Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 41592
CllY SECRETARY CONTRACT NO . L-\ \5q ~ City of Fort Worth, Texas Water Department VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION . PROJECTS PROJECT P275 -701300018683 PREPARED BY: IN ASSOCIATION WITH : JASTER-QUINTANILLA DALLAS , LLP MULTATECH ENGINEERING INC. MALCOLM PIRNIE INC. CONFORMED FEBRUARY 2011 ·Page 1 of 2 .. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/25/2011 DATE: Tuesday, January 25, 2011 REFERENCE NO.: C-24719 LOG NAME: 60ARK BARSCREEN3 SUBJECT: Authorize the Execution of a Contract with Ark Contracting Services, LLC, in the Amount of $7,379,345.00 for the Modifications to Bar Screen Building Three and Junction Box Rehabilitation at Village Creek Water Reclamation Facility (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract with Ark Contracting Services, LLC , in the amount of $7,379 ,345.00 for the Modifications to Bar Screen Building Three and Junction Box Rehabilitation at Village Creek Water Reclamation Facility. DISCUSSION: On March 8 , 2010, (M&C C-24128) the City Council authorized an Engineering Agreement with Malcolm Pirnie , Inc., to prepare plans and specifications for repair or rehabilitation of several junction boxes at the Village Creek Water Reclamation Facility. This evaluation determined that the cost to rehabilitate these three structures was greater than the cost of constructing a new structure which will allow flow routing and shutdowns to perform maintenance activities. On August 3, 1999, (M&C C-17566) the City Council authorized an Engineering Agreement with Camp Dresser & McKee, Inc., for the design of the High Rate Clarification System at Village Creek Wastewater Treatment Plant to treat peak wet weather influent flows. This contract and subsequent amendments included the preparation of plans and specifications to remove flumes 5 and 6 at Bar Screen Building Three , modify the existing odor control system in Bar Screen Building Three and install a flow control weir in the south flow influent channel. This Bar Screen Building Three scope of work has been removed from two previous construction contracts due to weather issues. The Bar Screen Building Three and Junction Box Rehabilitation projects were combined into one construction contract to save by-pass pumping costs. Each project required by-pass pumping of 100 million gallons per day or more for several weeks within the Village Creek Water Reclamation Facility to complete the work. The combined project will require only one by-pass pumping set up. This project was advertised on September 30, 2010 and October 7, 2010. On November 11, 2010 the following bids were received. Amount Bid !contract Duration I Ark Contracting Services, LLC $7,379,345.00 1360 Calendar Daysi Archer Western Contractors, Ltd. 1$7,973,000.00 I SJ Louis Construction of Texas, Ltd. $8,340,076.00 I In addition to the construction contract cost , $50,000.00 is needed for inspection and staff support and $221,380.00 is provided for contract contingencies. M/WBE -Ark Contracting Services , LLC , is in compliance with the City's M/WBE Ordinance by committing http://apps.cfwnet.org/ ecouncil/printrnc. asp ?id= 146 8 7 &print=true&DocType= Print 2/28/2011 Page 2 of2 to 22 percent participation on this contract. The City's goal on this project is 22 percent. The Village Creek Water Reclamation Facility is located in COUNCIL DISTRICT 5 and serves ALL COUNCIL DISTRICTS . FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P275 541200 705170113080 P275 541200 701300018687 $6 .000 .000.00 $1 .650 .725 .00 ·-------------------------------------~. -· ---·· CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Fernando Costa (6122) S. Frank Crumb (8207) Madelene Rafalko (8215) 1. 60ARK BARSCREEN3 FAR CP#00186.pdf (CFW Internal) 2. 60ARK BARSCREEN3 FAR CP#01130.pdf (CFW Internal) 3. 60ARK BARSCREEN3 MWBE Compliance.pdf (CFW Internal} 4. 60ARKBARSCREEN3 Map.pdf (Public) http://apps.cfwnet.org/ ecouncil/printmc.as p ?id= 1468 7 &print=true&DocType= Pri nt 2/28 /2011 ADDENDA CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT ADDENDUM NO. 1 PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 October 12, 2010 Engineer: Camp Dresser & McKee Inc. To: All Document Holders of Records This Addendum forms a part of the Contract Documents and modifies the original Contract Documents dated September 2010 . Acknowledge receipt of this Addendum in the space provided on the Proposal form. Failure to do so may subject Bidder to disqualification . This Addendum includes clarifications and/or changes to the documents for the City of Fort Worth Village Creek Wastewater Treatment Plant, Part I-Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City Project No. P275-701300018683 . S F "}'-\\ -h.. .......... r-~\,. -~r-.. .,<.:_ .. , #0 .. ····· ~ ····· .. .J"•t l.*i ~ ·· .. ·.~ , .... : ....................... : .... ~ ~.1~.\.~; ... f:.?.~!~.~.?.~., "t-11·· .. ,1), 90271 ~ .111;1 1tf~···.{~ I ST l~\.··~f; 1~{( ONAt:°\~.:101 \1-\t o ''-'\.'-'-'-'-'°'.,._ I\ Camp Dresser & McKee, Inc . TBPE Firm No . 3043 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II-JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 ADDENDUM NO. 1 October 12, 2010 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1 :30 PM on Thursday, November 41 \ 2010. Bidders must acknowledge receipt of this Addendum below, and on Part B -Proposal. I. PROJECT SPECIFICATIONS 1. PART II SPECIFICATION SECTION 11290 Page 11290-4, Paragraph 2.2.A; change "2. Or equal." to "3. Or equal" and add "2. Warminster" II. PART I-PROJECT DRAWINGS 1. SHEET H-1 -BAR SCREEN BUILDING #3 ODOR CONTROL MODIFICATIONS Replace this sheet in its entirety with the attached H-1 drawing . 2. SHEET H-4-BAR SCREEN BUILDING #3 ODOR CONTROL MODIFICATIONS Replace this sheet in its entirety with the attached H-4 drawing . 3. SHEET H-5 -BAR SCREEN BUILDING #3 ODOR CONTROL MODIFICATIONS Replace this sheet in its entirety with the attached H-5 drawing . III. PART II -PROJECT DRAWINGS 1. SHEET E-03 -B BOXES DEMOLITION Replace this sheet in its entirety with the attached E-03 drawing . 2. SHEET E-04 -BOX 4B Replace this sheet in its entirety with the attached E-04 drawing. ADDENDUM .NO 1 10/12/2010 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City of Fort Worth Project P275-701300018683. SCHEDULED BID DATE: DATE ADDENDUM ISSUED : RECEIPT ACKNOWLEDGED: By: _________ _ Company: ________ _ ADDENDUM .NO 1 November 4 , 2010 October 12 , 2010 10/12/2010 �^7 � n � n � n � n � n __ � ._n. _._..._ . _ � �% � GENERAL NOTES: �I RpMARYCIARIFiERflt6 � I I I! I� 1 I I I I I t I � � �..� i I , � �I � � ;I ;� , ��� � � �� -- - � �� -- � 1 ���`���' ,' I �- --- o o ��`� i' i I � �; _ I f ' � o C', o L�I ' I i i I � � I I ( p � 0 � i I O i � I � � o � '�" � � ❑ � i i I � � � I� j I i�I I 1 I I I �� — FXISTING O�OR CAHTROI FAGLITV � �� � � � I I ' �� ' i I I �_� I � =� � � , , -. � ,' �, -_—= I-- _______ -_ --_ - --yL' J U.G. CAST IRON qEpLACE EX�ST. PPoMARY SIUDOE p1' HUPE U,G. PIPING PIPING (VERIFY) WffH 36' NOPE PIPING 'OWNER PROVIDEO.' SEE SPECIFICATIONS FOR BACKFILL REQUIREMEN .0 � E 0 ri I N � 0 0 PRIMARY CtARIFIER #17 � , — — — — — — — � \ ❑� e�ascr�Ersuanwca� � O � Sp2EENIMGS I ( LbADING I �' ❑ � ❑ � I � �� , � I �I ,, � � � � � — _ — s �J REFERENCE � � SHEET H•2 FOR ,� WORK IN TMIS AREA pMSHALL FIUME Ip TO REAWN TS. PARSHALI iLUMES MS a NB TO BE REMOVED. REFERENCE CMlANDSTRUCTURALSHEETSFOR oEr�i�,s oF n�is woRx �,16AR SCREEN BUILDING #3 - AREA PLAN a � J sca�E: r = �o,-0• NORTH �DESIGNED 6r G CLOYO VERIFY SCAlES � DRAWN BY ES BNR IS ONE INCH ON ORIGINAI. DR4WING mnaultinp•e�neeriip•mroWcecn•pp¢r¢tqry �q I SHEEf CHND BY J SPECK , /�\ 10•OB-10 CM GC A�DENOUMI MODIFICATIONS �APPFOVEO er IF NOT ONE INCH ON R� DATE �RWN CHKD REIAARKS '�H�S SHEET, ADJUST No _. DA7E SEPTEMBER 2010 ScnLES nCCORDINGLv 1 1 I B CITY OF FORT WORTH, TEXAS VILLAGE CREEK WASTEWATER TREATMENT PLANT MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 PART I i. THE ODOR CANTROL FACILIIY SHALL BE REBALANCEO AF�R COMPLE710N OF THIS PROJECT TO PROVIDE �9,800 CFM OF SCRUBBER EXtiAUST FOR SCREENINGS FACIIITY. CANTRACTOR TO VERIFY PRIMARY ROW AT E705TING CLAftIFIERS PftIOR 70 REMOVAI. CONTRACTOR SHALL MAIMAIN EXISTING FLOW TO CURRENTODOR CONTROL AT CLARlFlERS. 2. ALL NEW Dl1ClWORK FITTiN05 ANO GASKETS SHALL BE RA'TF.O FOR AN INfERNAL PRESSURE OF (-)10' W.G. 3. ALLGASKEi$SHALIBEBUNAN,NEOPRENEORTEFLON.EPOMAND VfTON ARE NOTALLOWED. 4. CONTRACTORSHALLVERIFYE%AC7FIELDCONDRIONSPRIORTO FAORIC.�TON OF DUC7WORK AN� ANY EXCAVATION W�RIC DONE FOR THISPROJECT. EXIS7IN6UNDER6ROUNDUTILI1lESSHOWNARETHE BEST KNOWN AVAiLABLE TO THE ENGINEER AND ARE FOR INFOf2MAT10NAL PURPOSES ONLY. NOTES BY SYMBOL "Q" V 1. IXISTING 72'S 11N0ERGROUND HOPE OOOR CONTROL PIPING. (VERIfY EXACT IOCATION.) ^ �J 2. O D O R C A N T R O L P I P I N G T R A N S rt i O N S T O F R P A B W E G R A D E 3. EXACTCONFIGURATONANDRELATNELOCATIONOFTHIS CONNECTION IS NOT KNOWN. CU7 OUT E%ISTiNG CONNECTION AND PROVIOE A 3&' FLANG,�D CONNECTION IN PLACE OF THE EXISTING 24' CONNECTION TO THE 72' ODOR CONTROL NEAOER 4. PROVIDETEMPORARYDfiAINAGEATCONCRETESLABAROUND7HE 77 X 36' CONNECTION. � ., �' •S'^,�� '�'�'��r % �Y6C-0N[vM.CIOI� �• '� � ���� ............ .......� .� /�'^:, 31WB �/ (�'ti��CEN = ll�s9.... � R� nE 'r�vucnrn�s oocu�rwuum�er GEORCF IL f10t0. PE 31009 .narz M�,e BAR SCREEN BUILDING #3 ODOR CONTROL MODIFICATIONS .. _ . ..... . .........'__'..., .. "___ : PROJEC'f No 76789 . FlLE NAME N-1 SHEEt No H-1 r__ I � � �F. CER10liSH FRP DUCT TO SCRUBBER -'�;.�. ,.. . ��_� f `'_� ��;F � � � -- .tFt�,.'m�. �+�:� - -r DEMO PLAN 1 m� � ! n� �i oj G i - DEMOL!SH v SCRUBBER � a ��` ol ` � � ir'�--.; —�`i--•.,.—. � I �DE!�OLISHWATERLINt6�� � � � j TO BEYOND SCRUBBER ) ��� w I �. nNC CAP �_/' �` -_� -,.1' _' �� . i �� - c , J� DEMOLISH FAN --- - -- .�� .. � �.� '- `a � I ONLYEQU!PMENTAND 9 MATeRIA�S ARE'O BE - i DEtdOUSHED. � EQUIPMENT SLABS —�,_�'J SHALyB€�dAIN IN PLACE. � I �� DEMOLISH ELE�TRtCAL�, SHUT-OPF & CONQUIT L. / � BACK TO A�1AIN CIRCWT � �\--�.�''�_�J . m I ! �i U > ( ' ` o� �i I � — � i �-� - - --- 0 o � I i � N 1�\. '.0-0&'10 � CM � GC ,4D�ENDUP�7 i MQDIFICATIONS _ Y � pAiE '� QRWN � CHKO I RENFttKS - - - ' - ---- - I �� I \i 1 \! '"- "�+'='"�.. �� -i i ''-_}'�w........!_+�".x. " � �n i� � DEMO PLAN 2 �^ESiGvu er , l:l OYD I VERIFY SCALES � BAR IS ONE INCH ON oanv�V t3r ES oRIG�NAI oR4WING cnn;�ilb?7 ��5�nrrg • cnna�n,_ti�--�t�«rnt,riu !SHEEf CMKD B" _J S�ECIi �APPR�^VEC 9� • IF NOT ONE INCH ON THIS SHEET. AOJUST �UATE >FPT�MBER 1Q1p I SCp�FS q�COR0INGLY ' "'- ' �-+-+""�'��.,�. . �c�kn F\'Y-�-. � : ... . C�EhtOL15H FRP �UCT AND REPLACE N�RH LOiNER, TYPICAL 7P1_. Fl�L OUCT BELOW GRAGE WITH CONCRETE PROVIDE FINISH ANU SEAL TC GRADE � `�_ - DEMOLITION fVOTES: .. DEMOLISH iNE TV�O AHANDONED FRP OOOR CONi ROL DUC?5 FR0�,1 THE ! OAO W C M^E1. i}1E MAIN FRP SCRUBBER �UCT 0.1vD SNE CARBON ODOf7 COM1TROL SCRu88ER. Tf,E �UCT WURK f5 L9G?EO Ou751�e THE WE57 WALL OF OAR SCREEN HUIL�ING N0. 3. THE FRP OUGT STJF3S UpA?PRO%��TELV 6 feET FROtA THF. GRO:IND AN7 TURNS MTO THE BUILOING. THE FRP OUC? WORK SHAI L BF �'UT AT GR4�F LE\'FL 4ND TF�.E FRP DUCT'NOFR PENE?R4TION INTO THE !.OAqING AREA SHA_L OE fiER/DVEC N.ONC WITH h.UR11Nli�1 GPoIi iN510E BU��.DiNG. FURNISH fWD INSThL TWO GREENNECK GSJ-502M 2A' %?E' ALUMINU�A LO��R� �Y:TH A". ST+UNLES. STEEL IN�RE �ABP.IC IN TH5 O?ENINCS. R=FER TQ 7H: OEMG PLN1 :- Z OEMOLISHODORCON"�kOLCA.460N5CRUB8FRANOTNEAEOVE GAOUND FRP DUCT. THE FRP pU,�'.T'NORK 9'eLOW GRAOE SHFIL BE PIiLED W1T�i CONCRETE FEFER TO DEMO PLM7 2, PflIOR TO oF.MOLITIOry GF THE OCOR CJNTaOL CARdON SCRUBFiER THE COtJ?RCCTOR SHALL VERIPY Y�PH VII.LFGE Cr7EEK WASTEWA7ER ifiEA�+1ENT PL4N? SIAFF dNL' CONSTRUCTqtV MANAG4R iHE CtASSI�ICAitON OF THc CARBON AIATFRIAi ODOR COMRO: SCRUBBER. iF HAZAfiOqUS MATERIALS TNE CLASSI.°ICATION CP THE CARBON MATERIAI llv THE SCRU68ER- DEMpLISH TNE FAN, ELCTR!CAL c;ABLES AN:I CONDt11T�RNA -NE SCRUBBER ORCK TG cLECTi'iiA PANEi. �EC?R:C.a: CONOU�7$ SWALL BE C� � ai �RuilE FI�G 1MTH W4TER 5EhiFtiT S?Fi4Y FOPM AMO UPPED �::1 r. F WA:'eR TfGFi7 SEAI. TMe WA cR JNEF ON THE CAHB0�75�.RUEEiEH SMALL 9E �EMOLiSHEC.4M1D G4PPEQ AT GRA�E. S, tYHERE A LOUVER WILL 6E REtAOVED / MODIFIED KROM AN EXISI ING CMI: WALL W17N BRICH VENEER, COMRACTOR SHAIL VAI CM dFENING AS FOLLOYVS. INSiAIL NEW CMU TO MATCHING SIZE AN� COURSMG OF CMU IN IXtSTING AOJACENT WALL MITCHEXISTInGWATEFPROCFINGO4CR1UW4LLpRINST!v_! NFW LVAiERPROOFING WHIC.'M IS COMPATIBtE vtRTH �R511NC WATERPROOFING.INSTALLNEYY WATFRPHW('ING?F12 hNNUFACTURERSRECOMMENOATIONS. ?ATCH 9R��'.,K VENFFR SMTN PlENJ BRICK NMICN MAiCY.ES?�+� C rLGR. IExTURE AND SIZE OF E%IS'TI4G FDJACENT 9RCH5. R�NOvE ANr E,t15?ING S�7JFCENT dRICK T?'AT WAS CUT FCR � H= iN5 i ALLAt ION OF ?ryE,�XI>TING LOUVER ANL' IHSil4L A NE N FULL SIZE B91rA µ4i�H E7(ISTING GROUT COIOR - , . .Na`�� =�"^ . �` . , ' ttb; � � �, . _ � '��.� ; .;_ • _ :�;� ���� ��.9�Ai� .�F�T`'.� �� �v,� 1��"_'��,4 .� �"�,:` . � � _ .- _ � �i - �cr! � \,— ��,,�� �-- � �" � '-� f'ILL IN WRH CONCRETE; �1 . -.�. �-COVER PiPE J DEMOLISN FRP DUCTANG FILL DUCT BElOU GE2ADE ., WITH CONCftETE ' �• . Y 5` .+w t � _ a � ' \ !_ �^� _ / i � ....,��, � .' / ` '. _ � �� , ' "�� _ `j R 4°'�� ���''�. , � -... -:::', � F . _� } f' P� L p;7 .' k - 'x-�i; .� °i" ' . �.c r .. - -: �� i -- ;d'� "w' ,��-'_-- r �i�r :'�a�'firy J� J� -:��.. _.��: S�, f��' _ '£,�. �__ : . . . -,._<: . . . . DEMO PLAN 3 I_...__ _ _ _- . . CITY OF FORT WORTH, TEXAS VILLAGE CREEK WASTEWATER TREATMENT PLANT BAR SCREEN BUILDING #3 MODIFICATIONS TO BAR SCREEN BUILDING NO. 3; OI30R CONTROL MODIFICATIONS PARTI I � --- - EXISTING GHEAdICAL STATION TO BE DCMOLISHED. RGNOVE THE PIPE AND CLOSURE AN� CAP THE PIPE BELOW GRADE DO NOT OEMO CONCRGTE I �� I i rz' a�;.e �f E�tt � /� s, ;� pAp� r 1�) \� / �i !"� �'�� ! /_....._...........__..:...� I / CNM'iEI1C.(P9 � /+... _._.....Va......_.. _../ 7�so`. ��' ,: ^i ! I�1ss.�..:,A`'_ FvD i � ._-7�1c ilfa l,1WF?Fi+GCNihG �{ CC^.,NE1T7l�i�fIKAPEOh: � <�F.O-.if. k. GJ•.', PE 3k2 PROJECT No 76789 FlLE NANE !'-4 ---� - SHEEf' No � � H-4 I � _� t C p.. _,,.... E F G H �?, � ` DEMOLITlON NOTES: t. REMOVE THE OPERAOLE �AMPERS AND �NSECT SCREEN FORM THE � _" _ � ' ia<'- :�'3-f _�;:�;..}�`�'��{;_.�s':',`_�F`_ "�:.�r ;;�:x, E a>4 - "[+=},. _ "r� ba- . '%`_ -�: n k��.� . ,��."�'"-`�,-�`:F-r .. �... r3a�_7:. .;:!R _.... Jt„} iL£�'ti kr'�?y' . r. � bEMO PLAN 4 �` ! m� � i E o � � 1 �ri i a � ry e �� i o ;� , - _ _ ,�,.' - _ i - - a - � � a, - - � � - r I �.:r • a � - _ o -- -� � � - � - � � i _ �[ � a ,� " _ - �„y- i , � �� , _ .,, .�, r;... - o , :3 .�q �r - ,. I „�� . �, '. -i + i � , �tl - `*-,-.s � � � Y ' '�� �'�� � !c . t 'f ` � ./�,t A;� � ti 'o � 'z�, . � i ` � •; __ _ _ K*_r.��,:^:.�w�' � f .+f' : •_� - t.. ._'F� " �;T':s.:.: c: ,:..,,c.:, - •'�''�} '+r` . ,�'',�� �� . :� '.:,k,��, _`.'.�'�':3t:;�•�.;',:�::� _ . .t v� 's:�_ `-skh-^i' �:.�: — ��.' :aa "'c.��t _ � � �...�ff��.r.^.�' '"'jPS..A.:f.�}*,� , a � , s . �,`' n: e . M1�.� � ' r� ..- �� yI�/t wrt' a ' -, ' . . m , rt. �` � ,� . . !�i� . �"�S�' r.I� � ��'��, y �� �:y_ � �. . " . I� m_ -t ,.�`' '� ° ����`� . . . . _ et' ay , i � . _ . � "i'� . .�� .,1. - _ . ,'�.i4,. : : �- *//. ���� ,,� � � ' , . . m � - � lX K � � ; -/f� ` 7�' �.y.l .. ; . I . - �' n ' ' A^�r �� ���i��._ � � a 1� ,� ��ti �: �s:#��s•, � � . �".� �# . _ '- _ . ...•'r+ �. - _ " 3 V DEMO PLAN 5• > -- � 1 — — o -- �' .�., �: }�. t: aF : ,��� �, � �� i� F. '�: _ - `x5_=�=�`'.�.,,-� REMOVE OPERqBLE LOUVERANDINSECT SCftEEN. COVER WITH �" 316 SS WIRE FABRlC EX1577N6 LOUVER TO REMAIN; WS7ALL�" 316 SS WlRE FABRIC REMOVE OPERABLE DAMPER AND INSECT SCREEN, CpYER WITH }' 316 55 W IRE FABRIC I1 - _ ,,, ......---. .,...., _. _ . _ _,.._.__....,.., o I . . _.. _ - . {oesicrvm ar G CLQYD VERIfI' SCAlES � � o i I � � - � - - -� -� � - - iovtawm ar ES � (S ONE INCH ON ^ _ _-- -___ - . _ __ . .. ORK,'INAL DRAWING mnswbrg.,,,,�tr�ea,ng.wnsaucr%on�we�atlo�s o � � � � Sneer axo sr J SPECK .,,,.��� �\ f0-06-101 CM I GC ADOEN�UMt MODtFlCATIONS .� __ _ _ _.. _ _ _ + nPPttOVED er IF NOT ONE INCH ON y rya DATE I ORWN � CHKD Rp�yt� h175 SkEEf, AD,fUSf I ,wtE SEPTEMBER 2070 SGLES ACCOkOiNCLY ,, --- ... . �.. ... . . . DEMO PLAN 6 ,,. .,.,,,..__._.. ... „ . ........ ... .. ... CITY OF FORT WORTH, TEXAS VILL4GE CREEK WAS7EWATER TREATMENT PLANT MODlFICATIONS TO BAR SCREEN BUILD}NG NO. 3 PART( _ T...,._. . ..., ,,.,.,. FJUSTINGdO'%4B IOUVERLOCATEDONTHESOUTNWALLOFTHE COADtNG AREA. TkE OPENING 9kALL BE IJ�ILIZED POR THE NEW EXH4U5T 1NTAKE. REPER Tp ORAWING H-2 COVER THE OPENMG WITH AX' STAMLESS STEEL WIRE FPBRIC. REFERTOOEMO PLAN 4. 2 REMOVE THE OPERHBLE DAMPER AND lNSEC75CREEM FCHM THF EXlSTWG f OB' X 56' LOWER LOCATE� ON THE SOU7H WALL OF 7t1E BA(i SCREEN MElt. THE OPENING SHAI.I BE UTILIZEO FOR 7HE NEVd E%HAUST INTAKE, REFER TO DRAWING H-2. COVFR TiE OPENING WITH A Y�' STAINLESS STEEL WIRE FABftIC REFEft TQ OEMO PLAN 5. 3. REPLACETHEWIREFPBWCONITIEIMERIORSIDEOF'MEE7(ISTING iNTAKE LOUVER IOCqTEp ON l}1E NORTH WALL OF THE BAR SCftEEN AREA WITH A X' STAiNLESS STEEL WIRE FABRIC, REFER TO OEMD PLW 6. 4. DEMOI.ISH THE MAKEUP AIR UNR �OCATED ON THE ROOF IN TNE NORTHEAST CCRNER OF THE eAR SCREEN BUROiNG N0.3,1OA01NG AREA. REMOVE THE MAKEUP AIR UNR, CQNpENSATE DWNY PtPES. ELECTR1CAt CABLES, COhDUlT BACK TO ELECiR1CAL �ANEL. AND CAP NATURAI GAS PIPINO. REFER TD DEMO PUN 8. 5. THEMAKEUPAIRUNITROOFWRBOPENINGSHALLBEC04Ef2ED tMTt( A S7AINLESS STEEL OR Al.UMIMUM 7NSUL7ED ROOF CURB CAP WRH SIRUC7URnl S7IFFENERS TO PREVENT A PERSON FROM FALLING TMROUGH 7}iE OPENMG. CURB CAP SHALL BE WfA7HER iIGHT, 6. WNEREA LOUVER WlllBE HEMOVEO FROMAN Ex15T1NG CMU WALL WITM BRILK VENEER, CONTRACTOF SFULLL PATCH OPENINC. AS FOLLOWS: IN5TALL NEW CMU TO MA7CHlNfi SlZE AND COURSING OF CMU IN EXIST7NG ADJACEtiT WALL. MATCH EXISTING WATERPROOFlNG ON CMU WALI OR INSTALL NEW WATERPROOFlNG Wl11CM IS COMPATIBLE WITH F�USTING WATERPROOFlYG, fNSTALL NEW WAtERP7200FlNG PER MANUFAG�URERSAEGOMMENDAtIONS. PATCH BRICK VENEER WrtH NEW BRICK WHICH MATCHES THE COLOR, TEXTURE ANO SIZE OF EXISTMfG ADJACENT BRICKS. REMOVE ANY IXISTRiG ADJACEhTBPoCK TIiAT W0.S CUT FOR TtiE tNS7N.fATION OF THE EXISTING LQUVER ANDlNSTALi A NEYV FULL SiZE 9RICK, MATCH EXISTING GROUT COIOR. .r DEMOLISH MAKEUP AIR UNIT AND COVER ROOF CURB WITH SS OR AL INSULATED CURB CAP. NOTE: CURB TO SUPPORT MAN. EXISTING LOUVER 70 REMAIN: INSTALL �' 316 SS WIRE FABRIC � z�� �%:;�5� aF, ��si��t j� ..'._.� ....1-`_� ( �EOqGc.NQOtl` � _.. � .......�e ....... . '',� ss /C r'i�s'�p 1FIESFi1AgtFFliGOn71i5 7CQNaT4b5ti7!p2:FJ6v ��ua�,o�� 1 � V J � V , _ ._.... , ,.,, _...... , , , , .__'.... „ , � _ �.� � .. .....- :'RQIECT No �� 76789 flLE NMAE H-5 8AR SCREEN BUILDING #3 SHEEf No ODOR CONTROL MODlF1CATIONS H-5 __...�_._ ......... . . . _., _..._.. _.. a � � 1:� __ _. _ � _ _ _ _� , . � _. OUTDOOR MCC � BAR SCREEN BIDG +�1 SCADA RTU H BOx � i � � v � V _J \ � � /i / ^ GUARD B�DG � / `T1 V n v � V 8AR SCREEN 6�DG //2 n V � � X ---I � � r — � 4 �J � M1 � .—BCX BB � 3 ______------E- �-J � x �------ MH`� -, r- � 2 I� �---�I I" GA7E ELEC EQUIP. I I� aox B � CE x I (� I � I �I BOx BeE x L J�----J� �-X-x-X-x-x X-x-X-x x--x-X-X IOCATION FOR NEW BOX h8 CONSTRUCTED IN THiS PROJECT. REFER TO SHEET E-04. PLANT MAIM EN FIRM REGISTRATION NUMBER:F-979 REVISIONS `p,'lE oF � f,p' a ¢r ( wrt �evuaa 5:' s �/� u�c� ( loiit�U I �o@N6ou db. i -- ' •'� �.•. __. I I :•:M.•CRaGLOW •• `•. �ssioa � ` I �'•�'cewsE°� ;r'e I afs �b� NA: ` lo n m DEMOLITION PLAN oes MAC o� JLA aco CYD C� �'ORT WORTH WATER DEPARTMENT VILLAGE CREEK WAS7EWATER TREATMENT PLANT JUNCTPON BOX REHABILITATION \, x. ,^��L(�'. ll KEYED NOTES: Q EXIST JB FOR SCADA 516NAL CONDUCTORS. O EXIST JB FOR POWER CONDUCTORS. O3 REMOVE ALL POLE MOUNTED LlGNT FlXTURES, UGH7 FIXTURES, VALVE ACTUATORS, CONTROL PP.NE�S, JUNC110N BOXES, CONDUIT, WIRE AND OTHER ELECTRlCAL EQUIPMENT ANO MATERIAL FROM THIS AREA. REMOVE CONDUITS THAT EXTEND INTO THE GROUND TO A POINT 1'-0" BELOW GRADE tEVEL AND CAP WITH A REMOVABLE CAP. REMOVE CONDUCTORS IN THESE CONDUITS BACK TO THEIR ORIGINATION POINT A7 MCCs, PANELBOARDS, CONTROL PAMELS, SCADA RTUS, JUNCTION BOXES OR QTHER EQUIPMENT TYPES. REMOVE ALl UG CONDUITS BETWEEN BOXES B, A B . �4 IDENTIFY CONDUIT CONTAiNING 480V, 3 PHASE FEEDER TO EXIST JB FOR POWER CONDUCTORS AND REMOVE THE CONDUIT AND MH IN THIS AREA. � CAP REMAINtNG SEGMENT OF THIS CONDUIT SO THAT CONDUIT MAY BE UTILIZED �ATER. O5 IDENTIFY CONDUIT CONTAINING 120V, 1 PHASE FEEDER TO EXIST JH FOR POWER CONOUCTORS AND REMOVE 'RiE CONDt1tT AMD MH tN THIS AREA. CAP REMAINIPNG SEGMENT OF THIS CONDUIT SO THAT CONDUIT MAY BE U7IUZED LATER. 5 EXI C DUI BE E J8 �ER CE IN YED NO t A D S ADA RTU A7 BAR SCREEN BLDG #1. � � V ELECTRICA� B BOXES DEMOLITION SCALE: 1' = 20'-0" 10 0 10 20 r.c�...rr,� SCALE: i" = 20' �����r o Zo,o MA�COLM PIRNIE, WC. oAh SEPTEMBER 2010 E-03 SHEEi—OF' CAD REf, N0. 3�$��29—��3 � FIRM REGISTRATION NUMBER:F-979 10 16 �� 16 � ACTUATOR �1 15 16 ,� � _ I _ � +`'��,� — ACNATOR �j3 15 16 // C �� Q TYPE "T" POCE GFI MOUNTEO LIGHT FlXNRE � 3'-0" , -- �— -----� � � � `—Box 48 DETAIL PLAN 0 4 92 SCA�E: 3/16" = 1'-0'� I s i / � ^ GUARD BLDG -\ \ —, IU � �------�»�— � �� P� l�' x FLANT MAW ENIRAPICE e �� �� � � N � ACTUATOR #Z 15 16 � � i i i� i ACNATOR #4 15 16 �� _ � __-- GATE ELEC EQWP. _ . � CUTDOOR MCC�� / � 8AR SCREEN BLDG #i SCADA RTU 1 N eox BAR SCREEN BLDG �2 r ✓ � � � I Y 1 � � ��� � � �� � � � � i� � m ---� I �X -� /x 4 6 � / L— � � ! � I. 5 � � 1 —I 11 76 L_J x �o �s �x—x—x 'tiE oF �f+� h.: •�.•�... ; � �M. CRNGLOW� • o't 65104 � p e f��.<� E�.;�� s'......' ^ f ��- 10 tI ID �.✓— f �` � — � \ ^ x v X—X --X--%—%—X X —X �—X--X � NEW BOX 48 (REFER TO DETAIL PLAN THIS SHEET) P�AN io o io 20 � SCALE: 1" = 20' RENSIONS . . . . � _ __ � . . . . . _ . .. � -�I�,�� I,o�„`�o ,���NNo., '�"°° ��� MAc FORT WORTH WATER DEPARTMENT � VILI.AGE CREEK WASTEWATER TREATMENT PI.ANT � o�ry JLA j ��o �,� JUNCTION BOX REHABILITATION Jy. �� 0 KEYED NOTES: �O LOCATION OF BOX B(PREVIOUSLY DEMOLfSHED). O2 LOCATION OF BOX BB (PREVIOUSLY DEMOLISHED). 3 LOCATION OF BOX BBB (PREVIOUSLY DEMOLISHED . O4 EXIST POWER CONDUITS. UTILIZE TFIE CONDUIT PREVIOUSLY USED FOR 480V, 3 PHASE POWER TO THE B BOXES FOR 480V, 3 PHASE POWER TO THE NEW ACTUATORS PROVIDED AT NEW JUNCTION BOX 4B. PROVIDE NEW Q CONDUC70RS BETWEEN THE 480V, 3 PHASE POWER SOURCE AT GATE ELEC EQUIP TO NEW JB "J84P" THAT ARE EQUAL IN SIZE AND QUANTITY TO THOSE REMOVED IN 7HE DEMO!lTION WORK. THESE CONDUCTORS WILL ALSO EXTENO THROUGH THE NEW CONDUIT REFERENCED IN KEYED NOTE 5. 7ERMINATE T!-lESE CONDUC70R5 AT THE 480V POWER DIS7RIBUTlON BLOCK PROVIDED IN JB "JB4P°. U1ILIZE THE CONDUIT PREVIOUSLY USED FOR 120V, t PHASE POWER TO TNE 8 90XES FOR 120V, 7 PHASE POWER TO 7HE TYPE °T" POLE MOUNTED LIGHT FIXTURE ANb GFI DUPLEX RECEPTACLE AT NEW JUNC110N BOX 48. PROVIDE NEW CONDUCTORS BETWEEN THE 12QV, 1 PHASE POWER SOURCE AT GATE E�EC EQUIP TO NEW JB "JB4P" THAT ARE EQUAL IN SIZE AND QUANTITY TO THOSE REMOVEO IN THE DEMOLITION WORK. THESE CONDUCTORS WI�L AlSO EXTEND THROUGH THE NEW CONDUIT REFERENCED IN KEYED NOTE 5. TERMfNATE THESE CONOUCTORS AT THE 120V POWER DISTRIBUTION B�OCK PROVIDED IN JB "JB4P". O PROVIDE NEW CONDUITS: • NEW CONDUIT FOR NEW 480V CONDUCTORS EQUAL IN SIZE TO THE EXIST 480V CONOUIT • NEW CONDUIT FOR NEW 120V CONDUCTORS EQUAL IN SIZE TO THE EXIST 120�V CONDUIT O CONNECT NEW 480V CONDUIT T� EXIST 480V CONOUIT AND NEW 120V CaNDUIT OT EXIST 120V CONDUIT. O7 EXIST CONDUIT TO SCADA RTU AT BAR SCREEN BLOG #1. UTILIZE THE CONDUIT PREVIOUS�Y USED FOR SCAOA SIGNALS BETWE€N THE B BOXES AND THE SCADA RTU FOR THE NEW FROM THE NEW ACTUATORS PROVIDED AT NEW JUNCTION 80X 4B AND THE SCADA RTU. PROVIDE NEW CONDUCTORS (20#16, #16G (4 �16 ARE SPARE)) BETWEEN THE SCADA RTU AND NEW JB '�JB4S��. THESE CONDUCTORS WILL CARRY THE GATE POSITION INPUT SIGNALS TO THE SCADA RTU. THESE CONDUCTORS WILL ALSO EXTEND 7HROUGH TNE NEW CONDUI7 REFERENCED IN KEYED NOTE 8. TERMINATE THESE CONDUCTORS AT THE DIN RAIL MOUNTED TERMINAL BLOCKS PROVIDED IN JB °J64S°. Q PROVtDE NEW CQNDUIT EQUAL IN SIZE 70 THE EXIST CONDUIT TO TNE SCADA RTU AT BAR SCREEN #1. O CONNECT NEW CONDUIT TO EXIST CONDUIT. 10 NEW JB ��JB4P°. NEMA 4X 316 SS JUNCTION BOX, SI2E AS REpUIRED. MOUNT TO HANDRAIL W/ 80TTOM OF JB NOT LESS THAN 24" ABOVE CONCRETE WALKWAY USING 3/8" ALUMINUM MOUNTING PLATE AND 316 SS U—BOLTS, WASHERS AND NUTS, PROVIDE POWER DISTRIBUTION BLOCK FOR CONNECTION OF 480V FEEDER POWER TO THE 480V CONDUCTORS EXTENDING FROM THIS JB TO EACH OF THE ACTUATORS. POWER DISTRIBUTION BIOCK SHALL BE RATED FOR 65 KA FAULT CURRENT WITHOUT UPSTREAM FUSES AND SHAI.L BE MARATHON SPECIAL PRODUCTS POWER OISTRIBUTION BLOCK OR APPROVED EQUAL, 71 NEW JB "JB4S". NEMA 4X 316 SS JUNC110N BOX, SIZE AS REQUIRED. MOUNT TO HANpRAI� W/ 80TTOM Of JB NOT LESS THAN 24" ABOVE CONCRE7E WALKWAY USING 3/8" ALUMINUM MOUN7ING PLATE AND 316 SS U—BOLTS, WASHERS AND NUTS. PROVIDE DIN RAII MOUNTED TERMINAL BLOCKS OF SUFFlClEMF QUANATY TO 7ERMINATE ALL CONDUC70RS ENTERING JB. TERMINAL BLOCKS SHALL BE ALLEN—BRADLEY BULLETIN 1492 OR APPROVE� EQUAL. 72 7ERMlNATE CONDUCTORS !NSlDE RTU AS qIRECTED BY OWNER. i3 PER DETAiL 102/E-06. EXTEND 2//i2,#12G, 3/4" PVC CONDUiT (EMBEDDED IN CONCRETE) TO JB "J64P" AND CONNECT TO 120V POWER. 14 PER DETAIL 104/E-06. EXTEND 2#12,�12G, 3/4" PVC CONOUIT (EMBEDOED IN CONCRETE) TO JB "J64P" AND CONNECT TO 120V POWER. 15 PER DETAI� 103/E-06. EXTEND 480V POWER CONDUCTORS TO JB "JB4P" {EQUAL 1N SfZE TO THE 480V CONDUCTORS SUPP�YING POWER 70 JB J84P") IN A 1" PVC CONDUIT (EMBEDDED IN CONCRETE). EX7END 4#16,#16G, 3/4" PVC CONDWT TO JB "J845°. CONNEC7 TO LIMIT SNRTCH OUIPUT SIGNALS AS SHOWN IN CONTROL SCHEMAl1C 101. 16 PROVIDE CONDUIT SEALING FITTING W/ POURED SEAL FOR EACH CONOUIT TERMINAl1NG AT THIS EQUIP. PROVIDE SEALiN� fiTTiNG AT A HEiGHT NOT GREATER THAN 30" ABOVE TOP OF CONCRETE W/ NO COUPUNG BETWEEN SEAIING FITTiNG ANO CONCRETE. ELECTRiCAL BOX 4B SCAIE: AS NOTED COP1TiICHT Qc 2ptp MALCOLM PIRNIE, INC. pq� SEPTEMBER 2010 E-04 SHEET _ OF� CAD REF. N0. 3�$lOZ9-704 9 CITY OF FORT WORffl VILLAGE CREEK WASTEWATER TREATMENT PLANT ADDENDUM NO. 2 PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 October 21, 2010 Engineer: Camp Dresser & McKee Inc. To: All Document Holders of Records This Addendum forms a part of the Contract Documents and modifies the original Contract Documents dated September 20 I 0. Acknowledge receipt of this Addendum in the space provided on the Proposal fonn. Failure to do so may subject Bidder to disqualification. This Addendum includes clarifications and/or changes to the documents for the City of Fort Worth Village Creek Wastewater Treatment Plant, Part I-Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City Project No. P275-701300018683. ~~ /J{f·········"'····{-!j~• .. , ••• • • •• ,tr : o:.*Q , ..... : ........................ : ... t ,~~.!. .. ~: ... ~.?.~!~:?.?.~., .,.-~\ 90271 ~ /~I 1tti('f.~}' I ST t'{:,,··~ ~~~~~~~~l1.t{tt> Camp Dresser & McKee, Inc . TBPE Firm No. 3043 CITY OF FORT WORTH VILLAGE CREEK WASTEWATE R TRE ATMEN T PLAN T PART I -MODIFICA TIONS TO BAR SCREEN BUI LDING NO. 3 AN D PA RT II -J UNCTION BOX REHABILITA TION PROJECTS City Project N o. P275-701300018683 A DD ENDUM N O . 2 O ctob er 21 , 2010 Bidders are hereby informed of the following changes to the contract documents for the project. B ids for the project will b e receive d at 1:30 PM on Thursday , Novem b er41\ 2010 . Bidders must acknowledge receipt of this Addendum below, and on P art B -Proposal. I. PROJECT SPECIFICATIONS 1. SPECIAL INSTRUCTIONS TO BIDD ERS Page A-1, Item l, 2nd Paragraph, 2nd sentence; change the word "seven " to "fourtee n". Page A-1, Item 1, 2nd Paragraph, 4th sentence; change the word "three" to "se ven". Clarifica tion: Bidders are to submit Pre-Qualification documentation at least fourteen (14) calendar days prior to the date of bid opening. Additional information shall be submitted at least seven (7) days prior to the date of bid opening. 2. PART II SPECIFICATION SECTION 11289 Page 11289-4, Paragraph2.2.A; change "4 . Or equal" to "5. Or equal " and add "4. Hydro-Gate" 3. PART II SPECIFICATION SECTION 11289 Page 11289-11 , Paragraph 3.5 .B.4: add "d. FM -Face Mounted (Flush)." 4. PART II SPECIFICATION SECTION 11289 Page 11289-11: Replace SCHEDULE 11289 -SLUICE GATE SCHEDULE w ith the attached schedule. ADDENDUM .NO 2 10/21/2010 SCHEDULE 11289 SLU ICE GATE SCHED ULE Location Junction Box H Junction Box 4B Distribution Box Distribution Box 21 22 1 . Quantity: 2 4 4 2 2. Size, (in .): 54"x54" 96"x96" 68"x68" 68"x68" 3 . Ty p e : SG-CG CG CG CG 4. Frame: FTF FGF FGF-FTF FGF-FT F 5 . Mounting: WJ:FM WT WJ:FM WJ:FM 6. Shape of Wall Opening: Reund Square Round Round Round 7. Invert Elevation, (ft.): 457.55 456.80 450.00 450 .00 8 . Operatin g Floor Elevati on, (ft.): 468.72 485 .00 461.42 641.42 9. Design Head from Centerline of Disc, (ft.): Seating 20 20 20 20 Unseating 20 20 20 20 Location Junction Box H Junction Box 4B Distribution Box Distribution Box 21 22 10. Minimu m St em 11/2" 2%" 1 V2" 11/2 " Diameter, (in .): 11 . Operator: FSHW FSMO FSMO FSMO 5. PART II SPECIFICATION SECTION 11289 Page 11290-4, Paragraph 2 .2.A; change "3. Or equal" to "5. Or equal" and add "3. Glass Steel and 4 . Ashb rook" II . PART II-PRO JE CT DRAWINGS 1 . SHEET SZ -2 -STRUCTURAL TYPICAL DETAILS II Replace note 3 on Detail 4 with "Brick shall be ACME Face Brick Denton Blend 115 Rio Brazos modular and meet ASTM C-652 type HBS grade S .W ." 2. SHEET M-04 -DB21 -PLANS AND SECTION W /DEMOLITION Add to note 1 the following "Existing actuators are Rotork Model No. IQFM and size IQ40 ." ADDENDUM.NO 2 10/21/2010 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City of Fort Worth Project P275-701300018683. SCHEDULED BID DATE: DATE ADDENDUM ISSUED : RECEIPT ACKNOWLEDGED: By: _________ _ Title:----------- Company: ________ _ ADDENDUM.NO 2 November 4 , 2010 October 21 , 2010 10/21/2010 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT ADDENDUM NO. 3 PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 October 25, 2010 Engineer: Camp Dresser & McKee Inc. To: All Document Holders of Records This Addendum forms a part of th e Contract Documents and modifies the origin al Contract Docum ents dated September 20 I 0 . Acknowledge receipt of this Addendum in the space prov id ed on the Proposal form . Failure to do so may subject Bidder to disqualification . This Addendum includes clarifications and/or changes to the documents for the City of Fort Wo1th Village Creek Wastewater Treatment Plant, Pait I -Modifications to Bar Screen Building No . 3 and Pa rt ll -Junction Box Rehabilitat ion Projects, City Project No .P275-7013000 J 8683. Camp Dresser & McKee , In c . T BPE Firm No . 3043 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 ADDENDUM NO. 3 October 25, 2010 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1:30 PM on Thursday, November 11 1 \ 2010 . Bidders must acknowledge receipt of this Addendum below, and on Part B -Proposal. I. PROJECT SPECIFICATIONS NOTICE TO BIDDERS I. Revise bid date to November 11, 2010. Sealed proposals for the construction of the: VILLAGE CREEK WASTEATER TREATMENT PLANT PART I-MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS Project No. P275-701300018683 Addressed to the City of Fort Worth Purchasing Division will be received at the Purchasing Office, Lower Level, Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas 76102, until 1 :30 P.M. November 11, 2010. Bids will be publically opened and read a loud at 2:00 P .M . the same day in the Fort Worth City Council Chambers . SPECIAL INSTRUCTIONS TO BIDDERS I. Page A-1, Item 1, 2nd paragraph; revise 2nd sentence to state the following. "It is the bidders' responsibility to submit documentation for those items listed below, to the Director of the Water Department or his designated representative, at least ten (10) calendar days prior to the date of bid opening ." 2 . Page A-1, Item 1, 2nd paragraph; revise 4th sentence to state the following. "Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least five (5) days prior to the date of bid opening." 3 . Page A-1, Item l.c); revised paragraph to state the following . "c). ADDENDUM.NO 3 EXPERIENCE RECORD. For an experience record to be considered to be acceptable for the project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received . Experience shall include a minimum of two (2) projects with design and operation of bypass pumping systems over 40 million gallons per day (MGD), successful execution of work with plant shut down 10/25/2010 and flow maintenance under time constraints, construction of large junction structures, and installation of large diameter piping . Experience must be on projects that were completed no more than five (5) years prior to the bid date on which bids will be received. A minimum of three references must be completed. References must include a contact person name , telephone number, project name and total cost, and type of work done (Utility contractor shall li st pipe size and pipe linear footage). 4 . Page A-1, Item 1.d); add the following paragraph . 'The prospective bidder shall submit the names and resumes of the proposed personnel managing and operating the bypass pumping system . The information shall include a list of all p rojects, including man-hours that each proposed crew member has completed within the last five (5) years to demonstrate ability to manage and operate the bypass pumping system, regardless of by whom they were employed . Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' p roject." PART I SPECIFICATION SECTION 01043 FLOW DIVERSION/BYPASS 1. Page 01043 , Paragraph 1.03 .A.2; change "10 years " to "5 years" 2 . Page 01043 , Paragraph 1.03 .A .3 ; change "5 installations" to "2 installations" and change "100 MGD " to "40 MGD " 3 . Page 01043 , Paragraph 1.03.A.4 ; delete paragraph in its entirety and re-number paragraphs 5 through 14 according ly. ACCEPTANCE: T he und ers ig ne d d oes he re by agre e to the addition al, stipula ti ons, and terms outlin ed in Addend um No. 1 to the pl ans a nd specification s fo r the Part I -Modification s to Bar Sc reen Building No. 3 and Par t II -Junction Box Rehabilitation Proj ects, City of Fo rt Wo rth Proj ect P275-701300018683 . SC HED ULE D BID DATE: DATE ADDEN DUM ISSUE D : RE CE IP T ACKN OW LEDG ED : By: _________ _ Titl e:----------- Compan y : _________ _ ADDENDUM .NO 3 November 4 , 2010 October 21 , 2010 10/25/2010 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT ADDENDUM NO. 4 PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 November 2, 2010 Engineer: Camp Dresser & McKee Inc. To: All Document Holders of Records Thls Addendum forms a part of the Contract Documents and modifies the original Contract Documents dated September 2010. Acknowledge receipt of this Addendum in the space provided on the Proposal form . Failure to do so may subject Bidder to disqualification. This Addendum includes clarifications and/or changes to the documents for the City of Fort Worth Village Creek Wastewater Treatment Plant, Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City Project No. P275-701300018683 . Camp Dresser & McKee, Inc. TBPE Firm No. 3043 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 ADDENDUM NO. 4 November 2, 2010 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1 :30 PM on Thursday, November 11 1 \ 2010. Bidders must acknowledge receipt of this Addendum belo w, and on Part B -Proposal. I. PROJECT SPECIFICATIONS II. PART II -PROJECT DRAWINGS 1. SHEET S-01 -STRUCTURAL NOTES Revise Drilled Piers structural notes as shown in attached sheet SK-SO 1-1 . 2. SHEET S-08 -JB-H MODIFICATIONS PLANS Upper Plan: delete the bo xed note "10" THICK CONC SLAB". 3. SHEET SZ-1 -TYPICAL DETAILS I Revi se Detail 6 as shown in attached sheet SK-SZl-1. 4 . SHEET SZ-5 -TYPICAL DETAILS V Revise Detail 2 as shown in attached sheet SK-SZ5-l. 5. SHEET M-02 -JUNCTION BOX 4B PLAN AND SECTION Add the following ''Note 4. Contractor shall provide two (2) sets of 11 .0 feet wide and 28.2 feet deep FRP stop logs. Stop logs shall be 1.0 foot high ." 6. SHEET M-03 -JUNCTION BOX 4B SECTIONS Add the following "Note 2. Contractor shall provide two (2) sets of 11.0 feet wide and 28.2 feet deep FRP stop logs . Stop logs shall be 1.0 foot high ." III. BIDDER QUESTIONS 1. QUESTION: PART II -PROJECT DRAWINGS , SHEET S-04, SECTION 2: Can the specified L3-Yi x 3-Yi x 11.i be replaced with an L4 x 4 x 11.i due to shape availability in 316 SS? RESPONSE: Yes . An L4 x 4 x 11.i 316 SS angle is acceptable . ADDENDUM.NO 4 11/2/2010 2 . QUESTION: PART II -PROJECT DRAWINGS , SHEET S-08 UPPER PLAN: Can the specified Yi" x 12 " x 6" 316 SS beams be replaced with an extruded 316 SS shape of equivalent properties? RESPONSE: Yes . Alternate shapes can be considered while maintaining the beam depth and flange width . ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City of Fort Worth Project P275-701300018683. SCHEDULED BID DATE: DATE ADDENDUM ISSUED: RECEIPT ACKNOWLEDGED: By: ------------ Title: ----------- Company: ________ _ ADDENDUM.NO 4 November 11, 2010 November 2 , 2010 11/2/2010 DRILLED PIERS 1. PIER DESIGN IS BASED ON THE FOLLOWING DESIGN CR ITERIA : A. ALLOWABLE END BEARING: 3.250 PSF B. SIDE FRICTION: 290 PSF C. SIDE FRICTION (UPLIFT RESISTANCE): 100 PSF 2 . PIER DESIGN IS IN ACCORDANCE WITH THE RECOMMENDATIONS IN THE FOLLOWING GEOTECHNICAL REPORT : A. GEOTECHNICAL ENGINEER: HVJ ASSOC B. DATE OF REPORT : SEPT 2010 3 . PIERS NOT SPECIFICALLY LOCATED ON THE PLAN SHALL BE LOCATED ON CENTERLINE OF WALL OR BEAM ABOVE . 4. PROVIDE DOWELS FROM PIERS INTO CONCRETE ABOVE USING SAME BAR SIZE AND NUMBER AS SHOWN FOR PIER REINFORCING STEEL . EXTEND DOWELS 30 BAR DIAMETERS INTO WALL U.N.O. 5. ELEVATION OF TOP OF PIERS, UNLESS NOTED OTHERWISE ON THE DRAWINGS IS AT THE BOTIOM OF THE DEEPEST INTERSECTING BEAM OR WALL SUPPORTED BY THE PIER. 6 . REINFORCING CAGE SHALL BE HELD SECURELY AWAY FROM EARTH AT SIDES AND BOTIOM BY SETS OF 3 SPACERS AT A MAXIMUM SPACING OF 8-FT. ALONG THE LENGTH OF THE CAGE AND 1 '-0" FROM THE BOTIOM. 7. EACH PIER SHALL BE DRILLED AND POURED IN THE SAME DAY . PIER REINFORCING AND CONCRETE SHALL BE PLACED IMMEDIATELY AFTER DRILLING OPERATIONS ARE COMPLETE; IN NO CASE SHALL A PIER BE DRILLED THAT CANNOT BE POURED BY THE END OF THE WORKDAY THAT THE PIER IS DRILLED . 8 . SEE PLANS FOR PIER SIZES, REINFORCING AND DEPTH . 9 . THE CONTRACTOR SHALL VERIFY DEPTHS OF PIERS BEFORE PIER STEEL IS CUT. PIER STEEL MAY BE DELIVERED TO THE JOBSITE IN STANDARD LENGTHS AND CUT AS REQUIRED. PROVIDE 64 BAR DIAMETER LAPS IN ALL VERTICAL PIER REINFORCING . 10. REINFORCING STEEL SHOP DRAWINGS SHALL INCLUDE PLACING DRAWINGS FOR TEMPLATES TO SET DOWELS IN PIERS . 11 . TOP OF PIER SHALL BE OF THE SPECIFIED DIAMETER . FORM TOP OF PIER IF REQUIRED TO MAINTAIN THE SPECIFIED DIAMETER . ANY CONCRETE EXTENDING BEYOND THE SPECIFIED DIAMETER SHALL BE REMOVED . 12. CONTRACTOR SHALL INCLUDE IN BID DOCUMENTS, UNIT-COSTS FOR CASING IF REQUIRED AND UNIT-COST FOR GREATER AND LESSER DEPTH OF DRILLING FOR EACH PIER SIZE . 13. ALL PIERS SHALL BE INSPECTED BY A REPRESENTATIVE OF A QUALIFIED GEOTECHNICAL LABORATORY IN ORDER TO ENSURE THAT THE PROPOSED BEARING MATERIAL HAS BEEN REACHED IN ACCORDANCE WITH THE RECOMMENDATIONS GIVEN IN THE GEOTECHNICAL REPORT. 14. •''""'''''' .:, ~ OF r 11,. ~ ,-'\ .............. ('+_ .. ,.~ #C., ..... ····1\1\ THE TESTING LABORATORY SHALL MAKE AND MAINTAIN ACCURATE RECORDS OF THE DRILLED PIER DEPTHS, BEARING STRATUM , DEPTH OF PENETRATION INTO BEARING STRATUM, DIAMETER AND LOCATION (INCLUDING OFF CENTER ECCENTRICITIES), AND SHALL SUBMIT THIS INFORMATION TO THE ENGINEER . flit:' .... ~.. . *2 f ¢BRi:~rRr.~~r~:.3t~~xJ THE SEAL APPEARING \1\ 89485 /::11 ON THIS DOCUMENT '11,~···.< 1 s~<::>/~:I WAS AUTHORIZED BY 111f1.S-si/f.'t:-..··~~~~,::, CHRISTOPHER N. STORY, P.E. 11, NAL , ON '''''''"~ OCTOBER 29, 2010 89485 MALCOLM PIRNIE CITY OF FORT WORTH, TEXAS \1LiAGE CREEK WASTEWAlER lREAlMENT PLANT JUNCTION BOX REHABILITATION PROJECTS PART II STRUCTURAL STRUCTURAL NOTES SCALE : AS NOTED S-01 MALCOLM PIRN IE, INC. 10/29/10 SK-S01-1 NOTE: ROUND TIES THUS: Q MAY BE USED IN LIEU OF SPIRALS . BAR SIZE WILL REMAIN THE SAME . SPACING OF TIES SHALL BE 12" OC PIER TYPE SCHEDULE MARK SHAFT VERTICAL SPIRALS t'l:.1'11:.1 DIAMETER BARS (SEE NOTE 2) Pl 30" 12-#7 #3 0 6" PITCH 40'-0" TOP OF Pl;_~ __ _ ------- SEE PLAN FOR PIER MARK AND SCHEDULE FOR TOP OF PIER ELEVATION AND DETAIL REFERENCE. SPIRAL OR TIES AS SCHEDULED . PROVIDE ONE COMPLETE l SHAFT l 1 DIA 'I ELEVATION FLAT TURN TOP AND BOTIOM SEE PIER SCHEDULE FOR SHAFT DIAMETER AND REINFORCING 1. SEE SPECS 02465 FOR ADDITIONAL PIER INFORMATION . 2. SEE "DRILLED PIER NOTES" ON SHEET S-01. PIERS DETAIL NTS ED ~''''"'''''' , ~ Of' 7": 111 ,if············.ft.,J~ ill*... ... • -'*. . * 1,t~1~f9r.H~r~:.3tB~x1 THE SEAL APPEARING ~\ 89485 /~I ON THIS DOCUMENT 'If!-"·· .. ( 1 ~~/ll WAS AUTHORIZED BY •11,f 1 .rs;/1°t!.'\,,~"._°", CHRISTOPHER N. STORY, P.E. 89485 Ill NAL , ON \\\\'''"-c OCTOBER 29, 2010 MALCOLM PIRNIE CITY OF FORT WORTH, TEXAS ~LLAGE CREEK WASlEWA lER lREA lMENT PLANT JUNCTION BOX REHABILITATION PROJECTS PART II STRUCTURAL TYPICAL DETAILS I SCALE: AS NOTED SZ-1 MALCOLM PIRNIE, INC . 10/29/10 SK-SZ1-1 SURFACE TREATMENT (TOPSOIL, PAVING, ETC.) SEE CIVIL DRAWINGS FOR MATERIALS AND SLOPES SLOPE CUT AS REQUIRED BY OSHA & GEOTECHNICAL REPORT (MIN 45') REFER TO "CONTROLLED BACKFILL• STRUCTURAL NOTES ON THIS SHEET FOR Fill INFO . CONTROLLED BACKFILL BEHIND BELOW GRADE WAUS 2·-0· 1. BACKFILL MATERIAL SHALL BE LOW Pl SANDY CLAY HAVING A PLASTICITY INDEX BETWEEN 7 AND 20, AND LL OF 40 OR LESS EXCEPT \lt1-IERE SHOWN AS CLSM FILL MALCOLM PIRNIE 2. FILL SHALL BE PLACED IN LIFTS NOT TO EXCEED 8". THE FILL SHALL BE PLACEO IN A WEDGE EXTENDING FROM THE BASE OF THE WALLS TO THE GROUND SURFACE ALONG A SLOPE NO STEEPER THAN 45 DEGREES. 3. FILL SHALL BE COMPACTEO AT THE OPTIMUM MOISTURE CONTENT (-2" TO +2") TO THE COMPACTION LEVELS SHOWN BELOW: DEPTH OF Fill COMPACTION REQUIREMENT LESS THAN 10FT : BETWEEN 95 TO 100" GREATER THAN 10FT : BETWEEN 98 TO 100" 4. COMPACTION WITHIN 5 FEET OF THE STRUCTURE SHOULD BE ACHIEVED BY HAND COMPACTION EQUIPMENT. 5. COMPACTION AND MOISTURE CONTENT OF CONTROLLED BACKFILL SHALL BE VERIFIED BY AN INDEPENDENT TESTING LABORATORY. 6. THE TOP 30 INCHES OF MATERIAL BELOW lllE GROUND SURFACE SHALL CONSIST OF ON SITE CLAY MATERIAL HAVING A Pl OVER 20 AND SHALL BE PLACED IN 8" LIFTS AT +1" TO +4" ABOVE OPTIMUM AND COMPACTED TO 95 PERCENT OF THE MAXIMUM DENSITY PER ASTM D698. 7. BACKFILL MATERIAL SHAU NOT BE PLACEO AGAINST FOUNDATION WALLS UNTIL All SUPPORTING SLABS, BEAMS. STRUTS, ETC., HAVE ATIAINED THEIR 28 DAY DESIGN STRENGTH UNLESS PROPER BRACING IS INSTALLED. 8. \lt1-IERE BACKFILL JS REQUIRED ON BOTH SIDES OF A STRUCTURE OR BUILDING ELEMENT, BACKFILL SHALL BE PLACED SIMULTANEOUSLY ALONG BOTH SIDES SO THAT THE BACKFILL HEIGHT ON ONE SIDE DOES NOT EXCEED THE HEIGHT ON THE OPPOSITE SIDE BY MORE THAN 4'-0". 9. DESIGN OF BELOW GRADE WALLS JS BASED ON EQUIVALENT HYDROSTATIC PRESSURE OF 90 PCF, ASSUMING UNDRAINED BACKFILL CONDlllON . 10. THE CONTROLLED BACKFJLL INFORMATION IS BASED ON A GEOTECHNICAL REPORT PREPARED BY HVJ ASSOCIATES DATED SEPTEMBER 2010. 11 . THIS BACKFILL DETAIL DOES NOT APPLY TO BACKFILL IN lllE FOOTPRINT OF THE LEVEE. AT lllE LEVEE BACKFILL SHALL BE OF SAME TYPE AND COMPACTION AS THE ORIGINAL SOILS. 89485 CITY OF FORT WORTH, TEXAS VILLAGE CREEK WASTEWATER lREA lMENT PLANT JUNCTION BOX REHABILITATION PROJECTS PART II TYPIC~ BACKFILL DETAIL NTS STRUCTURAL TYPICAL DETAILS V SCALE : AS NOTED SZ-5 MALCOLM PIRNIE, INC. 10/29/10 SK-SZ5-1 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT ADDENDUM NO. 5 PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 November 8 , 2010 Engineer: Camp Dresser & McKee Inc. To: All Document Holders of Records This Addendum forms a part of the Contract Documents and modifies !he ori ginal Contract Documents dated September 2010. Acknowledge receipt of this Addendum in the space provided on the Proposal form . Failme to do so may subject Bickler to disqualification. This Addendum includes clarifications and/or changes to the documents for the City of Fo1t Worth Village Creek Wastewater Treatment Plant, Part l -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects, City Project No. P275 ~ 7013000 l 8683 . Cam p Dresser & McKee, Tnc. TB PE Firm No . 3043 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I-MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City Project No. P275-701300018683 ADDENDUM NO. 5 November 8, 2010 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1 :3 0 PM on Thursday, November 11 1 \ 2010. Bidders must acknowledge receipt of this Addendum below, and on Part B -Proposal. The following prospective bidders have met pre-qualifications requirements. Archer Western Contractors ARK Contracting Services S .J. Louis Construction of Texas I. PROJECT SPECIFICATIONS 1. Specification Section O 1040 Construction Sequence (Part I and II), Paragraph 1.04.F .9; Replace item 9 in its entirety with the following. "9. All bypass flow shall be directed to Primary Distribution Box 21 and 22 during bypass operation. If bypass flow needs to be discharged to individual clarifiers, then flow sha ll be discharged to each clarifier in a manner to distribute flow even ly in the c larifie r. There shall be a minimum of three discharge lines entering each clarifier from the bypass piping header. Equa l flow sp lit to primary clarifiers shall be maintained at all times ." II. PART II -PROJECT DRAWINGS III. BIDDER QUESTIONS I . QUESTION: PART I -PROJECT SPECIFICATIONS, SECTION O 1040 : Specification Section 0 l 040 1.04 .F.9 states that bypass flow needs to be discharged to the Primary Clarifier center we ll. Will the c larifier bridge handle the weight of the bypass piping and wastewater? ls an elevated pipe support system required? RESPONSE: No, the bridge will not be able to carry the total weight of the bypass piping and wastewater. The clarifier bridge truss is designed for 125 pounds per linear foot. An elevated pipe s upport system is not required . The discharge requirements wi ll be revised in Addendum 5 . ADDENDUM.NO 5 11/8/2010 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, a nd terms outlined in Addendum No. 1 to the plans and specifications for th e Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects , City of Fort Worth Project P275-701300018683. SCHEDULED BID DATE: DATE ADDENDUM ISSUED : RECEIPT ACKNOWLEDGED: By : ___________ _ Title : ----------- Company : ________ _ ADDENDUM.NO 5 November 1 1, 2010 Novem ber 8, 2010 11/8/2010 The imile;signef) does hereby agree to the additional, stipulations, and terms outline~ in Addendum No. 1 to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II-Junction Box Rehabilitation Proiects, City of Fort Worth Proi'ect P275-701300018683. November 4, 2010 October 12 , 2010 By :-,Ll-----1·.