for more than an 8-hour period. C. Based on the information above, CONTRACTOR shall design the remote 1/0 panel per Specification Section 17400, and with minimal transfer time between the new and old control panels in mind . 1.02 SUBMITTALS A. CONTRACTOR shall submit an lnpuUOutput list in Excel format, that includes PLC panel number, card and point location , configuration information , point description , point function and tag name . PART 2 PRODUCT 2 .01 GENERAL A. The lnpuUOutput list shall contain all items to be configuration items -of the point and shall be capable of being imported and exported into the system via an Excel spread sheet. PART 3 EXECUTION 3.01 INPUT/OUTPUT LISTS A. Refer to the sheets 1 A of the specification . SEE FOLLOWING A TT ACHED SHEETS . END OF SECTION 17910-1 INPUT/OUTPUT LIST VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 17910 -INPUT OUTPUT LIST Input and Output Summary Village Creek Reclaimed Water Eastern Delivery System UV System RIO-UV Point Description Al-01 Turbidity Density Al-02 UV input flow transmitter 01-01 Filter effluent channel level low from LCP A0-01 UV input flow transmitter to UV Control panel 01 -02 Valve MOV-105 Open Ol-03 Valve MOV-105 Closed 01-04 Valve MOV-105 Failure 00-01 Valve MOV-105 Open Command 00-02 Valve MOV-105 Closed Command 01-05 Valve MOV-105 Local mode 01 -06 Valve MOV-105 Remote mode Ol -07 Valve MOV-106 Open 01 -08 Valve MOV-106 Closed 01 -09 Valve MOV-106 Failure Al -03 Valve MOV-106 Position Feedback A0-02 Valve MOV-106 Position 01-10 Valve MOV-106 Local mode 01-11 Valve MOV-106 Remote mode 00-03 Pump 1 failure to RTU 30 00-04 Pump 2 failure to RTU 30 00-05 UV Main Control Panel Low Battery to RTU30 00-06 UV Main Control Panel Failure to RTU30 00-07 UV Main Control Panel Warning to RTU30 00-08 Valve MOV-105 Open to RTU30 00-09 Valve MOV-105 Closed to RTU30 00-10 Valve MOV-105 Failure to RTU30 00-11 Valve MOV-106 Open to RTU30 00-12 Valve MOV-106 Closed to RTU30 00-13 Valve MOV-106 Failure to RTU30 00-14 RIO Status Dl -1 2 VF0-01 running 00-15 Pump 1 Start 00-16 Pump 1 Stop 01-13 Pump 1 failure Al-04 VFD -01 speed feedback A0-03 VF0-01 speed setpoint Dl -14 VFD selector switch in local 01-15 VFD selector switch in remote 01-16 VF0-02 running 00-17 Pump 2 Start 00-18 Pump 2 Stop 01-17 Pump 2 failure 1 of 2 Instrument AIT -103-01 FIT-102-01 LCP RIO-UV MOV-105 MOV-105 MOV-105 MOV-105 MOV-105 MOV-105 MOV-105 MOV-106 MOV-106 MOV-106 MOV-106 MOV-106 MOV-106 MOV-106 RIO-UV RIO-UV RIO -UV RIO-UV RIO -UV RIO -UV RIO-UV RIO-UV RIO-UV RIO-UV RIO -UV RIO-UV VF0 -01 VFD-01 VFD-01 VF0-01 VF0 -01 VFD -01 VF0-01 VF0-01 VFD -02 VFD -02 VFD-02 VFD -02 Signal Range 4-20 mA 0-10 NTU 4 -20 mA 0-18 MGO Alarm 4-20 mA 0-18 MGO Boolean 1 = Open Boolean 1 = Closed Alarm Boolean 1 = Open Boolean 1 = Closed Boolean l=Local Boolean l=Remote Boolean 1 = Open Boolean 1 = Closed Alarm 4-20 mA Open-Close 4-20 mA Open-Close Boolean l=Local Boolean l=Remote Alarm Alarm Alarm Alarm Alarm Boolean 1 = Open Boolean 1 = Closed Alarm Boolean 1 = Open Boolean 1 = Closed Alarm Boolean 1 = Running Boolean 1 = Running Boolean 1 = Start Boolean 1 = Stop Alarm 4-20mA 0-60Hz 4-20mA 0-60Hz Boolean l=Local Boolean l=Remote Boolean 1 = Running Boolean 1 = Start Boolean 1 = Stop Alarm 17910 -INPUT OUTPUT LIST Al-OS VF0 -02 speed feedback VF0 -02 4 -20mA 0-60Hz A0-04 VFD -02 speed setpoint VF0 -02 4 -20mA 0 -60Hz 0 1-18 VFD selector switch in local VFD-01 Boolean l=Local 01 -19 VFO selector switch in remote VF0 -01 Boolean l=Remote 01 -20 UV Main Control Panel Status UMCP Boolean 1 = Running 01-21 UV Main Control Panel Low Battery UMCP Alarm Ol -22 UV Main Control Panel Failure UMCP Alarm 01-23 UV Main Control Panel Warning UMCP Alarm RTU30 01-01 Pump 1 Failure from RIO -UV RIO-UV Alarm 01 -02 Pump 2 Failure from RIO-UV RIO-UV Alarm 01-03 UV Main Control Panel Low Battery from RIO-UV RIO -UV Alarm 01-04 UV Main Control Panel Failure from RIO -UV RIO-UV Alarm 01-05 UV Ma i n Control Panel Warning from RIO -UV RIO -UV Alarm 01 -06 Valve MOV-105 Open from RIO -UV RIO -UV Boolean 1 = Open Dl -07 Valve MOV-105 Closed from RIO-UV RIO -UV Boolean 1 = Closed 01-08 Valve MOV-105 Failure from RIO -UV RIO-UV Alarm 01 -09 Valve MOV-106 Open from RIO-UV RIO -UV Boolean 1 = Open 01 -10 Valve MOV-106 Closed from RIO-UV RIO -UV Boolean 1 = Closed 01-11 Valve MOV-106 Failure from RIO-UV RIO -UV Alarm 00-01 Pump 1 Failure to OCS RTU30 Alarm 00-02 Pump 2 Failure from to OCS RTU30 Alarm 00-03 UV Main Control Panel Low Battery to OCS RTU30 Alarm 00-04 UV Main Control Panel Failure to OCS RTU30 Alarm 00-05 UV Main Control Panel Warning to OCS RTU30 Alarm 00-06 Valve MOV-105 Open to OCS RTU30 Boolean 1 = Open 00-07 Valve MOV-105 Closed to DCS RTU30 Boolean 1 = Closed 00-08 Valve MOV-105 Failure to DCS RTU30 Alarm 00-09 Valve MOV-106 Open to DCS RTU30 ' Boolean 1 = Open 00-10 Valve MOV-106 Closed to OCS RTU30 Boolean 1 = Closed -- 00-11 Valve MOV-106 Failure to OCS RTU30 Alarm HARDWIRED INTO DCS 01-01 Pump 1 Failure from RIO-UV RTU-30 Alarm 01-02 Pump 2 Failure from RIO-UV RTU -30 Alarm 01-03 UV Main Control Panel Low Battery from RIO-UV RTU-30 Alarm 01 -04 UV Main Control Panel Failure from RIO -UV RTU-30 Alarm 01-05 UV Main Control Panel Warning from RIO-UV RTU-30 Alarm 01-06 Valve MOV-105 Open from RIO-UV RTU -30 Boolean 1 = Open 01-07 Valve MOV-105 Closed from RIO-UV RTU -30 Boolean 1 = Closed Ol -08 Valve MOV-105 Failure from RIO-UV RTU-30 Alarm Dl-09 Valve MOV-106 Open from RIO-UV RTU-30 Boolean 1 = Open Dl-10 Valve MOV-106 Closed from RIO -UV RTU -30 Boolean 1 = Closed 01-11 Valve MOV-106 Failure from RIO -UV RTU -30 Alarm 2 of 2 PART 1 -GENERAL 1.1 RELATED DOCUMENTS SECTION 17920 CONTROL NARRATIVE 318-042-22 A. Drawing and general provisions of the Cont ract , including Genera l and Supplementary Conditions and Division 1 specification Sections , apply to th is sect ion . B. Division 17000 Specifications 1.2 SUMMARY A. Configure , des ign, program and test the required process control logics that are defined in the provided Control Narrative. B. The developed programs and configuration shall completely meet the required Plant operation and process control. C. All the developed programs , including PLC programs and configurat ion , HMI system and OIT configurat ion and screens , shall be completely tested before the system field startup and commissioning . D. The following paragraphs are a general outline of the process control and plant operation for the City of Fort Worth Village Creek Reclaimed Water Eastern Delivery System Pump UV structure . 1.3 SUBMITTALS A. The CONTRACTOR shall submit PLC program and DCS and OIT screens design submittal to Eng ineer prior to equipment installation . PART 2 -PRODUCT 2.1 MANUFACTURERS 2 .2 GENERAL A. The Input/Output list shall contain all items to be configuration items of the point and shall be capable of being imported and exported into the system via an Excel spread sheet. PART 3-EXECUTION 3.1 CONTROL NARRATIVE A. Refer to the attached control narrative for RTU control. 17920-1 CONTROL NARRATIVE VILL<\GE CREEK RECL<\IMED WATER QUALITY I MPROVEMENTS September 23 , 2010 Loop: 100 UV System Pumps Equipment: Controller: PLC-REP Description: 318-042-22 The UV pumps will have a Local-Off-Remote selector switch that will change the modes of operation of the pumps. When the pumps are in the Local mode, they can be started and stopped through push buttons. During the Remote mode , when the level (loop 107) in the reclaimed water pump station wet well drops to the low low level set point for 1 minute (set by the operator through an operator adjustable 1-10 minutes timer), the UV System Lead Pump will start. The lead pump VFD will ramp up the speed of the pump until the level in the wet well reaches the low level set point. If the level in the wet well remains between the low and high level set points, the speed of the lead pump , and therefore the flow, will remain constant. If the level in the wet well reaches the low level set point, the lead pump VFD will start accelerating the pump to maintain the level above the low set point. If the level cannot be maintained above the low level set point value with the lead pump at maximum speed , the lag pump will be turned on and ramped up until the level remains above the low set point value . If the level reaches the high level set point while the lead and the lag pumps are both operating , and the lag pump is at minimum speed , the lead pump will start decelerating and the lag pump will simultaneously start accelerating . The lead pump will be turned off and the lag pump will become the lead pump. The pump lead and lag status will be provided to the HMI. If the low level lockout is reached in the filter effluent channel, the pumps will be stopped regardless of the mode of operation . Loop: 101 Filter effluent channel level low Equipment: LSL-101-01 Controller: PLC-REP Description: The float switch installed in the filter effluent channel will be tied into lockout panel LSLCP-1 . When the level in the effluent channel reaches its low set point, a low level alarm is provided to the UV system pump VFD starters and to the reuse pump station PLC . The UV pump(s) running at this time will automatically be shut down . Loop: 102 UV System Flow Meter Equipment: FIT-102-01 Controller: PLC-REP Description: The UV System Flow Meter will provide an instantaneous flow, and the PLC will maintain a system flow totalizer. The instantaneous flow will be provided to the UV Manufacturer supplied control panel via PLC-REP in order to flow pace the UV system. 