=..s =.:,w.:..,.-=-=·~00 ,ro.n ref:ictenl C ompany: Ark C.ootrac.-H~ S:rv i ce.s, LL C. ADDENDUM.NO 1 10/12 /2010 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No,lto the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects, City of Fort Worth Project P275-701300018683. November 4, 2010 October 21, 2010 ADDENDUM.NO 2 10/21/2010 ' and flow maintenance under time constraints, construction of large junction structures, and installation of large diameter piping. Experience must be on projects that were completed no more than five (5) years prior to the bid date on which bids will be received. A minimum of three references must be completed. References must include a contact person name, telephone number, project name and total cost , and type of work done (Utility contractor shall list pipe size and pipe linear footage). 4. Page A-1, Item I .d); add the following paragraph . "The prospective bidder shall submit the names and resumes of the proposed personnel managing and operating the bypass pumping system. The information shall include a list of all projects, including man-hours that each proposed crew member has completed within the last five (5) years to demonstrate ability to manage and operate the bypass pumping system, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project." PART I SPECIFICATION SECTION 01043 FLOW DIVERSION/BYPASS I. Page 01043 , Paragraph 1.03.A .2; change "10 years " to "5 years " 2. Page 01043, Paragraph 1.03 .A.3; change "5 installations" to "2 installations" and change "100 MGD " to "40 MGD" 3 . Page 01043 , Paragraph 1.03 .A.4; delete paragraph in its entirety and re-number paragraphs 5 through 14 accordingly . ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No.3 to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II-Junction Box Rehabilitation Projects, City of Fort Worth Project P275-701300018683. November I I, 20 I 0 October 25 , 2010 ADDENDUM .NO 3 10/25/2010 2. QUESTION: PART II -PROJECT DRAWINGS, SHEET S-08 UPPER PLAN: Can the specified Yi'' x 12" x 6" 316 SS beams be replaced with an extruded 316 SS shape of equivalent properties? RESPONSE: Yes . Alternate shapes can be considered while maintaining the beam depth and flange width. ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No.tl to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Proiects, City of Fort Worth Proiect P275-701300018683. TE: ISSUED: OWLEDGED: November 11, 2010 November 2, 2010 Ste en .'t)ouJrnan ,-++_,__ _ _...._ ______ i-=-a..:a...a... ......... .- :ltt?\d tn t ADDENDUM.NO 4 11/2/2010 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No,5 to the plans and specifications for the Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proiects, City of Fort Worth Proiect P275-701300018683. November 11, 20 I 0 November 8, 2010 e: --Prt~ic\ent ompany: f\ rk CO n.\--r ac.,±i ~Servi ces, L LC.., ADDENDUM.NO 5 11/8/2010 City of Fort Worth, Texas Water Department VILLAGE CREEK WASTEWATER TREATMENT PLANT PART 1-MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS PREPARED BY: PROJECT P275-701300018683 CONFORMED FEBRUARY 2011 JN ASSOCIATION WITH: . JASTER-QUINTANILLA DALLAS, LLP MULTATECH ENGINEERING INC . MALCOLM PIRNIE INC . Part I Technical Specifications for the CITY OF FORT WORTH -VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUIDLING No. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS CITY OF FORT WORTH PROJECT NO. P275-701300018683 FEBRUARY 2011 DIVISION 1, DIVISION 2, DIVISION 9 DIVISION 15 SPECIFICATION 01043 r,.\f~~ '!.-<. ... 1,.9.f.~.~~l,. 'f>j,r;, ~~~ •• ~,, ~ ·,111 • ................... i<£··~ . C.Y.~~~!'::..:··~ \ •• 97723 /If ~O,k. L ;..:~ ·s((;.Q,.-;.§.i, "'\\'8~···t~"'..J" ,,,~~~~--~Jiv/10 Part II Technical Specifications for the CITY OF FORT WORTH -VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUIDLING No. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS CITY OF FORT WORTH PROJECT NO. P275-701300018683 FEBRUARY 2011 SPECIFICATION 02465; DIVISION 3; SPECIFICATIONS 05051, 05501, 05522; SPEClflCATION 09800 ... --''''''' ---€. OF ,.i--'', ~ t>-~ ••••••••• ~-1: ,, ~~'.·' * ··Jo)•,, ~*·' ',*1J i!*: '·*'J . ~cHFi1sroPHE1f N: srofiv1 ~ ..................... . ~, -o \ 89485 / fit' 't1b ·(ic~Ns~9-· .§7 ii • :;<'-" •• i:;; • • ,,.,. ,; • ' <.·G_ • • • • • • f;::\";.;I' cj!J~~ ~tn.{1• SPECIFICATION 01043; DIVISION 2 (except 02465); SPECIFICATIONS 05535 & 05542; DIVISION 6; SPECIFICATION 09900; DIVISION 11; DIVISION 15; DIVISION 16 ~T~~~1.. .re...~!:-··· ........ ~ .. .r ~-* ·· ... •, ,,,..l . ···*\ '-•: ~* E··:··-···-·············--··· l C.Y. OASSANAYAKE z ~--:-······· .. ···-·-··-··:-, . •1:t·. 9m3 /I~ t{~J$.•./t~Ns<c.?.-··q ,,~-r.s;"·· .. ··i;.~~-\ o'~ ,,~.{>~~";'.\. "l,, . C • ~\'//" PART A PARTB CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I· MODIFICATION TO BAR SCREEN BUILDING NO. 3 and PART II -JUNCTION BOX REHABILITATION PROJECTS SPECIFICATIONS TABLE OF CONTENTS NOTICE TO BIDDERS Notice to Bidders Special Instructions to Bidders PROPOSAL Proposal Minority and Women Business Enterprise Bid Specifications PARTC PART Cl PARTD PARTF PARTG PARTE GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS (TO PART C) SPECIAL CONDITIONS BONDS Certificate of Insurance Contractor's Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond CONTRACT SPECIFICATIONS PART I -VCWWTP Modifications to Bar Screen Building No. 3 Project DIVISION 1 01005 01010 01011 01013 01019 01026 01035 01040 01043 01110 01170 VC0515TOC GENERAL REQUIREMENTS Abbreviations Summary of Work Site Conditions Trench Safety Requirements Contract Considerations Measurement and Payment Control of Work Construction Sequence Flow Diversion/Bypass Environmental Protection Procedures Special Provi sions TOC-1 09/30/10 01200 01300 01315 01410 01500 01510 01600 01610 01666 01680 01700 01710 01720 01730 01740 DIVISION 2 02050 02100 02140 02200 02221 02230 02270 02490 02627 02658 02901 DIVISION 3 Project Meetings Submittals Progress Schedule and Reports Testing and Testing Laboratory Serv ice s Temporary Facilities Construction Temporary Control s Delivery, Storage and Handling Material and Equipment Testing of Pipelines Watertightness Test for Hydraulic Structures Contract Closeout Cleaning Project Record Documents Operating and Maintenance Data Warranties and Bonds SITEWORK Demolition and Modifications Site Preparation Dewatering and Drainage E x cavation & Backfill For Structures Trenching, Backfilling and Compaction Granular Fill Material s Sedimentation and Erosion Control Loaming, Hydroseeding and Erosion Control Owner Furnished Fiberglass Gravity Sewer Pipe Connections to and Work on the Existing Sys tem Miscellaneous Work and Cleanup CONCRETE See Part II for Division 3 Specifications 03100 03200 03251 03300 03600 03740 03930 DIVISION 4 DIVISION 5 Concrete Formwork Concrete Reinforcement Concrete Joints Cast-In-Place Concrete Grout Modifications to Existing Concrete Concrete Repair and Rehabilitation MASONRY -(NOT USED) METALS See Part II for Division 5 Specifications 05051 05501 VC0515TOC Concrete Anchorages Mi scellaneous Metal Fabricat ions TOC-2 09/30/10 WOOD AND PLASTICS (NOT USED) DIVISION 6 DIVISION 7 DIVISION 8 THERMAL AND MOISTURE PROTECTION (NOT USED) DOORS AND WINDOWS (NOT USED) DIVISION 9 FINISHES 09902 Field Painting DIVISION 10 SPECIALTIES (NOT USED) DIVISION 11 EQUIPMENT (NOT USED) DIVISION 12 FURNISIDNGS (NOT USED) DIVISION 13 SPECIAL CONSTRUCTION (NOT USED) DIVISION 14 CONVEYING SYSTEM (NOT USED) DIVISION 15 MECHANICAL 15891 Fiberglas s Ductwork and Accessories 15892 Underground Odor Control Piping DIVISION 16 ELECTRICAL (NOT USED) See Part II for Division 16 Specifications PART II -VCWWTP Junction Box Rehabilitation Project DIVISION 1 GENERAL REQUIREMENTS See Part I for Division 1 Specifications DIVISION 2 02220 02315 02430 02440 02450 02460 02461 02465 DIVISION 3 03100 VC0515TOC SITEWORK Demolitions Excavation and Backfill Tunnel Bore/Excavation Tunnel Ground Support Installation of Pipe in Tunnel Groundwater Control in Tunnel Tunnel Grouting Drilled Concrete Piers CONCRETE Concrete Formwork TOC-3 09/30/10 03200 03251 03300 03600 03740 03930 DIVISION 4 DIVISION 5 05051 05501 05522 05532 05542 DIVISION 6 06640 DIVISION 7 DIVISION 8 DIVISION 9 09800 09900 DIVISION 10 DIVISION 11 11289 11290 DIVISION 12 DIVISION 13 DIVISION 14 DIVISION 15 15051 15071 DIVISION 16 16050 16061 16070 16075 16121 16122 VCOSISTOC Concrete Reinforcement Concrete Joints Cast-In-Place Concrete Grout Modifications to Existing Concrete Concrete Repair and Rehabilitation MASONRY (NOT USED) METALS Concrete Anchorages Miscellaneous Metal Fabrications Aluminum Handrails and Railings Aluminum Grating Floor Access Hatch Covers WOOD AND PLASTICS Anchored Plastic Lining for Concrete Structures and Pipe THERMAL AND MOISTURE PROTECTION (NOT USED) DOORS AND WINDOWS (NOT USED) FINISHES Chemical Resistant Concrete Coating [Alternative 1] Painting SPECIAL TIES (NOT USED) EQUIPMENT Sluice Gates and Appurtenances Composite Stop Logs FURNISHINGS (NOT USED) SPECIAL CONSTRUCTION (NOT USED) CONVEYING SYSTEM (NOT USED) MECHANICAL Buried Piping Installation Centrifugally Cast FRPM Pipe ELECTRICAL General Provisions Grounding Systems Supporting Systems Electrical Identification Instrumentation Cable 600 Volt Cable TOC-4 09/30/10 16131 16132 16133 16135 16136 16141 16142 16501 APPENDICES Appendix A Appendix B VC0515TOC Rigid Conduit Flexible Conduit Sealed Fittings Pull , Junction, and Terminal Boxes Outlet Boxes Receptacles Snap Switches Lighting Fixtures and Controls Chesterton Price Agreement Owner Furnished Equipment Information TOC-5 09/30/10 PART A NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposal s for the construction of the: VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I· MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II· JUNCTION BOX REHABILITATION PROJECTS Project No. P275-701300018683 Addressed to the City of Fort Worth Purchasing Division will be received at the Purchasing Office, Lower Level, A Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102, until 1 :30 P .M November 4, f.2J.. WW November 11, 2010 . Bids will be publicly opened and read aloud at 2:00 P .M . the same day, in the Fort Worth City Council Chambers. Contract Documents, including plans and specifications, have been prepared by Camp Dresse r & McKee Inc ., 777 Taylor Street, Suite 1050, Fort Worth, Texas 76102, (817) 332-8727, and may be examined without charge at their office . Contract Documents may be obtained from Camp Dresser & McKee Inc . at the above address for a non-refundable charge of: Set of one-half size Plans and Specification s: $ 75 Set of full-size Plan s and Specification s: $ 150 Documents may also be viewed free of charge at the City of Fort Worth online document management system (Buzzsaw). A link to this system can be found on the City of Forth Worth's Purchasing Division website at http ://www.fortworthgov.org/purchasing/. 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 shall be rejected a s being non-responsive. Information regarding the status of addenda may be obtained by contacting Camp Dresser & McKee Inc. at (8 17) 332-8727. The City re serves th e right to reject any and/or all bids and waive any and/or all formalities . No bid ma y be withdrawn until the expiration of ninety (90) days from the date the bids are received . SPECIAL PREQUALIFICA TION REQUIREMENTS . All contractors submitting bids are required to be prequalified in accordance with the Special Instructions to Bidders, by the Fort Worth Water Department prior to submitting bids . PRE-BID CONFERENCE AND SITE VISIT . A Pre-bid Conference and Site Visit for prospective bidders will be held in the Training Room at the Village Creek Wastewater Treatment Plant, 4500 Wilma Lane, Fort Worth, Texas, 76012 at 9 :30am on October 19 ,20 10 . Bidders are strong ly encouraged to attend the Pre-Bid Conference and Site Vi sit. For additional information, please contact Ms. Amy Robin son , P.E ., Camp Dresser & McKee Inc. at (817) 332- 8727 or Mrs. Madelene Rafalko, P .E., Fort Worth Water Department, at 817-392-8215. Advertisement Dates : September 30, 2010 October 7. 2010 DALE A . FISSELER CITY MANAGER MARTY HENDRIX CITY SECRET ARY City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifi cations to Bar Screen Building No . 3 and Part U -Junction Box Rehabilitation Projects Part A -Specia l In structions to Bidders SPECIAL INSTRUCTIONS TO BIDDERS (February 15 , 2006) 1. SPECIAL PREOUALIFICATION REQUIREMENTS. All contractors submitting bids are required to meet the Fort Worth Water Department special pre-qualification requirements for this project prior to s ubmitting bids. Previous pregualification by the Fort Worth Water Department will not be considered as meeting this requirement. This one-time s pecial project specific process will pre-qualify pote ntial bidders who se bids will be considered for award based upon technical evaluation , financial statement, hi storical sc hedule compliance evaluation , experience, and evaluation of proposed mange r and project superintendent. It is the bidder's responsibility to s1:1bmit doc1:1me0tatio0 for those items listed belov,r, to the Director of the Water Department or his designated representatiYe , at least se•,ren foarteee (14) calendar days prior to the date of bid opening. It is the bidders' responsibility to submit documentation for those items listed below, to the Director of the Water Department or his designated representative, at leaset ten (10) calendar days prior to the date of bid opening. The Water D epartment may request any other documents it may deem necessary. Any additioaal doc1:1m.ents so req1:1ested shall be s1:1bmitted to the Director of the Water Departm.ent or his designated representative at least three sevee (7) calendar days prior to the date of the opening bids . Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least five (5) calendar days prior to the date of the opening bids. a) b ) c) VC0515 .PTA COVER LETTER. The cover letter provide d by the prospective b idder with th e pre-qualification information mu st include the name of a contact individual that the City may contact for additional information if needed . FINANCIAL STATEMENT. The financial statement required shall have been prepare d by an independent certified public accountant or independent public accountant holding a valid permit iss ued by an appropriate State li censing agency and shall ha ve been so prepared as to reflect th e financial st atus of th e 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 previo us statement shall be updated by proper ve rification . EXPERIBNCE RECORD. For an experience record to be considered to be acceptable for the project, it m.1:1st reflect th e experience of the firm seeking q1:1alification in the work of both the same nat1:1re and technical le¥el as that of the project for which bids are to be receiYed . Experience shall incl1:1de a minim1:1m. of fr.•e in stallations of design and operation of bypass p1:1mpin g systems 011•er 100 m.illion gallons per day (MGD), s1:1ccessfl:ll exec1:1tion of work vt'ith plant sh1:1t down and flow maintenance 1:1nder time constraints, and installation of large diameter piping. Experience m1:1st be on projects that were com.pleted no more than 5 years prior to the date on 1,1,•hich bids •uill be recei•,•e d . A minim.1:1m of three references m1:1 st be incl1:1ded. Refere0ces m1:1st incl1:1de a contact person name, telephone n1:1mber , praject name and total cost, and type of work done (Utility contractor shall li st pipe size and pipe linear footage). A-I 04/19/2010 c) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for the project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience shall include a minimum of two (2) projects with design and operation of bypass pumping systems over 40 million gallons per day (MGD), successful execution of work with plant shut down and flow maintenance under time constraints, construction of large junction structures, and installation of large diameter piping. Experience must be on projects that were completed no more than five (5) years prior to the bid date on which bids will be received. A minimum of three references must be completed. References must include a contact person name, telephone number, project name and total cost, and type of work done (Utility contractor shall list pipe size and pipe linear footage). d) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. The prospective bidder shall submit the names and resumes of the proposed personnel managing and operating the bypass pumping system. The information shall include a list of all projects, including man-hours that each proposed crew member has completed within the last five (5) years to demonstrate ability to manage and operate the bypass pumping system, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. e) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. f) AFFIDAVIT FROM SURETY COMPANY. The prospective bidder shall provide an affidavit from its surety company stating the surety company's intent to bond the project at the bid price. In the event the Bidder on thi s contract is a Joint Venture, financial statements from each joint venture shall be submitted for prequalification, as well the experience record and list of equipment of each joint venture. The financial statements required shall be prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate Sate licensing agency and shall have been so prepared as to reflect the financial status of each joint venture. The statements must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . It is not required that each joint venture shall have the necessary experience and equipment, rather that combined, the joint VCO S I S.PTA A-2 04/19 /20 10 venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre-qualification submittal. From the financial statement, the maximum bid limit will be based on amount of liquid assets times IO. The following conditions will apply : a) The Director of the Water Department shall be the sole judge as to the acceptability for financial and experience qualification to bid on any Fort Worth Water Department project. b) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. c) The City, in its sole discretion, may reject a bid for failure to demonstrate an acceptable performance, financial statement, equipment schedule, experience and/or expertise. d) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. e) It is the bidders responsibility to check with the City to determine issuance of prequalification; however, the City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a wavier of any necessary pre-qualification. For additional information contact Mrs. Madelene Rafalko, P.E., Fort Worth Water Department at (817) 392-8215 (FAX 817-871-8195). Pre-qualification submittal should be sent to: Mrs. Madelene Rafalko, P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102-6212 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 Before submitting his/her Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the work site to familiarize with local conditions that may in any manner affect performance of work, (c) familiarize himself with federal, state, and local laws, ordinances, rules and regulations affecting performance of the work, and ( d) carefully correlate his observations with the requirements of the Contract Documents . 2 .2 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work, which have been relied upon by Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees the accuracy of the data. Before submitting his/her 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 the performance of the work within the terms of the Contract Documents . VC0515 .PTA A-3 04 /19 /2010 The Bidder acknowledges by the submission of his/her Bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665 as amended by the 72nd 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 inconvenience representation by the Bidder that he has complied with every requirement of the Contract Documents. 3. BID FORM (PROPOSAL) 3.1 Bidders shall use the Bid (Proposal) forms included in these documents . Supplemental data to be furnished shall be included in the 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 . 4 . SUBMISSION OF BIDS: Bids shall be submitted at the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Bidders must complete the proposal section(s) and submit the complete Specifications book or face rejection of the bid as non- responsive . Revised bid forms issued by addenda shall be stapled to the original bid form in the specifications book prior to submission. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line listed below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. 5. MODIFICATIONS AND WITHDRAWL 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 Notice to Bidders, 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. 8.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the bid forms. Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractor 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, qualification s and financial ability of VCOSIS .PTA A-4 04/19/2010 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 the Owner's satisfaction. 8 .3 If a contract is to be awarded, it will be awarded 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. 8.4 It is expected that Owner's evaluation of bids and award of contract will be made as set forth in the Notice to Bidders . 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 O wner. 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 bid bond, the surety must be licensed to do business in the State of Texas. In addition, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its so le discretion , will determine the adequacy of the proof required herein. 11 . CONFLICT OF INTEREST DISCLOSURE REQUIREMENT. Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law , the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires mu st be filed in conformance with Chapter 176 . A copy of the Questionnaire Form CIQ can be found in the contract documents . The form is also available at http://www.ethics.state.tx.us/forms/CIO.pdf. VC0515 .PTA A-5 04/19/2010 If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. 12 . BONDS . A performance bond, a payment bond, and a maintenance bond each for one hundred (100 %) percent of the contract price will be required. Reference C3-3 .7. 13 . WAGE RATES . Not les s that the prevailing wage rates established by the City of Fort Worth , Texas , and as set forth in the Contract Documents . must be paid on this project. 14. 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. 15 . BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be licensed to do business in the State of Texas . For licensing procedures, contact the Texas Secretary of State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060) 16. 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 that the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident 's principal place of business is located . "Nonresident bidder" means a bidder whose principal place of bu s iness is not in this state, but excludes a contractor 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. 17 . PAYMENT : If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) days after the completion and acceptance by the City . 18 . AGE : In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers , members , agents , employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement 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 solicitations or advertisements for employees to work on thi s 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 . VC 0515 .PT A A-6 04/19/20 10 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 su bcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of the contract. 19 . DISABILITY : In accordance with provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors wi ll 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 subc ontractors against the City arising out of the Contractor's and/or its subcontractors ' alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 20 . MINORITY AND WOMEN BUSINESS ENTERPRISES : In an 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 Ord inance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER 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 busine ss 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 co mply shall render the bid non-re sponsive. 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, record s 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 les s that three (3) years. 21. ADDENDA : Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening . Answers to all such requests will be bound and made a part of the Contract Documents . No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancie s in or omissions from , the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the Fort Worth Water Department Engineering Services , in order that a written addendum may be sent to all bidders . Any addenda issued VC0515 .PTA A-7 04/19/2010 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. 22 . COMPLETE CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Bidders must complete the proposal form(s) and submit the complete specifications book or face rejection of the bid as non-responsive . 23. PRE-BID CONFERENCE AND SITE VISIT: The pre-bid conference for bidding General Contractors will be held by representative of the Fort Worth Water Department and the Consulting Engineers in the Training Room at the Village Creek Wastewater Treatment Plant, Fort Worth, Texas on October 19, 2010 at 9:30am. 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. A brief site visit to the site will be conducted for the bidding Contractors to observe areas and ask questions. YC0515 .PTA A-8 04/19/2010 PARTB PROPOSAL City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Part B -Proposal TO: The Purchasing Department City of Fort Worth Fort Worth, Texas PROPOSAL FOR: Village Creek Wastewater Treatment Plant -Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects City Project No.: P275-701300018683 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, Water Department 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, to wit: Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. YC0515.PTB B-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Part B -Proposal Item No. 2 3 4 5 6 VC0 5 15 .PTB UNIT PRICE SCHEDULE FOR PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO . 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS BASE BID Estimated Description of Item With Unit Unit Bid Price InFi ures Total Amount in Fi ures l L.S . 50 L.F. l L.S . l L.S. l L.S . l L.S . Bid Price in Words Bar Screen Building No . 3 and Junction Box . Rehabilitation Improvements, complete, excluding Bid Items No. 2 through 22 herei~ 1after listep separate!~. Ont r;UndYec/ l=i" ".fe.t =rl,\usa'1c( Dollars and f\,/o Cents Of) oo perlump sum. $ / /5 1 oa>. $ /[5, CXO . $ /, I oo .o0 $ 55.rxn .w Installation of Owner furnished odor co I du1:'Jork system. I i e., 0 Dollars and (::, Cents $ 55,(X{).~ 55,tx:o. CV per lump sum. $ Installation of Owner furnished we late nd guide frame. ir ·vL Dollars Cents $ 35, {XX), DO 35,aD.00 $ HRC operation during dry weather flow . Six hundred fort)'. three thousand Dollars and zero Cents per lump sum. $643,000 .00 $643,000 .00 HRC operation during wet weather flow . One hundred sixtx six thousand Dollars and zero Cents per lum sum. $166,000.00 $166,000 .00 B-2 9/30/10 I I I I I I I I I I I I I I I I I ~ I 8 9 10 11 12 13 W-~ith -Village Creek Wastewater Treatment Plant 'tlilifi~ations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects pj~p bsal .::·-:' l L.S . _lli_ DAYS _11_ DAYS 530 L.F. l L.S . l L.S. l L.S. Bypass · Pumping System equipment and installation cost only for temporary bypass pumping system up to 150 M J· i Iii-or'\ und~J Bypass Pumping System operation cost only for temporary bypass pumping up to 50 MGD for dry weather flo $ lP,5co."" s B 1q, coo. 00 Bypass Pumping System operation cost only for temporary bypass pumping system from 50 MGD up to 150 MGD for wet weather flow. _ __,n,____o .... 1L"'-r!1--e,=e~n~-Dollars and Mo . Cents $ per day . I Y:, CCO."° $ I qtt,, oco. co Contractor's Trench Safety Work for Pipeline Excavation ___ Tn._._ ... ~_.,C,_-1,J.-=,---Dollars and ~jl;'f Cents per linear feet. Modifications to Junction Box H, excludi g Bid Item No. 21. . F/ __ _LL.Jl.,~=.a.a.-Dollars and () Cents s~3~0·~co-$ per lump sum. $ 85 I (X[J. fJO $ • ___ .J...L.1.1£..!a.o,µc:.::.L=:~ Dollars and ___ ~~---Cents per lump sum. s . 35,ao.tx, $ 15,900.00 85,{C(J. DO V ' 35. om. 00 • VC0515 .PTB B-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Part B -Proposal 14 15 16 17 18 19 20 VCOSIS .PTB l L.S . 100 L.F. 100 L.F. l L.S . 280 L.F. l L.S. l L.S. .. Dollars and 0 Cents per lump sum. Replacement of RCP 72-inch with FRP:MP Pipe. ( ~ ( ( u,nt Dollars and t ;area Cents per linear foot. and per linear foot. ollars Cents and per linear foot. Modifications to and·~~~~~~~ per lump sum. B-4 $ di~lCXXJ .00 $ t:J., l:, 1 OCO. OD I $ qcv.oo $ qo,ow.OI) $ I, l50 ."° $ I l510W.00 $ J ,0)..0/XXJ. DO $ /, 0){)! rx:o. Ob $ ~15[1).CD $ 7ctJ, ltl'.?. Q:I /3/o.(XJ).~ ' $ q4 0()(). ()() $ ' 9/30/10 I I I I I ) J J ] J ] ] ] L City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Part B -Proposal · 21 22 1 L.S. 950 V.L.F. Furnish and install structural repairs and protective coatings per Specification Section 03930 at Junction Box H, Junction Box 4B, Distribution Box 21, and Distribution Box 22. Three hundred seventy four thousand one hundred ninety five Dollars and zero Cents perlump sum. $ 374,195.00 Construction of 30-inch . reinforced concrete drilled piers, complete in place, including steel casing. red -...L....1....1.L.L...t..::1__,.t-,...!.l....,_V~ Dollars and o Cents per vertical linear foot. $_/3_...5 ....... _a:,_ $ 374,195.00 $ I ;,8,JSO. 00 TOTAL BASE BID PRICE (Summation of Items 1 -$ 22 1, 379,?A5.(X) TOT AL BID AMOUNT 1 / J Oe.:oJe.fl 1'1,· //ion, Three, H undre S(.Ver# _Ti~h.....:_D u_:__~_o_n_cl__,_,__;Th:........:..__;i-=---~~-ord.....:_t.:;__} u_rr_ol_r e__,_d___;;,,,,,_;:t;,'---rif~_h_i v_~_ Dollars and (in wo~dsjo _______________ N--=-~-----------,--------(cents) (in words) ;. '1 l'J.1~ 3}5. 00 ~ ($) 41 00 _y_._ (in figures) F ~ / I VC0515 .PTB B-5 9/30/10 ·------------·------· .. -··----. - City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Part B -Proposal 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. If as a requirement of this project, the undersigned bidder certifies 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 thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured 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 Totally Complete the Contract within 360 Calendar Days, after beginning construction as set forth in the written work order to be furnished by the Owner, and to meet substantial completion requirements specified in Paragraph D-14 of the Special Conditions (Part D). (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. 0 The principal place of business of our company or our parent co in the State of Texas. Receipt is acknowledged of the followi Addendum No. 1: ---.:~-'---'1--;----~---- Addendum No. 2: __;__a...;::::;..:._::....:.-"----"-,<ll#--,,-,-, ... ,, Addendum No. 3: -'-"::;....L-.:::-::~.:___4-1-~~-dl'' Addendum No. 4: ~~r--:-'-r--r-=------,,..., Addendum No. 5: --=----=--=-_:__:_ ____ _,__.i:c11 Addendum No. 6: _________ _ l Affix Corpora te Seal] VC OSIS.PTB B -6 Address: Dat e : I I I I I I I I i I I I tl)1Bn • I VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the . award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders {out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in {give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders . B. Our principal place of business or corporate offices are in the State of Te~as. ~ BIDDER: ii:).!) S.Dic.tBice.~- Address ~e rm W D. \e, Ti 11,0~0 City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION I I - - - FORT WORTH . "-, . 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 la $25,000 or more, the M/WBE goal Is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not a licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goa l on this project is JJ. % of the total bid (BaN bid applies to Parka and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated MIWBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents mY!1 be received by the Managing Department, within the followin for the entire bid to be considered res onsive to the s ecifications. 1. Subcontractor Utlllzatlon Fonn, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utlllzatlon Fonn, if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utlllzatlon Form, if no MIWBE artici ation : 4. Prime Contractor Waiver Fonn , if you will rform all subcontractin /su lier work: 5. Joint Venture Form , if utilize a joint venture to met or exceed oal. received by 5:00 p .m ., five (5) City business days after the bid o nin date, exclusive of the bid o enin date . received by 5:00 p.m ., five (5) City business days after the bid opening date, exclusive of the bid opening date . received by 5 :00 p.m ., five (5) City business days after the bid o enin date, exclusive of the bid o enin date . received by 5:00 p .m ., five (5) City business days after the bid o nin date, exclusive of the bid o enin date . received by 5 :00 p .m ., five (5) City business days after the bid o nin date, exclusive of the bid o nin date. FAILURE TO COMPLY WITH THE CITY'S MJWBE 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. II. Ill. IV. V. ATTACHMENT 1 TABLE OF CONTENTS Subject DEFINITIONS ..................................... · ................................. . PURPOSE .......................................................................... . CERTIFICATION .................................................................. . PROGRAM GOAL SETTING APPLICABLE CONTRACTS Page No. 1 4 4 4 1. CONSTRUCTION . . .. ... . .. . .. . . . . .. . . . . . . ... . .. . . . . .. . . .. . . . .. ... . . . . .. . . . . .. . . 5 M/WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS RETAINAGE 2. PROFESSIONAL SERVICES M/WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS 8 3. PURCHASES ...................................................................... 10 M/WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS BEST VALUE CRITERIA VI. POST AWARD COMPLIANCE .................................................... 13 VII. CONTRACT MONITORING AND REPORTING .......•...................... 15 VIII. EXCEPTIONS AND WAIVERS ...............•.................................... 16 IX. PROGRAM ADMINISTRATION ................................................... 16 X. SANCTIONS . . .. . .. . .. . .. . . . . . . . . . . .. . .. . . . . .. . .. . . . . .. . .. . .. . . . . .. . ... ........ .. . . . . ... 18 XI. SEVERABILITY ........................................................................ 19 Minority and Women Business En erprise Ordinance Attachment 1 ATTACHMENT I I. DEFINITIONS: 1. Applicable Contract means any contract of $25,000 or more· for construction projects and profess ional services and $25,000 or more for purchase agreements , as well as any other contracts that the City Council or City Manager deem appropriate. 2. Certified means those firms , located or doing business at the t ime of bid/proposal open ing w ithin the Marketplace, that have been determ ined to be a bonafide minority or women business enterprise by either the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TxDOT), highway division . 3. City means the City of Fort Worth , Texas . 4 . City business day means Monday through Friday, inclusive , excluding legal holidays . Legal holidays shall be observed as prescribed by the City Council for observance as follows : New Year's Day M . L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 When one of the above named holidays falls on a Saturday, the hol iday shall be observed on the preceding Friday. When one of the above named holidays falls on a Sunday, the holiday shall be observed on the following Monday. 5. Combined Projects means a construction contract , which includes paving and/or drainage elements of construction and water and/or sanitary sewer construction elements , but does not include a standard water and/or sanitary sewer contract where the pavement is temporarily or permanently repaired and that repair is not a separate unit. 6 . Construction means the erection , rehabil itation , a lteration , conversion, extension , demolition , improvement, remodel ing or repair to any real property, including streets , storm drains and facilities providing utility service owned by the City. 7. Contract means a binding agreement whereby the City eithe r grants a privilege or is committed to expend or does expend its funds or other resources for or in connection with a) construction of any public improvement , and b) purchase of any services (including profess ional services). The term includes "purchase order". 8 . Contract Officer means the person employed by the City to oversee the performance of the contract. 9 . Contracting Department means the department responsible for payment of contract obligations. 10. Contractor means the business entity with whom the City has entered into an agreement. Includes the terms "Vendor", "Prime Contractor" and "Prime Consultant". 11 . Goal means the percentage of m inority bus iness enterprise and /or women business enterprise participation on an applicable project as determined by the City, based on the availab ility of such businesses in the marketplace and the subcontracting/supplier opportunities of the project. - - - - - - - - - - - Minority and Women Business Enterprise Ordinance Attac ment 1 12 . Good Faith Effort means an honest and conscientious effort by the Offeror to meet the City's goal for M/WBE participation. Compliance with each of the following steps shall satisfy the Good Faith Effort requirement absent proof of fraud , misrepresentation, or intentional discrimination by the Offerer: 12.1 . List each and every subcontracting and/or supplier opportunity for the completion of this project. On combined projects list each subcontracting and/or supplying opportunity through the 2nd tier. 12.2. Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. 12.3. Solicit bids from M/WBEs, within the subcontracting and/or suppl ier areas previously listed , at least ten calendar days prior to bid opening by mail , exclusive of the day the bids are opened . 12.4. Solicit bids from M/WBEs , within the subcontracting and/or suppl ier areas previously listed , at least ten calendar days prior to bid opening by telephone , exclusive of the day the bids are opened . Note : A facsimile may be used to comply with either 12 .3 or 12.4 , but may not be used for both . Note : If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten or less, the Contractor must contact the entire list within such area of opportunity to be in compliance with 12 .3 and 12 .4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten or more, the Contractor must contact at least two-th irds of the list within such area of opportunity , but not less than ten , to be in compliance with 12 .3 and 12.4 . 12.5. Provide plans and specifications or information regard ing the location of plans and specification to M/WBEs . 12.6 . Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the form of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the Offerer wishes to be considered by the City In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. 13. Horizontal Construction means construction of highways , roads, streets , bridges , utilities , water supply projects, water plans , wastewater plants, water and wastewater distr ibut io n or conveyance facilities , wharves, docks, airport runways and taxiways , drainage projects , or related types of projects associated with civil engineering construction as referenced in this ordinance. 14. Joint Venture means an association of two or more businesses , one of wh ich must be a certified M/WBE firm. The M/WBE firm must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership , control , knowledge, management , responsibility , risks, and profits of the joint venture . 15. Lease Agreement means a written agreement to transfer control and use of truck(s) from one business entity to another , which outlines fees and/or commissions . 16. Lease Trucks means trucks that are leased from another M/WBE f irm , including M/WBE owner-operators . Trucks leased from non -M/WBE firms w ill only receive credit for the fees and commiss ions earned by the M/WBE as outlined in the lease agreement. 17. Manager means the administrator of the M/WBE Office of the City of Fort Worth . 18. Managing Department means the department responsible for overseeing the day-to-day completion of the contract. 19. Manufacturer means one that manufactures a product by hand or mach inery suitable for uses; the process of making wares . 20. Marketplace means the geograph ic market area as defined in the Availab ility and Disparity Study represented by the counties of Tarrant , Parker , Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall. 2 Minority and Women Business Ente rp ri se O rdinance Attac nment 1 21. Minority means a citizen of the United States or lawfully adm itted permanent resident that is Asian American, American Indian , Black or Hispan ic. 22 . Minority Business Enterprise is defined as a qualified business concern located in the Marketplace or prov iding proof of doing bus iness in the Marketplace at the time of bid opening or the opening of responses to requests for proposals , meeting the follow ing criteria : a . is at least 51 percent owned by one or more minority persons , or , in the case of any publicly owned business , at least 51 percent of the stock is owned by one or more minority persons ; and b. management and daily business operations are controlled by one or more minority persons who own it. 23. MWBEAC means the Minority and Women Business Enterprise Advisory Committee appointed by the City Council to review the findings of Availability and Disparity Studies conducted for the City and present recommendations , in concurrence with the City Manager, on any amendments to the M/WBE Ordinance. 24. Mediation means an alternate dispute resolution method as authorized by the state law 25 . Nepotism means the state or fact of show ing favoritism to a relative on the basis of a re lationship. 26. Non-compliance means failure of a prime contractor to comply with the Ordinance 's requirements during the contract and/or at completion of the contract. 27. Non-responsive means failure of an Offeror to respond to the Ordinance 's requirements upon submission of a bid or proposal ; herein specifically defined by either 1) meet or exceed the stated project goal , or 2) make a good and honest faith effort to meet the project goal or 3) subm it the prime contractor waiver or 4) subm it the joint venture form. 28. Offeror means any person , firm , corporation , or partnership that subm its a bid or proposal to provide labor, goods or services to the City where funds are expended. The term includes bidder and proposer. 29. Payment Dispute means a bonafide disagreement of payment. 30. Procurement means the buying , renting , leasing or otherwise obta ining or acquiring any supplies , materials , equipment or services . 31 . Professional Services means services, which require predominantly mental or intellectual labor and skills , includes , but is not necessarily limited to , architects , engineers , surveyors , doctors , attorneys , and accountants . 32 . Project Manager see Contract Officer. 33. Purchasing means the buying, renting, leasing or otherwise obtaining or acqu iring any supplies , materials , equipment or services excluding construction and professional services previously defined. 34. Qualified means an individual or business entity having previously performed or received training in the work , industry or profession required . 35 . Regular Dealer is defined as a firm that owns, operates , or maintains a store , a warehouse , or other estab lishments in which the materials or supplies required for the contract are bought , kept in stock , and are regularly sold retail or wholesale . 36 . Subcontract means an agreement between the contractor and another business ent ity for the performance of work . 37 . Subcontract/Supplier Opportunity means an area where there is more than one M/WBE subcontractor/subconsultant/supplier in the market place . 3 - - - - - - - - - - - Minority and-Women Business Enterprise orainance Attachment 1 38. Tier means the level of subcontracting below the prime contractor/consultant, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. 39. Vertical Construction means construction of a facility. Facility means buildings the design and construction of which are governed by accepted building codes. The term does not include: (A) highways , roads, streets, bridges, utilities, water supply projects, water plans, wastewater plants, water and wastewater distribution or conveyance facilities, wharves , docks, airport runways and taxiways, drainage projects, or related types of projects associated with civil engineering construction or (B) builds or structures that are incidental to projects that are primarily civil engineering construction projects. 