17920-2 CONTROL NARRATIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 201 O Loop: 103 Turbidity Meter Equipment: AIT-103-01 Controller: PLC-REP Description: 318-042-22 The Turbidity meter will provide an instantaneous turbidity measurement. When the turbidity measurement reaches a high set point over a predetermined amount of time , the reuse pump station isolation valve will close . The bypass valve will open simultaneously and the flow will be reinjected into the UV system. By doing so , no high turbid ity water will be sent to the filter effluent channe l. Loop: 104 UV System Equipment: UV System Controller: PLC-REP and UV control panel Description: The UV system will be operated from the manufacturer supplied control panel. The system will pace based on the flow rate provided by the PLC, and will provide the following alarms: Low Battery Failure Warning Loop: 105 Reclaimed water Pump Station Isolation Valve Equipment: MOV-105 Controller: PLC-REP Description: The Reclaimed water pump station isolation valve will be of the open/close type . After a low level is detected in the reclaimed water pump station wet well , the valve will close and the system will begin bypassing water to the filter effluent structure for eight minutes . After a warm- up period of the UV lamps, when the UV system pump(s) are started , the isolation valve will open . If one of the following conditions is detected, the isolation valve will automatically close : High turbidity , High level set point reached in the reclaimed water pump station wet well, The valve will have a hand/off/auto selector switch in order to be operated for maintenance purposes . Loop: 106 Bypass Valve Equipment: MOV-106 Controller: PLC-REP Description: 17920-3 CONTROL NARRATIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23, 2010 318-042 -22 The bypass valve will be of the modulated type. The valve will be open when the UV system and the UV system pumps are not in operation . The bypass valve will receive an open command from PLC-REP when the isolation valve receives a close command from PLC-REP . When the reclaimed water pump station wet well level reaches its high set point, the bypass valve opening will be modulated to ma intain minimum flow through the UV structure. The minimum f low will be per UV manufacturer's recommendations and will be operator adjustable. The flow information will come from the UV system flow meter via PLC-REP . Loop: 107 Reuse Pump Station Wet Well Level Equipment: LIT-107-01 (and LE-107-01) Controller: PLC-REP Description: The level transmitter in the reclaimed water pump station wet well will have several level set po ints that can be adjusted by the operators : Low low level set point, Low level set point, High level set point, High high level set point. The level range between the low and high level set point is called the dead band . When the level gets between these two values , the pump(s) are operating at constant speed. When a low level in the wet well is detected , the PLC will _start the UV System , and w ill close valve MOV-105 to begin bypassing water to the filter effluent structure for eight minutes . After the eight minutes , Valve MOV-106 will close and Valve MOV-105 w ill open to allow water to enter the reuse pump station wet well. When a high level is detected , the PLC will stop the UV system and the UV system pumps will be shut down . 3.2 PLC PROGRAMMING AND SYSTEM ARCHITECTURE MODIFICATIONS In order to achieve the performance described in the above control narrative, PLC~EP will be reprogrammed under this contract. Any additional equipment shown on the contract drawings and required for the change in system arch itecture will have to be provided and installed . END OF SECTION 17920-4 CONTROL NARRATIVE VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS September 23 , 2010 - -PartF Bonds and Insurance OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX PERFORMANCE BOND Bond No: 105540116 THE ST A TE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) Archer Western Contractors, Ltd. _____ , a (2) Corporation of Illinois hereinafter called Principal, and (3)Travelers Casualty and Surety_(.Qm.'""pa~o~y ______ _ a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, arc held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Ownec., in the penal sum of: One Millio n Seven Hundred Ninety Three Dollars and 00/100 ($1,793,000.00 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF TH1S OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the ~~ ~ \\ _.:c....._ __ day of d tt-"' \t-.,.._~ , A.D. 20 .J.\-, a copy of which is hereto attached and made a part hereof, for the construction of: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS designated as Project No.(s) P275-705300021380 , a copy of whic;h contract is hereby attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". NOW THEREFORE~ if the Principal shall well, truly, and faithfully perform the ·work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and he shall satisfy all claims and demands incurred under the contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. F-1 PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas . AND PROVIDED FURTHER, that the said Surety, for value received , hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work to · be performed thereunder, or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in six counterparts each one of which shall be deemed an original , this the 4-"'°' day of :S:C>-n 1.k!::j , A.D., 20~. A T T E ST: Sean C. 2121 AvenueJ. Suite 103 .... "' -- -......... ... -::---... .._ -... ....-__ \ ...... "~ -.. -~-... __ (SE AL) Witz;'ess as to Principal Terri Keckler 2121 AvenueJ . Suite 103 Arlington, TX 76006 Address (SE AL) Arlington, TX 76006 (Address) Travelers Casualty and Surety Company Surety (Address) NOTE: Date of Bond must not h ~ prior to : --= ' -< __ : ~ Jildi! m date of Contract Witness as to Surety Kathleen C. O'Rourke 929 W. Adams St. Chicago, IL 60607 (Address) (3) (4) (5) F-2 Correct Name of Contractor A Corporation, a Partnership or an Individual, as the case may be Correct name of Surety If Contractor is Partnership, all Partners should execute Bond A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact ~ 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 Underwriter s, 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. Q Q 3 8 9 8 7 Q 3 KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine In surance Company , St. Paul Guardian In surance Company and St. Paul Mercury In surance Company are corporations duly organized under the laws of the State of Minnesota , that Farmington Casualty Company, Travelers Casualty and Surety Company , and Travelers Casualty and Surety Company of America are corporations duly organized under the la ws of the State of Connecticut , th at Un ited States Fidelity and Guaranty Company is a corporat ion duly organi zed under the laws of the State of Maryland , that Fidelity and Guaranty In surance Company is a corporation duly organi zed under the la ws of the State of Iow a, a nd that Fidelity and Guaranty Insurance Underwriters , Inc ., is a corporation duly organized under th e laws of the State of Wisconsin (here in collectively cal led the "Companies"), and that the Companies do hereby make , constitute an d a ppoint Kathl ee n C. O 'Rourke, Bria n R . Walsh, J. Wi ll ia m Ernstro m, an d Jod i Wall ace of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate ca pac it y if more than one is named above, to sign, execute, seal and acknowledge any and all bond s, recognizances , co nditi onal undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their busin ess of guaranteeing the fidelity of persons , g uarantee in g the performance of contracts and executin g or guaranteeing bond s and undertakings required or permitted in any ac ti ons or proceed ing s a ll owed by law. 7th IN WITN~fa WHEREOF , the Compa~~f61 ave caused thi s instrument to be signed and their corporate sea ls to be hereto affixed, thi s----------- d f • y_ ay o • _ , · ...: -- State of Connecticut City of Hartford ss. 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 0 ~ By: St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 7th May 2010 On this the day of , before me perso nall y appeared George W. Thompson , who acknow ledged himself to be the Senior Vice President 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 Me rcury In sura nce Company , Travelers Casualty and Surety Company , Travelers Cas ualty and Surety Company of America , and United States Fidelity and Guaranty Company, and that he, as such , being authorized so to do, executed the foregoing in strument for the purposes therein contained by signing on behalf of the co rporation s by him self as a duly authorized officer. In Witness Whereof, I hereunto set my hand and officia l seal. My Commission exp ires the 30th day of June , 20 I l. 5 8440-4-09 Printed in U.S.A . '-Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Thi s 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 Guarant y Insurance Company, Fidelity and Guaranty Insurance 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 fuU force and effect , reading as follows: RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice President , any Senior Vice Pre sident, any Vice President , any Second Vice President , the Treasurer, any Assistant Tre as urer , the Corporate Secretary or any Ass istant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appoin tee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with the Company 's seal bonds, recognizances , contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or condition al und ertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED , that the Chairman , th e President , any Vice Chairman, any Executive Vice President , any Senior Vice President or any Vice Pre sident may delegate all or any part of the foregoing authority to one or more officers or employees of this Company , provided that eac h such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance , or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President , any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Ass istant Secretary and duly attested and sealed with the Company 's seal by a Secretary or Ass istant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is FURTHER RESOLVED , that the sig nature 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 sea l of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Re sident Vice Presidents , Resident As sistant Secretaries or Attorneys-in-Fact for purposes on ly of executing and attes tin g bonds and undertakings and other writings ob li gatory in the nature thereof, and any such Power of Attorney or certificate bearin g such facsimile signature or fac simil e seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with re spect to any bond or understanding to which it is attached. I, Kori M. Johanson , the undersi gned , Assistant Secretary , of Farmington Casualty Company, Fidelity and Guaranty In suran ce Company, Fidelity and Guaranty In surance Underwriters, Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America , and Uni ted 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 fo rce and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this __ 4:~'-~ __ day of :r~"""-l ".:) 0 ~ Kori M . Johan s , 20 lL . ---.. -"' To verify the authenticity of thi s Power of Attorney , call 1-800-421-3880 or co ntact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individual s and the detail s of the bond to which the power is attached. WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Bond No: 105540116 PAYMENT BOND THE STATE OF TEXAS § COUNTY OFT ARRANT § KNOW ALL BY THESES PRESENTS: That we, (1) Archer Western Contractors, Ltd . a (2) Corporation of Cook County, Illinois ------hereinafter called Principal and (3) Travelers Casualty and Surety Company , a corporation organized and · · d h 1 f th S Connecticut d full th · d b · · h S f e:x1stmg un er t e aws o e tate an y au onze to transact usmess m t e tate o Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Tex.as, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of One Million Seven Hundred Ninety Three Dollars and 00/100 __ Dollars ($ 1,793,000.00 ) in lawful money of the United States to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and · severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the ~"" day of ::S <'>"""'-11-::::.:3 20 JL, a copy of which is hereto attached and made a part hereof, for the consideration of: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS designated as Project Number P275-705300021380 , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants , supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the bond as provided in Chapter 2253, Texas Government Code. F-3 PROVIDE FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no charige extension of time, alteration or addition to the terms of the contract or to the work be performed thereunder or the specification accompanying the sarm: shall in any wise affel:l its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this '"~ day of }~<'I"'-~"_;) , 20 _1L_. :~~:;~"T!'