40. Women Business Enterprise is defined as a qualified business concern located in the Marketplace or provide proof of doing business in the Marketplace at the time of bid opening or the opening of responses to requests for proposals, meeting the following criteria: a. is at least 51 percent owned by one or more women, or, in the case of any publicly owned business , at least 51 percent of the stock is owned by one or more women; and b. management and daily business operations are controlled by one or more women who own it. II. PURPOSE: The ultimate goal of this ordinance is to remedy the effects of past underutilization in the Marketplace by increasing the utilization of minority and women business enterprises above the present low level to one more comparable to their availability in the Fort Worth Marketplace. Specific goals shall be established in the areas of construction, professional services, and purchases of other goods and services. A goal may be set on individual projects based on the type of work or services to be performed, or goods to be acquired and the availability of minority and women businesses in the City's Marketplace. The City Manager shall recommend an annual goal for M/WBE participation in City procurement act ivities, based upon the availability within the Marketplace. The provisions of this ordinance shall apply to all contracts awarded by the City, except as may be hereafter specifically exempted. Where contracts involve the expenditure of federal or state funds, the state or federal policy -related to M/WBE or DBE participation may take precedence over this ordinance. Award of a contract shall be recommended when the Offeror has complied with the requirements of this ordinance via meeting the goal, demonstrating a Good Faith Effort to meet the goal or meeting the requirements for a Prime Contractor Waiver. Failure to comply with the Ordinance by any of the required methods shall result in an Offeror being deemed non-responsive. Ill. CERTIFICATION: The City w ill recognize M/WBE firms that are certified by the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TX DOT), highway division. The f irms shall be located in or doing business in the Marketplace at the time of bid/proposal opening. IV. PROGRAM GOAL: A. A Citywide goal for the utilization of minority business enterprises (MBE) and women business enterprises (WBE) shall be reviewed and approved annually by the City Council. 1. The City Manager shall conduct an analysis of the availability of M/WBEs and present to the City Council an annual report on M/WBE availability and utilization by the end of the first quarter of the new fiscal year. 4 inority ana Women Business Enterprise Ordinance Attachment 1 2. Based on the availability of M/WBEs in the Marketplace and the City's most recent goal attainment and with the advice and counsel of the, the City Manager shall recommend to the City Council a reasonable goal for the remainder of the current fiscal year. 3. The goal shall be expressed in terms of a percentage of the total dollar value of all applicable contracts awarded by the City. Goals shall be established separately for categories of construction, professional services, and purchasing, as well as, any other categories that the City Council or City Manager deems appropriate. B. An individual project goal shall be set by the M/WBE Office in collaboration with the Contract Officer and Risk Management (where appropriate) prior to solicitation. The project goal shall be reasonable and shall be based upon: 1. Specific subcontracting and/or materials opportunities required to complete the project , and 2. The availability of M/WBE in the identified subcontracting and/or materials opportunities in the Marketplace. V. APPLICABLE CONTRACTS: A. CONSTRUCTION PROJECTS 1. MtWBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, bid conditions shall include a statement of the M/WBE goal established for the project. The requirements below also apply to circumstances where change orders or extra work give rise to new trade or vendor opportunities outside the original scope of work .. b. Bid conditions and all other specifications for applicable contracts to be awarded by the City shall require that Offerors make a good faith effort (GFE) to subcontract with or purchase supplies from M/WBE firms. Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. c. Construction contracts (estimated cost of $25,000 or more) shall be awarded and administered in accordance with the following standards and procedures: 01. Competitive bids for applicable contracts shall include the M/WBE requirements and documentation in the bid specifications. M/WBE documentation consists of the SPECIAL INSTRUCTIONS TO BIDDERS, the SUBCONTRACTOR UTILIZATION FORM, the PRIME CONTRACTOR WAIVER FORM, the GOOD FAITH EFFORT FORM, and the JOINT VENTURE FORM. a) Competitive bids where the Offeror equals or exceeds the project goal must submit the SUBCONTRACTOR UTILIZATION FORM or the JOINT VENTURE FORM. b) Competitive bids where the Offeror does not have subcontracting and/or supplier opportunities must submit the PRIME CONTRACTOR WAIVER FORM. c) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM (GFE) and documentation. d) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but do not include any M/WBE participation must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM and documentation . 5 - - - - - - - - - 11111non ty and Women Business Enterprise Ora inance Attachment 1 02. The Offerer shall submit the SUBCONTRACTOR UTILIZATION FORM and/or the GOOD FAITH EFFORT FORM or the PRIME CONTRACTOR WAIVER FORM, or the JOINT VENTURE FORM ("and documentation") as appropriate. The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. The Offerer shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the City received the documentat ion. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid . Failure to comply with the bid specifications, inclusive of the M/WBE requirements and documentation, shall render the Offerer non-responsive . 03 . The GFE documentation shall demonstrate the Offerer's comm itment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the GFE information is on the Offerer and will be evaluated as part of the responsiveness to the bid/proposal. An Offerer who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. 04. The contracting department may request the M/WBE Off ice to waive the goal requ irements of this subsection , or to reduce the amount of the goal , in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING M!WBE PARTICIPATION M/WBE participation shall be counted toward meeting the goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, bus inesses will be counted as M/WBE only when they have been certified as such prior to a recommendation for award being made to the City Counci l. 01 . Any business listed by an Offerer that is not certified at the time of bid opening must file an application for certification to a city authorized certification agency within a reasonable time for the City to consider the business and dollar amount towards meet ing the goal. 02 . If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the bus iness is denied certification , the Offerer shall be afforded five (5) City business days to secure additiona l cert ified/cert ifiable M/WBE participation, starting the next City business day follow ing the day the written notification was received from the Managing Department. 03 . Evidence of the additional certified/certifiable M/WBE participation shall be del ivered to and received by the Managing Department within five (5) City bus iness days after the notification was received by the Offerer, exclus ive of the date that the notification was rece ived . b. Except as provided for in paragraph C below , if the Offere r is ruled non-respons ive tG for failure to comply with the requirements of th is ordinance, the Managing Department will provide written notification to the Offerer stating the specific basis for the ruling . The Offerer may then submit documentation that it w ill either meet or exceed the stated goal and if the documentation satisf ies this ordinance , the Offerer may then be cons idered for an award of contract. c. If the Offerer is ruled non-respons ive solely for its failure to identify a subcontract/suppl ier opportunity and that opportunity is less than three (3%) percent of the total bid , the Offe rer may submit documentation that an M/WBE will be utilized for that subcontract/supp lier opportun ity , and may be considered for an award of contract. d . Documentat ion requi red under either paragraph 2 or 3 above must be rece ived by the Managing Department within five (5) City business days , exclusive of the date that the Offerer was notified that it was non-responsive . If the documentation is not received with in the stated t ime , the Offerer shall be deemed to have withdrawn its bid. The City will not communicate with another Offerer regarding award of the contract until five (5) City business days after the or iginal Offerer has been notified that it is non-respons ive. 6 Minority and Women Business Enterprise Ordinance Attachment 1 e. The Offeror may count toward the goal any tier of M/WBE subcontractors and/or suppliers f. The Offeror will be given credit toward the goal only when the M/WBE subcontractor performs a commercially useful function. A M/WBE subcontractor is considered to have performed a commercially useful function when. 01. It is responsible for the execution of a distinct element of the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and 02. When the firm receives due compensation as agreed upon for the work performed. g. The Offeror will be given credit toward the M/WBE goal only when the M/WBE supplier performs a commercially useful function. A M/WBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer. h. The Offeror will be given credit for utilizing a M/WBE hauling firm as long as the M/WBE owns and operates at least one fully licensed and operational truck used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commiss ions earned by the M/WBE as outlined in the lease agreement. i. Regardless of whether an arrangement between the contractor and the M/WBE represents standard industry practice, if the arrangement erodes the ownership , control or independence of the M/WBE or does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. j. An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the percentage of M/WBE participation in the joint venture . 01 . The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date . The Offeror shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the City received the documentation . The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the M/WBE requirements and documentation , shall render the Offeror non-responsive. 02. The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control , knowledge, management, responsibility, risks, and profits of the joint venture . k. Except for joint ventures, the prime contractor (regardless of their M/WBE status) and any work performed by the prime contractor is not counted toward meeting the M/WBE contract goal and is not considered when determining compliance with this ordinance. I. An Offeror may not count toward its goal any arrangement with an M/WBE that is nepotism or where a M/WBE has been a recent employee (less than one year) of the Offeror. m. The Offeror may not count toward the goal any agreement with a M/WBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the following : 7 - - - - - - - - - - Minority ana wumen Business Enterprise Ora inance Attachment 1 a. For vertical construction contracts, procedures will be established to ensure that the prime shall submit an invoice at least monthly and the City will pay the invoice as required by the Texas Prompt Payment Act (Tex . Gov't. Code , chap. 2251) or any successor statute. The prime shall pay subcontractors as requ ired by the Texas Prompt Payment Act or any successor statute . The prime contractor's fa ilure to make payments as provided by state law shall, in addition to any other remedies provided by law, authorize the City to withhold future payments and/or reject future bids from the contractor until compliance with this ordinance is attained. b. For horizontal construction contracts , procedures will be established to ensure that all progress payments are made twice a month and that subcontractors are paid in accordance with the provisions of the Texas Prompt Payment Act or any successor statute. A contractor's failure to make payments as required by state law shall, in addition to any other remedies provided by state law , authorize the City to withho ld future payments and/or reject future bids from the contractor until compliance with this ordinance is attained. c. Whenever there is a dispute over payment due between the prime and subcontractor and/or supplier , the City shall strongly encourage the parties to seek med iation before the City takes any action under this ordinance. 4 . RETAINAGE a. If the pr ime withholds additional monies or a fee in excess of the retainage amount required by the City, and if there is no dispute about payment to the subcontractor , the prime shall release the addit ional monies after the completion of the subcontractor's scope of work , or as otherwise required by law, but may retain the required retainage monies until project completion , acceptance and final payment by the City. b. Where contracts involve the expenditure of federal or state funds , the state or federal policy related to M/WBE or DBE retainage may take precedence over this ordinance . B. PROFESSIONAL SERVICES 1. M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere , requests for proposals shall include a statement of the M/WBE goal establ ished for the project. The requ irements below shall also apply to circumstances where amendments or extra work gives rise to new subconsulting/suppl ier opportunities . b. Requests for proposals and all other specifications for appl icable contracts to be awarded by the City shall require that Offeror make a good faith effort (GFE) to sub-consult with or purchase supplies from M/WBE firms . Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all appl icable contracts to permit a determination of compl iance wit h the specifications . c. Professional Services contracts and such other contracts which may be competed for under sealed proposal procedures (est imated cost of $25 ,000 or more) shall be awarded and adm inistered in accordance with the following standards and procedures : 01. Other than responses to Requests for Proposals for those professional services defined in Chapter 2254 of the Texas Government Code, responses to Request for Proposals shall be submitted by the proposal deadline date and include a section , which ident if ies the part icular M/WBE utilization plan in performing the contract. a) The proposal shall spec ify the estimated percen tage of the M/WBE part icipation , the type of work to be performed by the M/WBE , and such other info rmation as may reasonably be required to determine the responsiveness to the Request for Proposal. 8 Minority and Women Business Enterprise Ordinance Attachment 1 b) Proposals that do not meet or exceed the utilization goal , as required by the Request for Proposal , must submit a GFE explanation. Failure to include such GFE explanation shall render the proposal non-respons ive. 02. Initial responses to requests for proposals for those professional services defined in Chapter 2254 of the Texas Government Code shall not include a response to the requirements of this ordinance. The City shall comply with the requirements of said Chapter and rank the professional on the basis of demonstrated competence and qualifications . During negotiations , the proposer shall respond to this ordinance in the manner specified in paragraph 01 (a) above . 03 . The GFE documentation shall demonstrate the Offerer's commitment and honest efforts to utilize M/WBEs . The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the proposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentation submitted may be classified as non- responsive and be subject to poss ible debarment. 04. The contracting department may request the M/WBE Office to waive the goal requirements of this subsection , or to reduce the amount of the goal , in accordance with the provis ions of the Exceptions and Waivers section. 2 . COUNTING M/WBE PARTICIPATION M/WBE participation shall be counted toward meeting the goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance , businesses will be counted as M/WBEs only when they have been certified as such prior to a recommendation for award being made to the City Council. 01. Any bus iness listed by an Offeror that is not certified at the time of response open ing must file an applicat ion for certification to a city authorized certification agency within a reasonable time for the City to consider the bus iness and dollar amount towards meeting the goal. 02 . If a business described in the subparagraph immediately above fails to submit an appl ication for certification within a reasonable time , or if the business is denied cert ification , the Offerer shall be afforded five (5) City business days to secure additional certified/certifiable M/WBE participation , starting the next City business day following the day the written notification was received from the Managing Department. 03 . Evidence of the add itional certified/certifiable M/WBE partic ipation shall be delivered to and received by the Managing Department within five (5) City business days after the notif ication was received by the Offeror, exclusive of the date that the notification was received . b. The Offeror may count toward the goal any tier of M/WBE sub-consultants and/or suppliers. c. The Offerer will be given credit toward the goal only when the M/WBE sub-consultant performs a commercially useful function. A M/WBE sub-consultant is considered to have performed a commercially useful function when: 01. It is responsible for the execution of a distinct element of the work by actually performing , managing and supervising the work involved in accordance with normal bus iness practice ; and 02 . When the firm receives due compensation as agreed upon for the work performed . d. The Offeror w ill be given cred it toward the M/WBE con tract goal only when the M/WBE supp lier performs a commercially useful function . A M/WBE supplier is cons idered to have performed a commercially useful function when the M/WBE suppl ie r is a manufacturer or a regular dealer. e. Regardless of whet her an arrangement between the consultant and the M/WBE represents standard industry practice , if the arrangement erodes the ow nership , control or independence of the M/WBE or 9 - - - - - - - - - - Minority and Women Business Enterprise Ordinance Attachment 1 does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. f. An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the percentage of M/WBE participation in the joint venture. 01. The Joint Venture Form must be submitted to the Managing Department with the proposal when determining the responsiveness of the proposal by the M/WBE Office. Failure to comply with the proposal scope of services, inclusive of the M/WBE requirements, shall render the Offeror non- responsive . 02 . The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control , knowledge , management , responsibility, risks, and profits of the joint venture. g. Except for joint ventures , the prime consultant (regardless of their M/WBE status) and any work performed by the prime consultant is not counted toward meeting the M/WBE contract goal and is not considered when determining compliance with this ordinance. h. An Offeror may not count toward its goal any arrangement with an M/WBE that is nepotism or where an M/WBE has been a recent employee (less than one year) of the Offeror. i. The Offeror may not count toward the goal any agreement with a M/WBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the following : a. The prime shall submit an invoice at least monthly or as designated by the contract documents and the City will pay the invoice as required by the Texas Prompt Payment Act or any successor statute .. The prime shall pay sub-consultants as required by the Texas Prompt Payment Act or any successor statute A consultant's failure to make payments in accordance with state law shall, in addition to any other remedies provided by law , authorize the City to withhold future payments and/or reject future proposals from the consultant until compliance with this ordinance is attained. b. Whenever there is a dispute over payment due between the prime and sub-consultant and/or supplier, the City shall strongly encourage the parties to seek mediation before the City initiates a stop payment order. C.PURCHASES 1. M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, bid conditions shall include a statement of the M/WBE goal established for the project. The requirements below also apply to circumstances where purchase orders or extra work cause new subcontracting/supplier opportunities. b. Bid conditions and all other specifications for applicable contracts to be awarded by the City shall require that Offeror make a good faith effort (GFE) to subcontract with or purchase supplies from M/WBE firms. Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. c. Purchase contracts and such other contracts which may be competed for under sealed proposal procedures (estimated cost of $25 ,000 or more) shall be awarded and administered in accordance with the following standards and procedures: 10 Minority and Women Business Enterprise Ordinance Attachment 1 01 . Competitive bids for applicable contracts shall include the MM'BE requirements and documentation in the bid specifications . MM'BE documentation consists of the SPECIAL INSTRUCTIONS TO BIDDERS, the SUBCONTRACTOR UTILIZATION FORM, the PRIME CONTRACTOR WAIVER FORM, the GOOD FAITH EFFORT FORM, and, the JOINT VENTURE FORM. a) Competitive bids where the Offeror equals or exceeds the project goal must submit the SUBCONTRACTOR UTILIZATION FORM . b) Competitive bids where· the Offeror does not have subcontracting and /or supplier opportunities must submit the PRIME CONTRACTOR WAIVER FORM . c) Competitive bids where the Offeror has subcontracting and/or supplier opportun ities but does not include MM'BE participation in an amount which equals or exceeds the project goal, must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM and documentation. d) Competitive bids where the Offeror has subcontract ing and/or supplier opportunit ies but do not include any MM'BE participation must submit the GOOD FAITH EFFORT FORM and documentation. 02 . The Offeror shall submit the SUBCONTRACTOR UTILIZATION FORM and/or the GOOD FAITH EFFORT FORM or the PRIME CONTRACTOR WAIVER FORM, or the JOINT VENTURE FORM ("and documentation") as appropriate. The Managing Department must receive the documentation no later than 5:00 p.m ., five (5) City business days after the bid opening date, exclusive of the bid open ing date. The Offeror shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the City received the documentation . The submission of the applicable completed form(s) within the allotted time will be considered when determin ing the responsiveness of the bid . Failure to comply wi th the bid specifications , inclusive of the MM'BE requirements and documentation , shall render the Offeror non -respons ive . 03. The GFE documentation shall demonstrate the Offeror 's commitment and honest efforts to utilize MM'BE(s). The burden of preparing and submitt ing the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the bid /proposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentat ion submitted w ill constitute a basis for classification as non-responsive and poss ible debarment. 04. The contracting department may request the MM'BE Office to waive the goal requ ir ements of th is subsection, or to reduce the amount of the goa l, in accordance with the provisions of the Exceptions and Waivers section . 2. COUNTING M/WBE PARTICIPATION MM'BE part icipation shall be counted toward meeting Goal in accordance with the following provisions: a . For the purpose of determ ining compliance with the goal requ irements established in this ordinance, businesses will be counted as MM'BEs only when they have been certified as such prior to a recommendation for award being made to the City Counc il. 01. Any business listed by an Offeror that is not cert ified at the time of bid/response opening must file an application for certification within a reasonable time for the City to consider the business towards meeting the goal. 02 . If a bus iness described in the subparagraph immediately above fa ils to submit an application for certification within a reasonable time , or if the business is denied certif icat ion , the Offeror shall be afforded five (5) City business days to secure additional certified/certifiable MM'BE part icipation , start ing the next City business day following the day the written notif ication was received from the Manag ing Department 11 - - - - - - - -. - - Minority and Women Business Enterprise Ordinance Attachment 1 03 . Evidence of the additional certified/certifiable M/WBE participation shall be delivered to and received by the Managing Department with in five (5) City business days after the notificat ion was received by the Offeror, exclusive of the date that the notification was received. b. Except as provided for in paragraph c below , if the Offeror is ruled non-responsive for failure to comply with the requirements of this ordinance , the Managing Department will provide written notif ication to the Offeror stating the specific basis for the ruling . The Offeror may submit documentation that it will either meet or exceed the stated goal , and if the documentation satisfies this ordinance, the Offeror may then be considered for an award of contract. c. If the Offeror is ruled non-responsive solely for its failure to ident ify a subcontract/supplier opportunity and that opportunity is less than three (3%) percent of the total bid , the Offeror may submit documentation that an M/WBE will be ut ili zed for that subcontract/supplier opportunity , and may be considered for an award of contract. d. Documentation required under either paragraph b o r c above must be received by the Managing Department w ithin f ive (5) City business days , exc lusive of the date that the Offeror was notified that it was non-responsive. If the documentation is not received within the stated time, the Offeror shall be deemed to have withdrawn its bid . The City will not commun icate with another Offeror regarding award of the contract until five (5) City business days after the original Offeror has been notified that it is non-responsive. e. The Offeror may count toward the goal any tier of M/WBE subcontractors and /or suppliers. It is the sole respons ibility of the Offeror to report and document all subcontracting and/or supplier partic ipation dollars counted towards the goal, irrespect ive of tier level. Failure to subm it documentation as required in this subparagraph, shall entitle the City to withhold payments and/or reject future purchasing orders until compliance is attained . f. The Offeror will be given credit toward the goal on ly when the M/WBE subcontractor performs a commercially useful function. A M/WBE subcontractor is considered to have performed a commercially useful funct ion when : 01 . It is responsible for the execution of a distinct element of the work by actually performing , managing and superv ising the work involved in accordance with normal business practice ; and 02. When the firm receives due compensation as agreed upon for the wo rk performed . g. The Offeror will be given credit toward the M/WBE con tract goal only when the M/WBE suppl ier performs a commercially useful function. A M/WBE suppl ier is considered to have performed a commercially useful funct ion when the M/WBE supplier is a manufacturer or a regular dealer. h. The Offeror will be given cred it for util izing a M/WBE hauling firm as long as the M/WBE own and operate at least one fully licensed , insured and operational truck used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators and receive 100% M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. i. Regardless of whether an arrangement between the contractor and the M/WBE represents standard industry practice, if the arrangement erodes the ownership , control or independence of the M/WBE or does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. j . An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the percentage of M/WBE participati on in the j oint venture. 01. The Managing Department must rece ive the Joint Venture form from the Offeror within five (5) City business days after the date of bid opening , exclusive of the day of the bid opening , for certification by the M/WBE Office . 12 Minority and Women Business Enterprise Ordinance Attachment 1 02 . The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed , equal to a share in the ownersh ip, control , knowledge , management, responsibility , risks , and prof its of the joint venture . k. Except for joint ventures , the prime contractor (regardless of their M/WBE status) and any work performed by the prime contractor is not counted toward meeting the M/WBE contract goal and is not considered when determining compliance with this ordinance. I. An Offeror may not count toward its goal any arrangement with an M/WBE that is nepotism or where an M/WBE has been a recent employee (less than one year) of the Offero r. m. The Offeror may not count toward the goal any agreement with an M/WBE that does not meet the requirements of this ordinance . 3. PAYMENTS The City Manager shall implement procedures to comply with the following: a. Establish procedures to ensure that purchase orders for all vendors ' invoices be paid as required by the Texas Prompt Payment Act or any successor statute and that subcontractors are also paid as required by state law . A vendor's failure to make payments as requ ired by law shall , in addition to any other remedies provided by law, authorize the City to withhold future payments from the vendor until compliance with this ordinance is attained. b. Whenever there is a d ispute concerning payment due between the prime and subcontractor and/or supplier, the City shall strongly encourage the parties to seek mediation before the City init iates a stop payment order. 4. BEST VALUE CRITERIA a. In order to increase M/WBE pr imes in direct purchases , the City will apply the best value criteria codified in State law (Tex. Local Gov't Code , sec. 252.043 or any successor statute) to all purchasing activities as outlined in the state legislation. b. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No . 1148, shall imp lement procedures the purchase of goods and services under the formal bid amount to emphasize the inclusion of M/WBEs . VI. POST-AWARD COMPLIANCE: A. In addition to such other requirements as may be set forth elsewhere, the following shall apply to applicable contracts awarded by the City: 1. Contracts shall incorporate this ordinance by reference , and shall provide that the contractor's violation of this ordinance shall constitute a breach of such contract and may result in debarment in accord with the procedures outlined in this ordinance . 2. Following the date and time of bid/proposal opening , any proposed change or deletion in M/WBE participation identified in the bid, proposal or contract shall be reviewed by the M/WBE Office to determine whether such change or deletion is justified in accord with paragraphs 3 and 4 immediately below. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in this ordinance . 3. Following the date and time of bid/p roposal opening , the contractor shall : a. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with the bid , proposal or during negotiation , without prior submission of the proper documentation for rev iew and approval by the M/WBE Off ice . 13 - - .... - Minority and Women Business Enterprise Ordinance Attachment 1 b. Shall submit a detailed explanation of how the requested change or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determ ination. c. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the contractor represented in its bid to the City that it alone would perform the subcontracting /supplier opportunity work, the contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12 .3 and 12.4 of this Attachment 1, exclusive of the time requirements stated in such subsections ; d . Maintain records reasonably necessary for monitoring the ir compliance with the provis ions of this ordinance ; e . After the first payment and beginning with the second appl icat ion for payment , subm it the required M/WBE Periodic Payment Reports , including copies of MtWBE subcontractor's/subconsultant's/supplier applications for payment/ invo ices (as appropriate) and proof of payment documentation , to the M/WBE Office. Additionally , upon request of the MtWBE Office , the contractor shall submit such other documentation as may be reasonably required to verify proof of payments. Failure to submit these reports and other requested information, if any, as required shall authorize the City to withhold payment and/or reject future bids from the contractor until compliance with this ordinance is attained. 4. The contractor shall submit to the M/WBE Office for approval a M/WBE REQUEST FOR APPROVAL OF CHANGE FORM if, during the term of any contract , a contractor wishes to change or delete one or more .... M/WBE subcontractor(s), subconsultant(s) or supplier(s). - - - a. Within three (3) City bus iness days after receipt by the M/WBE Office , exclusive of the date of receipt , the Request shall be reviewed . The Request shall be approved if the change or deletion is justified. The following shall constitute justification for the requested change or deletion: 01. A M/WBE 's failure to provide workers' compensation insurance evidence as requ ired by state law ; or 02 . A M/WBE's failure to provide evidence of general liabil ity or other insurance under the same or similar terms as contained in the contract documents w ith lim its of coverage no greater than the lower of 1) the limits required of the contractor by the City; or 2) the limits contained in the contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the contractor's normal business practice with non -MtWBE subcontractor's/subconsultant's or suppl iers; or 03 . A M/WBE's failure to execute the contractor 's standard subcontract form , if entering a subcontract is requ ired by the contractor in its normal course of bus iness , unless such fa ilure is due to : a) A change in the amount of the previously agreed to bid or scope of work; or b) The cont ract presented provides for payment once a month or longer and the cont ractor is rece iving payment from the City twice a month ; or c) Any limitation being placed on the ability of the M/WBE to report violations of this Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any cla im to the contractor's surety company or insu rance company. d) Med iation shall be a consideration before the request for change is approved. 04 . A M/WBE defau lts in the performance of the executed subcontract. In th is event , the contractor shall : 14 Minority and Women Business Enterprise Ordinance Attachment 1 a) Request bids from all M/WBE subcontractors previously submitt ing bids for the work , b) If reasonably practicable , request bids from previously non-bidding M/WBEs, and c) Provide to the M/WBE office documentation of compliance with (a) and (b) above . 05 . Any other reason found to be acceptable by the M/WBE Office in its sole discretion. NOTE: The contractor shall submit such documentation as may reasonably be requested by the M/WBE Office to support the contractor's request. The time between the request by the M/WBE Office for additional documentation and the delivery of such documentation shall not be included within the time period that the M/WBE Office is required to respond as stated in subparagraph (a) above. b. If the M/WBE Office approves the deletion of a M/WBE and replacement by a non-M/WBE , such approval shall constitute a post award waiver to the extent of the value of the deleted subcontract. c. If the M/WBE Office denies the request for change or deletion , the contractor may appeal the denial to the City Manager whose decision will be final. 5. Whenever contract amendments , change orders , purchase orders or extra work orders are made indiv idually or in the aggregate , the contractor shall comply with the provisions of this ordinance with respect to the alternates , amendments , change orders , or extra work orders . a. If the amendment , change order , purchase order or extra work affects the subcontract of a M/WBE, such M/WBE shall be given the opportunity to perform such amendment , change order , purchase order or extra work. b. If the amendment, change order , purchase order or extra work is or is not covered by any subcontractor performing like or similar work , and the amount of such amendment , change order, purchase order or extra work is $50,000.00 or more , of the original contract amount , the contractor shall comply w ith Article 1, subsections 12.3 and 12.4 of th is Attachment 1 (exclusive of the time requ irements stated therein) with respect to such amendment , change order purchase order or extra work . 6. If the contractor/consultant in its bid/proposal included any second or lower tier subcontractor/subconsultant/supplier towards meeting the goal , it is the sole responsibility of the Offeror to report and document all subcontracting/subconsulting and/or supplier participation dollars counted towards the goal , irrespective of tier level. Failure to comply with the City's request to provide the required documentation shall entitle the City to withhold payments and/or to reject future bids/proposals from the Offeror until compliance with this ordinance is attained. 7. Upon completion of the contract and within ten (10) City business days after receipt of final payment from the City, exclusive of the date the contractor receives payment , the contractor shall provide the M/WBE Office with the M/WBE FINAL SUMMARY PAYMENT REPORT FORM to reflect the final participation of each subcontractor/subconsultant and/or supplier (including non-M/WBEs) used on the project. Failure to comply with the City's request to provide the required documentation shall entitle the City to reject future bids from the contractor until compliance with this ordinance is attained. 8. In the event a contractor is in non-comp li ance and is a subcontractor/subconsultant on a new quote ; the contractor will be required to comply with this ordinance prior to a recommendation for award be ing made to the City Council. VII. CONTRACT MONITORING, AND REPORTING: 15 - - - iiil - liiiiil - Minority ana Women Business Enterprise Ordinance Attachment 1 A. The M/WBE Office shall monitor compliance with these requirements during the term of the contract. If it is determined that there is cause to believe that a contractor or subcontractor has failed to comply with any of the requirements of this ordinance, or the contract provisions pertaining to M/WBE utilization , the M/WBE Office shall notify the contracting department and the contractor. The M/WBE Office shall attempt to resolve the non- compliance through conciliation. If the non -compliance cannot be resolved , the Manager and the contracting department shall submit wr itten recommendations to the City Manager or designee , and if the City Manager concurs with the findings , sanctions shall be imposed as stated in ordinance . B. Whenever the M/WBE Office finds, after investigation, that a contracting department has failed to comply with the provisions of th is ordinance, a written finding specifying the nature of the non-compliance shall be transmitted to the contracting department , and the M/WBE Office shall attempt to resolve any non-compliance through conference and concil iation . Should such attempt fail to resolve the non-compliance , the Manager shall transmit a copy of the findings of non-compl iance , with a statement that conciliation was attempted and failed, to the City Manager who shall take appropriate action to secure compl iance . C. The M/WBE Office may require such reports , information , and documentation from contractors , Offerors , contracting agencies , and the head of any department, divis ion , or off ice of the City of Fort Worth , as are reasonably necessary to determine compliance with the requirements of this ordinance. D. Contracting departments shall maintain accurate records for each contract awarded , including the names of contractors providing quotes , dollar value, the nature of the goods or services to be provided, the name of the contractor awarded the contract , the efforts it employed to solicit quotes from M/WBEs, identifying for each its dollar va lue , the nature of the goods or services provided , and the name of the subcontractors/suppliers . E. The C ity Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, shall submit an annual report to the City Council on the prog ress of the City toward the ut ilization goal established by this ordinance, together with an identification of problems and specific recommendations for improving the City's performance. VIII. EXCEPTIONS AND WAIVERS: A. If an Offeror is unable to comply with the M/WBE goal requirements establ ished in the Program Goal section of this ordinance, such Offeror shall subm it one of the two forms listed below with in the allotted time . 1. A Prime Contractor Waiver Form (Attachment 1 B) is submitted if the Offeror w ill perform the entire contract without subcontractors or suppliers . 2 . A Good Faith Effort Form (Attachment 1 C) is submitted if the Offeror has a subcontracting and/or supplier opportunity but was unable to meet or exceed the project goal. The Offeror will submit requested documentation that demonstrates a good faith effort to comply with the goal requirements as described in -the Program Goal section above . B. A contracting department may request the M/WBE Office to waive or mod ify the goal requirements for M/WBEs by submitting a Departmental Waiver Form , in writing , prior to solicitation of bids or proposals . The M/WBE Office may grant such a wa iver or reduction upon determination that: 1. The reasonable and necessary requirements of the contract render subcontracting or other participation of business other than the Offeror infeasible; or 2. A public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or 3. Lack of sufficient M/WBE subcontracting/subconsulting/suppliers providing the services requ ired by the contract are unavailable in the marketplace of the project , despite attempts to locate them ; or 4 . The application of the provisions of this ord inance will impose an unwarranted risk on the City or unduly delay acquisition of the goods or serv ices . 16 Minority and Women Business Enterprise Ordinance Attachment 1 C. Whenever the M/WBE Office denies a request to waive a goal; the contracting department may appeal that denial to the City Manager whose decision on the request shall be final. IX. PROGRAM ADMINISTRATION: A. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolut ion No . 1148, is authorized to establish and implement the regulations set forth in this ordinance . The M/WBE Office shall be responsible for the overall administrat ion of the City's M/WBE Program , and its duties and responsibilities shall include: 1. Recommending rules and regulations to effectuate this ordinance ; 2. Maintaining a current listing of certified M/WBE firms for distribution internally and externally on contracts ; 3. Providing information , outreach (to include workshops , seminars , etc.) and needed assistance to M/WBEs to increase the ir ab ility to compete effectively fo r the award of City contracts; 4. Investigating alleged violations of this ordinance and making written recommendations to appropriate City authorities for remedial action when appropriate ; 5. Developing and distributing all necessary forms , app licat ions , and documents necessary to comply with this ordinance; 6. Reviewing , on a regular basis , the progress of departments toward ach ieving the category goals for the utilization of minority and women business enterprises ; 7. Making recommendations to appropriate City staff regard ing methods to further the policies and goals of this ordinance; 8 . Determin ing M/WBE compliance on bids and proposals before they are subm itted to the City Council for award ; 9. Maintaining an accurate contract performance reporting system ; and 10 . Compiling a report reflecting the progress in attain ing the C it y's annual goal , quarterly and annually. B. It shall be the responsib ility of the contracting department to ensure that bids or proposals for the department's projects adhere to the procedures and provisions set forth in this ord inance. 1. The department director or designee shall assume pr imary responsibility for achieving the goals of this program and shall review , on a continuing basis , all aspects of the program 's operations to assure that the purpose is being attained . 2. The contracting department shall take the following action to ensure that M/WBEs have the maximum opportunity to participate on City contracts : a . A written notification shall be sent to minority and women t rade associations , contractor 's associations , and minority and women chambers of commerce about the availabi li ty of formally advert ised contract ing opportunit ies no less than 28 days before bids are due ; b. All applicable contract solic itat ions shall include the requ irements conta ined in this ordinance ; c . All contract ing opportunities shall be evaluated in an effort to divide the total requirements of a contract to provide reasonable opportunities for M/WBE ; d. Establish procedures to ensure that all con tr actors ' invo ices are pa id on const ruction , professional services and purchases as follows : 01 . Vert ical and horizo nta l construct ion sha ll be pa id twice mon thly , 17 - - - - - - - - - - 1v11nomy ana vvomen ousmess i::.merpnse ormnance Anacnment 1 02. Professional Services shall be paid within ten City business days after receipt of and approved invoice and 03. Purchases shall be pa id within ten City business days after receipt of an approved invoice . 04. Subcontractors shall be paid within five (5) City business days after receipt of payment of the prime contractor by one of the methods stated above. e. Establish guidelines to ensure that a notice to proceed is not issued until signed letters of intent evidencing receipt by the M/WBE or executed agreements with the M/WBE have been submitted along with the project work schedule, if applicable; f. Ensure that all required statistics and documentation are submitted to the M/WBE Office as requested; and g. If circumstances prevent the contracting department from meeting the 28-day advertising and notification requirements, the contracting department shall perform extensive outreach to M/WBE associations or other relevant organizations to inform them of the contracting opportunity. X. SANC TIONS: A. The GFE documentation shall demonstrate the Offerer's commitment and honest efforts to utilize M/WBE. B. The burden of preparing and submitting the GFE information is on the Offerer and will be evaluated as part of the responsiveness to the bid/proposal. An Offerer who intentionally and/or knowingly misrepresents facts in the documentation submitted will be classified as non-responsive and be subject to possible debarment. A contractor's failure to make payments within five (5) City business days shall authorize the City to withhold payment from the contractor until compliance with this ordinance is attained. C. Debarment: 1 . 2. 3 . 4. 5. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible Offerer and barred from participating in City work for a period of time of not less than three (3) years. The failure of an Offerer to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the Offerer being determined to be an irresponsible Offerer and barred from participating in City work for a period of time of not less than one (1) year . The M/WBE Office will send a written statement of facts and a recommendation for debarment to the City Manager. The City Manager, after consultat ion with the Department of Law , will make the decision regarding debarment and send a certified notice to the Offerer. An Offerer that receives notification of debarment may appeal to an Appeal Board , hereinafter created, by giving written notice within ten (10) days from the date of receipt of the debarment notice , to the City Manager of its request for appeal. An Appeal Board, consisting of not less than three members appointed by the City Manager with the approval of the City Council, will meet within thirty (30) days from the date of receipt of the request for appeal of debarment, unless Offerer requests an extension of time . The Offerer will be notified of the meeting time and location. 6. The Offeror will be afforded an opportunity to appear with Counsel if they so desire, submit documentary evidence , and confront any witness that the City presents . 7. The Appeal Board will render its decision not more than thirty (30) days of the hearing and send a certified notice to the Offerer. 18 Minority and Women Business Enterprise Ordinance Attachmenn-----------------------~ 8. If the Appeal Board upholds the original debarment, the Offeror may appeal to the City Council within ten (10) days from the date of receipt of the Appeal Board's decision by giving written notice to the City Manager. 9. The appeal will be placed on the City Council agenda within th irty (30) days from receipt of written notice, unless Offeror requests an extension in writing. 10. From the date of notification of debarment and during the pendency of any appeal, the City will not consider offers from, award contracts to , renew or otherwise extend contracts with, or contract directly or indirectly through subcontracts with the Offeror pending the Appeal Board 's decision . 11 . Any MtWBE subcontractor or supplier who intentionally and/or knowingly misrepresents facts or otherw ise violates the provisions of this ordinance may be determined to be irresponsible for a period not to exceed one (1) year, and if deemed irresponsible, such MtWBE shall not be included in calculating an Offeror's responsiveness and barred from bidding on City work. XI. SEVERABILITY: If any provision of this attachment or ordinance, the application thereof to any person or circumstance is held invalid for any reason in a court of competent jurisdiction, such invalidity shall not affect the other provisions of any other application of this attachment or ordinance which can be given effect without the invalid provision or application , and to this end, all the provisions of this attachment or ordinance are hereby declared to be severable. 19 - - PRIME COMPANY NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 Cheek applicable block to dncrlbe prime M/W/DBE NON-MIW/DBE Bir DATE II II JO PROJECT NUMBER P~'l -1013CWIBf..B~ Identify all subcontractors/suppliers you will 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) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/cir knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs 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 direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd 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 bus inesses 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 services are utlllzed , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit . The M/WBE may lease trucks from non-M/WBEs , including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 - - - - - - - - .... - - fORTWORTH ~ ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms first, use additional sheets if necessary . CertHlcatlon N (check one) 0 SUBCONTRACTOR/SUPPLIER n· T Detail Detail Company Name I N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A LKT .J-Assa:ia-k.s 131--Pass --P. o. 't)D >< (ol, 3 { \JS:JW. Me.I issa, Tt 75tl9J I ./ -?ump Units z14. stW.o44D /214.54431,&J. LKT + AS:ticio.-les ccrRP :P.O. '&>x lo(p8 I v" -Pipll 4 375,C{f).CD Me-lisstt. Ti--,sqsj. µaJeria 1 21~-~-D44o/zl+.5#.3tJ34- ~nrtk);Hit 'P.O .Wi 1"7J.3J.7 r+. Wodh,Ti. '1i, 11t,1 I ./, -torerd6 ~ 10, Q(JJ.DO 817.75Cf. ,~, q/ l;J'l. '7:fl.111i Soltl-h Texas ~r 1i\nf or6f10 'PO. &x ;4g f/ . { eJo/:ff). DO C\eJ:llrne,,TI 71PD33 5\-ee\ 817.558.~qqq /1t>11.55'o.q'b/5 Maverick-Pump {j~ ()llSS 1nq1 Tiffinltirl: Cir. \ I , purnflirlj t 1 ~0/1)0. C>i Lifr\e+ooiCD f?o12s-- ~n.'H9. ~q91/rw.ftJ.9. 5\05 Gt\j or A-,IJJo<+h ti 'Rt :Ii \ upxa: ·on . 4 goq ,cxv~0 -- Rev. 5/30/03 - - - - ATTACHMENT 1A Page 3 of 4 Primes are required to identify &J. subcontractors/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 n T N T Detail Detail Company Name I Addreu • M w C X M Subcontracting Work Supplles Purchased Dollar Amount Telephone/Fax r B B T D VII R 0 B E E C T E A H + H '~~atia1 Coracle, 3rA5 tsxc t.. -:P,-. A,.-li~ton 1 x 1Wll \ I ~es-\-orcd-ion --\s-374.Jqs.00 817. lf3'1.S'Wl/a11. tk.D.221-l. u)WF Electrical £1ec-t(K~a l / Z'i03 tapi+al Dr. I LOn+rols 1 \te,5,0W .OC) \JJ_!1 lie) Tt '1~8 ./ -- q1z..4tll.'5'l36fe72.,Nz.S'l21 ~I.tis 1:::rlribdi~ \[Ut rut\S I '\1D~ 2'12(, \ ./ --Lubricants t1501cro.~ ~rmo.n1~ 150'l/ 'f>{)?:,. f/i~.11 'iJ./ 97) .13c>.fl3ff, ~r+in Mori® 1)0,c gtJ.~241 l)a \\os.n ~5Zi!IJ.-f>z41 \ q7Z.3':JJ 1200 ~12. 35'.> .f>Zbl I ~~(~aks t go,M .00 Crouch Sand t6ravel lt,lB S. Bel+lint12d. \ 3cmrl 1 !/)I ()(JJ · O'.) Irvin9/n 750~0 v' q7J!"f&. 7 q51 f,nzs,4..0101 Jordan tJanftdu~ Strvc-\ura. \ ttz.os &ia( \a.ro I v Ml+als i 10,ow.00 ~.\vo<th~ '1~1!1 B17-~5iDJo33/'il11.1,S£,.~Z?1 Rev . 5/30/03 - - - - - - - liil foRTWORTH --.,..-- ATTACHMENT 1A Page3of4 Primes are required to identify ALL subcontractors/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 n T Detail Detail Company Name I N T Address e M w C X M Subcontracting Work Supplfies Purchased Dollar Amount Telephone/Fax r B B T D ~ R 0 B E E C T E A Hax+wdl Equipnml-:j~exks/ 5zl I \). jqrkansas Ln . 5+op L5s 1'415 ,(11). 00 Ar\',~ton,Tx ,1..011.o l I RI 7.4t\l,.q5oo/61~.£Jt,.'7Ja) Frunda+ionhd~s l)riHed \IJY=f '&-tnnan Ave,. I Piers 1 75 ,CXXJ.w R-: Wor+hJ Tx 1~ l()lp v 817.l,ZS.? / I 8 /BIZ4tf.rxw Rev . 5/30/03 - - - - - - - - - - FORT WORTH --..,.--- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATTACHMENT1A Page 4 of 4 \. lPe3.0CO. 00 $ j, 5J.6, lll5. 00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5,ot-1 /, 1Cl5. o0 The Contractor will not make additions, deletions, or substitutions to this certified list without 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 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 this form, the Offeror further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. lFO I Trea;surcr 8_ii7Fii?~~ !en-i11e -1it!P Telephone and/or Fax / rn:.hel< a.@ar kconl-rcdinpof15 ((JI E-mall AdcfreH / I / 17 / /0 AddreH itnnedale, Tx 71,01oo Date ( J City/State/Zip Rev . 5/30/03 - - - - FORT°WORTH '-,-·w· PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Prime Contractor Waiver Form VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I • MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART 11 -JUNCTION BOX REHABILITATION PROJECTS City's M/WBE Project Goal: PROJECT NUMBER P275-701300018683 22% ATIACHMENT 18 Page 1 of 1 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DB E BID DATE If both answers to th is form are YES , do not complet e ATTACHMENT 1C(G ood Faith Effo rt Fo rm). A ll questions on th is form must be completed and a detailed explanation provided , if app li cable . If the answer to eithe r quest ion is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if .b.o.th answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., f ive (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being co nsidered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes , please provide a detail ed explanatio n th at proves based on t he s ize and scope of th is project , NO this is your normal business practice and provide an operational profi le of your business . Will you perform this entire contract without suppliers? YES If yes , please provide a deta iled explanation that proves based on the size and scope of th is pro ject , this is your normal bus iness pract ice and provide an inventory prof ile of your bus iness . NO The bidder further agrees to provide , directly to the C ity upon reques t, complete and accurate information regard ing actual work performed by all subcontractors , in clud ing M/WBE(s) on th is cont ract , the payme nt th erefore and any proposed changes to the or iginal M/WBE(s) arrangements subm itted with th is b id. The bidder also agrees to allow an a udit and/or examination of any books, records and f il es held by the ir company that will substantiate the actual work performed by the M/WBEs on th is contract , by an authorized officer or employee of the Cit y. Any intentional and /or knowing misrep resentat ion of facts will be grounds fo r term inat ing the contract or debarment from City work fo r a period of not less than three (3) years and for in itiating act ion under Federal , State or Local laws concern ing false statements . Any failure to comply with th is ord inance creates a mater ial breach of contract may result in a determ ination of an irrespons ible offeror and ba rr ed f rom part icipati ng in C ity wo rk for a period of time not less than one (1) year . Autho ri zed S ignatu re Pri nted S ignature Title Con tact Nam e (i f d ifferent) Company Nam e Pho ne Num ber Fax Num ber Address Email Address Rev . 5/30/03 City/State/Zip Date ATIACHMENT 18 Pa e 2 of 1 Rev. 5/30/03 - - - FORT WORTH "--, w PRIME COMPANY NAME: PROJECT NAME: City of Fort Worth Good Faith Effort Form VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I • MODIFICATIONS TO BAR SCREEN BUIDLING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS City's M/WBE Project Goal: PROJECT NUMBER 22% Wate r Proj ect No. P275 -7013000 18683 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe pri me I M/W/DBE I I NON -M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud , intentional and/or k n owing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form , in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing --'--~'-- 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes , attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to include n!!!!! of M/WBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 I Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title {if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 - - - - - - - ... - - FoRTW"ORTH "'-z -· CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project: VILLAGE CREEK WWTP -PART I -MODIF'ICA TIO NS TO BAR SCREEN BUILDING NO . 3 AND PART II-JUNCTION BOX REHABILITATION PROJECTS A joint venture form must be completed on each project RFP/Bid/Purchasing Number: P275 -701300018683 1. Joint venture information: Joint Venture Name: Joint Venture Address: ( If applicable) Telephone : Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the ioint venture M/WBEfirm I Non-M/WBE I name: firm name: Business Address : Business Address : City, State, Zip : City, State, Zip : Telephone Fac simile E-mail Telephone Fac simile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: Describe the sco e of work of the non-M/WBE: Rev . 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture ag reement) Profit and loss sharing: Capital contributio ns, including equipme nt: Other applicable o wner sh ip interests: 6. Identify by name, race, sex and firm those individuals (with t itl es) who are responsible for the day-to-day management and decision making of the joint venture: Financial deci s ions (to include Account Payab le and Receivable): Management decis ions: a . E stimating ----------------------------------------------b . Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel ----------------------------------------------d . Purchas ing of maj or equipment and/or supplies Supervis io n of field o perati o ns The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form . NOTE: From and after the date of project award, if any of the participants , the ind ividually defined scopes of work or the dollar amounts/percentages change from the originally approved information , then the part icipants must inform the City's M/WBE Office immed iately for approval. Any unjustified change or delet ion shall be a material breach of contract and may resul t in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance . Rev . 5/30/03 - - - - - - - - - - - - - AFF ID AVIT Joint Venture Page 3 of 3 The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operat ion of the joint venture . Furthermore, the undersigned shall ag ree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein . T he City also reserves the right to request a ny additional information deemed necessary to determine if the joint ventu re is eligib le . Failure to cooperate and/or provide requested information within the time specified is grounds for termi nation of the eligibility process. The un dersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall res ult in the termination of any contract, whic h may be awarded under the provisions of this joint vent ure's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false _ statements or willful misrepresentation of facts.--------------------------------------------------------------------------------------------------- Name of M/WBE firm Name ofnon-M/WBE finn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Nota ri zation State of ___________________ County of ______________ _ On this _____________ day of ________ , 20 __ , before me appeared --------------------~and ___________________ _ to me pe rsona ll y known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properl y auth orize d to execute this affidavit and did so as their free act and deed. Nota ry P ublic------------------------ Print Na me Notary Public------------------------ Signature Commission Expires-----------------------(seal) Rev . 5/30/03 , - ". --' - - - - - - .. ...... .. - - PARTC GENERAL CONDITIONS - PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS Cl-1 DEFINITIONS Cl-1.1 Definition of Terms Cl-1.2 Contract Documents Cl-1.3 Notice to Bidders Cl-1.4 Proposal Cl-1.5 Bidder Cl-1.6 General Conditions Cl-1.7 Special Conditions Cl-1.8 Specifications Cl-1.9 Bonds Cl-1.10 Contract Cl-1.11 Plans Cl-1.12 City Cl-1.13 City Council Cl-1.14 Mayor Cl-1.15 City Manager Cl-1.16 City Attorney Cl-1.17 Director of Public Works Cl-1.18 Director, City Water Department Cl-1.19 Engineer Cl-1.20 Contractor Cl-1.21 Sureties Cl-1.22 The Work or Project Cl-1.23 Working Day Cl-1.24 Calendar Days Cl-1.25 Legal Holidays Cl-1.26 Abbreviations Cl-1.27 Change Order Cl-1.28 Paved Streets and Alleys Cl-1.29 Unpaved Streets or Alleys Cl-1.30 City Street Cl-1.31 Roadway Cl-1.32 Gravel Street 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) Cl-1 (1) Cl-1 (1) Cl-I (2) Cl-I (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-I (2) Cl-I (2) Cl-1 (3) Cl-I (3) Cl-I (3) Cl-I (3) Cl-1 (3) Cl-I (3) Cl-1 (3) Cl-I (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-I (4) Cl-I (4) Cl-I (5) Cl-I (5) Cl-I (6) Cl-I (6) Cl-I (6) Cl-I (6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2.5 C2-2.6 C2-2 .7 C2-2 .8 C2-2.9 C2-2 .10 C2-2.l 1 C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3 .6 C3-3 .7 C3-3.8 C3-3 .9 C-3-3.10 C3-3.l 1 C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.1 C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 C5-5 CS-5 .1 CS-5.2 CS-5 .3 CS-5.4 CS-5 .5 CS-5.6 CS-5 .7 Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AW ARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Construction Schedule Schedule Tiers Special Instructions CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (1) C3-3 (1) C3-3 (1) C3 -3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (6) CS-5 (1) CS-5 (1) CS-5 (1) CS-5 (2) C5-5 (2) CS-5 (3) CS-5 (3) C5-5.8 C5-5.9 C5-5.10 C5-5 .ll C5-5.12 C5-5.13 C5-5.14 C5-5.15 C5-5 .16 C5-5.17 C5-5.18 C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6 .6 C6-6 .7 C6-6 .8 C6-6 .9 C6-6.10 C6.6.ll C6-6.12 C6-6.13 C6-6.14 C6-6 .15 C6-6.16 C6-6.17 C6-6.18 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 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY 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 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) Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen C6-6 (3) Use of Explosives, Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 ( 6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 ( 10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C7-7 (1) C7-7 (1) C7-7 (1) C7 -7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) • C7-7.9 C7 -7.10 C7-7 .11 C7-7.12 C7-7.13 C7-7 .14 C7 -7 .15 C7-7.16 C7 -7 .17 C8-8 C8-8 .l C8-8.2 C8-8 .3 C8-8.4 C8-8.5 C8-8.6 C8-8.7 C8-8.8 C8-8.9 C8-8 .10 C8-8 .l 1 C8-8.12 C8-8.13 Delays Time of Completion Suspens ion by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement Of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents (4) C7-7 (4) C7-7 (4) C7-7 (5) C7-7(5) C7-7 (6) C7-7 (6) C7-7(8) C7-7 (8) C7-7 (11) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) .. ' ' - PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PARTB -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PARTE-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PARTD-SPECIALCONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PARTF-BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . 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. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly Of through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship , equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes , etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b . C. d . C2-2.6) 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 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 the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas , a municipal corporation , authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous . C 1-1.13 CITY COUNCil.,: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence , the Mayor Pro tern of the City of Fort Worth, Texas . Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative . C 1-1.16 CITY A TIORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C 1-1.17 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. C 1-1.19 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 \ covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7 .6 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 Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May 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. C 1-1.26 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. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined a s a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surf ace: 1. 2. 3. 4 . 5. Any type of asphaltic concrete with or without separate base material. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. Brick, with or without separate base material. Concrete, with or without separate base material. Any combination of the above . Cl-1 (5) .... 4, .. ~lilO:: : ~ "" i ,,. '\: ... \ ( . ~, Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." 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. C 1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made . Cl-1 (6) . ' ' ' ..f" - ' ' ' ' .. ' ' ... ,.,,,. ' . .. -' ' . . '.,.-,f~ I L 1 •J f ' ~' . . " : . -. • r, .. ; .. ' . ' . 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 Proposal form , which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder 's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old . In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten ( 10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received . The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish . All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required , prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring , and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required . All such prices shall be written legibly . In case of discrepancy between price written in words and the price written in numerals , the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm , association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation , the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed . Power 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 de signated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY : No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders " and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud , the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time , and 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 propo sal opening time, no further consideration will be given to the propo sal. 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 a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following : 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who , in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PARTC -GENERALCONDITIONS C3-3 A WARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities , to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site , and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made 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. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) - d. 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner , notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the 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 Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee 's failure to execute said bonds and contract within ten (10) days , the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) ' "' , , suffer by reason of such failure on the part of the Awardee 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 commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors . a. b. C. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General 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 sub-contractors). C3-3 (4) '' r • ...... - d. e. 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). 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. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors , should the Prime Contractor's insurance not cover the sub-contractor 's work operations. g . LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and 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 authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all 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 administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents , furnish all labor, tools, materials , machinery, equipment, special services , and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents , the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein . C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary , and the Contractor shall perform the work as altered , increased or decreased at the unit prices . Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or material s 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 revi sed cons ideration 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 provision s of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categori e s , shall be interpreted herein as applying to overall quantities of s anitary sewer pipe in each pipe size , but not to the various depth categories. C4-4 (1 ) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS : By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. b. C. Unit bid price previously approved. 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, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed , maintained , and progressed that accurately represents the scope of work performed . C4-4.6{a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments , if any . The CONTRACTOR 's frrst (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time . b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline . c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d . The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM . Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unles s otherwise specified . The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the sam e as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trade s or subcontracts applicable to the proj ec t, the construction sc hedule shall indicate the following: pro curement , construction , pre-acceptance acti vitie s, and C4-4 (4) events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4 . Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9 . Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR' s monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. , . C4-4 (5) C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition , the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents . TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the 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. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification , and quantitie s shown on the plans shall go vern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omis sion in the CS-5 (1 ) ' . ); ' ' [, 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 discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings , specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents . The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance . of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work . Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas , and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determine s that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing . The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work . C5-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work , the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night , whether the project is scheduled on a calendar-day or a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to 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, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5 .7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements 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 material s 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 Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the 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.I0 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.ll 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 by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. 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 andfitness 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. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that 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 special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to : 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob . The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. 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 shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, 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 these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. CS-5 (7) CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by 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 unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to 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 streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under 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 Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSNES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation , any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any 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 property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise 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 thi s 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 variou s 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 co st 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 person s, 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 t,o, 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: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the 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 , refu se 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 25th 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.I5 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, pipe s, 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 di spo sed of in a sati sfactory 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 s atisfactory arrangements with the Fort Worth City Water Department for so doing . City water furni shed 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 ex pense . The Contractor's responsibility in the use of all existing 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, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove cause s . 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 fo r 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 di scovered in any estimate th at may have been paid and to adju st the same to meet the requirements of the Contract Doc uments . C6-6(9 ) C6-6 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exerci sing any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wi se as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by th e City of Fort Worth , and organization which qualifies for exemption pursuant the pro visions of Article 20 .04 (H) of the Texas Limited Sales , Excise, and Use Tax Act, the Contractor may purchase , rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007 . Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011 , and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales , Excise , and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, E xcise , and Use Tax Act , the Contractor can probably be exempted in the same manner stated above . Texas Limited Sales , E xcise , 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 fi ve 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 material s and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of e stimated amounts to be earned by the Contractor during each monthly estimate period . The Contractor shall commence the work to be performed under thi s contract within the time limit stated in these Contract Documents and shall condu ct th e work in a continuou s manner and with sufficient equipment , material s, and labor as is nece ss ary to in sure its completion within th e time limit. C7-7(1 ) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when , in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who , in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition . Equipment on any portion of the work shall be such that no injury to the work . Workmen or adjacent property will result from its use . C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday . b. ~y 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 co11trol 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) ,- 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 deli very on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery . If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents , then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any , which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding . If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents . The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents . For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule , unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES -I PER DAY Less than $ 5,000 inclusive $ 35 .00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63 .00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154 .00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $ 1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION , and should it be 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 not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and 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 following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) 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, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents. C7-7(7) 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 owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract , then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law , when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) , . ...,..... B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of tennination, 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 tennination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not tenninated; 3. tenninate all orders and subcontracts to the extent that they relate to the performance of the work tenninated by notice of tennination; 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 tenninated by the notice of the tennination; 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 tenninated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of tennination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of tennination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section , shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. F. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.I6(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) 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. G. ADJUS1MENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. 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 breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C-GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures , cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights , or other legal reservations , C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material use.ct or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(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, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements , computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents , will be paid · to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or 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. C8-8.9 ADEQUACY OF DESIGN : It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages 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. C8-8.ll SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface . restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL : Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material . These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8 .13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications , plans , addenda , modifications , shop drawings and samples at the C8 -8(4) . . ' - site, in good order and annotated to show all changes made during the construction process . These shall be delivered to the Engineer upon completion of the work. C8-8(5) PART Cl SUPPLEMENTARY CONDITIONS (TOPARTC) SUPPLEMENTARY CONDITIONS FORT WORTH, WATER DEPARTMENT WATER AND WASTEWATER TREATMENT PLANT PROJECTS October 1, 2008 1. CONTRACT DOCUMENTS: In Section Cl-1.2 CONTRACT DOCUMENTS, delete Paragraph Cl-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: "b . SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) SPECIAL INSTRUCTION TO BIDDERS PART B -PROPOSAL (Bid) M/WBE BID SPECIFICATIONS PART C -GENERAL CONDITIONS PART CS-SUPPLEMENTARY CONDITIONS PART D -SPECIAL CONDITIONS PART E-TECHNICAL SPECIFICATIONS PERMITS/EASEMENTS (Some Permits are Multicolored) PART F -BONDS AND INSURANCE PART G-CONTRACT PART H -PLANS/FIGURES (may be bound separately) White White White Golden Rod Canary Yell ow Green Green White White White White White" 2. DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: Delete entire Paragraph C 1-1.17, and replace with the following: Cl-1.17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth, or his duly authorized representative, assistant, or agents. 3. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following: The Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. 4. PROPOSAL FORM: In Section C2-2.1, Paragraph 1, revise last sentence to read as follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and Experience Record, all of which must be properly executed and filed with the Director of the Water Department one week prior to the hour for opening of bids. Information shall be on forms provided by the Bidder and acceptable to the City. CS-1 5. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes in the site conditions caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." 6. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C-General Conditions, Section C2-2, exchange Paragraphs C2-2.7, C2-2.8, and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security and other required material, to the Purchasing Manager or his representative at the official location and stated time set forth in the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name or description of the project designated in the "Notice To Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102." C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for the opening of proposals. A request for non consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. 7. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following: C3-3 .2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, and/or the CS-2 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 is modified to read as follows: "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period stated for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." 9. C3-3.7 BONDS . For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which begins with "No sureties", change the entire paragraph to read as follows: "In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion, will determine the adequacy of the proof required herein. Each bond shall be properly executed by both the Contractor and the Bonding Company." CS-3 10. INSURANCE. Delete entire Paragraph C3-3 .11 INSURANCE , and replace with the following:: C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner and certificates of Insurance shall be delivered to the Owner (City of Fort Worth, Contract Administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, Texas 76102) prior to commencement of work on the contract project. The prime Contractor shall be responsible for delivering to the Owner the sub- contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.ll are met for all subcontractors. Failure of the Owner to request required documentation, shall not constitute a waiver of the insurance requirements specified herein. The Contractor's liability shall not be limited to the specified amounts of insurance required herein. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. Worker's compensation insurance covering employees in the project site shall be indorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER. b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence/aggregate on account of bodily injury, including death , and in an amount not less than $500,000 covering each occurrence/aggregate on account of property damage with $2,000,000 umbrella policy coverage. Certificates of insurance shall state that Insurance is on an "occurrence" basis. Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies , and in the amount as set forth for public liability and property damage, the following insurance : CS-4 1. 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 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). 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 automobile property damage insurance in an amount not less than $100,000 aggregate. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, against damage CS-5 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. DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed $10,000 per occurrence unless otherwise approved by the City. h. INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M . Best Rating of "A: VII" or equivalent measure of financial strength and solvency. 1. NOTIFICATION. During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing, of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. J. CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimumlO day notice shall be acceptable in the event of non-payment of insurance premium to insurance company. CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance. 11 C3-3.13 WAGE RATES: Delete Paragraph C3-3-13 WEEKLY PAYROLLS in its entirety and replace with C3-3-13 WAGE RATES 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 . CS-6 The Contractor, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) that name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; (ii) the actual per diem wages paid to each worker. These records shall be open, all reasonable hours, for inspection by the City. The provisions of Section C8-8- 14, RIGHT TO AUDIT, pertain to this inspection. The Contractor shall include in its subcontract's and/or shall otherwise require all of its subcontractors to comply with paragraphs above. With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times." 12. INCREASED OR DECREASED QUANTITIES: Revise Paragraph C4-4.3 to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices established in the contract documents. No allowance will be made for any changes in lost or anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. 13. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4 .5c): The Contractor agrees that should any change in the work of extra work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires an extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract. CS-7 14. TESTING COSTS: Paragraph 5-5.12, revise the first sentence to read as follows: "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." 15. LAWS TO BE OBSERVED: Paragraph C6-6.l, delete "or which may be enacted later". After the word "exist ," add "at the time of the Contract or may be hereafter exist during the performance of the Contract." 16. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining all construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." 17. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever in appears with the word "flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures". 18. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6-6.12, and replace with the following: "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, the Owner, its officers, agents, servants, and employees, from and against all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of the Owner, its officers, agents, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and against any and all injuries to the Owner's officers, agents, servants, and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused, in whole or in part, by the negligence or alleged negligence of the Owner, its officers, agents, servants, or employees CS-8 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 is outstanding as a result of work performed under a City Contract." 19. STATE SALES TAX: A. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. B. This contract is issued by an organization, which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11 , enacted August 15, 1991. All such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other construction costs and costs of material incorporated into the project construction prior to execution of this contract. B. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". C. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. D. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." 20 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7: C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m . -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME CS-9 PERIOD HA VE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFfERNOON 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 . 21. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its entirety and replace with the following: "The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections , or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole CS-10 judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein." 22. PARTIAL PAYMENTS: Change Paragraph C8-8.5 to read as follows: "Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day of the month that work has been is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of pay estimate have not been so installed . If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000.00 at the execution, retainage shall be ten percent (10%). For contracts of $400,000.00 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with subcontract agreement, within five (5) business days after receipt by the Contractor of the payment by the City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of the same will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate. Payment of any partial pay estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract." 23. GENERAL GUARANTY . Delete Paragraph C8-8.10 GENERAL GUARANTY in its entirety and replace with the following: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any expres s warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or CS-11 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. 