?:Z jf/;AAµh Matthew Walsh, President (P (Printed Name/Title) .-...____ JSEAL) 2121 AvenueJ Suite 103 --- )<~. _· . 12:~~ -• ···.t:WJtn.€E SS as to Principal) Tern ecer -' 2121 AvenueJ Suite 103 Arlington, TX 76006 (Address) 929 W . Adams St. Chicago, IL 60607 Address Address Arlington, TX 76006 City/State/Zip Travelers Casualty and Surety Company (S~e_ty) Address Chicago, IL 60607 City/State/Zip Note : Date of bond mu st not be before the date of award of contract (I) Correct name of Contractor (2) A corporation, partnership, or ind ividual as the case may be (3) Correct name of Surety ( 4) If Contractor is a partnership, the Contract must be executed by the mrutaging or general partner of the partnership F-4 ~ TRAVELERS J WARNING : THIS POWER OF ATTORNEY 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 Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America Un it ed States Fidelity and Guaranty Company Certificate No. Q Q 3 8 9 8 7 Q 4 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine In s urance Compan y, St. Paul Guardian In surance Comp any and St. Paul Me rc ury In sura nce Company are corporation s duly organized under the laws of the State of Minnesota , that Farmin gton Casualty Company, Travel e rs Cas ua lt y and Sure ty Co mpa ny, and Travelers Casualty and Surety Company of America are corporations duly organized under the law s of the St ate of Connecticut , th at Unit ed St ates Fid e lity a nd Guarant y Company is a corporation duly organized under the laws of the State of Maryland , that Fidelity and Guaranty In surance Compan y is a corpo rati o n dul y organi zed und er the laws of th e State of Iowa , and th at Fide lit y and Guaranty Insurance Underwriters, Inc., is a corporation duly organi zed und e r th e la ws of th e State of Wi sco nsin (herein collectively called the "Companies"), and that the Companies do hereby make , constitute and appoint Kathleen C. O'Rourke, Brian R. Walsh, J . William Ernstrom, a nd Jodi Wallace of the City of Chicago , State of Illinoi s , their tru e a nd la wful Att om ey(s)-in-Fact , each in their separate capacity if more than one is named above, to sign, execute , sea l and acknowledge any and all bond s, recogni za nces, conditi o na l undertakin gs and other writings obligatory in the nature th ereof on behalf of the Companies in their business of guaranteeing the fidelity of person s , g uaranteein g th e pe rfo rm ance o f contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowe d by la w. 7th IN WITN~a W~REOF, the Compa~&ftave caused thi s instrument to be signed and their corporate sea ls to be here to a ffi xed , thi s ----------- d f . y . -. ay o : -· -, · -.: State of Connecticut City of Hartford ss. ·/ 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 0 ~ By: St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 7th May 20 10 On this the day of , before me personally appeared George W. Thompso n , who ac kn ow ledged himself to be the Senior Vice President of Farm in gton Casualty Company, Fidelity and Guaranty Insurance Company , Fidelity and Guarant y In sura nce Und erwrit ers , Inc ., St. Paul Fire and Marine Insurance Co mpany, St. Paul Guardian Insurance Company, St. Paul Merc ury In suran ce Compa ny, Trave le rs Cas ua lt y a nd Sure ty Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Compan y, and th at he , as such , be in g aut ho ri zed so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporation s by him self as a duly auth ori ze d offi cer. In Witness Whereof, I hereunto set my hand and officia l seal. My Commission expires the 30th day of June , 2011. 58440-4-09 Printed in U.S.A. '-Mari e C. Te treault , Notary Public WARN ING : THIS POWER OF ATTORNEY 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 following 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 In surance 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 fo llo ws: RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice President , any Senior Vice President , any Vice President , any Second Vice President, the Treasurer, any Assistant Tre as urer , th e Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and o n behalf 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 und ertaking, and any of said officers or the Board of Directors at any tim e may remove any such appointee and re vo ke the power given him or her; and it is FURTHER RESOLVED , that the Chairman, the Pres ident , any Vice Chairman, any Executive Vice Presi dent , any Senior Vice Presid ent or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of thi s Company, provided that each s uch delegation is in writing and a copy thereof is filed in th e office of the Secretary ; and it is FURTHER RESOLVED , that any bond, recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance, or conditional undertaking shall be valid and bindin g upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President , the Treasurer, an y Assistant Treasurer, the Corporate Secretary or any Ass istant Secretary and duly attested and sealed with the Company 's sea l by a Secretary or Assistant Secretary ; or (b) duly executed (und er seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in hi s or her certificate or their certificates of authority or by o ne 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 Preside nt , any Vice President , any Assi stant Vice Pres ident , any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Po wer of Attorney or to any certificate relatin g thereto appointing Re sident Vice Pre sidents , Re sid ent Assistant Secretaries or Attorneys-in-Fact for purposes onl y of executin g and attesting bonds and undertakings and other writings ob li gatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to whi ch it is attached. I , Kori M. Johanson , the undersigned , Ass istant Secretary , of Farmington Casualty Company , Fidelity and Guaranty Insurance Compa ny , Fidelity and Guaranty Jnsurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Jnsurance 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 Powe r 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 said Companies thi s 4-day of 3" O......~ 0 ~ Kori M . Johans :: . ...: .... ---.. -.. ,20 ~- To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www .trave lersbond .com . Please refer to th e Attorney-In-Fact number, the above-named individual s and th e details of the bond to which the power is atta ched. WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER THE STATE OF TEXAS MAINTENANCE BOND § COUNTY OF TARRANT § Bond No : 105540116 KNOW ALL MEN BY THESE PRESENTS: That we (1) Archer Western Contractors, Ltd . as Principal, acting herein by and through (2)_C~o~r~po_r~at~io~n __________ _ its duly authorized and (3) Travelers Casualty and Surety Company a corporation organized and existing under the laws of the State of Connecticut , as 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, at Fort Worth, in Tarrant County, Texas, the sum of: One Million Seven Hundred Ninety Three Dollars and 00/100 Dollars ($1,793,000.00 ), lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, and assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, the Owner, dated 4 u-"'"U=?c ~ 2..<~\\ for the performance of the following described public work and the ~nstiuction of the following described public improvements: VILLAGE CREEK RECLAIMED WATER QUALITY IMPROVEMENTS all of ·the same being referred to herein and in said contract as the Work and being designated as Project No .(s) P275-705300021380; and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; 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 the period 2 years after the date of the final acceptance of the work by the City; and, WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of 2 years ; and, WHEREAS, sad Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it is necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep 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 F-5 ....._ ---. -:: :.-· .. ---~----.. Bond shall remain in full force and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises as prescribed by said contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas; and, IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, dated ~ <:.-"'\o.,...._3 4:) 2.<:::> \ ATTEST: rinciple) Secretary (SE AL) 1/L-~ Witness as to Principal Terri Keckler -2 121 Avenue J Suite 103 Arlington, TX 76006 Address WITNESS: ~lIMR: ~&~kec 2121 AvenueJ Suite 103 Arlington, TX 76006 (Address) 929 W . Adams St. Chicago, IL 60607 (Surety)~~ -~ (S E ~L) ....... _ (Address) NOTE: Date of Bond must not be prior to date of Contract ..::.- :_;: '=" -. ~ .