24. RIGHT TO AUDIT: Add the following to Section C8 -8: C8-8.14 RIGHT TO AUDIT: "(a) The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract , have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. The City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of the copies as follows: 1. 50 Copies and Under -10 cents per page. 2. More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter." (5/25/93) CS-12 25. SCHEDULE OF COSTS: Add the following to Section C8-8: C8-8.15 SCHEDULE OF COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems , structures, building electrical and HV AC systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codes which will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System, and will not be considered in preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the price bid . The Contractor will also provide a projected payment schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION CS-13 PARTD SPECIAL CONDITIONS PARTD 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 Cond itions and Part C1 - Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C-General Conditions and Part C1 -Supplementary Cond itions of the Contract and this Part D, Part D shall control. FOR: VILLAGE CREEK WASTEWATER TREATMENT PLANT PART I -MODIFICATIONS TO BAR SCREEN BUILDING NO. 3 AND PART II -JUNCTION BOX REHABILITATION PROJECTS PROJECT NO. P275-701300018683 0-1 GENERAL: Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications , effective July 1, 1978, are made part of the Contract Documents for this Project. The Plans, Special conditions and Provisions Documents , and the rules , regulations , requirements , instructions , drawings and details referred to by manufacturer's name , number or identification included therein as specifying , referring or implying product control , performance , quality, or other shall be binding upon the Contractor . The Specifications and drawings shall be considered cooperative ; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the rul ing of the Engineer shall generally , but not necessarily, follow the guidelines listed below: 1. Plans 2 . Special Contract Documents 3. General Contract Documents and General Specifications The following Special Conditions shall be applicable to this project and shall govern any conflicts with the General Contract documents under the provisions stated above. 0-2 PROJECT DESIGNATION: Construction under these Special Documents shall be performed under the Fort Worth Water Department Project Designations: Sewer Project Number P275-701300018683, and/or Other 0-3 LOCATION AND DESCRIPTION OF PROJECT: The Village Creek Wastewater Treatment Plant (WWTP) is situated in the City of Fort Worth , Tarrant County , Texas . The construction site , as presented in the drawings , is located at the Village Creek WWTP . The plant is located at 4500 Wilma Lane which is off Green Oaks Blvd . between Fielder and 1-30. D-1 This Contract consists of the furnishing of all material, equipment , labor and supervision necessary for the construction of the Village Creek WWTP -Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects as shown on the plans and specifications and as described herein. Part I of the project includes demolition and removal of flumes 5 and 6, demolition and removal of odor control duct work, scrubber and makeup air unit , installation of approx imately 50 LF of Owner supplied 96-inch Hobas pipe , installation of Owner supplied weir plate , odor control modifications as shown on the drawings and specifications, and miscellaneous items. Part II of the project includes rehabilitation of Junction Box Hand installation of new gates at Junction Box H, installation of new 96- inch FRMPM pipe, demolition of existing 72-inch and 96-inch reinforced concrete pipe between Junction Box Hand Junction Box BB, demolition of existing Junction Boxes B, BB, and BBB, and construction of new Junction Box 4B with manual sluice gates. 0-4 PROJECT SIGNS: Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 1 H of the General Contract Documents . The signs may be mounted on skids or on posts . The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed . D-5 WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas , in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less that the following rates be paid . (see attached wage rates) When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict , the higher wage will be used. 0-6 FINANCING: The Fort Worth Water Department has suffic ient funds to pay for the construction of the project in accordance with the method of payments set forth in Section C8-8, MEASUREMENT and PAYMENT of the General Conditions. 0-7 PUMPING AND DEWATERING OPERATIONS: Work to be performed will require draining, pumping, by-pass pumping , dewatering, and certain cleaning operations necessary to complete the work as specified and as indicated on the drawings. It is the intent of these specifications that such draining , pumping, by-pass pumping, dewatering, and cleaning operations shall be the obligation of the Contractor . The Contractor shall provide all necessary draining, pumping, by-pass pumping , dewatering as required by the excavation work specification, to remove all surface water , groundwater , leakage, and water from other sources from excavations. The existing structures , piping and valves may leak and the Owner does not guarantee a dry site. D-2 The Contractor shall be respons ible 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 bid price of the pipe installed . D-8 EXISTING UTIL TIES: The plans show the locations of all known surface and subsurface structures. However , the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location . It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever . The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property crossed or exposed by his construction operations. Contractor shall make all necessary provisions for the support , protection , relocation , and or temporary relocation of all utility poles , gas lines , telephone cables , utility services , water mains , sanitary sewer lines , electrical cables , drainage pipes , and all other utilities and structures both above and below ground during construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protect ion and or temporary relocation of such facilities shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED . Where existing utilities or service lines are cut , broken or damaged , the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction , or better, unless otherwise shown or noted on the plans , at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line . He shall cooperate with the owners of all utilities to locate existing underground facilities and notify the Engineer at once of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility , such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs , of the ir property that may be made necessary by performance of this contract. D-9 EXPLORATORY EXCAVATIONS: In addition to those areas as may be designated on the Drawings, it shall be the Contractor 's responsibility to excavate and locate ex isting utilities which may affect construction of the water and/or sewer facilities . All exploratory excavations shall occur far enough in advance to permit any necessary relocation to be made with minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the unit price bid for construction of water/sewer line or the associated structures. D -3 0-10 TEST HOLES: The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock , if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under the condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determinations by the use of test holes or other means , shall be left to the discretion of such prospective bidders . The cost of the rock removal and other associated appurtenances, if required , shall be included in the linear foot bid price of the pipe installation. 0-11 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 establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approva l thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal ," or "or approved equal" is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of proving that the 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. 0-12 CONSTRUCTION MANAGER: The General Conditions , Section C-1 .19 ENGINEER defines various persons who may be designated as the Engineer. For the prosecution of this Contract , the term Engineer shall mean the Construction Manager as designated by the Director of the Fort Worth Water Department, together with members of the staff of the Construction Manager who are assigned to the Project. Any contacts the Contractor may wish to make with any City personnel or consulting engineers , shall be arranged through the Construction Manager. The Contractor shall not act upon any requests or instructions he may receive from any City personnel or consulting engineers nor shall he give instructions or directions to such persons without the approval or consent of the Construction Manager. 0-13 UTILITIES: The Contractor shall at his expense provide all utility services , including water, electricity, gas, telephone, etc., as may be required by him/her and during the construction and testing period. The City may be able to make provisions for connections to the existing utilities provided that adequate service is available at appropriate po ints within the plant site; however, the Contractor shall make all necessary arrangements , furnish materials , and perform all labor and services for connections and metering . For utility services received by connections to utility lines owned by the City within the plant , the Contractor will be billed by the City each month . D-4 0-14 TIME OF COMPLETION: The Owner desires that all work unde r this contract be Completed , in Total within 360 Calendar Days. The project will have substantial completion as described below: Substantial Completion shall mean that all process structures , pipelines and equipment including electrical and instrumentation have been installed , tested , and commissioned with approval by the Owner and Engineer. Substantial complet ion shall be met within 330 Calendar Days from notice to proceed . In the event the Contractor fails to complete the Project in Total within the time set forth above, the Owner may continue to withhold at a rate of $315 .00 per calendar day as liquidated damages in connection with the Project. Delete the schedule of Liquidated Damages in Section C7 -7 .1 O of the General Conditions. 0-15 RIGHT OF ACCESS: Representatives of the Texas Commission on Environmental Qual ity (TCEQ), Occupational Safety and Health Administration (OSHA), and City Code Inspectors shall have access to the project wherever and whenever it is in preparation for progress , and the Contractor shall provide proper facilities for such access . 0-16 INTERPRETATION OF PHRASES: Wherever the words "Directed", "Required", "Permitted ", "Designated ", "Considered Necessary'', "Prescribed", or words of like import are used on the Plans or in the Specifications , it shall be understood that they are intended as Spec ifications , it shall be understood that they are intended as prerogative of the Owner and/or the Enginee r; and , similarly, the words , "Approval ", "Acceptable ", "Satisfactory'', or words of like import , shall mean approval , etc., by the Owner and/or Eng in eer . Wherever in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish , workmanship , or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words , terms , or clauses . 0-17 SEQUENCE OF CONSTRUCTION: Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a construction schedule and sequence of operation . The construction schedule shall be prepared in accordance with Sections 01040 and 01315. 0-18 OEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch . The location and dimensions shown on the plans relative to other existing utilities are based on the best information available . Omission from , or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of , or a definite location of , existing underground util ities . It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities D -5 sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. D-19 LIMITS OF EXTRA COMPENSATION FOR 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 him found correct shall be approved and referred by him to the council for final approval or disapproval; and the action thereon by the council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. D-20 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL: 1. CONTRACTOR shall develop and implement a SWPPP in accordance with EPA requirements. 2. All erosion and sedimentation control shall be maintained until final stabilization of disturbed areas is complete. Final stabilization shall be accomplished when vegetation and disturbed areas have achieved 70% of the density of background native vegetation. 3. The CONTRACTOR shall be responsible for required notices. 4. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-21 TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701 d Vernon's Civil Statues, pertinent sections be ing Section Nos. 27, 29, 30 and 31 . The Contractor shall execute this work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-6 Barricades, warning and detour signs shall conform to be the Standard Specifications for street and storm drain construction, "Barriers and Warning and/or Detour Signs", Item 524, and/or as directed by Engineer. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary 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 or 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. D-22 WORKER'S COMPENSATION INSURANCE: A. Contractor's Worker's Compensation Insurance. Contractor agrees to provide the Owner (City) a certificate showing that it has obtained a policy of worker's compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section . B. Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of worker's compensation insurance covering each employee on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). C. Worker's Compensation Insurance Coverage. 1. Definitions: Certificate of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for person's or entity's employees providing services on a project , for the duration of the project. Duration of the Project -includes the time from he beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the City . Persons providing services on the project ("subcontractor'' in Texas Labor Code Section 406.096) -includes all persons or entities performing all or part of the D-7 services the contractor has undertaking to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This included, without limitation, independent contractors, subcontractors, leasing companies , motor carriers, owner-operators, employees of any entity which furnishes persons to provide services on the project. "Services" include without limitation, providing , hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not inc lude activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the City prior to being awarded the contract. 4 . If the coverage period shown on the contractor 's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period , file a new certificate of coverage with the City showing the coverage has been extended. 5 . The contractor shall obtain from each person providing services on a project , and provide to the City: (a) a certificate of coverage , prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project ; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter . 7. The Contractor shall notify the City in 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. 8 . The contractor shall post on each project site a notice, in the text , form and manner prescribed by Texas Worker's Compensat ion Commission, informing all persons providing services on the projects that they are required to be covered and report lack of coverage . D-8 9. The contractor shall contractually require each person with whom it contracts to provide services on a project , to : (a) provide coverage, based on proper reporting on the classification codes and payroll amounts and filling of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) for all of its employees providing services on the project , for the duration of the project ; (b) provide to the contractor . prior to that person beg inning work on the project , a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor. prior to the end of the coverage period a new certificate of coverage showing the extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (d) obtain from each other person with it contracts , and provide to the contractor : (1) a certificate of coverage , prior to the other person beginning on the project; and (2) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for duration of project and for one year thereafter . (f) notify the City in writing by certified mail or personal delivery, with in 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts , to perform as required by paragraphs (a) -(g), with the certificates of coverage to be provided to the person for whom they are providing services . 1 o. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the City that all employees of the contractor who will provide services on the project will be covered by worker 's compensation coverage for the duration of the project , that the coverage will be based on the proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carr ier or, in the case of a self-insured, with the Texas Worke rs' Compensation Commission's Division of Self-Insurance Regulation . providing false or D-9 misleading information may subject the contractor to administrative penalties , criminal penalties, civil penalties or other civil actions. 11 . The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. D. Posting of Required Worker's Compensation Coverage. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers ' Compensation Act or other Texas Workers' Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 1 O point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing , hauling , or delivering equipment or materials, or providing labor or transportation or other service related to the project , regardless of the identity of their employer or status as an employee. "Call the Texas Workers ' Compensation Comm ission at 512-440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage. D-22 SHOP DRAWINGS: Equipment and material covered in PART E -SPECIFICATIONS shall have Shop Drawings and Operation and Maintenance Manuals submitted in accordance with Sections 01300 and 01730; regardless if reference is or not made to Sections 01300 or 01730 within the section of the specification under wh ich the equipment or material is purchased. D-23 TESTING: a. The Contractor shall furnish, at his 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 gradat ion 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 , D-10 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 shall be performed by the Owner's laboratory. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor. The failure of the City to make any additional tests of materials shall in no way relieve the Contractor of his responsibility to furnish materials and equipment conforming to the requirements of the contract. d . Not less than 48 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-24 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans , the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work , the cost of which shall be included in the price bid in the Proposal for each bid item . Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-25 ADDENDA: Bidders wanting further information , interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening . Answers to all such requests will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding . Should a bidder find discrepancies in, or omissions from, the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the Fort Worth Water Department Engineering Services , in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder . The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. D-26 OSHA STANDARDS: All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration (OSHA).lt is the responsibility of the Contractor to become familiar with the provisions of the regulations published by the OSHA in the Federal Register and to perform all the responsibilities thereunder . It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting from the Contractor's failure to so perform . D-11 0-27 PROJECT SUPERINTENDENTS: The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects shall be submitted to the Owner prior to award of contract. This resident superintendent, if found to be acceptable, shall not be replaced without written notice to and consent from the Owner except under extraordinary circumstances , Qualifications of a proposed replacement shall be submitted when a request is made for replacement of the superintendent and shall be approved by the Owner prior to withdrawing the superintendent. During the construction of the project, the resident superintendent shall demonstrate an ability to properly execute the work outlined in the contract documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident superintendent is to be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative. D-28 PROGRESS PHOTOGRAPHS: The Contractor shall take photographs of the project site prior to construction, monthly during construction of the project and after completion of the project. Photographs may be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations as designated by the Engineer. Contractor shall video tape all roads and work areas to be affected prior to starting construction and furnish a copy of the video tape to the Engineer. Photographs shall be per specification section 01300. Contractor shall also produce a preconstruction videotape of the site, including all areas in the vicinity of and to be affected by construction. This videotape shall be provided to the Owner. 0-29 TERMINATION: It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor, in whole or from time to time in part , whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination , specifying to what extent performance of the work under the contract is being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1 . Stop work specified in the notice on the date and to the extent specified in the notice of termination. 2. Place no further order or subcontract except as necessary to complete work already underway. D-12 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. D-30 HAZARDOUS AND TOXIC MATERIALS: . Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from and against any and all liabilities , losses, cost , damages and expenses, arising out of use of the materials at the Owners site which are not under the direct control of the Contractor, including, but not limited to, any and all liability resulting from personal injury, including death, property liability, at any time, however caused, due to the presence or release of, or exposure, whether to the person of property injured or otherwise, whether to the person of property injured or otherwise , to any hazardous or toxic substance , provided, however, that the City liability shall be limited to that established in Article 6252-19, Texas Revised Code and other applicable State statutes and Constitutional provisions. D-31 SPOIL AND FILL MATERIAL: Prior to disposing on any spoil/fill material, the contractor shall advise the Director of Transportation and Public Works, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain . Approval of the contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating the site is not in a known flood plain of by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the contractor's expense. In the event the contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, the contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-32 AGE: In accordance with the policy "(Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification , retirement plant or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall D-13 specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-33 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. D-34 INDEMNIFICATION: To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of the Owner that the Contractor indemnify, hold harmless and defend the Owner, and the Owner's officers, agents, servants, and employees from and against any and all claims as listed herein, even though causes by the Owner's sole negligence. With respect to the last sentence of the first paragraph of Section C6-6.12, it is the Owner's intent that the language be site specific to the general area where the work to be performed under the Contract is being performed. It is not the Owner's intent that the Contractor be required to indemnify the Owner for damages to property other than that caused to property located in close proximity to this project, unless such damage is caused wholly or in part by the Contractor's negligence . D-35 CONSTRUCTION ADMINISTRATION: A. CONTRACTOR MODIFICATION REQUEST (CMR)/PROPOSED CONTRACT MODIFICATION (PCM): Any Change in the Contract Documents will be initiated either by the Contractor issuing a Contractor's Modification request (CMR) or by the Owner issuing a Proposed Contract Modification (PCM) on forms provided by the Owner. Proposals will be reviewed by the Owner and if found acceptable, will be incorporated in a Change Order or a Field Order in accordance with Section C4-4 of the Contract Documents. D-14 The Contractor's Modification request (CMR) shall fully identify and describe the deviations and associated costs , time factors and impacts, and state the reason the change is requested. Any savings in costs related to the substitution/replacement or change is to be stated in the request for consideration. Cost of the Engineer's evaluation of any substitution or deviation requested by the Contractor shall be charged to the Contractor by the Owner. 8. REQUEST FOR INFORMATION When necessary, the Contractor shall request additional information , clarif ication or interpretation of the contract documents or when the Contractor believes there is a conflict between the contract drawings and specification , the Contractor shall identify the conflict and/or request clarification/additional information using the Project Information Request (PIR) form provided by the Owner. Sufficient information shall be attached to permit a written response without further information. The Owner will log each request and will review the request. If review of the Project information request (PIR) indicates that a change to the contract documents is required, the Owner will issue either a Field Order (FO) or Proposed Contract Modification (PCM). C . RECORD DRAWINGS The Contractor shall keep on record at the site a copy of all Contract Specifications , Plans, Addenda, modifications, record and shop drawings and samples , in good condition and annotated in erasable red pencil to show all changes made during the construction process . These shall be delivered to the Engineer upon completion of the work and before final payment is made . The Contractor shall retain for record purposes only , all designs and plans prepared for construction which are prepared and sealed by a State of Texas Registered Professional Engineer. Said design and plans shall include , but not be limited to , paving, buildings , mechanical and electrical systems , foundat ion , etc . D-36 EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the equipment supplier performing the installation check for equipment as required . This report shall certify that 1) the equipment has been properly installed and lubricated , 2) is in accurate alignment , 3) is free from any undue stress imposed by connecting piping , equipment, or anchor bolts , and 4) has been operated under full load conditions and that it is operating satisfactorily. D-37 NOTIFICATION BY CONTRACTOR: Written notification of the need for testing, observation of work by Engineer , intent to work outside regular working hours , or the request to shutdown the facilities or make utility connections shall be given to the Engineer by issuance of Notification By Contractor on a from provided by the Engineer. D-38 VILLAGE CREEK WASTEWATER TREATMENT PLANT SECURITY: Access to the Village Creek Wastewater Plant is through a manned security gate at the facility entrance . All Contractor's personnel will be required to show a government issued picture identification to enter the facilit ies. The Contractor shall issue to all D-15 construction personnel identification badges to be visibly worn at all times while on site. The Contractor shall provide a updated list of all of its employees and the employees of its subcontractor expected on the job site during the following week, not later than Friday of the preceding week. In addition the Contractor will provide updates as necessary to reflect additions or deletions of its staff or that of its subcontractors. The Contractor is responsible for coordinating any visits by manufacture r's/supplier representat ives , technical assistance personnel , or others meeting with the Contractor/sub-contractors. D-39 SUBMITTAL$: The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure that the values, material, equipment, or method of work shall be as described in the submittal. All submittals must be stamped by the Contractor, ind icating that they have been checked by the contractor for compliance with Contract Documents and approved by the Contractor, or contain certifications as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications shall be returned without processing to the Contractor. The Contractor shall ensure that there is no conflict with other submittals and notify the Eng ineer of each case where the proposed change may affect the work of another Contractor or Owner. The Contractor shall ensure coordination of submittals among the related crafts and Subcontractors. Submittals will not be accepted from Subcontractor or suppliers . The Contractor shall assign a number to each submission provided to the Engineer to allow each subm ittal to be tracked wh ile processing through the review procedures . Submittals shall be accompanied by the Submittal Transmittal Form provided by the Engineer. A separate form shall be used for each specific item , class of material , equipment, and items specified in separate discrete sections, etc . for which a submittal is required . Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package, or are so functionally related that they should be checked as a unit. Assignment of numbers shall be by means of a letter prefix, a sequence number, and letter suffix to indicate resubmittals. Applicable Prefixes are: co CMR - CTR EIR FO MIS NBC - OM Change Order Contractor's Modification Request Certified Test Report Equipment Installation Report Field Order Miscellaneous Submittals Notifications by Contractor Operation and Maintenance Manual D-16 PCM - PE PIA pp RD SD SCH Proposed Contract Modifications Periodical Estimate for Partial Payment Project Information Request Progress Photographs Record Drawing Shop Drawing Schedule of Progress The sequence number shall be issued in chronological order for each type of submittal. Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the Engineer for processing. As an example, a submittal with the number RD-025 indicates that the submittal is the 25th item of Record Data submitted. Submittal number SD-12-A indicates the submittal is the 12th shop drawing submitted and is being submitted for the second time. Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not require that any response be given for the material. Contractor shall maintain a log of submissions to allow the processing of Contractor's submittals to be monitored . Logs will be reviewed periodically to determine that all submittals are received and processed . Submittal numbers are to be clearly noted on each page or sheet of the submittal. In addition, each submittal shall have a cross-referenced identification number relating to the specification that the submittal applies. The identification number shall be per Section 01300. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. D-40 ALTERATION OF CONTRACT DOCUMENTS: Paragraph C4-4.4 of the General Conditions shall be modified as follows: By Change Order or Field Order, the Owner reserves the right to make changes 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 are consistent with the overall intent of the Contract Documents. A Field Order is a written order issued by the Engineer which authorizes minor changes or alterations in the work that do not involve changes in the Contractor Time or Contract Amount. Modifications to the contract can only be authorized by a Change Order or Field Order. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. If Contractor believes that a minor change or alternation authorized by Field Order entitles him to an increase in contract amount or contract time, he shall not proceed with the work and shall, within 10 days after receiving the Field Order, so advise the Engineer in writing and request that a Change Order be issued in accordance with paragraph C4-4.5 of the General Conditions. D -17 D-41 PROJECT ACTIVITIES OVER PIPELINES: It is apparent that certain project vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect the existing lines from these possible excessive loads . The Contractor shall perform pre-demolition and post-construction inspection of the existing 96-inch RCP pipe to verify damages . Any damage to the existing pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to the satisfaction of the City. D-42 SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work performed under this Contract the Contractor shall: 1. Comply with the safety standards provisions of applicable laws, building and construction codes and the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596 and subsequent amendments), and the requirements of Title 29 of the Code of Federal Regulations, Section 1910 or 1926 as applicable. 2. Exercise every, precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. 3. The attention of the Contractor is directed to the Requirements (including permitting and recording) of the Confined Space Entry regulations that are under OSHA. D-43 CONFINED SPACE ENTRY PROGRAM: The Contractor shall produce a written document explaining the confined space entry program to be implemented on this project. At a minimum, the submitted program shall be in compliance with all applicable OSHA requirements regulating confined space entry. D-44 SPILL PREVENTION AND RESPONSE PLAN: The Contractor shall produce a written document explaining the spill prevention and response plan(s) to be implemented on this project. At a minimum, the submitted spill prevention and response plan shall include contingency plans addressing sewer back- ups into homes/businesses, including a 24 hour a day response requirement , sanitary sewer overflows from manholes, and leakage or spill containment during sewer debris removal or transport. The spill prevention and response plan shall also include operational procedures, a list of responsible parties and duties , and the notification procedures to be implemented in case of an emergency spill as defined herein. 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 D -18 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 medians 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 hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding D-19 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 finished 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 entire 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 height 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 provided 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 times 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 . D-20 The specified seed shall equal or exceed the following percentages of Purity and germ ination : 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 Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 Total: 100 Total : 100 Table, 120.2.(2)b 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 spec ified shall be performed in accordance with the requirements hereinafter described . a. Watering. Seeded areas shall be watered as directed by the Eng ineer 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 D-21 distributed at the same time provided the 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 suffic iently 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 sow ing 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 un iform 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 D -22 re-seeding will be achieved in the following 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 . * 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. D-46 OWNER FURNISHED MATERIAL The contractor shall be responsible for the cost of a competent representative of the manufacturers of all equipment to supervise the installation , adjustment, and testing of the equipment and to instruct the Owner's operating personnel in operation and maintenance . This supervision may be divided into two or more time periods as requ ired by the installation program or as directed by the Engineer. A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested , is ready for operation that the operating personnel have been suitably instructed in the operation, lubrication , and care of the unit shall be submitted . D-23 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe , Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle , Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine , Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $11.0 I $ 8 .80 $14.15 $ 9 .88 $13.22 $12 .80 $12 .85 $13 .27 $12 .00 $13 .63 $12.50 $13.56 $14 .50 $10.61 $14.12 $18 .12 $ 8.43 $] l.63 $11.83 $13.67 $16 .3 0 $12.62 $ 9.18 $10 .65 $16 .97 $] 1.83 $11.58 $15.20 $14 .50 $14 .98 $13 .17 $10 .04 $11.04 $14 .86 $16.29 $11.07 $10.92 $] 1.28 $11.42 $12 .32 $1 2.33 $10.92 $12 .60 $12 .91 $12 .03 $14.93 $11.47 $10.91 $11 .75 $12.08 $14 .00 $13.57 $10 .09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceilin'1 Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drvwall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classif1cat1on $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10 .10 Roofer Helper $16 .23 Sheet Metal Worker $11. 91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13 .12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel , Backhoe, Derrick , D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14 .43 Truck Drive r $19.86 Welder $12.00 Welder Helper $20.00 $13 .00 $18 .0D $13 .00 $14.78 $11.25 $10 .27 $13.18 $16.10 $14 .83 $8 .00 $18 .85 $12.83 $17.25 $12 .25 Hrly Rate S20.43 $14 .90 $10.00 $14.00 $10.00 $16 .96 $12 . 31 $18 .00 $9.00 S17.43 $20 .50 $17.76 $12.63 $10.50 $14.91 $16 .06 $9 .7 5 Compliance with and Enforcement of Prevailing Wage Laws (a) 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 . (b) 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 . ( c) Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify 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. (d) 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. ( e) 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. (f) 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 . (g) 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 . (h) 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. 4' 1-" •l·-CFORT WORTH 2 ~i" ~-~ f-311 311-{ Project Title ~1' a111 2 Funding 311 11" 2 Contractor: 111 2 2111 Contractor's Name 2 11" 11 11 Questions on this Project Call : 2 2 111 11" (817) 392 -XXXX 2 111 1111 After Hours Call : (817) 392 -XXXX 2 2111 2 FONTS: NOTES : FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETIERING IN ARIAL BOLD COLORS : FORT WORTH • PMS 288 • BLUE LONGHORN LOGO -PMS 725 • BROWN LETIERING • PMS 288 • BLUE BACKGROUND • WHITE IF APP LI CABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION "/ LOGO AT CDR SIGN AND ENGRAVING , 63 11 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION . BORDER • BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAW ING NO . 1 -H DATE : PARTF BONDS CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensatio ~nsurance coverage for aJl_pf its employees employed on City of Fort Worth Project No.a 75 -V~1()tJ(J/ 8'6§ 3 . STA TE OF TEXAS COUNTY OF TARRANT § § § e (/ vr ~. Px2a1t1t£lll Title: /£esi T>e!Yt Date: ~¢/ Before me, the undersigned authority, on this day personally appeared :37e//e/Y <? &a1/J!/HY , known to me to be the person whose name is subscribed to the foregoing instru~ent, and acknowledged to me that he executed the same as the act and deed of t/Jf-K (!d!YT,e;/c?7/JYG '"52:,ei/;deS,Lt-e for the purposes and consideration therein expressed and in the capacity thereirTstated. Given Under My Hand and Seal of Office this / 6 ~ of £eLJ. , 20 // Rev 4-15-10 TANA STEPHENS Notary Public, State of Texas My Commission Expires February 07, 2012 Bond l/2141174 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Ark Contracting Services, LLC Principal herein, and (2) North American Specialty Insurance Company corporation organized under the laws of the State of (3) New Hampshire , and who as a IS authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Seven million three hundred seventy nine thousand three hundred forty five & no/100--Dollars($ 7,379,345 .oo ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 2 ', day of ,j C\Y) I.Av\ fvl , 20_1_1 , a copy of which is attached hereto and made a part hereof for all purposes, for the 1construction of Village Creek Wastewater Treatment Plant - Part I-Modifications to Building No. 3 and Part II-Junction Box Rehabilitation Projects Project No. P275-701300018683 NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this \Lt~ day of fEe:>t.UA~j ,201L. (SE AL) ~~~ Address: 420 S Dick Price Road Kennedale, TX 76060 Witness as to Principal ATTEST: Secretary (SE AL) Specialty Insurance Name: Tracy ucker Attorney in Fact Address: 900 Summit Ave. --~WM Ft Worth, TX 76102 :.Wftness -as to swety Telephone Number: 817 /336-8520 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond //2 141174 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1), Ar k Contracting Services, LLC (2) North Americ a n Specialty Insurance Company as Principal herein, and , a corporation organized and existing under the laws of the State of (3) New Hampshire , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Se v e n million three hundre d s e venty nine thousan d three hundre d forty f i ve & no/100----Dollars($ 7,37 9 ,345.oo ) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators, successors and assigns , jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 2S day of J°' V) \,(0\ (\ I , 20_11_, which contract is hereby referred to and I made a part hereof as if fully and to the same extent as if copied at length, for the following project: Village Creek Wastewater Treatment Plant -Part I-Modifications to Building No. 3 and Part II-Junction Bo x Rehabilitation Projects Project No. P275-701300018683 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant ( as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed1 pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this l Lt ...\!l day of B=f>W ,+tlj ,20JL. (SE AL) LC n C. Bowman President 420 S Dick Price Road Kennedale, TX 76060 Witness as to Principal ATTEST: Secretary /, ·--- NOTE: (1) (2) (3) Specialty Insurance Name: Tracy Tucker Attorney in Fact r Address: 900 Summit Ave. Ft Worth, TX 76102 Telephone Number: 817 /336-8520 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § Bond //2 141174 MAINTENANCE BOND That Ark Contracting Services, LLC ("Contractor''), as North American Specialty principal, and , Insurance Company a corporation organized under the laws of the State of New Hampshire , ("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 Seven million three hundred seventy of the State of Texas, ("City") in Tarrant County, Texas, the sum of nine thousand three hundred forty _fl._· v_e_a_n_d_n_o_/1_0_0_--_-_-_--_____ Dollars ($ 7,379,345.00 ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally . This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the is of J v\Y'\U.O\ f\../ , 20_\ _\ , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Village Creek Wastewater Treatment Plant -Part I-Modifications to Building No. 3 and Part II-Junction Box Rehabilitation Projects the same being referred to herein and in said contract as the Work and being designated as project number(s) P275-701300018683 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor 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 City of Fort Worth Department of Wc:d:c:..( , it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this insti ment is executed in Eight which shall be deemed an original, this ~ay of E8'f>f.UA:)(.. ':f counterparts, each of , A.O. 2o _il_. ~ Secre ary Bowman North American Specialty Insurance Company Surety J BY,~~~ Na~~====~~ Title: ___ A_t_t_or_n_e-'y'----i_n_-_F_a_c_t ____ _ 900 Summit Ave. Ft Worth, TX 76102 Address NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMP ANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: W. LAWRENCE BROWN , TRACY TUCKER, TOBIN TUCKER and KEVIN J . DUNN JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety , on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000 .00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24•h of March, 2000 : "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached ." Steven P. Andenon, President & Chief Executive Officer of Washington International Insurance Company & Senior Vice President of North Anxrican Spedalty In surance Company By ~~~ ..... M ----~ David M. Layman, Senior Vice Presldenforwashlngton International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this I 5th day of December , 20 _!