-.. --(1) (2) ess as to Surety Kathleen C. O'Rourke 929 W. Adams St. Chicago, IL 60607 (Address) (3) (4) (5) F-6 Correct Name of Contractor A Corporation, a Partnership or an Individual, as the case may be Correct name of Surety If Contractor is Partnership, all Partners should execute Bond A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact .... WARNING : THIS POWER OF ATIORNEY 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 Underwriters, Inc. St. Paul Fire and Marine Insurance Company St . Paul Guardian Insurance Company 222409 St. Paul Mercury In surance Company Travelers Ca sualty and Surety Compa ny Travelers Casualty and Surety Comp an y of Amer ica United States Fidelity a nd Gua r a nty Com pany Certificate No. Q Q 3 8 9 8 7 Q 5 KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and M ari ne In sura nce Com pany, St . Pa ul G uardian Insurance Company and St. Paul Mercury Insurance Company are co rp orati o ns dul y o rga ni zed un der th e laws of the State o f Minnesota, th at Farmingto n Casual ty Company, Trave lers Casualty and Surety Company, a nd Trave lers Cas ualty and Surety Com pa ny of Ameri ca are corporatio ns dul y organi zed und er th e laws of th e State of Connecticut , that United State s Fidelity and Guaranty Compa ny is a co rp orati o n dul y orga ni zed un de r th e laws of th e State of M aryland , th at Fide lity a nd G uaranty In s ura nce Company is a corporation dul y organized und e r th e laws of the State of Iowa , and th at Fi de lity and G uaranty In s ura nce U nderwriters, In c., is a corporation du ly organized under the laws of the State of Wi sconsi n (h ere in coll ect ive ly call ed th e "Comp ani es"), and th at th e Co mp ani es do here by ma ke, co nstitute a nd appoint K ath leen C. O 'Ro urke , Brian R . Walsh, J. William E rn strom , a nd Jodi Wallace of th e C it y of Chicago , State of Tllin o is , their true a nd lawful Attorney(s)-in-Fact , eac h in th eir se parate ca pac ity if more than one is na med a bo ve, to sign , exec ute , seal and acknow ledge any and all bonds , recognizances , conditional undertakin gs a nd oth er writings o bli ga tory in th e natu re th e reof o n be ha lf of th e Comp an ies in th e ir bu s in ess of g uaranteei ng the fide lity of perso ns , guaranteeing th e perform ance of contra<;ts and -~_e_c utin g or guar antee in g bo nds and und ertak in gs requi re d or permitted in any acti ons or proceed ings all owed by law . ...:: -IN WIT~ __ HEREOE , th e Com pani es have caused th is in stru ment to be signed and th eir corporate seals to be hereto affixed , thi s _____ 7_t_h ____ _ d f 1ey_..... 20 10 eyo ' . State of Conn ec ti c ut C it y of Hartfo rd ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine In surance Company St. Paul Guardian In surance Company 0 ~ By: St. Paul Merc ury In sur ance Company Tra velers Casualty and Surety Company Travelers Casualty and Surety Company of Ameri ca United States Fid elity and Guaranty Compa ny 7 th May 20 10 O n thi s th e day of , before me perso nall y appeared George W . Thompson, who acknowl edged himse lf to be th e Seni or Vi ce Pres ide nt of Farmingto n C as ualt y Compan y, Fid e lit y and Gu ara nt y In sura nce Company, F ideli ty and Guaranty Insurance Underwriters, Inc., St. Pau l Fire a nd Marine In sura nce Com pany, St. Paul Gu ard ian In s ura nce Comp any, St. Paul Mercury Ins urance Company, Travelers Casualty and Surety Comp an y, Travelers Casua lty and Sure ty Comp any of Am eri ca, and United States Fide lit y and G uaranty Company, and th at he, as s uch, being authorized so to do, exec uted th e forego in g in strum ent fo r th e purposes there in cont ain ed by s igni ng on behalf of th e corporations by himself as a du ly authorized officer. In Witness Whereof, l he re unt o set my hand and offic ia l seal. My Commi ssio n e xpires th e 30th day of June, 20 11 . 58440-4-09 Printed in U.S.A. '-Marie C. Tetreault , Notary Public WARNING : THIS POWER OF ATIORNEY IS INVALID W ITHOUT 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 following reso luti ons ado pted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, In c., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance 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 , any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assi stant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe ·to sign with the Company 's name and seal with the Company 's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond , recognizance , or conditional undertaking , and any of said officers or the Board of Directors at any time may remove any such appoi nt ee 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 authori ty to one or more officers or emp lo yees of this Company, provided that eac h such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond , recognizance, or conditional undertaking shall be va lid and binding upon the Company when (a) signed by the President, any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED , that the signature of each of th e fo llowing officers: President, any Executive Vice President, any Senior Vice President , any Vice President , any Assi stant 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 Residen t Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executin g and attesting bonds and undertakings and other writings ob li gatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. l , Kori M. Johanson , the undersigned , As sistant Secretary , of Farmington Casualty Company , Fidelity and Guaranty Insurance Company , Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company, St. Paul Mercury In suran ce Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United State s Fidelity and Guaranty Company do here by certify that th e above an d foregoing is a true and correct copy of th e Power of Att orney executed by said Companies , whi ch is in full force and effect and has not been revoked. 0 ~ Kori M . Johans To verify the authenti city of thi s Po we r 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 individual s and the detail s of the bond to which the power is attached. WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ~ IN SURED Archer western Contractors, Ltd. 2121 Avenue J suite 103 Arlington TX 76006 USA Attachment city of Fort worth (owner) Alan Plummer and Associates (Engineer) are an Additional Insureds pertaining to General Liability with respects to liability ar1s1ng out of the Named Insured's operations on the referenced project. Professional services for Architects, Eng i neers, consultants, etc. are excluded. Certificate No : 570041137061 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 Village Creek Reclaimed Water Quality Improvements, Number P275-705300021380. STATE OF TEXAS § COUNTY OF TARRANT § Matthew Walsh, President Title BEFORE ME, the undersigned authority, on this day personally appeared t/khtw W4,/s /,._, , known to me to be the person whose name is subscribed to the forego! instnu;np. nt, and acknowledged to me that he executed the same as the act and deed of -ii£: div /tle,ttu-11 4'-n-aL-f-o, 5. ).+,/. for the purpose and consideration therein expressed and in the capacity therein stat[d. GIVEN UNDER MY HAND AND SEAL OF OFFICE this J/'/:l_of :;;;~,..!J. , 20 JL. v Notary Public in and for the State of Texas Page 1 Of 1 PartG Contract - OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX PART G -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § . '"' THIS CONTRACT, made and entered into J ~~ '--\-1 z__.,,, \ \ _____________ by and between the City of ForfWorth,.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 WESTE~N CO NTRACTORS, .LTD. of the City of ARLINGTON and State of TEXAS "CONTRACTOR" County of TARRANT Party of the Second Part. Hereinafter termed WITNESSETH: That for and in consideration of 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 RECLAIMED WATER QUALITY IMPROVEMENTS City of Fort Worth, Water Project No. P275-705300021380 and all extra work connected therewith, under the terms 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, ~d 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 Genera~. Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. G-1 OFFICIAL RECORD CITY SEC RETARY Ft. WORTH, TX The Contractor hereby agrees to commence work within ten (10) 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 WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate the year and the day first above written. ATTEST: (SEAL) WITNESSES : Citv of Fort Worth, Texas (Owner) Party of the First Part c ofitract Authorizatioa _l / ' Lf I I I Date A,che, Westem Coot,act~td. 1 By P-i~,lsh, P,esideot Approved for the Fort Worth City Water Department: ;;:~)I S. Frank Crumb, PE, Water Director G-2 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX . ,,; ' ./ -:r ... -.......... ., . ., -"~ -~ ... --"" ;:':' -................. -.,, -.,-._ -- - - - - Appendix A Geotechnical Bore Logs OFFICIAL RECORD CITY SECRETARY FT. WOR'rH, rx GEOTECHNICAL ENGINEERING STUDY UV SYSTEM RECLAIMED WATER EASTERN DELIVERY SYSTEM VILLAGE CREEK WWTP ARLINGTON, TEXAS Presented To : Alan Plummer Associates, Inc. August 2010 PROJECT NO. 425-10-22 CMJ ENGINEERING, INC. August 12, 2010 Report No . 425-10-22 Alan Plummer Associates, Inc. 1320 South University Drive, Suite 300 Fort Worth, Texas 76107 Attn : Mr. Cletus R. Martin , P.E . GEOTECHNICAL ENGINEERING STUDY UV SYSTEM 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengr.com RECLAIMED WATER EASTERN DELIVERY SYSTEM VILLAGE CREEK WWTP ARLINGTON, TEXAS Dear Mr. Martin: Submitted here are the results of a geotechnical engineering study for the referenced project . This study was performed in general accordance with CMJ Proposal 10-3243 (Revised) dated July 20, 2010 . The geotechnical services were authorized on July 20 , 2010 by Mr. Cletus R. Martin, P.E. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report . We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Alan Plummer Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time . Respectfully submitted , . · _ ....... ,,,, CMJ ENGINEERING, INC. --~r;.9.~.!/', TEXAS FIRM REGISTRATION NO. F-9177 / ~;.'r-··*•.;t~IS' \ rl '*... ...*'' U ;.: l • •• , . t , .. : ...................... : ... ~ f:~f. '\ 1 &-._ i .~~~~.~.~:~~~!~.~:.~~:-~~ 1 0 #-O• ,,.,_,,, t A\•, 97402 .·,':', f'{)", ' ,•0::, J P S . t IV PE t -<'_;.~ICENS~Q.·~, ame . apping on , , . . 'r--.is·· .... , , ··~0-- Projec Engineer ,,,(O,~~'"~-i,,')''o Texas No . 97402 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX copies submitted : (3) Mr. Cletus R Martin, P.E.; Alan Plummer Associates , Inc. Phone (817) 284-9400 Fax (817) S89-9993 Metl'o (817) S89-9992 TABLE OF CONTENTS 1. 0 I NTR ODUCTION-------------------------------------------------------------------1 1.1 Project Description ---------------------------------------------------------------------------1 1.2 Purpose and Scope ----------------------------------------------------------------------1 1.3 Report Format-------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------~----------2 2. 1 Field Exploration ------------------------------------------------------------2 2.2 Laboratory Testing -----------------------------------------------3 3. 0 SUB SU RF ACE CONDITIONS----------------------------------------------------------------3 3.1 Soil Conditions ---------------------------------------------------------------------------3 3.2 Ground-Water Observations---------------------------------------------------4 4 . 0 EXIST! NG Fl LLS ----------------------------------------------------------------------------5 5.0 FOUNDATION RECOMMENDATIONS --------------------------------------------5 5.1 General Foundation Considerations ------------------------------------5 5.2 Spread I Mat Foundations-----------------------------------------------5 5.3 Stiffened and Thickened Slab-On-Grade-------------------------------------7 6.0 BELOW GRADE WALL RECOMMENDATIONS-----·--------------------------10 6 .1 Lateral Earth Pressure------------------------------------------------------10 6.2 Wall Backfill Material Requirements-----------------------------------------------11 6.3 Below-Grade Drainage Requirements -------------------------------------12 7.0 ADDITIONAL DESIGN CON SID ERA TIONS-------------------------------------12 8.0 SEISMIC CONSIDERATIONS-------------------------------------13 9.0 EARTHWORK-------------------------------------------13 9.1 Site Preparation----------------------------------------13 9.2 Placement and Compaction ---------------------------14 9.3 Trench Backfill ------------------------------------------15 9.4 Excavation ---------------------------------------------------------------15 9.5 Acceptance of Imported Fill-----------------------------------------15 9.6 Soil Corrosion Potential------------------------------------------------------16 9.7 Erosion and Sediment Control----------------------· --------------16 9.8 Utilities --------------------------------------------------------16 10 .0 CONSTRUCTION OBSERVATIONS---------------------------------------16 11 .0 REPORT CLOSURE -----------------------------------------------17 APPENDIX A Plate Plan of Boring--------------------------------------A 1 Unified Soil Classification --------------------------------~------A2 Key to Classification and Symbols------------------------------A.3 Log of Boring ____________ _: ______________________________________ A4 Free Swell Test Results -----------------------------------------------------------------A.5 1.0 INTRODUCTION 1.1 Project Description The project site is located at the Village Creek Waste Water Treatment Plant located at 4500 Wilma Lane in Fort Worth, Texas. The project, as currently planned , will consist of a lightly loaded 30-foot by 40-foot equipment/piping structure and_ related equipment/piping . Foundations may cons ist of either shallow spread footings or stiffened mats , with select foundations situated at a depth of 6 feet below existing grade . The approximate location of the exploration boring is illustrated on Plate A.1 , Plan of Boring . 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered , and develop recommendations for the type or types of foundations suitable for the project . To accomplish its intended purposes , the study has been conducted in the following phases : (1) drilling one sample boring to determine the general subsurface conditions and to obtain samples for testing ; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses , using the field and laboratory data , to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change . Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended . 1.3 Report Format The text of the report is contained in Sections 1 through 10. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the append ix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No . 425-10-22 CMJ ENGINEERI NG, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by one vertical soil boring drilled to a depth of 30 feet below existing grade in the proposed lift station area. The boring was drilled using continuous flight augers at the approximate location shown on the Plan of Boring , Plate A .1. The boring log is included on Plate A.4 and keys to classifications and symbols used on the log are provided on Plates A2 and A3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the log of boring. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture . The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a· 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth _of 0.25 inch . The results of these tests, in tsf, are tabulated at respective sample depths on the log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4 .5+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch 0 .0. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the Report No. 425-10-22 CMJ ENGINEERING, IN C. 2 penetration obta ined from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the log of boring . 2.2 Laboratory Testing Laboratory soil tests were performed on selected representat ive samples recovered from the boring . In addition to the class ification tests (liquid limits , plastic lim its , and percent passing the No . 200 sieve), moisture content , unit weight , and unconfined compress ive strength tests were performed . Resu lts of the laboratory classification tests , moisture content , un it weight, and unconfined compressive strength tests conducted for this project are included on the boring log. Free swell testing was performed on a selected sample of the cohesive soils . The swell test was used in determining the expansive soil response of the clay so ils . The results of the swell test are provided on Plate A.5 . The above laboratory tests were performed in general accordance with applicable ASTM procedures , or generally accepted practice . 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring location are shown on the boring log in Append ix A. The generalized subsurface stratigraphies encountered in the boring are discussed be low. Note that depths on the boring refer to the depth from the existing grade or ground surface present at the time of the investigation , and the boundaries between the va rious soil types are approximate . Near surface soils encountered in the boring are noted as fill materials , consisting of various brown , dark brown , and light reddish brown sandy clays and clays containing gravel. Natural soils are present at a depth of 3% feet consisting of light reddish brown clayey sands and sandy clays , transitioning to clayey sands and sands at a depth of 11 feet. The clayey sands and sands below 11 feet contain occasional gravel and are medium dense, with a Standard Penetration (N) value of 17 blows per foot of penetration . Light brown and gray silty sandy clays are next present at a depth · of 18 feet and continue through boring termination at 30 feet. Report No . 425-10-22 CMJ E NGINEE RI NG, INC. 3 These clayey soils encountered were generally stiff to ha rd (so il basis) in consistency with pocket penetrometer readings of 2 .0 to over 4.5 tsf. The various soils had tested Liquid Limits (LL) of 28 and 61 with Plasticity Indices (Pl) of 14 and 40 , and are classified as SC , CL and CH by the USCS . Tested dry unit weight values range from 111 to 123 pcf and unconfined compressive strengths were 1,170 and 14 ,380 psf. Se lect strength tests reflect more granular materials , indicating in -situ strengths to be greater than the tested va lue. The Atterberg Limits tests indicate the various surficial clay fill so ils encountered at this site are generally highly active with respect to moisture induced volume changes while the underlying natural soils are generally slightly act ive with respect to moisture induced volume changes . Active clays can experience volume changes (expans ion or contraction) with fluctuations in their moisture content. 3.2 Ground-Water Observations The boring was drilled using continuous flight augers in order to observe ground-water seepage during drilling . Boring 8-1 noted water seepage at a depth of 20 feet during drilling and a ground- water measurement at 19 feet at completion. While it is not poss ible to accurately pred ict the magnitude of subsurface water fluctuat ion that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall ; site topography and runoff; hydraul ic conductivity of soil strata ; and other factors not evident at the time the boring was performed . The poss ibil ity of ground-water level fluctuations should be considered when developing the design and construction plans for the project Water traveling through the so il (subsurface water) is often unpredictable. This could be due to seasonal changes in ground water and due to the unpredictable nature of ground-water paths . Therefore , it is necessary during construct ion for the contractor to be observant for ground-water seepage in excavations in order to assess the situation and take appropriate action. Report No .. 425-10-22 CMJ ENGINEE RING, I NC. 4 4.0 EXISTING FILLS Existing fill was encountered up to a depth of up to 3Y2 feet in the boring . Samples of the fill were reasonably dense and free of significant voids . However, in the absence of documented density control , the possibility of undercompacted zones or voids exists . Complete removal and replacement of all the fill is the only method eliminating the risk of unusual settlement where historical documentation of proper fill placement cannot be obtained . . 5.0 FOUNDATION RECOMMENDATIONS 5.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundations to support the proposed structures . First, the ultimate bearing capacity, reduced by a sufficient factor of safety , must not be exceeded by the bearing pressure transferred to the foundation soils . Second, due to consolidation or expansion of the underlying soils during the operat ing life of the structure, total and differential vertical movements must be within tolerable limits. A shallow foundation with deepened footings is a positive foundation option and should provide adequate support of structural loads . A stiffened, slab-on-grade also may be used for near-surface foundations provided the existing fills are reworked and replaced . These foundation systems are presented in the following report section . The key to success of shallow foundations is proper design/construction , and providing the most optimum conditions for reduced slab movements . Providing excellent drainage away from the structure, preventing ponding of water aside the slab, preventing excess drying of soils, and using onsite soil backfill to prevent water intrusion into utility line backfill will enhance slab performance. 