_Q_. State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 15th day of December , 20 ..!Q_, before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resoective comoanies. "OFFICIAL SE&' NNA D. SKI.ENS Notary Public, State of Illinois My C.O~on &pires l<W6{l011 Donna D . Sklens, Notary Public I, James A . Camenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washing10n International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney g iven by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this i~ day of JQvt-, 20 J f. ,,. --- ::-'"' --· - James A . Carp e nter, Vi ce President & A ssistant Secretary of Washingto n lntem";t io nal lnsura nt·e Co;npa"'i1 y North Am eri can Specialty Insurance Company • ',,,, ,, : \: ,\ . -. . . . -.. -.... .• 1• TUCKER AGENCY, LTD. Bonds and Insurance 900 Summit Ave. Fort Worth, Texas 76102 (817) 336-8520 IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1-800-338-0753 . You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll-free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection@tdi.state. tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TIDS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President -Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOHRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero . Si no se resue lve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE A VISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. PARTG CONTRACT CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the __ day of __ , 20 , by and between the City of Fort Worth , a home-rule municipal corporation situated in Tarrant, Denton , Parker , and Wise Counties , Texas , by and through its duly authorized Assistant City Manager, ("Owner"), and Ark Contracting Services, LLC, ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH : That said Parties have agreed as follows : 1 . That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner , and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : FOR: City of Fort Worth Village Creek Wastewater Treatment Plant Part I -Modifications to Building No. 3 and Part II -Junction Box Rehabilitation Projects Project No. P275-701300018683 That the work herein contemplated shall consist of the Contractor furnishing as an independent contractor all labor, tools, appliances and materials , necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by or on behalf of the City of Fort Worth for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this Contract the same as if written herein . 3 . The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Water Department of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspe , ion-aRe----- 6 /17 /09 C-1 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX approval of the Water Department of the City of Fort Worth and City Council of the City of Fort Worth within a period of Ninety (90) Calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him , the sum of $630.00 per working day, not as a penalty but as liquidated damages, the Contractor and its Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such manner as it may deem proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay Owner on demand in writing , setting forth and specifying and itemized statement of the total cost thereof, said excess cost. 6 . Contractor Covenants and agrees to indemnify the Owner, Owner's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, Its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees . In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City of Fort Worth contract. -, OFFICIAL RECORD CITY SECRETARY L FT. WORTH, TX 6/17/09 C-2 7 . The Contractor agrees, upon the execution of this Contract , and before beginning work , to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth . All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended . A. If the total contract price is $25 ,000 or less , payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work . C. If the Contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications , and Contract Documents . Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8 . The Owner agrees and binds itself to pay, and the Contractor agrees to receive , for all of the aforesaid work , and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof . Payment will be made in monthly installments upon actual work completed by Contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount (including/excluding) alternates N/A , shall be Seven Million, Three Hundred Seventy Nine Thousand, Three Hundred Forty Five Dollars , ($7,379,345.00). 9 . It is further agreed that the performance of this Contract, wither in whole or in part , shall not be sublet or ass igned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Water Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11 . It is mutually agreed and understood that this Contract is made and entered into by the Parties hereto with references to the exist ing Charter and Ordinances of the Cit f4o,_...._.'"""""uh!.!-__ _ 6/17/09 C-3 OFFICIAL RECORD CITY SECRETARY Ft WOR'rH, TX IN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in counterparts in its name and on its behalf by the City Manager and attested by its Secretary , with the corporate seal of the C ity of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in L 9 \. counterparts with its corporate seal attached . Done in Fort Worth, Texas , this the __ 'l_5 ___ day of So111 \.,\CJ\ fL / ALRECOMM ~ DIRECTOR , WATER DEPARTMENT f-H Coo/r*ViC45t lLG CONTRACTOR L/JI) ~~LD,c.}. -Priu. 72d. Kennlda/e , Tx 7haO ADDRESS Contract AuthorizatioR ) / .;>6/0 0 \ \ .. Date CITY OF FORT WORTH ATTEST: • I l , A.O ., 20_ OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX 6/17 /09 C-4 ..J PARTE SPECIFICATIONS PARTI VCWWTP MODIFATIONS TO BAR SCREEN BUILDING NO. 3 PROJECT PART I AND II DIVISION 1 GENERAL REQUIREMENTS City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Mcxlifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ec ts Abbreviations (Part I and m PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01005 ABBREVIATIONS A. Whenever in these Contract Documents the following abbrev iations are used, the intent and meaning shall be interpreted as follows : AA AAMA AASHTO ACI AFBMA AGA AGMA AISC AISI AITC AMCA ANSI APA API AREA ASAE ASCE ASHRAE ASlVIE ASTM AWI AWPA AWPB AWS AWWA BHMA CBMA CDA CISPI CMAA CRSI Fed. Spec . HI HMI ICBO IEEE IPCEA MMA VC0515SOl.005 Aluminum Association Architectural Aluminum Manufacturers' Association American Association of State Highway and Transportation Officials American Concrete Institute Anti-Friction Bearing Manufacturers' Association American Gas Association American Gear Manufacturers' Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning A ssociation American National Standards Institute American Plywood A ssociation American Petroleum In stitute American Railway Engineering Association American Society of Agricultural Engineers American Society of Civil Engineers American Society of Heating, Refrigerating and Air-Conditioning Engineers , In c. American Society of Mechanical Engineers American Society of Testing and Material s Architectural Woodwork Institute American Wood Preservers' As sociation American Wood Preservers' Bureau American Welding Society American Water Works Association Builders' Hardware Manufacturers' Association Certified Ballast Manufacturers' Association Copper Development Association Cast Iron Soil Pipe Institute Crane Manufacturers' A ssociation of America Concrete Reinforcing Steel Institute Federal Specification s Hydraulic Institute Hoist Manufacturers' Institute International Conference of Building Official s Institute of Electrical and Electronics Engineers, In c . Insulated Power Cable Engineer's A ssociation Monorail Manufacturers' A ss ociation 01005-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No. 3 and Part II -Junction Box Rehabili tation Projects Abbreviations (Part I and m NACE NBMA NEC NEMA NESC NFPA NLMA NWMA OECI OSHA PS RMA SAE SSPC TCA TCEQ TEMA UBC UL USACOE WWPA National Association of Coatings Engineers National Builders' Hardware A ssociation National Electrical Code National Electrical Manufacturers' A ssociation National Electric Safety Code National Fire Protection Association National Lumber Manufacturers' Association National Woodwork Manufacturers' Association Overhead Electrical Crane Institute Occupational Safety and Health Act (both Federal & State) Product Standards Sections - U .S . Department of Commerce Rubber Manufacturers' Association Society of Automotive Engineers Steel Structures Painting Council Tile Council of America Texas Commission of Environmental Quality Tubular Exchanger Manufacturers' A ssociation Uniform Building Code Underwriter's Laboratories, Inc . United States Army Corp of Engineers Western Wood Products Association PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION VCOS ISSOl.005 01005 -2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Summary of Work (Part I and m PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01010 SUMMARY OF WORK A. This Section describes the project in general and provides an overview of the extent of the work to be perfonned . Detailed requirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings . The Contractors shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work. B. Any part or item of the work which is reasonably implied or nonnally required to make each installation satisfactorily and completely operable shall be perfonned by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of work even though these appurtenances and items may not be specifically called for in the Specifications . C. The work shall include all civil, mechanical, and structural work . 1.02 GENERAL DESCRIPTION OF THE PROJECT A. The work of this project is located at the Fort Worth's Village Creek Wastewater Treatment Plant as shown on the Location Map in the Drawings . B . The project shall include, but not be limited to, the following major items of work: Part I -Modifications to Bar Screen Building No. 3 1. Demolition of parshall flumes 5 and 6, and installation of Owner provided 96-inch Hobas pipe on west side of the Bar Screen Building No. 3. 2. Demolition of odor control scrubber and ductwork system and modifications to the odor control system. 3. Installation of Owner provided stainless steel weir plate, guide frames and structural modifications on east side of Bar Screen Building No . 3 . 4. Perfonn modifications to existing yard piping, and relocation of existing yard piping and valves around Bar Screen Building No. 3. 5. Site Work, including grading, levee rebuilding, erosion control, painting, restoration, structure and piping dewatering, fences, stonn drainage, swales, site cleanup, etc. 6 . Piping, valves, fittings and accessories as required placing project into operation . 7 . Prepare structure(s) and pipes for testing. VCOSlSSOl.010 01010-1 09/30/10 Ci ty of Fort Worth -Vill age Cree k Was tewater Trea tm ent Plant Part I -Modific ations to Bar Screen Build ing No . 3 an d Part Il -Jun cti on Box Rehabilitati on Projects Summ ary of Work (Part I and m 8 . Provide maintenance of flow , temporary piping, valves , and pumps, if required, to handle all flow s during the shutdown of Bar Screen Building No. 3 . 9 . Provide O&M manuals for training of maintenance and plant operations personnel prior to substantial completion . 10 . Mobilization/demobilization, in surances, permits and bonds . 11 . Record/as-built drawings . Part II-Junction Box Rehabilitation 1. Perform modifications to existing Junction Box H and install new sluice gates . 2 . Demolish Junction Boxes B, BB, and BBB and 72-inch and 96-inch pipe and construct Junction Box 4B and 72-inch and 96-inch FRPMP pipe. 3 . Demolish portions of 72-inch pipe from Junction Box H to Junction Box BB and construct 96- inch FRPMP pipe from Junction Box H to Junction Box 4B via tunneling under levee. 4 . Perform structural modifications to Primary Distribution Boxes 21 and 22 . 5 . Provide maintenance of flow, temporary piping, valve s , and pumps, if required , to handle all flows during the shutdown for Part II work . 6 . Provide O&M manual s for training of maintenance and pl ant operation s personnel prior to s ubstantial completion . 7 . Mobilization/demobilization, insurances, permits and bonds . 8 . Record/as-built drawings . C . All work shall be done as described in the Contract Docume nt s and as shown on the plans, complete, tested and ready for operation . 1.03 SUBSTANTIAL COMPLETION A. The work, or any separable parts thereof, identified herein shall be deemed Substantially Completed a s such time that all incidental requirements necess ary to enable the OWNER to continuously and successfully utilize the work or separable part thereof, for the purposes of which it is intended are completed. B . Substantial Completion will require the CONTRACTOR to have met the requirements established for Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation at the Village Creek Wastewater Treatment Plant. C . The following work must be accomplished , complete, tested and fully operational by the Substantial Completion date as specified in special conditions. VCOSIS SOl.010 1. All of the items a s specified in Article 1.02 B above as required to place facilities into ope ration except painting, partial restoration, see ding, fini sh grading, site clean-up, e tc ., Part I , Item No. 10 (demobilization), and Item No. 11 (Record/as-built drawing s) and Part II , Item No. 5 (demobilization), and Item No . 6 (Record/as-built drawing s). 01010-2 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Summary of Work (Part I and m 1.04 FINAL COMPLETION A. Final completion shall include all remaining work as specified in Article 1.02 B, punch list items, record/as-built drawings and demobilization at the Village Creek Wastewater Treatment Plant site. B. The ENGINEER shall conduct two (2) final inspections at the facilities . The initial final inspection will include all work after meeting the requirements for Substantial Completion, the second final inspection shall be conducted after completion of all phases of the completed work efforts by the CONTRACTOR and acceptance by the OWNER at the project site. 1.05 CONTRACTS A . The work of this project will be executed as shown in the Bid Form. B . The work is generally described below under CONTRACTOR'S RESPONSIBILITIES. The delineations noted there between the various sections of the Specifications and contracts are for a general overview of the work. The work to be executed is not necessarily limited to those descriptions. Accordingly, the Contractor shall thoroughly familiarize himself with all of the Contract Documents in order to fully understand the extent of his work and be aware of any "cross references". The Contractor fully understands, and shall fulfill, his duties and responsibilities regarding coordination and cooperation with other contractors working on the project. 1.06 WORK SEQUENCE A. The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms of the Contract, and the specific requirements of Section . 01040, so long as the restraints are observed and the overall project completion time is achieved. Section 01040 defines the overall sequence and the sequence in critical areas . 1.07 CONTRACTOR'S DUTIES A. Designate required delivery date for each product in Construction Schedule. B. The Contractor shall serve as an overall coordinator among all Sub Contractors . C . Handling of material and equipment at the site, including unloading, uncrating, storage and security. D. Protect material and equipment from damage. E. Repair or replace items damaged as a result of the Contractor's operations. F. Install, connect and finish products. 1.08 CONTRACTOR'S RESPONSIBILITIES A. General Construction -Contractor. 1. Execute and be responsible for respective subcontractors, all work, including site , structural, piping and equipment. 2 . Arrange for the necessary temporary water service, including the securing of any necessary permits. This service shall be metered separately to the Contractor as required by the Owner. Nonpotable water service is available at Village Creek Wastewater Treatment Plant. VC0515SOI.OIO 01010-3 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Sununary of Work (Part I and m 3 . Provide adequate temporary sanitary facilities throughout construction areas. The contractor may not use restrooms in plant facilities. 4. Secure all necessary permits, and furnish, install, maintain, and remove all temporary electric service facilities for construction purposes, and pay for all electrical energy consumed for construction purposes for all the subcontractors, including the operation of ventilating equipment, for heating of buildings, until final acceptance by the Owner or until the Engineer certifies Substantial Completion. The Contractor shall be responsible for determining the total temporary electrical need and shall provide it accordingly. The temporary electrical service shall meet NEC, OSHA and all other local safety codes. 5. Provide and pay for temporary service for lighting of temporary offices, including offices of all subcontractors. 6. Provide initial and replacement lamps, wiring, switches, sockets and other necessary electrical equipment required for temporary lighting and for small power tools. 9. Provide wiring, equipment, and connections for portable or temporary heating units. l 0. Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain all heating units. 11. Construct and maintain temporary access roads and parking areas as required within the designated temporary construction easement limits. 12. Provide and maintain fire fighting equipment as required in working order during the entire construction period. 13. Be responsible for providing adequate dewatering of the site as required for the work associated with the Contract as specified throughout the time required to complete this work as shown on the Plans and specified hereinafter. 14. The Contractor shall keep one set of "Record Drawings" and specifications available on the job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes, elevations, and other data pertinent to the construction operation for use in preparing "As-Built" documents . All changes, etc., shall be clearly marked in red pencil. The Record Drawings shall be available for inspection by the Engineer at all times and shall be turned over to the Engineer upon written request. 1.09 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A. The proposed work under this Contract will connect with or into existing facilities. Such locations are particularly sensitive because of the necessary down-time of existing wastewater treatment operations, or because of the possibility of contamination of potable water, or because of the extraordinary inconvenience to the Owner's personnel and to the routine which is required in the continuous operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of the work which will affect the existing facilities. Such plans and schedules shall be subject to the approval of the Owner. B . Work which requires shutdown or in any way impedes the operations of existing facilities shall be closely coordinated with the Engineer. A minimum of 14 days written notice shall be given to the Engineer before such approval will be granted. C . Immediately after the award of a contract for this project, the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations. VCOSISSOl.010 01010-4 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Summary of Work (Part I and m D. Construct work in stages to accommodate the OWNER's use of the premise during the construction period; coordinate the construction schedule and operations with the OWNER' s representative. 1.10 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit the use of the premises for his Work and for storage to allow for: 1. Work by other contractors . 2. Owner occupancy. 3. Public use. B. Coordinate use of premises with Owner. C . Contractor shall assume full responsibility for security of all his, the Owner's and his subcontractor's materials and equipment stored on the site . D. If directed by the Owner, move any stored items which interfere with operations of Owner or other contractors. E. Obtain and pay for use of additional storage or work areas if needed to perform the Work. F. Contractor shall submit to the Owner for approval a plan of operations , designating proposed areas of the property to be used for his operations, material storage, equipment storage, employee's parking, offices and shops. The area shall affect minimal interference with the present operations. G. Any damage to existing facilities, including contamination, which may be caused by Contractor's personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole expense of the Contractor. H. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's expense in like kind, and to the satisfaction of the Engineer. 1.11 PARTIAL OWNER OCCUPANCY A. The CONTRACTOR shall schedule his operations for completion of portions of the Work, as designated, for the OWNER' s occupancy prior to Substantial Completion of the entire Work. 1.12 OWNER OCCUPANCY A. Owner will occupy premises during performance of the work for the conduct of his/her normal operations . Coordinate all construction operations with Owner to minimize conflict and to facilitate Owner usage. 1.13 PRE-CONSTRUCTION CONFERENCE A . After the execution of the Agreement a joint meeting shall be held with representatives of the CONTRACTOR and major subcontractors, the ENGINEER, the OWNER, and other invited parties or government agencies which may be affected by or have jurisdiction over the Project. The meeting is intended to introduce the various key personnel from each organization and discuss the Contract Documents, the start of construction, order of work, labor and legal requirements, insurance requirements, names of major subcontractors, method of payment, shop drawing requirements, protection of existing facilities and other pertinent items associated with the Project. The CONTRACTOR shall bring to this conference six (6) copies of a proposed work schedule. VC0515SOI.OI0 01010-5 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No . 3 and Part II -Junction Box Rehabilitation Projects Swnm ary of Work (Part I and m PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCOS ISS Ol.010 END OF SECTION 01010-6 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Site Conditions (Part I and Part m SECTION 01011 SITE CONDITIONS PART 1 GENERAL 1.01 SUBSURFACE INVESTIGATION A. Subsurface investigations have been made to indicate subsurface conditions around the Junction Box B, BB, and BBB area. A Geotechnical Investigation Report No . DG-10-15420, New Junction Structure, Village Creek Wastewater Treatment Plant, Fort Worth , Texas dated September 23 , 2010, showing a record of the data obtained on subsurface conditions shall be made available for Contractor's review upon request. ' B. Drilled sample borings and laboratory testing have been performed for the project. However, the information does not fully depict the soil types, conditions, and variability of data over the entire project. Therefore, bidders shall perform any necessary investigations to determine the nature of the subsurface materials as they deem necessary. 1.02 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information presented herein as a part of these Contract Documents. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. Neither the Owner nor the Engineer assumes responsibility for any conclusion or interpretation made by the Contractor on the basis of the information made available by the Owner or the Engineer. C. Existing ground profiles shown on the Plans were plotted from field surveys performed in 2005 and information provided by Owner's previous projects. 1.03 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown were taken from existing records and the best information available from existing plans; however , it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown . Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. VCOSISSOl.011 01011-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Scre en Building No. 3 and Part II -Juncti on Box Rehabilitation Projects Site Conditions (Part I and Part m B. Neither the Owner nor his officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work . C. The Contractor shall at all times provide unobstructed access to fire hydrants, underground conduit, manholes, and water or gas valve boxes . D. Where the Contractor's operations could cause damage which might result in considerable expense, loss, and inconvenience when his operations are adjacent to or near railway , telegraph , telephone, television, power, oil, gas, water, sewer, irrigation, or other systems, no operations shall be commenced until the Contractor has made all arrangements necessary for the protection of these utilities and services. E . The Contractor shall notify all utility offices that are affected by the construction operation at least 15 days in advance of commencing construction operations . The Contractor shall not expose any utility without first obtaining permission from the affected agency . Once permission has been granted, locate and, if necessary, expose and provide temporary support for all existing underground utilities in advance of operations. F . The Contractor shall be solely and directly responsible to the Owners and operators of such utility properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage that may result from the construction operations under this Contract. G . In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, the Contractor shall promptly notify the proper authority and cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair . In no event shall interruption of any water or utility service be allowed unless prior approval is granted by the owner of the utility. H . The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents. I. Where existing utility lines or structures are so located as to physically conflict with permanent structures to be constructed under this Contract, the conflicting utility line or structure shall be permanently relocated. Such relocations shall be considered as required by this CONTRACT . J . The Contractor shall give immediate notice to the Engineer, the Owner and the owner of the utility (where applicable) when a physical conflict is determined to exist. Any delays resulting from the required relocations of the utilities are the responsibility of the Contractor. K. Where existing utility lines or structures are so located as to interfere with the Contractor's prosecution of the work, but do not physically conflict with completed manholes or other permanent structures to be constructed under this Contract, any modification, alteration, or relocation of interfering utility, either permanent or temporary, shall be accomplished at the expense of the Contractor. L. The Contractor shall give immediate notice to the Engineer and the Owner of the utility when interference is determined to exist and shall obtain approval to relocate such utility or to discontinue service therein from the Engineer and the owner of the utility . The owner of the utility shall have the right to do all work required to discontinue, relocate, and replace interfering utilities VC0515SOI.Ol l 01011 -2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Site Conditions (Part I and Part m and charge the Contractor for all costs thereof. When approved by the Engineer and the owner of the utility, all work required to discontinue, relocate, and replace interfering utilities may be done by, or arranged for by the Contractor. All such discontinuance, relocation, and replacement shall be accomplished in accordance with all requirements of the owner of the utility . M. When notified by the Contractor that an interference or conflict has been determined to exist, the Engineer will determine whether such interference shall be considered as required by construction or as incidental to construction. 1.04 INTERFERING STRUCTURES A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Plans . While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties . B. Protect existing structures from damage, whether or not they lie within the right-of-way or the limits of the easements obtained by the Owner. Where existing structures must be removed to properly conduct the work, or are damaged during the work, they shall be restored at the Contractor's own expense to at least their original condition and to the satisfaction of the Engineer. C. The Contractor may, with the approval of the Engineer and without additional compensation, remove and replace in a condition as good as or better than original, any small interfering structures such as fences and signposts that interfere with the Contractor's operations. 1.05 FJELD RELOCATION A. During the progress of the work, minor relocations of the work may be necessary . Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered and proceeds with the work despite this interference, he shall be responsible for any damage that may occur. 1.06 LAND MONUMENTS A . The Contractor shall preserve or replace any existing Federal, State, County, City, and private land monuments encountered. All monument replacement by the Contractor shall be performed by a land surveyor licensed in the State of Texas . 1.07 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC05l5SOl.Ol l END OF SECTION 01011-3 9/30/201 0 Ci ty of Fort Worth -Village Creek Was tewater Treatm ent Plant Part 1-Modifi cations to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitatio n Projects Trench Safety Requirements (Part I and Part m SECTION 01013 TRENCH SAFETY REQUIREMENTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials , and equipment and perform all operations to plan , design, construct, install, maintain , monitor, modify as necessary, and remove upon completion, a Trench Safety System as specified herein . B . The requirements of this Section apply to all trenches which equal or exceed a depth of five (5) feet , measured from the ground surface at the highest side of the trench to the trench bottom . C . All applicable and non-conflicting portions of Section 02221 -Trenching, Backfilling and Compaction apply as appropriate. 1.02 RELATED REQUIREMENTS A. Section 01035 -Control of Work. B. Section 02221 -Trenching, Backfilling and Compaction . C . Texas Statute: HB 1569, 71 st Regular Legi slative Se ss ion . D . U .S . Occupational Safe ty and Health Administration (OSHA) Standards, 29 CFR 1926, Subpart P -E xcavation s, latest revi s ion at time of construction Agre e ment e xecution . PART 2 PRODUCTS 2 .01 GENERAL A. All materials and products incorporated into the Trench Safety System shall be suitable for their intended uses; shall meet all design criteria and parameters used by the Trench Safety Sy stem designer ; and shall meet all applicable requirements of OSHA Standards. PART 3 EXECUTION 3 .01 PROCEDURES A. At least ten (10) Calendar Days prior to trench excavation or any excavation operations, and not more than thirty (30) Calendar Days following the execution date of the construction Agreement, Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that operations will be conducted in full conformance with the OSHA Standards. 1. The Conformance Letter shall also describe the Trench Safety System techniques proposed to be used on the project. VC05 15SOl.013 01013 -1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Trench Safety Requirements (Part I and Part m 2 . Specific references to the applicable OSHA Standards sections shall be included for each technique to be used . B. The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear to be understandable and usable by all personnel who will be executing, supervising and witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available at the site of trenching operations at all times. A copy shall be provided to the Engineer for the Owner's records, prior to start of any trenching work. C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety System Plan, they shall be executed by the Contractor at his cost. D. For trenches having depths greater than the various limits given in the OSHA Standards (8, 12 or 20 feet, depending on the techniques used), a site specific protective system shall be designed by a Registered Professional Engineer in the state of Texas experienced in soil mechanics and structural design. The design shall be signed, sealed and dated by the Professional Engineer, and it shall identify those specific locations where the design is applicable. 3.02 METHODS OF PROVIDING FOR TRENCH SAFETY A. Protective systems referenced in this Section shall be as defined and described in 29 CFR 1962.652, "Requirements for Protective Systems." B. It is the duty, responsibility and prerogative of the Contractor to determine the specific applicability of a proposed Trench Safety System for each field condition encountered on the project. Contractor specifically holds the Owner, Engineer, and any of their designated representatives harmless in any actions resulting from the failure or inadequacy of the Trench Safety System used to complete the project. C. Unless otherwise noted on the drawings or excluded below, Sloping/Benching, Trench Shielding with trench boxes, and/or Sheeting/Shoring/Bracing protective systems may be used on this project. D. Restrictions on the use of the various protective systems for this project are as follows: 1. Sloping or Benching. 2. Trench Shields/Boxes. 3. Sheeting/Shoring/Bracing. 3.03 INSPECTION DUTIES OF CONTRACTOR Not allowed anywhere on this project. No restrictions . No restrictions. A. Provide a Competent Person, as defined in the OSHA Standards, to make frequent inspections of the trenching operations and the Trench Safety System in full conformance with the OSHA Standards . B. If evidence of a possible cave-in or landslide is apparent, all work in the trench shall immediately cease and not be resumed until all necessary precautions have been taken to safeguard personnel entering the trench. VC0515SOl.013 01013-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatm ent Plant Part I -Modifications to Bar Screen Buildin g No . 3 and Part Il -Juncti on Box Rehabili tatio n Projects Trench Safety Requirements (Part I and Part m C. In an emergency situation which may threaten or affect the safety or welfare of any persons or properties, the Contractor shall act at his discretion to prevent poss ible damage , injury or loss. Any additional compensation or time extension claimed for such actions shall be considered in view of the cause of the emergency and in accordance with the Agreement. 3.04 MEASUREMENT AND PAYMENT A. Payment for the Trench Safety System shall be on a linear foot of Trench Safety System in stalled basis for pipelines, and the unit of measure being lump sum for structural excavations exceeding five feet in depth, without regard to whether specific trench safety precautions were required or used for the trench reach being measured. END OF SECTION VCOSISSOl.013 01013-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Contract Considerations (Part I and Part II) PART 1 GENERAL 1.01 GENERAL A. Schedule of Values. B . Application for Payment. C. Change procedures. SECTION 01019 CONTRACT CONSIDERATIONS 1.02 RELATED REQUIREMENTS A. Section O 1610 -Material and Equipment: Substitutions . 1.03 SCHEDULE OF VALUES A . Submit typed schedule on Contractor's standard form . B . Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed . C. Format: Utilize the Table of Contents of these Specifications . Identify each line item with number and title of the major Specification Section. Identify site mobilization, bonds and insurance. D . Include within each line item, a directly proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.04 APPLICATIONS FOR PAYMENT A . Submit four copies of each application on forms to be provided by the City of Fort Worth. B . Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Waiver of liens from subcontractor. D . Revised schedule shall be submitted with each pay application . 1.05 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time . VC0515SOl.019 01019-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treattnent Plant Part I -Modifications to Bar Scree n Building No . 3 and Part II -Jun ction Box Rehabilitation Projects Contract Considerations (Part I and Part m B. The Engineer may iss ue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change . Contractor shall prepare and submit a proposal within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors . Document any requested substitutions in accordance with Section 01610 . D . Stipulated Sum/Price Change Order: Based on proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. E . Construction Change Authorization: Engineer may issue a directive, Work Directive Change, signed by the Owner, instructing the Contractor to proceed with a change in the work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. G . Maintain detailed records of work done on Time and Material basi s. Provide full information required for evaluation of propo sed changes, and to substantiate costs for changes in the Work. H . Execution of Change Orders: Engineer will issue Change Orders for si gnatures of parties as provided in the General Conditions of the Contract. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC05 15S Ol.019 END OF SECTION 01019-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Measurement and Payment (Part I and Part m PART 1 GENERAL 1.01 GENERAL SECTION 01026 MEASUREMENT AND PAYMENT A . The Total Base Bid in the Proposal shall cover all Base Bid Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including, but not limited to: furnishing all materials, equipment, supplies, and appurtenances ; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Bid Form shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid . 1.02 BASE BID A. BAR SCREEN BUILDING NO . 3 AND JUNCTION BOX REHABILITATION IMPROVEMENTS (Bid Item No. 1) Measurement and payment of the lump sum bid in the Proposal for the Bar Screen Building No . 3 and Junction Box Rehabilitation improvements at Village Creek Wastewater Treatment Plant shall be full compensation for furnishing all labor, materials, equipment and incidentals, excluding Bid Items No . 2-22 to complete Base Bid Work in its entirety as shown on the Drawings and/or as specified, including cleanup. B. INSTALLATION OF OWNER FURNISHED 96-INCH FRP (HOBAS) PIPE (Bid Item No. 2) This item shall include the installation of the Owner furnished 96-inch FRP (HOBAS) pipe and spigot/splice piece and all work associated with the connections to the existing facilities shown on the drawings and specified herein. Measurement and payment of Bid Item No. 2 shall be based on the linear footage of pipe installed and tested and shall be paid for at the unit bid price for furnishing all labor, materials , equipment and incidentals to complete work in its entirety, including cleanup with the exception of the 96-inch Hobas pipe and spigot/splice piece (as furnished by the Owner). C. INSTALLATION OF OWNER FURNISHED ODOR CONTROL DUCTWORK SYSTEM (Bid Item No. 3) This item shall include the installation of the odor control ductwork system . All the ductwork material s will be furnished by the Owner except the flow switch, hydrogen sulfide, and methane sensors . The contractor shall be responsible for providing flow switch, hydrogen sulfide and methane sensors as shown on the drawings and specified herein. Measurement and payment of Bid Item No. 3 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, materials, equipment and incidental s to complete work in its entirety, including cleanup with the exception of the duct work materials (as furnished by the Owner). D. INSTALLATIONOFOWNERFURNISHEDWEIRPLATEANDGUIDEFRAME(BiditemNo.4) This item shall include the removal of the temporary weir plate and installation of the permanent stainless steel weir plate and guide frames and associated concrete modifications . The weir plate and guide frame s will be furnished by the Owner. VC0515SOl.026 01026-1 09/30/10 City of Fort Worth -Village Creek Wastewa ter Treatment Plant Part I -Modifications to Bar Screen Bu ilding No. 3 and Part II -Junction Box Rehabilitation Projects Measurement and Paym ent (Part I and Part m Measurement and payment of Bid Item No. 4 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, materials, equipment and incidentals to complete work in its entirety, including cleanup with the exception of the weir plate and the guide frame (as provided by the Owner). E. HRC OPERATION DURING DRY WEATHER FLOW (Bid Item No . 5) This item includes an allowance to purchase chemicals and sand for operating the High Rate Clarification (HRC) facility during shut down for the Project under dry weather flow. Measurement and payment of Bid Item No. 5 shall be based on the actual amount of chemicals and sand used during shutdown and shall not exceed $643,000 . Authorization from the Owner is required for this bid item . Contractor shall coordinate with Owner for chemical supply and delivery . F . HRC OPERATION DURING WET WEATHER FLOW (Bid Item No . 6) This item includes an allowance to purchase chemicals and sand for operating the High Rate Clarification (HRC) facility during shut down for the Project under wet weather flow . Measurement and payment of Bid Item No . 6 shall be based on the actual amount of chemicals and sand used during shutdown and shall not exceed $166,000. Authorization from the Owner is required for this bid item . Contractor shall coordinate with Owner for chemical supply and delivery. G. BYPASS PUMPING SYSTEM EQUIPMENT AND INSTALLATION COST ONLY FOR TEMPORARY BYPASS PUMPING SYSTEM UP TO 150 MGD (Bid Item No. 7) This item is for bypass pumping system and includes equipment and installation cost only to mobilize a temporary bypass pumping system up to 150 MGD during shut down . Measurement and payment of this bid item shall be based on the lump sum bid price and shall be full compensation for furnishing all labor, materials, equipment and incidentals to install and make ready for operation of bypass pumping system . Authorization from the Owner is required for this bid item . H. BYPASS PUMPING SYSTEM OPERATION COST ONLY FOR TEMPORARY BYPASS PUMPING UP TO 50 MGD (Bid Item No . 8) This item is for a bypass pumping system up to 50 MGD and includes operation cost only for a temporary bypass pumping system up under dry weather flow during shut down for the Project. Measurement and payment of this bid item shall be based on the actual number of operating days for temporary bypass pumping up to 50 MGD and shall be paid for at the unit bid price for furnishing all labor, materials , equipment and incidentals to operate the bypass pumping system . Actual number of operating days exceeding that listed in the bid fonn shall be paid for at the unit bid price . Authorization from the Owner is required for this bid item . I. BYPASS PUMPING SYSTEM OPERATION COST ONLY TO TEMPORARILY BYPASS PUMP FROM 40 MGD UP TO 200 MGD (Bid Item No . 9) Thi s item is for a bypass pumping system from 50 to 150 MGD and include s operation cost only for temporary bypass pumping system under wet weather flow during shut down for the Project. Measurement and payment of this bid item shall be based on the actual number of operating days for temporary bypass pumping from 50 MGD up to 150 MGD and shall be paid for at the unit bid price for furnishing all labor, materials , equipment and incidental s to operate the bypa ss pumping system. Actual number of operating days exceeding that listed in the bid fonn shall be paid for at the unit bid price . Authorization from the Owner is required for this bid item . VC05 l 5S O 1.026 01026-2 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Measurement and Payment (Part I and Part II) J. TRENCH SAFETY WORK (Bid Items No . 10 and 11). Work under these Bid Items includes furnishing all labor, materials, and equipment, and performing all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion , a Trench Safety System for trenches and structural excavations more than five feet deep pursuant to OSHA . All other work specified under other sections of the Specifications necessary to complete the Work ( e.g. excavation, dewatering, pipe installation, formwork, concrete placement, backfill, etc.) shall be included in Bid Item No. 1. Measurement for Bid Item No. 10 shall be based on the actual linear footage of pipe (size and depth) installed and shall be paid for at the unit bid price. Measurement for Bid Item No. 11 shall be based on the lump sum bid and shall be full compensation for furnishing all labor materials, equipment and incidentals to complete the work in its entirety. K. MODIFICATIONS TO JUNCTION BOX H, EXCLUDING BID ITEM 21 (Bid Item No. 12). This item shall include demolition and disposal of the existing sluice gates and installation of two new stainless steel sluice gates at Junction Box Has shown on the drawings and specified herein, excluding structural repairs and coatings that are included Bid Item 21. Measurement and payment of Bid Item No. 12 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, materials, equipment and incidentals to complete work in its entirety, including cleanup . L. DEMOLITION OF JUNCTION BOX B, BB , AND BBB (Bid Item No . 13) This item shall include the complete removal and disposal of existing junction boxes B, BB, and BBB. Measurement and payment of Bid Item No. 14 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, materials , equipment and incidentals to complete work in its entirety, including cleanup . M. DEMOLITION OF 72-INCH RCP LINE FROM JUNCTION BOX H TO JUNCTION BOX BB (Bid Item No. 14). This item shall include the complete removal and disposal of existing 72-inch line from Junction Box H to just north of Uel Stephens Street. The remainder of the 72-inch line shall be capped, filled with lean concrete, and left in place as shown on the drawings and specified herein . Measurement and payment of Bid Item No. 14 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, materials, equipment and incidentals to complete work in its entirety, including cleanup . N. REPLACEMENT OF RCP 72-INCH WITH FRPMP PIPE (Bid Item No . 