5.2 Spread / Mat Foundations 5.2.1 Foundation Design Criteria Footings/mats should be situated at a minimum depth of 4 feet below existing grade and below any existing fill. Based on the boring, this depth places the footings in the natural hard sandy clays or clayey sands. Individual footings/mats situated at this depth may be proportioned on the basis of an allowable bearing pressure of 2,500 pounds per square foot (psf) while continuous footings may Report No. 425-10-22 CMJ ENGINEERING, INC. 5 utilize an allowable bearing pressure of 2,000 psf. An adhesion value of 500 psf may be used for earth formed footings . An ultimate friction factor of 0.35 may be used to calculate sliding resistance of the footings bearing on site soils at this depth . The above design values contain a safety factor of three (3). For short sustained seismic or w ind live loads , the bearing capac ity values may be increased to reflect a safety factor equal to 1.5. Mat foundations proportioned for these values should experience a total settlement of % inch or less , and a differential settlement of ~ inch or less , after construction . Based on t he conditions encountered in the boring , potential moisture induced movements are est imated to be on the order of 1 inch or less for foot ings/mats situated a minimum of 4 feet below existing grade . Individual footings may be square, round , or rectangular and should mainta in a min i mum width of three feet. Continuous footings should maintain a minimum width of 18 inches in order to utilize the recommended bearing pressures . Depending on the time of year and the general weather conditions , the excavation and placement of the foundation may be in a saturated soil condition . If the construction occurs in a wet condit ion , issues of dewatering of excavations, strength/stability of side slopes , and disturbance of bea ring materials become important. Due to the great variability of moistu re condition , the presence of excess moisture in soils cannot be predicted. 5 .2.2 Spread/Mat Foundation Construction Spread/mat foundation construction should be monitored by-a representative of the geotechnical engineer to observe , among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered , whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation . Concrete should be placed as soon as Report No. 425-10-22 CMJ E NGIN EE RING, I NC. 6 practical after completion of the excavating, cleaning , reinforcing steel placement and observation . Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required , to prevent · deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics . If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface . If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces . If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation . The mud slab will protect th~ bearing surface , maintain more uniform moisture in the subgrade , facilitate dewatering of excavations if required , and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.3 Stiffened and Thickened Slab-On-Grade 5.3 .1 Design Considerations and Potential Movements A stiffened monolithically placed slab-on-grade foundation used at this site must be designed to tolerate potential movements due to moisture induced volume changes in the soils expected to be . encountered at finished grade. This section is applicable for those structures situated near present existing grade . The foundation should be designed by a structural engineer familiar with stiffened mats subject to differential movement. Foundation movements are anticipated due to post construction heave of the underlying soils or as a result of settlement. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures , and to a great extent by soil moisture levels at the time of construction . The greatest potential for post-construction movement occurs when the soils are in a dry condition at the time of construction and/or possible indeterminate settlement in the fills . Based on the conditions encountered in the Report No. 425-10-22 CMJ ENGINEERING, INC. 7 borings, potential moisture induced movements are estimated to be on the order of 1 % to 2 inches for soils in a dry condition with no structure load applied at the surface . 5 .3 .2 Design Criteria A stiffened, monolithically placed slab-on-grade foundation, either rebar or post-tensioned, used at this site must be designed with exterior and interior grade beams to provide sufficient rigidity to tolerate the differential soil movements. These differential movements will typically occur between the periphery and interior of the slab-on-grade system. Foundation movements are anticipated to occur primarily due to post construction heave of the underlying soils but also can occur due to shrinkage of the clays around the perimeter of the slab or possible indeterminate settlement of the existing fills. It is recommended that the building · subgrade be prepared in accordance with report Section 5 .3.3 prior to foundation installation . The foundation should be designed by a structural engineer familiar with stiffened slabs-on-grade subject to differential movement. Design parameters are presented below for PVR and differential swell using the Post-Tensioning lnstitute's (PTI) slab-on-grade design method , 2nd Edition . Design PVR: Edge Moisture Variation - Approximate Center Lift: Approximate Edge Lift: Differential Swell - 1.2 inches* 5.5 feet 5 .0 feet Approximate Center Lift: 1.2 inches Approximate Edge Lift: 0 . 7 inches *Note : Design parameters valid only in conjunction with subgrade preparation executed in accordance with report Section 5.3.3. The grade beams of the slab-on-grade foundation system should exert a maximum bearing pressure of 1.5 ksf. . These beams should extend a minimum of 12 inches below finished grade and bear in properly compacted fill. The beam depth is given in regard to bearing capacity, and is not intended to be a structural recommendation . The above design values contain a factor of safety of three (3). A properly engineered and constructed moisture barrier should be provided beneath the slab-on- grade if moisture vapor could be detrimental to structures . Report No . 425-10-22 CMJ ENGINEERING, INC. 8 If slab stiffness is not sufficient to resist the ground movements, these movements can cause cracking of the slab and differential movements . The PVR values presented above are applicable only when site moisture condit ions are controlled by the climate alone on a ~ell g raded site (i.e ., no improper drainage , water leaks or free water sources). Under these conditions , moisture increases within the supporting soils and the resulting differential foundation movements are much lower than differential movements that can occur due to post-construction moveme nts due to localized saturation caused by free water sources near or beneath the structures . Such movements from these unusual sources can result in greater differential movements than the slab was designed to tolerate . Soil movements , sign ificantly large r than est imated , could occur due to inadequate site grading, poor drainage , ponding of rainfall , and/or leaking pipelines . The performance of a slab foundation can be s ignificantly influenced by landscaping ma intenance, recessed landscaping additions near the structure , water line leaks , any other free water sources, and deep-rooted trees and shrubs . For example , should leaks develop in underground water or sewer lines or the grades around the structure are changed and cause ponding of water, unacceptable slab movements could develop . A greater risk of unsatisfactory foundation performance exists with a slab-on-grade design than for a drilled shaft design extending below the zone of seasonal moisture change . The key to the success of this foundation is proper design/con~truction , and providing control of the below-slab water. Providing excellent drainage away from the structure, preventing ponding water aside the structure, and using relatively impermeable backfill to prevent water intrus ion via utility line backfill enhance the slab performance . 5.3.3 Mechanical Reworking of Near-Surface Clays with 1 ' Select Fill Cap In general , the procedure is performed as follows : 1. Remove all existing pavements , surface vegetation , trees and associated root mats, organ ic topsoil and any other deleterious material. 2. Excavate to a minimum of 3 feet below finished grade . Scarify the exposed clay subgrade at the base of the excavation to a depth of 8 inches, adjust the moisture , and compact at a minimum of 2 percentage points above optimum moisture to between 93 and 98 percent Standard Proctor density (ASTM D 698). 3. Fill pad to 1 foot below final grade using site excavated or similar clay soils. Compact in maximum 9-inch loose lifts at a minimum of 2 percentage points above optimum moisture to Report No. 425-10-22 CMJ ENGI NEE RING, INC. 9 between 93 and 98 percent Standard Proctor density (ASTM D 698). Over-compaction should not be allowed . 4. Complete pad fill using a minimum of 1 foot of sandy clay/clayey sand non-expansive select fill with a Liquid Limit less than 35 and a Plasticity Index (Pl) between 5 and 16. The select fill should be compacted in maximum 9-inch loose lifts at minus 2 to plus 3 percentage points of the soil's optimum moisture content at a minimum of 95 percent of Standard Proctor density . (ASTM D 698). The select fill should be placed within 48 hours of completing the installation of the moisture conditioned soils . 6.0 BELOW GRADE WALL RECOMMENDATIONS 6.1 Lateral Earth Pressure 6.1.1 General The. below-grade walls must be designed for lateral pressures including , but not necessarily limited to , earth, water, surcharge, swelling, and vibration . In addition , the lateral pressures will be influenced by whether the backfill is drained or undrained , and above or below the ground-water table. 6.1 .2 Equivalent Fluid Pressures Lateral earth pressures on retaining walls will depend on a variety of factors, including the type of soils behind the wall , the condition of the soils , and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 6 .1.2-1 for a wall with a level backfill beh ind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for at- rest and active earth pressure conditions . In order to allow for an active condition the top of the wall(s) must deflect on the order of 0.4 percent. For the select fill or free draining granular backfill, these values assume that a "full" wedge of the materiai is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H :2V slope . For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used. Report No. 425-10-22 CMJ ENGINEERING, INC. 10 TABLE 6.1.2-1 -Equivalent Fluid Pressures At-Rest Equ iva lent Acti ve Equ ivalent Backfill Material Fluid Pressure (pcf) Flu id Pressure (pcf) --Drained Undra ined Dra ined Undra ined Excavated on-s ite clay or clay fi ll 100 1 10 85 100 material Select fill or on -site soils meeting 65 90 50 85 material specifications I Free dra ining granular backfill 50 90 35 80 material 6 .1 .3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined , and the additional pressure generated by these loads such as the we ight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design . The effect of this or any other surcharge loading may be accounted for by adding an additional un iform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures , given here , do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by -case basis. This is not included in the scope of th is study. These services can be prov ided as additional services upon request. 