15) This item shall include the removal of existing 72-inch RCP located south of the levee as shown on the drawings. Remove a minimum of 100 LF of pipe and replace more if where the connection to the existing RCP pipe is structurally unsound and more existing pipe has to be removed . Measurement and payment of Bid Item No. 15 shall be based on the linear footage of pipe installed and tested and shall be paid for at the unit bid price for furnishing all labor, materials , equipment and incidentals to complete work in its entirety , including cleanup . 0 . REPLACEMENT OF RCP 96-INCH WITH FRPMP PIPE (Bid Item No . 16) VC0515 SOl.026 01026-3 09/30/10 Ci ty of Fort Worth -Vill age Creek Was tewa ter Trea tm ent Pl ant Part I -Modifications to Bar Screen Building No. 3 an d Part II -Junction Box Reh abilitati on Projects Measurement and Paym ent (Part I and Part m This item shall include the removal of existing 96-inch RCP located south of the levee as shown on the drawings. Remove a minimum of 100 LF of pipe and replace more if where the connection to the existing RCP pipe is structurally un sound and more existing pipe has to be removed. Measurement and payment of Bid Item No. 16 shall be based on the linear footage of pipe installed and tested and shall be paid for at the unit bid price for furni shing all labor, materials , equipment and incidentals to complete work in it s entirety, including cleanup . P . CONSTRUCTION OF NEW JUNCTION BOX 4B (Bid Item No . 17). This item shall include the complete installation of Junction Box 4B including four new 96-inch stainless steel sluice gates with actuators and two sets of composite stop logs as shown in the drawings and specified here in. Measurement and payment of Bid Item No. 17 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, materials, equipment and incidental s to complete work in its entirety, including cleanup . Q. INSTALLATION OF NEW 96-INCH FRPMPPIPEFROMJUNCTION BOX HTO JUNCTION BOX 4B (Bid Item No. 18). This item shall include the installation of 96 -inch FRPMP pipe from Junction Box H to Junction Box 4B as shown on the drawings. Measurement and payment of Bid Item No. 18 shall be based on the linear footage of pipe in stalled and tested and shall be paid for at the unit bid price for furnishing all labor, materials, equipment and incidental s to complete work in its entirety, including cleanup . R. MODIFICATIONS TO PRIMARY CLARIFIER DISTRIBUTION BOX 21 , EXCLUDING BID ITEM 21 (Bid Item No. 19). This item shall include demolition and di spo sal of the exi sting sluice gates and installation of four new stainless steel sluice gates at Di stribution Box 21 as shown on the drawings and specified herein, excluding structural repairs and coatings that are included Bid Item 21. The existing actuators shall be reused with the new sluice gates . Measurement and payment of Bid Item No. 19 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, material s, equipment and incidental s to complete work in its entirety, including cleanup. S . MODIFICATIONS TO PRIMARY CLARIFIER DISTRIBUTION BOX 22 , EXCLUDING BID ITEM 21 (Bid Item No . 20). This item shall include demolition and di sposal of the exi sting sluice gates and installation of two new stainless steel sluice gates at Distribution Box 22 as shown on the drawings and specified here in , excluding structural repairs and coatings th at are included in Bid Item 21 . Measurement and payment of Bid Item No . 20 shall be based on the lump sum bid and shall be full compensation for furnishing all labor, material s, equipment and in c idental s to complete work in it s entirety, including cleanup . T . FURNISH AND INSTALL STRUCTURAL REPAIRS AND PROTECTIVE COATINGS PER SPECIFICATION SECTION 03930 AT JUNCTION BOX H , JUNCTION BOX 4B , DISTRIBUTION BOX 21 , AND DISTRIBUTION BOX 22 (Bid Item 21 ). This ite m shall include in stallation of s pec ified structural repairs and protective coatings per Spec ification Section 03930 at Junction Box H , Junction Box 4B, Distribution Box 21 , and Di stributi on Box 22 in accordance w ith th e firm agree ment on material s and labor pric e from th e coatin g manufacturer/vendor, complete in place . VCOS ISSOl.026 01026-4 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part Il -Junction Box Rehabilitation Projects Measurement and Payment (Part I and Part Il ) Measurement and payment of Bid Item No . 21 shall be based on the lump sum bid price of $374,195 .00 and shall be full compensation for furnishing all supervision, labor, materials, tools, equipment, incidentals, and related items required to complete work in its entirety, including cleanup. U. CONSTRUCTION OF 30-INCH REINFORCED CONCRETE DRILLED PIERS, COMPLETE IN-PLACE, INCLUDING STEEL CASING (Bid Item No . 22). This item shall include construction of 30-inch reinforced concrete drilled piers , complete in place , including steel casing as shown on the drawings and specified herein . Measurement and payment of Bid Item No. 22 shall be based on the vertical linear footage of drilled piers construction and shall be paid for at the unit bid price for furnishing all labor, materials, tools, equipment, incidentals, and related items required to complete work in its entirety, including clean up. 1.03 PARTIALPAYMENT A. Partial payments will be made for materials and equipment stored on site but not installed, in accordance with Section C8-8 of the General Conditions. The amount paid for stored materials shall be for amount actually paid by Contractor and include any discounts received for early payment. In order to receive approval for partial payment of any materials and equipment stored onsite, the Contractor mu st submit copies of the original in voice with the application for Payment for all materials and equipment, to be approved for payment. Payment for all stored on s ite item s shall be subject to the retainage described in Section C8-8 of the General Conditions . 1.04 EXTRA WORK A. Extra work, if any, will be performed in accordance with Section C4-4 of the General Condition s and will be paid for in accordance with the provisions of Section C8 -8. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC0515SOl.026 END OF SECTION 01026-5 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Control of Work (Part I and Part m PART 1 GENERAL 1.01 PLANT SECTION 01035 CONTROL OF WORK A. The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Contract. If at any time such plant appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the plant and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required. 1.02 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property, rights-of-way, or easements, except by written permission of the respective landowner. 1.03 PIPE LOCATIONS A. Pipelines, electrical conduits, and other underground utilities shall be located as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 1.04 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property . The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen . Bridges provided for access during construction shall be removed when no longer required. The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures, such as limiting the length of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. B . The Contractor shall take precautions, such as fences and barricades, to prevent injury to the public due to open trenches . All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. VC0515SOl.035 01035-1 9/30/10 Ci ty of Fort Worth . Village Creek Was tewater Treatment Plan t Part I · Mod ific ati ons to Bar Screen Building No. 3 an d Part II · Juncti on Box Reh abili tati on Projects Control of Work (Part I and Part m 1.05 TEST PITS A . Test pits for the purpose of locating underground pipelines or structures in advance of the con struction shall be excavated and backfilled by the Contractor at th e direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been sati sfied and the surface restored and maintained in a manner sati sfactory to the Engineer. 1.06 MAINTENANCE OF TRAFFIC A. Unless permission to close a street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times . If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. B . Contractor shall provide traffic control around construction site and within construction access roads . Detours around construction and within construction access road s will be subject to the approval of the Owner and the Engineer. Where detours are permitted, th e Contractor shall provide all necessary workmen, barricades and signs a s required to divert the flow of traffic . While traffic is detoured , the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. C . The Contractor shall take precautions to prevent injury to th e public due to open trenches. Night watchmen may be required where special hazards ex ist , or police protection prov ided for traffic while work is in progress. The Contractor shall be fully respon sib le for damage or injuries whether or not police protection has been provided . 1.07 BLASTING A. No blasting shall be allowed . 1.08 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be re sponsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in th e execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expen se, to a condition similar or equal to that ex isting before the damage was done, or he shall make good the damage in some other manner acceptable to th e Engineer. 1.09 MAINTENANCE OF FLOW A. The Contractor shall , at his own cost, pro vide for th e flo w of water mains , sewers, drains and wate r c ourses interrupted during the progress of the work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully di scuss ed with the Engineer well in advance of th e interruption of any flo w. 1.10 COOPERATION WITHIN TillS CONTRACT A. The Contractor shall coope rate w ith Subcontracto rs or trades , and shall assis t in inc orporat ing th e work of oth er trades wh e re nece ssary or re quired . VC05 l 5SO 1.035 01035-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part Il -Junction Box Rehabilitation Projects Control of Work (Part I and Part Il) B. Cutting and patching, drilling and fitting shall be carried out where required by the Contractor and his Subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. 1.1 I WORK PERFORMED BY OTHERS A. Coordination with Other Contractors 1. The Contractor shall cooperate with any other contractors on the Village Creek Wastewater Treatment Plant premises to facilitate the progress of all projects at or near the site of work . 1.12 CLEANUP A. During the course of the work, the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and, at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition . 1.13 PAYMENT A. Payment for the work in this Section will be included as part of the total lump sum or appropriate unit prices stated in the Bid Form. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC0515SOl.035 END OF SECTION 01035 -3 9/30/10 City of Fort Worth -Village Creek Was te water Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part U -Junction Box Rehabilitation Proj ects Con stru cti on Sequen ce (Part I and II) PART 1 SCOPE OF WORK 1.01 WORK TO BE DONE SECTION 01040 CONSTRUCTION SEQUENCE A. The Contractor shall furnish all labor, materials, equipment, tools, services and incidental s to complete all work required by these Specifications and as shown on the Drawings at the Village Creek Wastewater Treatment Plant (VCWWTP) for the Modifications to Bar Screen Building No. 3 Project (Part I) and VCWWTP Junction Box Rehabilitation Project (Part II). B. The Contractor shall perform the work complete, in place, and ready for continuous service, and shall include repairs, testing, permits, cleanup, replacements and restoration required as a result of damages caused during this construction . C . All materials, equipment, skills, tools and labor which is reasonably and properly inferable and necessary for the proper completion of the work in a sub stantial manner and in compliance with the requirements stated or implied by these Specifications or Drawings shall be furnished and installed by the Contractor without additional compensation , whethe r spec ifically indicated in the Contract Documents or not. D. The Contractor shall maintain the submittal drawing, equipment deli very schedules and time fram es of the equipment suppliers to complete thi s project in the allocated time as stipulated in the Agreement. E . Bypass pumping requirements are specified under Specification Sec tion 01043 . 1.02 SITE CONDITIONS A. The plant is currently operating at approximately 130 to 190 million gallon s per day (MGD) average daily flow (ADF). The total plant influent flow is split into south flow and west flow . The south flow is approximately 30% and the west flow is appro x imately 70 % of the total plant flow . Th e south flow enters the plant at Junction Box C and continues on to east side of Bar Screen Building No. 3 through a 72-inch concrete pipe. The west flow enters the plant at Junction Box E/EE and EEE and continues through the Headworks Facility and to th e west s ide of Bar Screen Building No . 3 through a 96-inch concre te pipe. Average dry weather flow at the plant is approximately 110 MGD and peak flow rate is approximately 330 MGD. The available treatment capacity of primary clarifiers is 17 MGD , of primary clarifiers 13-14 and 16 -17 is 180 MGD, and of primary cl arifiers 15 and 18 is 90 MGD . There shall be no disruption of plant flow during construction activities . All costs associated with disruption of plant operations and plant flow during con struction activitie s under this Contract shall be burden by the Contractor. B . Under no circumstance s will the Contractor be permitted to di ve rt or di scharge an y untreate d or partially treated was te water from the plant. C . Construction under thi s contract mu st be coordinated with the Plant Operating Personne l and accompli shed in a logical order to maintain th e process fl ow through th e pl ant at all tim es and to allow con struction to be c ompleted w ithin th e t ime allo we d by Contract Docum e nt s. VC5 I 5SO l .040conf. 01040-1 2/1/20 11 Ci ty of Fort Worth -Vill age Cree k Wastewa ter Treatme nt Plant Part I -Mod ific at ions to Bar Screen Bu ilding No . 3 an d Part ll -Junctio n Box Rehabilitatio n Projects Cons tru cti on Sequence (Part I an d II) D . Contractor is required to arrange with the Owner/Engineer for equipment and material storage s ite(s), including location of field office(s), site access , personnel plant access and construction parking area(s) prior to commencing work . Contractor shall abide by sec urity measures in place at the plant. Refer to Special Condition s D -38 for Security Requirements . E . When access through construction areas mu st be disrupted , Contrac tor shall provide alternate acceptable access for the plant operators or other contractors. F . Contractor is required to coordinate activities in the interface or common areas with other contrac- tors , and the plant operators. Contractor must submit to the Engineer a description and schedule as to how the common areas will be utilized, recognizing the required coordination with other contractors and the plant operators. G. Various interconnections within the plant will depend on th e closure of various valves and gates. Many of these valves and gates are old and may not seal properly . Contractor shall coordinate with the Plant Operation Personnel prior to attempting any such closure and shall provide any corrective meas ure or temporary facilities necessary to attain the shut-off needed to perform the work at no additional cost to the Owner and without interrupting the plant operation . The Contractor shall not operate any of the valves or gates . The Contractor shall coordinate with the Owner so that plant staff will close or open the necessary valve s and gates at the plant. H . When the work requires an existing facility to be taken out of operation , temporarily or permanently, the Contractor shall notify the Engineer and plant operators a minimum of fourtee n (14) calendar days in advance. The Contractor shall submit a planned sequence of construc tion prior to start of construction in accordance with the General Conditions and this section . Shutdowns mu st be scheduled to create minimum interfe re nce w ith normal plant operation. Before attempting construction of critical tie-ins the Contractor shall meet with the Engineer to develop a sati sfactory construction procedure which will result in minimum shutdown time for those units involved. During shutdown periods the Contractor shall employ a full crew on a 24 hour schedule if necessary and e mploy additional work crews as neces sary to complete th e work within the required time. All scheduled shutdowns must be s ubmitted in writing to the Owner at least 14 calendar days prior, and no work may begin until approval has been granted by the Owner and the Engineer. High flow conditions or equipment outages may require the resche duling o f an approved shutdown . Any cost associated with rescheduling will be borne by the Contractor, at no additional cost to the Owner. The Contractor shall have all tools, equipment, material s, labor, etc ., including backup units , on hand prior to performing work requiring a shutdown . I. Access to all plant facilities must be maintained at all times. Prior to the start of any work on the project, the Contractor shall meet with the Engineer and develop a construction schedule and a seque nce of ope rations which will permit full , normal treatment of se wage during construction , such schedule and sequence shall meet the approval of the Owner. J . The Contractor will be required to maintain the streets he/she uses in hi s/her construction operation in a reasonably clean condition . Wee kly street cl eaning , sc raping and sweeping will be required a s directed by the Engineer. VC5 I 5SO I .040conf. 01040-2 2/1/2011 City of Fort Worth -Village Creek Wastewater Trea tm ent Plant Part I -Modifi ca tions to Bar Scree n Building No . 3 and Part II -Juncti on Box Rehabilitation Projects Constructi on Sequence (Part I and II) K. Streets shall not be utilized for storage of materials except for pipe laying operation, in which case temporary staging for excavated materials, pipe building, and embedment materials will be allowed during active pipe laying periods. One traffic lane must be kept open in these temporary staging areas . Staging areas shall be so located as to allow plant operations to be maintained. Gutters and drainage areas shall be kept clear of construction materials at all times. L. Street closings and lane closures shall be coordinated with the plant. Other construction contracts will require coordination of street closings . The period of time that streets are closed shall be limited to the minimum time reasonably possible . Vehicular access to all process facilities shall be maintained. 1.03 CONSTRUCTION SEQUENCE A . Within 10 days after the effective date of the Agreement, submit to the ENGINEER, along with the Schedule of Values, a Construction Sequence Schedule. This schedule shall provide a listing of major construction items , demolition work, new structures , new equipment, and the sequencing of these items of work so as to impact the operation of the WWTP and/or existing adjacent facilities to the minimum extent possible. This schedule shall reflect the construction constraints and construction sequence requirements of this section . 1.04 CONSTRUCTION CONSTRAINTS The following is a list of constraints, which the Contractor must incorporate in de veloping his/her overall plan of construction . This list is not intended to release the Contractor from the responsibility to coordinate the work in any manner, which will ensure project completion within the time allowed. No additional payment will be made for modifications to this construction sequence or other work, as required to maintain plant operations and complete the construction within the specified contract time . The following areas are not necessarily li sted in their re quired se quence of construction . A. Construction Units The following units are to be constructed and tested with minimal interruption of the operation of the existing treatment facilitie s. PART I-Modifications to Bar Screen Building No. 3 1. Perform clearing, activities as well as associated selective demolition activities, pipe modification s and/or relocation, etc . as necessary at the project site. 2 . Field locate underground utilitie s. 3 . Relocate existing 3/4-inch service water line. 4 . Demolish Parshall Flumes 5 and 6. 5 . Install Owner furnished 96-inch Hobas pipe and connect to existing 96-inch RCP pipe. 6 . Demolish odor control scrubber and ductwork system. 7. Install Owner furnished odor control ductwork system . 8. Install new odor control monitoring instruments in Bar Screen Building No . 3. VCS I SSO I .040conf. 01040-3 2/1/20 11 City of Fort Worth -Vill age Cree k Was tewater Treatm ent Pl an t Part I -Mod ifi cati ons to Bar Screen Bu ildin g No . 3 and Part U -Jun ction Box Rehab il itation Projects Constru ctio n Sequ ence (Part I an d [[) 9 . In stall Owner furnished stainles s steel weir plate and guide frames upstream of Bar Screen 36 . 10. Sitework, restoration , road s, seeding, testing, stonn drainage, swales, finish grading, demolition , site cleanup, etc . 11 . Temporary piping and pumps including testing as required , to handle all flows during the construction and connection of the facilitie s at the Village Creek WWTP. PART II -Junction Box Rehabilitation 1. Perform clearing activities, as well as a ssociated selective demolition activities, pipe modifications and/or relocation, etc . as neces sary at the project site . 2. Field locate underground utilitie s . 3 . Demolish existing s luice gates at Junction Box H . 4 . Rehabilitate Junction Box H replace existing sluice gates with self contained sluice gates that have manual operators . 5. Demolish portion of existing 72-inch pipe between Junction Box Hand Junction Box BB . Cut and cap th e portion under levee and fill with lean concrete . 6 . Install new 96-inch FRPMP pipe between Junction Box H and new Junction Box 4B, which includes approximately 200 ft of tunneling under the levee . 7 . Replace a minimum of 100 ft of the existing 96-inch RCP and Junction Box B with FRPMP pipe a s shown on Contact Drawings. 8 . Replace a minimum of 100 ft of the existing 72-inch RCP and Junction Box BBB with FRPMP pipe as shown on Contact Drawings . 9 . Construct new Junction Box 4B around the 96-inch and 72-icnh lines . 10 . Demoli sh Junction Box BB . 11 . Rehabilitate Di stribution Box 21 . 12 . Rehabilitate Di stribution Box 22. B . Existing Plant Process Coordination During the course of thi s work, plant personne l will be operating the ex isting coarse screen s, fin e screens , primary clarifiers , aeration bas ins and final clarifiers, effluent filters, chlorine contact basin s, gravity thicke ne rs, gravity belt thickeners, high-rate clarification syste m and anaerobic digesters and supporting faciliti es at the Village Creek WWTP. Contractor is advi sed of the coordination required to construct and ti e into the existing facilitie s. Contracto r shall coordinate and plan all work under thi s contract with plant operating and maintenance personnel and shall not di srupt any operation s at these e x isting facilitie s w ithout advance notice a nd an app roved schedule of event s. C . Location of E x isting Utilities VCSIS SOl.040conf. 01040-4 2/1/201 1 City of Fort Worth -Village Creek Wa stewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Construction Sequence (Part I and II) Prior to commencing work for this project, the Contractor shall locate and expose the existing underground electrical conduits, including other existing utilities, process piping, chemical lines, etc., located in the areas of the proposed improvements . Contractor is advised of the following : 1. Underground utilities exist in the area around Bar Screen building No . 3, where the proposed 96- inch line shall be located between Junction Box Hand new Junction Box 4B, and around the existing B boxes. Locations of existing utilities shall be verified by the Contractor prior to any work commencing . The Contractor shall notify the Engineer and plant operator of the utility locations and shall relocate utilities as shown on the drawings and directed by the Engineer. D. Contractor shall be responsible for developing his/her own schedule to meet the completion requirements and maintain the treatment capacity requirements of the plant. E . Construction Sequence and Maintenance of Flow Constructability and maintenance of flow will be important during construction of the proposed facilities. The Contractor shall have the leeway to develop construction means and methods as necessary to complete the work defined in this contract document (subject to the Engineer's and Owner's review and approval). Contractor shall be responsible to maintain flow to the treatment facilities at all times under the stated average daily and peak flow conditions identified in Article 1.02 A above. 1. The following constraints shall be considered when preparing the construction sequence for this project. a. Flow to the plant shall be maintained at all times. If bypass pumping is required to meet this constraint, it shall be the sole responsibility and cost of the Contractor. b . Flow to Primary Clarifier Nos . 13-18 shall be maintained at all times. If bypass pumping is required to meeting this constraint, it shall be the sole responsibility and cost of the Contractor. c. Work associated with Junction Box H, the proposed 96-inch line to Junction Box 4B, and the new Junction Box 4B shall be completed and the gates shall be operable before the work associated with Bar Screen Building No.3 commences . d. The work associated with replacing the existing 96-inch and 72-inch RCP with FRPMP shall be completed before work associated with the new Junction Box 4B. e . Work associated with the west side Bar Screen Building No . 3 shall be completed before the work associated with the east side Bar Screen No. 3. f . The west side and east side of Bar Screen Building No . 3 shall not be shut down at the same time . 2. For the purposes of this description, the project has been divided into seven major elements: a. Junction Box H Rehabilitation . b. Replacement of existing 96-inch and 72-inch pipe from Junction Box H to new Junction Box 4B and demolition of Junction Boxes B, BB, and BBB. c. Construction of Junction Box 4B . d . West side of Bar Screen Building No . 3. VC515SOl .040conf. 01040-5 2/1/2011 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificati ons to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilit ation Projects Construction Sequence (Part I and II ) e. East side of Bar Screen Building No . 3 . f. Rehabilitation of Distribution Box 21. g. Rehabilitation of Distribution Box 22 . 3. The Contractor may use sequence deemed necessary to complete the project within the construction constraints defined below (subject to review and approval by Owner and Engineer). If the sequence presented herein is adapted by the contractor for use on this project, it becomes the Contractor's plan and the Engineer and/or Owner will have no responsibility for any real or alleged problems resulting from use of the schedule presented herein. F Construction Sequence 1. Junction Box H Rehabilitation a . Work associated with Junction Box H includes replacing the two existing sluice gates with self contained sluice gates . The new gates shall have manual operators . The replacement of the existing sluice gates will allow by-pass pumping from the existing primary clarifiers 7 through 12 to the necessary discharge locations as described herein. The Contractor shall remove the existing PVC lining in Parshall Flumes 3 and 4 and resurface the channels if it is severely corroded . b . To complete the rehabilitation at Junction Box H the southern 72-inch effluent line shall be plugged. Then the flow coming in from the north shall be diverted to the south 96-inch line from Box F2 long enough to install a plug in the north influent 96-inch line to Junction Box H. After that, flow can be restored to Junction Box G . Once Junction Box H has been isolated, the work can be completed . c. The 72-inch line shall be cut and capped just north of Junction Box BB and just north of Uel Stephens Street. Once the line has been capped it shall be filled with lean concrete and left in place. The remainder of the 72-inch line up to Junction Box H shall be removed . d . The work associated with Junction Box H should not require any shutdowns and the plant should be in operation the entire time . 2. Set-up of By-pass Pumping a . By-pass pumping shall be set up and ready for operation after rehabilitation of Junction Box H and before any other work commences . See civil sheets for the by-pass pumping staging areas and Specification Section 01043 for by-pass pumping requirements . 3 . Replacement of existing 96-inch and 72-inch RCP from Junction Box H to New Junction Box 4B and demolition of Junction Boxes B, BB and BBB a . Replace the existing 72-inch RCP and Junction Box BBB with new 72-inch FRPMP and 96"x72" reducers as shown on the Contract Drawings . The flow from the south shall be diverted to the north 96-inch line by closing the sluice gate at Junction Box C . Flow shall be isolated from the east side of Bar Screen Building No. 3. Stop logs exist to isolate flow upstream of bar screen 37. Stop log guides are present upstream of bar screen 36, however, stop logs are not available for Contractor's use. The Contractor shall provide temporary means of isolating flow up stream of bar screen 36. This work shall be completed during low VC5 I 5SO I .040conf. 01040-6 2/1/201 1 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificati ons to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Con struction Sequen ce (Part I and m flow periods . If flows exceed the capacity of primary clarifiers 1-6, 13, 14, 16, and 17 (approximately 197 MGD) then by-pass pumping shall be initiated to convey flow from primary clarifiers 7 through 12 to primary clarifiers 15 and 18 until the proposed pipe has been installed, tested and put into service. b. Replace the existing 96-inch RCP and Junction Box B and BB with 96-inch FRPMP as shown on the Contract Drawings . The flow from Box F3 shall be diverted to Junction Box G and H by closing the sluice gate at Box F2. Flow shall be isolated from the west side of Bar Screen Building No . 3 . Stop log guides exist upstream and downstream of bar screens 31-35 . However, stop logs are not available for Contractor's use. The Contractor shall provide temporary means of isolating flow at bar screens 31-35 . This work shall be completed during low flow periods . If flows exceed the capacity of primary clarifiers 1-6, 15 and 18 (approximately 107 MGD) then by-pass pumping shall be initiated to convey flow from primary clarifiers 7 through 12 to primary clarifiers 13, 14, 16, and 17 until the proposed pipe has been installed, tested , and put into service . c. The maximum allowable downtime for work associated with replacing 72-inch and 96-inch RCP pipe with FRPMP is 4 weeks for each pipe size replacement. 4 . Construction of Junction Box 4B a . Work associated with Junction Box 4B includes constructing a new box just west of the existing B boxes over both the new 96-inch and 72-inch FRPMP lines while the lines remain in service . A ten foot stub out of 96-inch FRPMP pipe shall be construction on the north side of the new junction box. Once the box is constructed around the live lines , the I ines shall be isolated and cut out one at a time . b. To complete the construction of Junction Box 4B the southern 72-inch line shall be isolated by closing the sluice gate at Junction Box C and diverting the flow to the 96-inch line . Flow shall be isolated from the east side of Bar Screen Building No. 3. Stop logs exist to isolate flow upstream of bar screen 37. Stop log guides are present upstream of bar screen 36, however, stop logs are not available for Contractor's use. The Contractor shall provide temporary means of isolating flow upstream of bar screen 36 . This work shall be completed during low flow periods. Flow exceeding 197 MGD will require by-pass pumping until the work on the south chamber of the new junction box is complete and ready for operation. d . The 96-inch line shall be isolated by diverting flow to Junction Box G and H from Box F2 . By-pass pumping shall be required during this portion of the project to maintain treatment in primary clarifiers 13 , 14, 16, and 17. Flow shall be isolated from the west side of Bar Screen Building No . 3 . Stop log guides exist upstream and downstream of bar screens 31 -35 . However, stop logs are not available for Contractor's use. The Contractor shall provide temporary mean s of isolating flow at bar screens 31-35 . This work shall be completed during low flow periods. Flows exceeding 107 MGD will require by-pass pumping until the work on the north chamber of the new junction box is complete and ready for operation . e . The maximum allowable downtime for work as sociated with Junction Box 4B is 4 weeks for each chamber of the junction box . f. Once the 96-inch sluice gate ha s been installed on the north face of Junction Box 4B the new 96-inch line from Junction Box H can be in stalled . VC5 l 5SO l .040conf. 01040-7 2/1/20 11 City of Fort Worth -Vi ll age Creek Was tew at er Trea tm ent Pl an t Part I -Mod ific at ions to Bar Screen Bu ild ing No . 3 and Part Il -Juncti on Box Reh ab ilit ation Projects Constructi on Sequ ence (Part I and II) g. A new 96-inch FRPMP pipe shall be constructed from Junction Box H to the new Junction Box 4B. There shall be approximately 200 ft of pipe tunneled thru the levee . 5 . West Side Bar Screen Building No. 3 h . Work associated with the west side of Bar Screen Building No. 3 includes the demolition of parshall flumes no . 5 and 6, installation of Owner furnished 96-inch HOBAS pipe, and construction of a retaining wall around the pipe . i. To complete the work, flow shall be isolated from the west side of Bar Screen Building No . 3 by closing the gates upstream at the new Junction Box 4B and installing temporary stop logs upstream and/or downstream of Bar Screens 31-35 in Bar Screen Building No. 3. The interconnection between the west and east sides of Bar Screen Building No. 3 on the downstream side of the bar screens shall remain in service at all times. This work shall be completed during low flow periods. j . Flow exceeding 107 MGD will require bypass pumping from Primary Clarifier Nos . 7-12 to Primary Clarifiers 13-14 and 16-17 until the pipe is installed, tested, and ready for operation . k. The maximum allowable downtime for work associated with the west side of Bar Screen Building No . 3 is 2 weeks. The work shall be phased in such a way to meet this shutdown timeframe. I. Flow that leaks past the gates at Junction Box 4B or at the temporary stop logs shall be controlled by the Contractor. All cost associated with this work shall be the sole respon sibility of the Contractor. m . Flow may be isolated upstream and/or downstream of the bar screens 31-35. Stop log guides are present upstream and downstream of each screen channel but the stop logs are not available. Contractor shall provide temporary stop logs to isolate the flow at bar screens 31- 35 . These or another method of blocking or diverting flow from proceeding upstream through the bar screen channel is needed to allow Primary Clarifiers 13-18 and dedicated aeration basins to remain in service. n . The west and east sides of Bar Screen No. 3 are interconnected downstream of the bar screens. Flow may be isolated at this interconnect but temporary bypass pumping will be required in order to keep Primary Clarifiers 13-14, 16-17 in service at all times. o. The screening belt conveyor shall be temporarily mo ved to install the temporary stop logs . Contractor shall be responsible for handling the screenings from the bar screens while installing and removing the temporary stop logs . All costs associated with this work shall be the sole responsibility of the Contractor. p . Vehicle access along the levee and north of Bar Screen Building No . 3 shall be maintained at all times . All other access roads around the Primary Clarifi ers shall have at lea st one traffic lane open at all times for vehicle access. The access road between Primary Clarifiers 1-12 and Primary Clarifiers 13-18 may be closed for routing bypass pumping discharge piping . 6 . East Side of Bar Screen Building No . 3 VC5 l5S 0 l .040conf. 01040-8 2/1/20 11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ec ts Construction Sequence (Part I and II) a . Work associated with the east side of Bar Screen Building No . 3 includes removal of the temporary weir plate and installation of the Owner furnished stainless steel weir plate and guide frames upstream of Bar Screen No. 36 located on the east side of bar screen building . q. To complete the weir plate removal and replacement work, flow shall be isolated from the east side of Bar Screen Building No. 3 and routed through the 96-inch main from the Headworks Facility into the west side of Bar Screen Building No. 3 . Flow may be isolated at Junction Box 4B and downstream of the bar screens 36 and 37. The gates at Box 4B shall be operable and used to isolate flow. Stop log guides are present following each screen channel but the stop logs are not available. Contractor shall provide temporary stop logs to isolate the flow. This or another method of blocking flow from proceeding upstream through the bar screen channel is needed to allow the Primary Clarifiers 13-18 and dedicated aeration basins to remain in service. Flow that leaks past the gates or temporary stop logs shall be controlled by of the Contractor. All costs associated with this work shall be the sole responsibility of the Contractor. r. The screening belt conveyor shall be temporarily moved to install the temporary stop logs. Contractor shall be responsible for handling the screenings from the bar screens while installing and removing the temporary stop logs . s . Work associated with the east side of Bar Screen Building No . 3 shall be completed during low flow period. Flow exceeding 197 MGD will require bypass pumping from Primary Clarifiers 7-12 to Primary Clarifiers 15 and 18 until the permanent weir plate and guide frames are complete and operational. b . The maximum allowable downtime for this work is 2 weeks. 7. Rehabilitation of Distribution Box 21 a . Work associated with Distribution Box 21 includes demolition to the upper portion of box, construction new upper portion (lid), replacing the four existing sluice gates and stems, and rehabilitating the entire structure . The four existing electric actuators shall be re-used with the new sluice gates . b. To complete the demolition/rehabilitation at Distribution Box 21 the effluent lines shall be plugged going to the primary clarifiers . Then influent 96 inch line shall be plugged as well. c . This work shall be completed during low flow periods . Flow exceeding 107 MGD will require bypass pumping from Primary Clarifiers 7-12 to Primary Clarifiers 13-14 and 16-17 until the work associated with Distribution Box 21 is complete and ready for operation. d. The maximum allowable downtime for work associated with Distribution Box 21 is 10 weeks . The work shall be phased in such a way to meet this shutdown timeframe. 8 . Rehabilitation of Distribution Box 22 a. Work associated with Distribution Box 22 includes demolition to the upper portion of box, construction new upper portion (lid), replacing the four existing sluice gates and stems, actuators, and rehabilitating the entire structure. VC5 l 5SO l .040conf. 01040-9 2/1/2011 City of Fort Worth -Vill age Creek Was tewa ter Treatment Pl an t Part I -Modifi cati ons to Bar Screen Bui ldin g No . 3 an d Part II -Juncti on Box Rehabilitation Projects Constru cti on Sequ ence (Part I and II) b . To complete the demolition/rehabilitation at Distribution Box 22 the effluent line s shall be plugged going to the primary clarifiers. Then influent 96 inch line shall be plugged as well. c . This work shall be completed during low flow period s. Flow exceeding 197 MGD will require bypass pumping until the work associated with Distribution Box 22 is complete and ready for operation . d . The maximum allowable downtime for work as sociated with Di stribution Box 22 is 10 weeks . The work shall be phased in such a way to meet thi s shutdown timeframe . 9. All bypass flov,r shall be direeted to Primary Distrib1:1tio0 Box 21. If bypass flow 0eeds to be diseharged to the Primary Clarifiers 13 14 a0d 16 17, the0 flov,' shall be diseharged at the ee0ter well . EEJ:1:1al flow split to primary elarifiers shall be mai0tai0ed at all times. 9. All bypass flow shall be directed to Primary Distribution Box 21 and 22 during bypass operation. If bypass flow needs to be discharged to individual clarifiers, then flow shall be discharged to each clarifier in a manner to distribute flow evenly in the clarifier. There shall be a minimum of three discharge lines entering each clarifier from the bypass piping header. Equal flow split to primary clarifiers shall be maintained at all times. 10 . In any case above where by-pass pumping is required , the Owner may choose to operate the HRC Facility in lieu of or in combination with by-pass pumping and shall be the Owner's discretion as to which option is selected . The Contractor shall submit a Bypass Pumping Plan for Owner and Engineer review at least 14 day s prior to shutdown . 11 . Contrac tor shall provide adequate ventilation to ensure safe working conditions at all times . 12 . Contractor shall coordinate with the plant operating personne l on ope ning and closing of all proce ss valving for construction of the improvements. G . Preoperational Testing Upon Sub stantial Completion , the Contractor shall conduct preoperational te sting a s required by the Contract Documents. H. Start-Up Testing Upon satisfactory completion of the preoperational testing of th e Jun ction Box H , Junction Box 4B , Bar Screen Building No. 3 modifications, and Distribution Boxes 21 and 22, the Contractor shall test the facilities under normal operating condition s. The Contractor shall make available the manpower, equipment, and manufacturer's representative s required to make th e necessary adjustments and training during the start-up period. 1.05 SUBSTANTIAL COMPLETION A . The follo w ing sha ll be in stalled , tested and fully operationa l by th e "Sub stantial Completion " tim e a s described in the Contract Documents. 1. All of th e ite ms a s specified in Paragraph 1.04A above a s required to place the 96-in ch HOBAS pipe and odor control syste m into ope ration at Bar Screen Building No . 3 . 2 . All Sluice gate s and actuators for Junc tion Box Hand 4B and Distribution Boxes 21 and 22 . VC5 l 5SOl .040conf. 01040-10 2/1/20 l I City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Construction Sequence (Part I and II) 1.06 WORK SEQUENCE A. All work to be done under this Contract shall be done with minimum inconvenience to the existing wastewater treatment facilities. Contractor shall coordinate work with the Owner such that the facilities are maintained to the maximum extent possible and so that flows be maintained at all times . B . Construct Work in stages to accommodate the Owner's use of the premises during the construction period; coordinate the construction schedule and operations with the Own er's Representative. 1.07 CONSTRUCTION AREAS A. Contractor shall limit use of the construction areas for Work and for storage, to allow for: I. Work by other contractors, if any . 2. Owner use. 3. See Paragraph I .02C this Section, for existing construction operations and coordination of the work . B . Coordinate use of work site under direction of Engineer. C. Assume full responsibility for the protection and safekeeping of Products under this Contract stored on the site. D. Move any stored Products under Contractor's control, which interfere with operations of the Owner or separate contractor. E. Obtain and pay for the use of additional storage or work areas needed for operations. F. Construction operations on plant property at Village Creek WWTP . I. The Contractor shall conduct plant access, hauling, parking and storage operations as specified and as shown on the construction site plans for Village Creek WWTP . This staging/storage area as shown on the site plan drawings are tentative and subject to change after Contractor is issued a Notice to Proceed or prior to commencing work . 1.08 ADDITIONAL PROVISIONS A . Before commencing work on any of the existing structures or equipment, the Contractor shall notify the Engineer, in writing, at least fourteen (14) Calendar Days in advance of the date proposed to commence s uch work . B. Contractor shall provide at no extra cost to Owner all necessary temporary facilities for access to, and for protection of, all existing structures. The treatment plant personnel must have ready access at all times to the existing structures. Contractor is responsible for all damage to existing structures, equipment, and facilities caused by construction operations , and must repair all such damage when and as ordered by the Engineer. 1.09 OWNER OCCUPANCY VC5 l 5SO l .040conf. 01040-11 2/1 /2011 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part IJ -Junction Box Rehabilitation Projects Construction Sequenc e (Part I and II) A . City shall have full access to and use of all existing utiliti es during the entire period of construction for the conduct of nonnal operations . Cooperate with Owner's Representative in all construction operations to minimize conflict, and to facilitate Owner usage. B. Contractor shall at all times conduct operations as to insure the least inconvenience to the general public and plant operating/maintenance personnel. 