6.2 Wall Backfill Material Requirements Excavated On-Site Clay: For wall backfill areas with site-excavated materials or similar imported materials , all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill shou ld be free of all organic and deleterious materials , and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction w ithin five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density . Report No . 425-10-22 CMJ E NGINEERING, I NC. 11 Select Fill : All wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35 . The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor density. Free Draining Granular Backfill : All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture . The material shou ld have less than 3 percent passing the No . 200 sieve and less than 30 percent passing the No . 40 sieve . The minus No . 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted during installation. 6.3 Below-Grade Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low-permeability walls (concrete , masonry, etc.}, a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side . The drainage must be connected to an outlet drain at the base of the wall, or to the sump/pump system . Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines . Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. In order to achieve the "drained" condition , the entire backfill material must be free draining, or the backfill-wall geometry must be such that the backfill will not become saturated from rainfall, ground water, adjacent water courses , or other sources. 7.0 ADDITIONAL DESIGN CONSIDERATIONS The following information has been assimilated after examination of numerous projects constructed in active soils throughout the area . It is presented here for your convenience . If these features are incorporated in the overall design of the project , the performance of the structure should be improved . • It is recommended that any step-down , below grade walls , etc. be provided with suitable dewatering devices to reduce accumulated water. Report No. 425-10-22 CMJ ENGINEERING, INC. 12 • Special consideration should be given to completion items outside the building area , such as stairs , sidewalks , signs , etc. They should be adequately designed to sustain the potential vertical movements mentioned in the report. • Roof drainage should be collected by a system of gutters and downspouts and transm itted away from the structure where the water can drain away without entering the building subgrade . • -Sidewalks should not be structurally connected to the building pad . They should be sloped away from the building so that water will dra in away from the structure. • Every attempt should be made to limit the extreme wetting or drying of the subsurface so ils since swelling and shrinkage w ill result. Standa rd construction practices of providing good surface water drainage should be used . A positive slope of the ground away from the foundation should be provided to carry off the run-off wate r both during and after construction . • Backfill for utility li nes or along the perimete r beams should consist of on -site materia l so that they will be stab le . If the backfill is too dense or too dry , swelling may form a mound along the ditch line . If t he backfill is too loose or too wet, settlement may fonn a sink along the ditch line. Either case is undesirable since several inches of movement is possible and floor cracks are likely to result. The soils should be processed using the previously discussed compaction criteria . • It is recommended that perimeter vegetation be placed 5+ feet away from the building . Any excavations for vegetation also should have their base sloped down and away from the building . • Irrigation systems should not be placed adjacent to the building or a perimeter sidewalk. Main piping should be outside these areas and should sp ray toward vegetation toward the building. • The floo r slab placed at or below existing grades should be provided with a moisture barrier in order to prevent wet spots . 8.0 SEISMIC CONSIDERATIONS Based on the conditio.ns encountered in the boring for the above referenced project the IBC-2006 site classification is TYPE D for seismic evaluation . 9.0 EARTHWORK 9.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft _spots , which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof _rolling should be performed using a heavy Report No . 425-10-22 CMJ E NGINEERING, INC. 13 pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechn ical engineer or his/her representative . 9.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness . The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors . The fill material should be uniform with respect to material type and mo isture content. Clods and chunks of material should be broken down and the fill material mixed by disking , blading , or plowing , as necessary , so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill materia l to the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor density. In conjunct ion w ith the compacting operation, the fill material should be brought to the prope r moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges . For some soils and under some conditions , the contractor may have to maintain a more narrow range of moisture content (with in the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended . For small areas or critical areas the frequency of test ing may need to be increased to one test per 2 ,500 square feet. A minimum of 2 tests per lift shou ld be required . The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted , tested , and approved before another lift is added . The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained . The actual quality of the fill, as compacted , should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations . Report No . 425-10-22 CMJ EN GIN EE RIN G, INC. 14 9.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted . Overly dense or dry backfill can swell and create a mound along the completed trench line . Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs . On-site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material , fo prevent the backfilled trench from becoming a trench drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4-to 6- inch loose lifts . The density and moisture content should be as recommended for fill in Section 9.2, Placement and Compaction , of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 9.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction . Existing structures , pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report . The contractor must comply with all applicable safety regulations concerning trench safety and excavations including , but not limited to, OSHA regulations . 9.5 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used . The owner should also require the contractor to obtain a written, notarized . Report No . 425-10-22 CMJ ENGINEERING, INC. 15 certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials . The certification should be furnished to the owner prior to proceeding to furn ish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 9.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study . However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used . 9. 7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction , and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities . All applicable ordinances and codes regarding erosion and sediment control should be followed . 9.8 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials . A positive cut-off at the building line is recommended to help prevent water from migrating in ·the utility trench backfill . Trench excavations should be sloped or braced in the interest of safety . Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth . 10.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions . In the analysis , the geotechnical engineer must Report No . 425-10-22 CMJ ENGINEERING, INC 16 assume the subsurface conditions are similar to the . conditions encountered in the boring . However, quite often during construct ion anomal ies in the subsurface conditions are revealed . Therefore , it is recommended that CMJ Engineering, Inc . be retained to observe earthwork and foundat ion installation and perform materials evaluation during the construction phase of the project. Th is enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions , to conduct additional tests if required and, when necessary , to recommend alternative solutions to unanticipated cond itions . Unt i l these construction phase services are performed by the project geotechnical eng i neer, the recommendations contained in this report on such items as fina l foundation bearing elevations , proper soil moisture condition , and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical eng ineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communicat ion between the owner and the owner's design engineers and the geotechnical engineer. 11.0 REPORT CLOSURE The boring log shown in this report contains information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials . The log also contains our field representat ive's interpretation of conditions that are bel ieved to exist in those depth intervals between the actual samples taken . Therefore , this boring log contains both factual and interpretive information . Laboratory soil classification tests were also performed on samples from selected depths in the boring. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore , it should be understood that _ the classification data on the log of boring represent vi~ual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed . It is not implied that this log is representative of subsurface cond it ions at other locations and times. With regard to ground-water cond itions , this report presents data on ground-water levels as they were observed du ring the course of the field work. In particular, water level readings have been Report No. 425-10-22 CMJ ENGI NEERING, INC. 17 made in the boring at the times and under conditions stated in the text of the report and on the boring log . It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors . Also , this report does not include quantitative information on rates of flow of ground water into excavations , on pumping capacities necessary to dewater the excavations , or on methods of dewatering excavations . Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits . Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore , provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses , conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory boring is representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the boring at the time they were completed. If, during construction, different subsurface conditions from those encountered in our boring are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed , we urge that we be promptly informed and retained to review our report to deteanine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering , Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report . In addition , we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. Report No . 425-10-22 CMJ ENGINEERJNG, INC. 18 The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil , surface water, ground water or air, on or below or around the site . This report has been prepared for use in developing an overall design concept. Paragraphs , statements , test results , boring logs , diagrams , etc. should not be taken out of context , nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation , trafficability , etc . are responsibilities of the contractor. This report has been prepared for the exclusive use of the Alan Plummer Associates, Inc. for specific appl ication to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinari ly exercised under similar conditions by reputable members of our profession practicing in the same O ( similar locality . No other warranty , expressed or implied , is made or intended . These recommendations should be reviewed once a grading plan is finalized . * * * * Report No . 425-10-22 CMJ ENGINEERING, INC. 19 __J 1 n ~- LEGEND : Bon n g Loco t ,on CM J E NGINEERING. INC . CMJ PROJECT .NO . 425-/0-22 J R HENDRICK STREET Reclai m ed Pump Stot,on Chlorine Contact Bas,n H igh T urb,d,ty O,versian L,ne UV System 1-- lli ~ Replace 2 Cl) Pla n t Wate r Pum ps C/) ~ ~ PLAN OF BORINGS UV SYSTEM . RECLAIMED WATER EASTERN DELIVERY SYSTEM-VILLAGE CREEK WWTP FORT WORTH, TEXAS 0 1-- lli ~ C/) ~ ~ ~ ~ C/) '<::{ N I ~~-~ 50 4pproxima /e Scale PLATE A . I 100 feel Major Divisions Grp. Sym . Typical Names ai -;;, Well-graded gravels , gravel-~ e1 en(!) "' .!!! ~ ~ GW sand mixtures , little or no ..!!! .!!! ro o fines -~ C 0) C "'O EQ) ffio ~ ~ t5 .!::! Cll Cll Poorly graded gravels, gravel :!§ Ncl) ~Vl --C> .<ii en '; ~ u ~ GP sand mixtures , little or no di Cll a:; ~ -~ fines !'! > >roen ~ -~ ~ 8 -Vt----+----<------------< 0 ot9-oen'E Q) 0 ~ z :g 5 GM Silty gravels , gravel-sand-silt N N -c <+= E , mixtures m ·u; o 11..cro-;;, c~ 2 C -j ~ ~ 1----+------------l i3 ~ c ro U)°{ij<+= Cllo ~ ~ £ ~ ·irl O GC Clayey gravels, gravel-sand-·Bl ~ ~:: ~ ~0.. c:O -o ~ ~-<9 a. clay mixtures ·ro z ~ro -~ rn; ~~ E£ f j 4l 'fil' SW Well-graded sands , gravelly _g I ro 2 E ~ ~ sands , little or no fines 1 ~ oE en roo ..... c (.) .!!! enc C>o Laboratory Classification Criteria Doo (D ,o)2 c.= ----grea ter than 4: Cc= -------between 1 and 3 D,o 0 10 x 0 60 0... (.) ..!!l,__ __________________ -1 U) U) _g --E ~~ ~ Not meeting all gradation requirements for GW . c5 <ii 0... <.9 ::, <.9 "01---------------------1 i~-g ~~ ·~ :~ Liquid and Plastic limits below "A" line or P .I . greater than 4 gji----------- Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols (/) ~ :~ : 't: : (]) Liquid and Plastic limits above "A" line with P .1. greater than 7 =~----------~---------1 :o : co o.. (030 )2 c.= --greater th an 6 : Cc= ----------between 1 and 3 0 10 0 10 x 0 60 .s 5 Q) ai a 1---+--------------l~ ~ -,.., N a, Cll Poorly graded sands; ro .; -' 'E ~ ~ <ii o E SP gravelly sands , little or no ~ -;;; a; ~ ro ~~ 2. ca~ oQ) Not meeting all gradation requirements fo r SW ..cc ~ ~ -~ fines en "" ai a. ...; ro c 1.... VJl-----+---!l-------------10 Q Q. N ~ 1---------------------l ro~-v o ena> l!>..--u £ Cf) 0 . Cll o, c c '-Liquid and Plastic limits ~ o ~ ~ ~ SM Silty sands , sand-silt f ~ in£ £ ! below "A" line or P.1. less Liquid and plastic limits ..S ~ c <+= E mixtures Cll ~ ~ en (I) ..--1 £ £ ro -;;, ~ ~ g gi o .9 than 4 plotting between 4 and 7 ai' > (I) '<ii 0 0 N ci z C ro £ ~ cu 0-(/) iii -o E ~ <I) 'iii .!!! .__ 9> -~ ~ ]J ·-ro u... E 0 -iii .c C (IJ £ ~ 0 5 C ro £ ~ 0 ~ ·3 ~ ~ 1----+------------1 ~ c .E _i ~ 101-----------are borderline cases en~ro~ 00 (I) o, <V L' 'd d Pl t· 1· ·t requiring use of dual ~ro -~ SC Clayey sands, sand-clay -~ :§c ~-!!!-1qu1 an as ,c ,m, s symbols ---above "A" line with P .I. Cl) ~ mixtures .<!! 8. ::l greater than 7 8 l{) C cn ro >, .c (IJ - 0 :ll "O Q) c- (IJ~ ~ :§ u5 "O ·s 0- 2. ~ ~~~ ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to CL medium plasticity ; gravelly clays, sandy clays , silty clays, and lean clays OL Organic silts and organic silty clays of low plasticity V CH / 401-------.1---~-+----+----l--+----+..,,,~'----+----+---i 5' / 'O ~ I// t--------+---!1------------iE MH CH OH Inorganic silts, micaceous -or d iatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity , fat clays Organic clays of medium to high plasticity, organic silts Pt Peat and other highly organic soils .i?;-30·1---1---~-+----+----l---1'----+--t---+---1 I .. ~ ·~ OHa1 d MH CL / 7 i.-~,....~="'~C"'C'C'I..,~:°'<~'""'""'"" ML a 1d OL 4 V 0 L..-__.!L-._L.__.,__ _ _._ _ __.. __ ..,_ _ __,_ __ .___...,__ _ _. 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES --=-GRAVEL LEAN CLAY LIMESTONE SHALE CONGLOMERATE Shelby Tube Auger Spl il Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No . 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0 .0 to 1 O Firm Stiff Very Stiff Hard 1.0to1 .5 1.5to3 .0 3 .0 to 4 .5 4 .5+ Coarse Grained Soils (More than 50 % Retained on No . 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) Oto 4 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to 20% 20 to40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate ; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Rock Core Cone Pen No Recovery Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cemented Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered Can be remolded in hand ; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife ; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Easily crumbled Bound together by chemically precipitated material ; Quartz, calcite, dolomite, siderite , and iron oxide are common cementing materials , and iron oxide are common cementing materials . Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATEA.3 >--0 Cl i u ~ Q. Cl N ~ 0 .;, N .... Cl z O'. 0 <D u. 0 Cl 0 ..J ENGINEERING INC. - Project No . I Bo ring No Project UV System -Village Creek WWTP 425~10-22 8-1 Fort Worth, Texas CMJ Lo ca tion W ate r Obs ervation s See Plate A.1 Seepage at 20 ' during drill ing ; water at 19' at completion Com pletion I Co mp letion Depth 30 .0' Date 7-27 -10 S urface Elevation Type 8-47 , w/ CFA ii: 0 (/J 0 Q) 0 C: u:: .c .0 C. a .~ N C. E E 0 ~ ~ii: -o .Q CT >,. ctl Stratum Description . "O ~~ 0 ~ :g fQ Q) Cl) rn -ctl ?:-Q) -~::i 0 ~ ~ u. (!) ~ u'#. ·u :5 C ~a>(/) "en 0:: LL. C: OS2 C ~"O 0 -(!) "O -"'ti :!::!.~ .:; X -Q) 0 a. C: u ;;: C: . (/J > ·5 ."!::! (/J (!) cn -;t! U') u E :::i ;.~ ~E -C: w 0 .2 <1l rn CT E ltl"O Oo C: .0 C: 0 0 \ 0:: 0:: aJ a. f-a.rn ~_J a.:::::; -C: ~u :l .J :,u a. 0.- CLAY AND SAND Y CLAY , brown , da rk brown , and 4 .5+ 21 I--light reddish brown , w/ g rav e l, hard . (FI LL) 4 5+ 61 21 40 16 I--4 .5+ 16 t--4 5+ 16 113 14380 CLAYEY SAND / SANDY CLAY, light redd ish I--4 .5+ 28 14 14 7 111 ~s-bro wn, w/ ironstone nodules and calcareous deposits I-- I--2 .5 9 I-- I--2.25 33 12 123 1170 ~10- I-- ~> CLAYEY SAND / SAND , light reddish brown and I-tan , w/ occasional gravel , medium de nse I--- ~) 17 16 ~15 ~: --SILTY SANDY CLAY, light brown and gray, stiff to --very stiff 3.5 15 -20-I -- -- -- --2 .5 19 -25- -- -- I-- I--2 .0 25 >--30--~------------------------ LOG O F BORI N G NO . 8-1 PLATE A.4 FREE SWELL TEST RESULTS Project: UV System -Village Creek WWTP Fort Worth, Texas Project No .: 425-10-22 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.5 CMJ ENGINEERING, INC. August 17 , 2010 Alan Plummer Associates, Inc. 1320 South University Drive, $uite 300 Fort Worth, Texas 76107 Attn: Mr. Cletus R. Martin , P .E. Dear Mr. Martin : RE: ADDENDUM TO REPORT NO. 425-10-22 UV SYSTEM RECLAIMED WATER EASTERN DELIVERY SYSTEM VILLAGE CREEK WwrP ARLINGTON, TEXAS 7636 Pebble Drive Fort Worth, Texas 7 6118 www.cmjengr.com CMJ performed a geotechnical investigation for this project and presented the results in CMJ Report No . 425-10-22 dated August 12, 2010. In accordance with the request of Mr. Tomas Montemayor, P.E . with Alan Plummer Associates , Inc., CMJ provides the following supplemental recommendation . Building subgrade preparation recommendations were presented in the referenced report for stiffened , monolithically plated slab-ort-grade foundati.ons in report Section 5 .3 .3 . In lieu of utilizing site excavated or similar clay soils under Item 3 of this section, the entire excavation may be filled with non-expansive select fill per Item 4 of this section without affecting the ,provided design parameters. We appreciate the opp~ortunity to provide this information. Please contact us should questions arise on information contained herein . Re$pectfuHy, ~MJ E'NGlNEERING, INC. "UXAS FtRM REG.ISTRATION NO . 'f-9i77 '_ ............. ,,." ..,;.""'..,.£. OF 7:·\, ""x' "'\·,:·· ....... ~ J;, \\, .,. .-. 'Q• . . + • "J,-1 . · I ,:-'";, •• ~ ' ~:-·. ',' •·•• & .. ·.• l , •. :· . ~ -.,, * '-· , .• : ' , •. l.1, I'•: ' ' . ··,1-f' ,I··-~-·-·:-•-••'!••···._,, ••••• -...... /.;,, I .·~· JAMES P.$APPlNG:{ON ,IV f; \ , ............ , •••••••••••.••.•••••.• jl \.' ··.·_l , ~' ·.·. ·~. . . 1,t~-.. . 97402" ./it! . . l u "--"'-~-..J:P. .. ,~. ,·~..e,...;..~,!ce. ·Ns.~v.::-." ,,"<;;. ~ ...... • .. ,,. ' ,,~" •. , .. 0~ i\· J.. · P s · · · · ·t '· p· E· ',s,·.1oi-/~C"1c~-.:"'.a:.;x . ame ... ·app1ng on, . . . . ''"'''"-.,. Pr9je,c Engineer cq: (t) Mr. Tomas Montemayor'; P..E ; Alan Plummer Assqclate$,lnc , (e-mail) ·Phone (817) 284-~400 Metro (817) 589~9992