1.10 PARTIAL OWNER OCCUPANCY A. The Contractor shall schedule operations for completion of portions of the Work, as designated , for the Owner's occupancy prior to Pre-Final Inspection of th e entire Work. 1.11 LIQUIDATED DAMAGES A. The Contractor understands and agrees that the time of completion is an essential consideration of development of proposal and that failure to complete the work under thi s Contract, within the allotted time as specified or subsequently adjusted by Change Orders will result in damages being sustained by the Owner. The Contractor and Owner further agree in applying liquidated damages that such damages cannot be precisely measured or that the ascertainment of actual damages would be unduly difficult after the fact. Therefore, the Contractor and the Owner agree in applying liquidated damages that for each and every Calendar Day the work, or any portion thereof, remains incomplete after the specified times or adjusted time s if modified by Change Order, the Contractor shall pay as agreed liquidated damages, the amounts specified in of the Special Conditions (Part D). PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC515 SOl .040conf. END OF SECTION 01040-12 2/1/20 11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Flow Diversion/Bypass (Part I and Part II) PART 1 GENERAL 1.01 DESCRIPTION SECTION 01043 FLOW DIVERSION/ BYPASS A. The intent of this Section is to provide the CONTRACTOR a sequence to perform the Work in such a manner that continuous, uninterrupted collection, conveyance and treatment of the wastewater flows and all essential facilities are maintained operational throughout the construction period . B. CONTRACTOR'S means and methods shall be implemented such that wastewater collection, conveyance, and treatment shall remain continuous and in satisfactory operation during the entire construction period. Work shall be so scheduled and conducted by CONTRACTOR such that it shall not impede wastewater collection, conveyance, and treatment, create potential hazards to wastewater collection and conveyance and treatment facilities or cause odor or other nuisances . In performing the Work shown and specified, CONTRACTOR shall plan and schedule the Work to meet both the constraints outlined in this Section and OWNER's operating requirements. C. All references to days in this Section are calendar days. D. CONTRACTOR has the option of providing additional temporary facilities that can eliminate a constraint provided it is done without additional cost to the OWNER, presents no safety hazards, and provided that all requirements of these Contract Documents are fulfilled . E . CONTRACTOR shall be responsible for coordinating all shutdowns with the ENGINEER. Shut downs shall be planned by the CONTRACTOR such as to minimize the impacts wastewater collection, conveyance, and treatment. F. CONTRACTOR shall not shut-off or disconnect any wastewater collection and conveyance and treatment facilities, unless approved by the ENGINEER, in writing. G. This Section of the Specifications contains several references to facilities/ appurtenances to be removed. CONTRACTOR shall also refer to the Contract Drawings for additional information . H. CONTRACTOR shall be responsible for supplying all temporary pipelines, valves, pumps, meters, spare parts, electrical, controls, and any other appurtenances required for the installation and operation of temporary bypass lines, pumping systems, or conveyance systems required to maintain wastewater collection , conveyance, and treatment operations during construction activities. CONTRACTOR shall submit to the ENGINEER, for review and approval, the design for all temporary lines, pumping, or conveyance systems at least twenty eight (28) days prior to the commencement of the Work. 1.02 GENERAL CONSTRAINTS A. Construction sequencing constraints are specified under Specification Section 01040. B. Draining Collection System Facilities: VC05 I 5SO 1.043conf. 01043-1 2/1 /11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No. 3 and Part II -Junction Box Rehabilitation Projects Fl ow Di vers ion/Bypass (Part I and Part II ) l . Unles s otherwise specified, the contents of structures , junction boxes, pipe s, and conduits undergoing modification s shall be transferred to down stream wastewater treatment facilitie s using hoses, piping , and/or pumps . 2. No uncontrolled spillage of a pipe's or facility 's contents shall be allowed . 3 . Any spillage shall be brought to the ENGINEER 'S attention immediately . CONTRACTOR shall wash down any spillage to floor drains , sumps and sump pump discharge piping and then flush out by the system to prevent clogging and septic odors. If spillage/ contents are not suitable for transfer to downstream wastewater treatment facilities, CONTRACTOR shall remove spillage/contents by other method such as a Vactor truck, as approved by the ENGINEER. 4. CONTRACTOR shall not at any time dispose of any construction debris (concrete, miscellaneous metals, etc .) in the existing conveyance and treatment facilitie s. CONTRACTOR is responsible for removal and offsite disposal of all construction debris at no additional expense to the OWNER . 1.03 BYPASSES A . General 1. CONTRACTOR shall hire a bypass pumping sub contractor that meets the following requirements : 2 . Minimum 10 years 5 years of by-pass pumping experience. 3 . Minimum 5 installations 2 installations of by -pa ss pumping greater than 100 MGD 40 MGD capacity . 4. The ay 13ass 131:1FR13ing s1:10 contractor must 01,..,,n their own 131:1m13s. 4. CONTRACTOR shall submit qualifications of bypas s pumping subcontractor to ENGINEER for Approval. 5 . Maximum by-pass for dry weather event is 50 MGD. 6 . Maximum by-pass for wet weather event is 150 MGD . 7 . A bypass shall be defined as a portion of the normal operation of a wa stewater conveyance/treatment facility that has to be suspended or taken out of se rvice in order to perform the specified Work. Bypasses shall not be initiated on Friday s . 8 . The CONTRACTOR shall bypass the sewage around the section or sections of the facility to be rehabilitated and/or replaced as needed. The bypa ss shall be made by plugging/isolating the upstre am flow by temporary plugs, isolation valves or other method s as may be approved by the Engineer. The pump and bypa ss lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to the facility. Provision s shall be made at driveway s and street crossings to permit safe vehicular travel without interrupting flow in the bypa ss sys tem . Under no circumstances wi ll the CONTRACTOR be pe rmitted to di sc harge sewage into any structure not approved by the OWNER. VC05 l 5SO l .043conf. 01043-2 2/1/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Flow Diversion/Bypass (Part I and Part II) 9. The pumping system (pumps, pipes, fittings, etc) capacity for each application shall be rated as listed in this Specification. CONTRACTOR shall install a back-up pump of similar capacity as the duty pumps with independent suction piping. Where possible bypass pumping shall be performed under low flow or off peak conditions. The pumping systems shall be capable of operating 24 hours a day for needed duration. 10. Power required for bypass pumping may not be available at the sites and a power generator may be required which the CONTRACTOR shall provide as needed at no additional cost to the OWNER. Under all circumstances, the flow diversion pumps will be provided with a backup power generator. 11 . The Work required herein and any other Work required by the ENGINEER which may interrupt the normal collection, conveyance and treatment of wastewater shall be accomplished at such times that will be convenient to the OWNER. 12. CONTRACTOR shall have on hand and located in close proximity to the Work area, all tools, equipment, spare parts and materials, both temporary and permanent, necessary to complete each Work category without interruption . Adequate numbers of personnel shall be scheduled for each bypass, so that the Work shall be accomplished within the specified time frame . A minimum of two (2) work personnel must be on-site for each bypass. Prefabrication and assembly of all piping and other assemblies shall be completed, to the greatest degree possible, prior to any bypasses. The ENGINEER shall be satisfied that CONTRACTOR has complied with these requirements, to the fullest extent possible, before bypasses will be authorized. 13 . If CONTRACTOR's procedures cause an unscheduled bypass of the facilities , CONTRACTOR shall perform Work as necessary to immediately re-establish satisfactory operation . CONTRACTOR shall notify the ENGINEER, verbally and in writing, immediately of any unscheduled bypass . CONTRACTOR shall permit OWNER'S personnel to work with CONTRACTOR'S personnel, as required , to maintain wastewater collection, conveyance, and treatment in a continuous and satisfactory operation . Unscheduled bypass and/or interruptions of continued safe and satisfactory operation of the facilities that result in fines levied by the U .S. Environmental Protection Agency and Texas Commission of Environmental Quality (TCEQ), shall be the responsibility of CONTRACTOR if it is demonstrated that CONTRACTOR was negligent in his Work or did not exercise proper precautions in the conduct of his Work. 1.04 MAINTENANCE OF FACILITIES OPERATIONS SCHEDULE A. In order to maintain a continuous plant operation during construction, a Maintenance of Facilities Operations Schedule is included at the end of this Section B . Within each Maintenance of Facilities Operations item's procedural steps, time and scheduling constraints and milestone dates may be outlined and are intended to assist CONTRACTOR in developing a sequence of Work and timing in order to maintain continuous operation of the plant. C. CONTRACTOR shall develop a detailed description of the complete sequence of construction for all the Maintenance of Facilities Operations events contained herein . The sequences shall be submitted to the ENGINEER for review and approval 28 calendar days following the Notice to Proceed. VC0515SOI .043conf. 01043-3 2/1/11 City of Fort Worth -Village Creek Wa stew ater Treatment Pl ant Part l -Modificatio ns to Bar Screen Building No . 3 and Part lI -Junction Box Rehabilitation Projec ts Flow Di version/Bypass (Part I and Part ll ) D. The procedures contained herein were developed based upon available information. CONTRACTOR is to field verify all site conditions before commencement of Work . E. CONTRACTOR is required to make all tie-ins, connections, and replacements necessary to perform the Work. 1.05 SUB MITT ALS A. The CONTRACTOR shall submit to the Engineer a temporary wastewater flow management plan , including detailed plans and descriptions outlining all provisions and precautions to be taken by the CONTRACTOR regarding the handling of existing wastewater flows . This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities from damage due to the discharge flows, and compliance with the requirements and permit conditions specified in these Contract Documents . Installation of the temporary wastewater flow management system shall not begin until all provisions and requirements have been reviewed by the ENGINEER. The plan shall include but not be limited to details of the following (depending on type of temporary flow management system used): 1. Staging areas for pumps; 2. Wastewater conduit plugging method and types of plug s; 3 . Number, s ize, material, location and method of installation of suction piping; 4. Number, size, material, method of installation and location of in stallation of discharge piping ; 5 . Number, size, material, method of installation and location of bypass gravity line; 6. Bypass pump sizes, capacity, number of each size to be on site and power supply; 7. Detailed calculations of static lift, friction losses, and flow ve locity from the bypass pumping subcontractor (pump curves showing pump operating range shall be submitted); 8 . Power generator size, location; 9 . Down stream discharge plan into downstream co nveyance a nd treatme nt facilities ; 10 . Temporary thrust and restraint systems/ appurtenances; 11 . Section s showing suction and di sc harge pipe placeme nt; 12 . Method of noise control for each pump and/or generator; 13 . Any temporary pipe supports and anchoring require d; 14 . Calculations for se lection of bypas s pumping pipe size from the bypass pumping subcontractor; B . The CONTRACTOR shall submit a health and safety plan to the ENGINEER for review and approval prior to commencement of any wo rk . At a mini mum , thi s plan wi ll address the following: VC0515SOl.043conf. 01043 -4 2/1/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Flow Diversion/Bypass (Part I and Part II ) 1. The monitoring of oxygen levels and hazardous and explosive gases inside confined spaces and manhole structures . 2. The CONTRACTOR will demonstrate that all personnel have been trained and certified in all local, state, and federal laws to work in hazardous environments and confined spaces and in the use of personal protective equipment as required by OSHA. 1.06 PAYMENT A. For each bypass, CONTRACTOR shall compile an inventory of labor and materials required to perform tasks, an estimate of the time required, and a written description of steps required to complete all tasks. The inventory, the estimate, and written procedures shall be submitted to the ENGINEER for review 28 calendar days prior to the proposed start date of the bypass . CONTRACTOR shall also request, in writing from the ENGINEER, approval for each bypass a minimum of 14 calendar days prior to the proposed bypass date . No bypass shall be initiated until the inventory of materials and labor is verified by the ENGINEER on site at least 3 calendar days prior to the proposed start date . B. For each bypass, CONTRACTOR shall also submit a unit price ($/day) for each additional day of pumping required (at or below the listed peak flows) or associated with non-CONTRACTOR delays (e.g., inclement weather or OWNER associated delays) for each site where flow bypassing is required. Bypass durations listed in the schedule at the end of this Section are estimates only . C. For each bypass, CONTRACTOR shall also submit a unit price ($/MGD) for each additional MGD pumped above the listed peak flow rates listed in the Contract Documents . D . All overtime Work by CONTRACTOR necessary to conform to the requirements of this Section shall be performed by CONTRACTOR, at no cost to the OWNER and shall be performed in accordance with the General Conditions . CONTRACTOR shall make no claims for extra compensation as a result thereof. PART 2 PRODUCTS 2 .01 EQUIPMENT A. All pumps used shall be fully automatic dry-priming units that do not require the use of foot-valves or vacuum pumps in the priming system . The pumps may be electric or diesel powered. B. The CONTRACTOR shall provide the necessary stop/start controls for each pump . C . Discharge and Gravity Flow Piping -In order to prevent the accidental spillage of flows all discharge systems shall be temporarily constructed of rigid pipe with positive, restrained joints . Under no circumstances will aluminum "irrigation" piping (ring-lock) or glued PVC pipe be allowed. Discharge hose will only be allowed in short sections and by specific permission from the Engineer. D. Discharge piping shall include a magnetic flow meter to monitor system performance . VC05 I 5SO I .043conf. 01043-5 2/1/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cati ons to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabilitation Proj ec ts Fl ow Divers ion/Bypass (Part I and Part II) PART 3 EXECUTION 3 .01 PERFORMANCE REQUIREMENTS A. It is essential to the operation of the existing sewage system that there be no interruption in the flow of sewage throughout the duration of the project. To this end, the CONTRACTOR shall provide , maintain and operate all temporary facilities such as darn s, plugs, pumping equipment, conduits, all necessary power, and all other labor and equipment necessary to intercept the sewage away from the area where the Work is to be performed and bypass as necessary to conduct inspection . B. The design, installation and operation of the temporary flow management system shall be the CONTRACTOR'S responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction . C. The CONTRACTOR shall provide all necessary mean s to safely convey the sewage past the work area . Once the temporary flow management system is in place and operational , the CONTRACTOR will not be permitted to stop or impede the flows under any circumstances. D . The CONTRACTOR shall maintain flow around the work area in a manner that will not cause surcharging of sewers, damage to sewers and that will protect public and private property from damage and flooding . E . The CONTRACTOR shall protect water resources, wetlands and other natural re sources. In the event of a wastewater spill, CONTRACTOR sha ll immediately take action to remedy the spill and shall report the spill to the Enginee r. 3.02 FIELD QUALITY CONTROL AND MAINTENANCE A . In s pection: CONTRACTOR shall inspect temporary flow management sys tem at all times to ensure that the system is working correctly . B . Maintenance Service: The CONTRACTOR shall insure that the temporary pumping system is properly maintained and a re s ponsible operator s hall be on site at all time s when bypass is operating solely to monitor the pumping system . C . Extra Materials : CONTRACTOR shall pro vi de VC0515SOl.043conf. 1. Spare parts for pumps and piping shall be kept on s ite as required. 2 . Adequate hoisting equipment for each pump and accessories shall be maintained on the site . 3. Any other aux iliary equipment required . END OF SECTION 01043-6 2/1/1 1 City of Fort Worth -Vill age Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Flow Diversion/Bypass (Part I and Part II ) MAINTENANCE OF FACILITIES OPER ATI ON SCHEDULE ITEM ITEM FACILITY TO PROCEDURE CONSTRAINTS NO. DESCRIPTION BE BYPASSED AND REMARKS I Replacement of 96-inch Pipe, To isolate the north 96-inch line The effluent of Junction Box H to 96-inch pipe Junction Box B going to Bar Screen Building #3: Junction Box BB must be plugged and/or going to Bar and west side of sealed. Screen Building Bar Screen Shut gate in Box F2 to divert #3. Building #3. flow to the east 96-inch line. The west side of Bar Screen Building #3 Approximately This will divert flow to primary shall be iso lated from the east side so I 00 LF of pipe clarifiers 1-6 for treatment and 7-flow cannot come into the 96-inch line. to be replaced. 12 for bypass pumping to primary clarifiers 13, 14, 16 and Expected WW flows in the pipe are as 17. fo llows: 1. Peak Dry Weather Flow in to the structure : 90 MGD. 2. Peak Wet Weather Flow co uld be as high as 230 MGD. 3. Dry Weather Bypass Pumping 50 mgd. 4. Peak Bypass Pumping 150 MGD. 2 Replacement of 72-inch Pipe, To isolate the so uth 72-inch line The east side of Bar Screen Building #3 72-inch pipe Junction Box going to Bar Screen Building #3: shall be isolated from the west side so going to Bar BBB and east . flow cannot come into the 72-inch line. Screen Buil ding side of Bar Close the gate in Junction Box C #3. Screen Building to divert flow to the new 96-inch Expected WW flows in the pipe are as Approximately #3 . line. If the capacity of primary follows: I 00 LF of pipe clarifiers 13 , 14, 16 , and 17is 1. Peak Dry Weather Flow into the to be replaced . exceed then by pass pumping structure: 40 MGD. shall be initiated from primary 2. Peak W e t Weather Flow co uld be as clarifiers 7-12 to primary high as 100 MGD. clarifiers 15 and 18. 3. Peak Bypass Pumping 63 MGD. VC05 l 5S0l .043 01043-7 DURATION OF BYPASS Four Weeks Four Weeks 2/1/11 1 of Fort Worth -Vill age Creek Wastewater Treatment Plant t I -Modifica tions to Bar Screen Building No. 3 and Part II -Junction Box Reh abi litation Projects w Diversion/Bypass (Part I and Part II) ITEM ITEM FACILITY TO PROCEDURE NO. DESCRIPTION BE BYPASSED 3 Finishing north 96-inch Pipe and To isolate the north side of side of new west side of Bar Junction Box 4B : Junction Box 4B Screen Building including #3. Close gate in Box F2 to divert sealant and flow to the east 96-inch line. sluice gates This wi ll divert flow to primary clarifiers 1-6 for treatment and 7- 12 for bypass pumping to primary clarifiers 13 , 14, 16 and 17. 4 Finishing so uth 72-inch Pipe and To isolate the south side of si de of new east side of Bar Junction Box 4B: Junction Box 4B Screen Building including #3. Close the gate in Junction Box C sealant and to divert flow to the new 96-inch sluice gates. line. If the capacity of primary clarifiers 13, 14, 16, and 17is exceed then by pass pumping sha ll be initiated from primary clarifiers 7-12 to primary clarifiers 15 and 18 . VC05 l 5SO 1.043 0 1043-8 CONSTRAINTS DURATION AND OF REMARKS BYPASS T he effluent of J unction Box H to Four Weeks Junction Box BB must be plugged and/or sealed. The west side of Bar Screen Building #3 shall be isolated from the east side so flow cannot come into the 96-inch line. Sluice gate for the dividing wall in Junction Box 4B must be complete and operational. Expected WW flows in the pipe are as follows : I. Peak Dry Weather F low into the structure: 90 MGD. 2 . Peak W et Weather Flow could be as high as 230 MGD . 3. Dry Weather Bypass Pumping 50 mgd. 4 . Peak Bypass P umping 150 MGD . The east side of Bar Screen B uilding #3 Four Weeks shall be isolated from the west side so flow cannot come into the 72-inch line. Sluice gate for the divi d ing wall in Junctio n Box 4B must be comp lete and operational. Expected WW flows in the pipe are as follows: 1. Peak Dry Weather Flow into the structure: 40 MGD. 2. Peak Wet Weather Flow could be as high as 100 MGD . 2/1/11 City of Fon Wonh -Village Creek Wastewater Treatment Plant Pan I -Modifications to Bar Screen Building No . 3 and Pan II -Junction Box Rehabilitation Projects Flow Diversion/Bypass (Pan I and Pan II) ITEM ITEM FACILITY TO PROCEDURE NO. DESCRIPTION BE BYPASSED 5 Remove West Side of Bar To isolate the west side of Bar Parshall flumes Screen Building Screen Building No. 3: 5 and 6 and No . 3 install 96-inch Close gate for 96-inch line at HOBAS pipe Junction Box 4B. This will divert flow to primary clarifiers 1-6 for treatment and 7-12 for bypass pumping to primary clarifiers 13, 14, 16 and 17 . Install temporary stop logs on upstream and downstream side of Bar Screens 31 -3 5 at Bar Screen Building No. 3. 6 Install weir plate East Side of Bar To isolate the east side of Bar in front of Bar Screen Building Screen Building No. 3: Screen 36 No . 3 Close the gate in Junction Box C to divert flow to the new 96-inch line. If the capacity of primary clarifiers 13 , 14 , 16, and 17 is exceed then by pass pumping shall be initiated from primary clarifiers 7-12 to primary clarifiers 15 and 18. VC05 I 5SO 1.043 01043-9 3. Peak Bypass Pumping 63 MGD. CONSTRAINTS DURATION AND OF REMARKS BYPASS The west side of Bar Screen Building #3 Two Weeks shall be isolated from the east side so flow cannot come into the 96-inch line . Sluice gate at Junction Box 4B shall be complete and operational. Sluice gate for the dividing wall in Junction Box 4B must be complete and operational. Expected WW flows in the pipe are as follows : 1. Peak Dry Weather Flow into the structure : 90 MGD. 2. Peak Wet Weather Flow could be as high as 230 MGD. 3. Dry Weather Bypass Pumping 50 mgd. 4 . Peak Bypass Pumping 150 MGD . The east side of Bar Screen Building #3 Two Weeks shall be isolated from the west side so flow cannot come into the screen channel. Sluice gate for 72-inch line in Junction box 4B must be comp lete and operational. Sluice gate for the dividing wall in Junction Box 4B must be complete and operational. 2/1/11 � 1 1 ! l 1 � � 1 � � � � � � i .i ■ . � of Fort Worth - Village Creek Wastewater Treatment Plant [ I- Modifications to Baz Screen Building No. 3 and Part II - Junction Box Rehabilitation Projects w Diversion/Bypass (Part I and Part II) . ,.- . — �-- . . I �� �Expected WW flows in the pipe are as follows: II 1. Peak Dry Weather F1ow into the � structure: 40 MGD. � 2. Peak Wet Weather F1ow could be as , � high as 100 MGD. - 3. Peak BYpass Pumpin� 63 MGD. � ITEM TTEM FACiLITY TO PROCEDURE CONSTRAINTS DURATION � �, NO. DESCRIPTION BE BYPASSED AND OF � REMARKS BYPASS � � 7 Rehabilitation of PCDB 21. To isolate PCDB 21: The dividing wall in the wet well at Bar Ten Weeks I pr�azy Screen Building #3 must be sealed so � Clarifier Plug the effluent lines to primary flow cannot come into the line. Distribution Box clarifiers 13, 14, 16 and 17 and 21 (PCDB) the influent line from Bar Screen Expected WW flows in the pipe are as Building #3. follows: � 1. Peak Dry Weather Flow into the structure: 90 MGD. i 2. Peak Wet Weather F1ow could be as � � high as 230 MGD. 3. Dry Weather Bypass Pumping 50 mgd. I 4. Peak Bypass Pumping 150 MGD. : I ' I 8 Rehabilitation of PCDB 22. To isolate PCDB 22: The dividing wall in the wet well at Bar Ten Weeks � pr�azy Screen Building #3 must be sealed so � ° Clarifier Plug the effluent lines to primary flow cannot come into the line. Distribution Box clarifiers 15 and 18 and the � 22 (PCDB) influent line from Baz Screen Expected WW flows in the pipe are as � Building #3. follows: � 1. Peak Dry Weather Flow into the structure: 40 MGD. 2. Peak Wet Weather Flow could be as I ; high as 100 MGD. : � . 3. Peak Bypass Pumping 63 MGD. - - -' °- _�' - - -' - - ' •,-� � ` - .- _' - --'-- ' -'' - -- ._ . ,..-e,- - . � - - -'-' VCOS 15S01.043 01043-10 Zilii 1 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Environmental Protection Procedures (Part I and Part m PART 1 GENERAL SECTION 01110 ENVIRONMENT AL PROTECTION PROCEDURES 1.01 SCOPE OF WORK A. The work covered by this Section consists of furnishing all labor, materials and equipment and performing all work required for the prevention of environmental pollution in conformance with applicable laws and regulations, during and as the result of construction operations under this Contract. For the purpose of this Specification, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment for aesthetic and/or recreational purposes . B. The control of environmental pollution requires consideration of air, water and land, and involves management of noise and solid waste, as well as other pollutants. C . Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of the work. Provide erosion control measures such as sedimentation or filtration systems, berms, silt fences, seeding, mulching or other special surface treatments as are required to prevent silting and muddying of streams, rivers, impoundments, lakes, etc . All erosion control measures shall be in place in an area prior to any construction activity in that area. Specific requirements for erosion and sedimentation controls are specified in Section 02270. D . These Specifications are intended to ensure that construction is achieved with a minimum of disturbance to the existing ecological balance between a water resource and its surroundings. These are general guidelines . It is the Contractor's responsibility to determine the specific construction techniques to meet these guidelines. E . All phases of sedimentation and erosion control shall comply with and be subject to the approval of the Texas Commission on Environmental Quality (TCEQ) and the United States Environmental Protection Agency (U .S . EPA). 1.02 APPLICABLE REGULATIONS A. Comply with all applicable Federal, State and local laws and regulations concerning environmental pollution control and abatement. 1.03 NOTIFICATIONS A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing provisions or of any environmentally objectionable acts and corrective action to be taken . State or local agencies responsible for verification of certain aspects of the environmental protection requirements shall notify the Contractor in writing, through the Engineer, of any non-compliance with State or local requirements . The Contractor shall, after receipt of such notice from the Engineer or from the regulatory agency through the Engineer, immediately take corrective action . Such notice, when delivered to the Contractor or authorized representative at the site of the work, VC0515S OI.I IO 01110-1 9/30/10 Ci ty of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ificati ons to Bar Scree n Building No . 3 and Part Il -Juncti on Box Rehab ilitation Projects Environmental Protection Procedures (Part I and Part m shall be deemed sufficient for the purpose . If the Contractor fail s or refu ses to comply promptly, the Owner may issue an order stopping all or part of th e work until satisfactory corrective action has been taken . No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for excess costs or damages by the Contractor unless it is later determined that the Contractor was in compliance . 1.04 IMPLEMENTATION A. Prior to commencement of the work, meet with the Owner to develop mutual understandings relative to compliance with this provision and administration of the environmental pollution control program. B . Remove temporary environmental control features, when approved by the Engineer, and incorporate permanent control features into the project at the earliest practicable time . 1.05 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material, or debris therein. B. Contractors are specifically cautioned that disposal of materials into any waters of the State must conform with the requirements of the TCEQ, and an applicable permit from the U .S . Army Corps of Engineers . C. The Contractor shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows , including storm flows and flow s created by construction activity , so as to prevent silting of waterways or flooding damage to the property or adjacent properties . 1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERIALS A. Excess excavated material not required or suitable for backfill and other waste material must be disposed of at sites approved by the Owner and Engineer. B. Unacceptable disposal sites, include, but are not limited to, sites within a wetland or critical habitat and sites where disposal will have a detrimental effect on surface water or groundwater quality . C. The Contractor may make his own arrangements for disposal subject to submission of proof to the Engineer that the Owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). D . The Contractor shall provide watertight conveyance of any liquid , se mi-liquid, or saturated solids which tend to bleed or leak during transport. No liquid lo ss from transported materials will be permitted whether being delivered to the construction site or being hauled away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site. VCOSISSOl.110 01110-2 9/30/10 City of Fort Worth -Village Creek Was te water Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Environmental Protection Procedures (Part I and Part lI) 1.07 USE OF CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either the U.S . Environmental Protection Agency or the U .S. Department of Agriculture or any other applicable regulatory agency . Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions . B. Any oil or other hydrocarbon spilled or dumped on the Owner's site during construction must be excavated and completely removed from the site prior to final acceptance. Soil contaminated by the Contractor's operations shall become the property of the Contractor, who will bear all costs of testing and disposal. C . Before a Contractor commences work, the following steps shall be completed . 1. The Owner will inform Contractor of his rights under the Texas Hazards Communication Act. 2 . The Owner will provide a copy of the Chemical List giving the hazardous chemicals to which the Contractor, employees and agents may be exposed to on the project site. 3 . The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals which he may be exposed to on the project site. 4. The Owner will inform the Contractor of his obligation to inform his employees and agents of each of the above requirements. 5 . The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the project site that Owner's employees may be exposed to . 6 . The Contractor shall sign a Contractor Acknowledgement certifying that he has received the information provided by the Owner on hazardous chemicals and maintain the Acknowledgement with the original Contract. 1.08 PAYMENT A . The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 EROSION CONTROL A . All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation shall be provided with permanent erosion and sediment control facilities . All applicable ordinances and codes regarding erosion and sediment control should be followed. VC0515SOI.I IO 01110-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Environm ental Protection Procedures (Part I and Part m B. Provide positive means of erosion control such as shallow ditches around construction to carry off surface water. Erosion control measures, such as siltation basins, mulching, jute netting and other equivalent techniques, shall be used as appropriate. Flow of surface water into excavated areas shall be prevented. Ditches around construction area shall also be used to carry away water resulting from dewatering of excavated areas. At the completion of the work, ditches shall be backfilled and the ground surface restored to original condition . 3.02 PROTECTION OF STREAMS A. Care shall be taken to prevent, or reduce to a minimum, any damage to any stream from pollution by debris, sediment or other material, or from the manipulation of equipment and/or materials in or near such streams . Water that has been used for washing or processing, or that contains oils or sediments that will reduce the quality of the water in the stream, shall not be directly returned to the stream . Such waters will be diverted through a settling basin or filter before being directed into the streams. B . The Contractor shall not discharge water from dewatering operations directly into any live or intermittent stream, channel, wetlands, surface water or any storm sewer. Water from dewatering operations shall be treated by filtration, settling basins, or other approved method to reduce the amount of sediment contained in the water. C. All preventative measures shall be taken to avoid spillage of petroleum products and other pollutants . In the event of any spillage, prompt remedial action shall be taken in accordance with a contingency action plan approved by the TCEQ. Contractor shall submit two copies of approved contingency plans to the Engineer. D. Water being flushed from structures or pipelines after disinfection , with a chlorine residue of 1 mg/I or greater, shall be treated with a dechlorination solution, in a method approved by the Engineer, prior to discharge or disposed of in other approved manners, i.e. for subgrade compaction, etc . 3.03 PROTECTION OF LAND RESOURCES A. Land resources within the project boundaries and outside the limits of permanent work shall be restored to a condition, after completion of construction, that will appear to be natural and not detract from the appearance of the project. Confine all construction activities to areas shown on the Drawings . B . Outside of permanent easement, the Contractor shall not deface , injure, or destroy trees or shrubs, nor remove or cut them without prior approval. No ropes, cables, or guys shall be fastened to or attached to any existing nearby trees for anchorage unless specifically authorized by the Engineer. Where such special emergency use is permitted, first wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be tied before any rope, cable, or wire is placed . The Contractor shall in any event be responsible for any damage resulting from such use . C. Where trees are to be protected inside the permanent easement or located outside of the permanent easement may possibly be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment, dumping or other operations, shall be protected by placing boards, planks, or poles around them . Monuments and markers shall be protected similarly before beginning operations near them . VCOS ISSOl.l 10 01110-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Environmental Protection Procedures (Part I and Part m D . Any trees outside the permanent easement or other landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition. The Engineer will decide what method of restoration shall be used and whether damaged trees shall be treated and healed or removed and disposed of. All scars made on trees by equipment, construction operations, or by the removal of limbs larger than 1-in. in diameter shall be coated as soon as possible with an approved tree wound dressing . All trimming or pruning shall be performed in an approved manner by experienced workmen with saws or pruning shears. Tree trimming with axes will not be permitted. Climbing ropes shall be used where necessary for safety. Trees that are to remain, either within or outside established clearing limits, that are subsequently damaged by the Contractor and are beyond saving in the opinion of the Engineer, shall be immediately removed and replaced . E. The locations of the Contractor's storage, and other construction buildings, required temporarily in the performance of the work, shall be located in cleared portions of the job site within the permanent easement area or within the designated areas inside the plant as shown on the Drawings and shall require written approval of the Engineer. The Contractor shall be aware that the area within the permanent easement is within wetlands or floodplains and all storage and other construction buildings shall be protected accordingly. The preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings . Drawings showing storage facilities shall be submitted for approval of the Engineer. F. If the Contractor proposes to construct temporary roads or embankments and excavations for plant and/or work areas, he/she shall submit the following for approval at least ten days prior to scheduled start of such temporary work. 1. A layout of all temporary roads , excavations and embankments to be constructed within the work area . 2. Details of temporary road construction . 3 . Drawings and cross sections of proposed embankments and their foundations, including a description of proposed materials . 4. A landscaping drawing showing the proposed restoration of the area . Removal of any trees and shrubs outside the limits of existing clearing area shall be indicated . The drawing shall also indicate location of required guard posts or barriers required to control vehicular traffic passing close to trees and shrubs to be maintained undamaged . The drawing shall provide for the obliteration of construction scars as such and shall provide for a natural appearing final condition of the area . Modification of the Contractor's approved drawings shall be made only with the written approval of the Engineer. No unauthorized road construction , excavation or embankment construction including disposal areas will be permitted. G. Remove all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction as directed by the Engineer. It is anticipated that excavation , and filling will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon. The disturbed areas shall be prepared and seeded as described in Section 02490, or as approved by the Engineer. VCOSISS Ol.110 01110-5 9/30/10 Ci ty of Fort Worth -Village Creek Was tew at er Treatment Plant Part I -Modification s to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Enviro nm ental Protec ti on Procedures (Part I and Part II) H. All debris and excess material will be disposed of outside wetland or floodplain areas in an environmentally sound manner. 3.04 PROTECTION OF AIR QUALITY A. Burning. The use of burning at the project site for the di spo sal of refuse and debri s will not be permitted. B . Dust Control. The Contractor will be required to maintain all excavations, embankment, stockpile s, acces s road s, plant sites, waste areas , borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others . C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited . The u se of chlorides may be permitted with approval from the Engineer. D. Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor mu st have sufficient suitable equipment on the job to accomplish this if sprinkling is used . Dust control shall be performed a s the work proceed s and whenever a dust nuisance or hazard occurs, a s determined by the Engineer. 3.05 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION A. During the life of thi s Contract, maintain all facilitie s constructed for pollution control as long as the operations creating the particular pollutant are be ing carried out or until the material concerned has become stabilized to the extent that pollution is no longer be ing created . 3 .06 NOISE CONTROL A. The Contractor shall make e very effort to minimize noi se s cau sed by Contractor's operation s. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with State and Federal regulation s. END OF SECTION VC05 15SOl.l 10 01110-6 9/30/10 City of Fort Worth -Village Creek Was tewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Special Provision s (Part I and Part II ) PART 1 GENERAL SECTION 01170 SPECIAL PROVISIONS 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR A. General obligations of the Contractor shall be as set forth in the Contract Documents. Unless special payment is specifically provided in the payment paragraphs of the specifications, all incidental work and expense in connection with the completion of work under the contract will be considered a subsidiary obligation of the Contractor, and all such costs shall be included in the appropriate item s in the Bid Form in connection with which the costs are incurred. 1.02 SITE INVESTIGATION A. The Contractor shall satisfy himself as to the conditions existing within the project area, the type of equipment required to perform the work, the character, quality and quantity of the subsurface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the Drawings and Specifications. Any failure of the Contractor to acquaint himself with the available information will not relie ve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work . The Owner assumes no responsibility for any conclusions or interpretation made by the Contractor on the basis of the information made available by the Owner. 1.03 COORDINATION WITH CITY AGENCIES A. The Contractor shall supply the Fort Worth Police Department, Fire Department, and Water Department with the following information: l . Immediate notification of any gas or water main breaks . B. The Contractor will be required to reimburse the City for the actual cost of the services of Public Works Department Personnel required by him during other than regular working hours . 1.04 SERVICES OF MANUFACTURERS ' REPRESENTATIVE AND OPERATION MANUALS A . Bid prices for equipment shall include the cost of a competent representative of the manufac- turers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel in operation and maintenance . This supervision may be divided into two or more time periods as required by the installation program or as directed by the Engineer. B . See the detailed Specifications for additional requirements for furnishing the se rvice s of manufacturer's representative s. C . A certificate from the manufacturer stating that the installation of the equipment is sati sfactory , that the unit has been satisfactorily te sted, is ready for operation , that th e operating personne l have been suitably instructed in the operation , lubrication , and care of the unit shall be submitted. VCOSISSOl.170 01170-1 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part U -Junction Box Rehabilitation Projects Spec ial Prov is ions (Part I and Part m D. Operation and Maintenance manuals for the equipment furnished under this contract shall be submitted in accordance with Section 01300 and 01730 . 1.05 GREASE, OIL AND FUEL A. All grease, oil, and fuel required for initial operations and testing of equipment shall be furnished with the respective equipment. Owner shall be provided with one year's supply of required lubricants after all testing and initial run-ups have been conducted and lubricants have been replaced ( either according to manufacturer's recommendations/instructions or testing indicates that lubricants should be replaced (i .e. contamination). 1.06 TOOLS A. Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. B. Tools shall be furnished in suitable large metal tool boxes with lock and duplicate keys. 1.07 MAINTAINING EXISTING ELECTRICAL SERVICE A. Due to the unique existing conditions and existing electrical requirements and services to remain during construction, the Contractor shall make all arrangements with local utility company for pole line extensions, pole relocations, etc ., for the temporary electrical service and include all costs for the temporary service in his bid . 1.08 MAINTENANCE AND LUBRICATION SCHEDULES A. Each Contractor's attention is directed to Section 01300 for all requirements relative to the submission of shop and working drawings for the mechanical and electrical and instrumentation equipment. For all mechanical and electrical equipment furnished, each Contractor shall provide a list including the equipment name, and address and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained . In addition, a maintenance and lubrication schedule for each piece of equipment shall be submitted along with shop drawings. 1.09 SHIPMENT AND DELIVERY OF EQUIPMENT A. Equipment shall not be shipped until approved by the Engineer. The intent of this requirement is to reduce site storage time prior to installation and/or operation . Under no circumstances shall equipment be delivered to the site more than one month prior to anticipated installation without written authorization from the Engineer. B. During shipment and delivery, the following procedures shall apply: 1. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay between time of shipment and installation, including any prolonged period at the site . VC05 15SOl.l70 01170-2 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Special Provisions (Part I and Part m 2. Factory assembled parts and components shall not be disassembled for shipment unless permission is received in writing from the Engineer. 3. Finished surfaces of all exposed parts shall be properly protected against adverse conditions that may prevail from time of shipment until ready for operation . 4 . All finished surfaces of all exposed flanges shall be protected by wooden blank flanges, stoutly built, and securely bolted. 5. Finished iron and steel surfaces not painted shall be protected against rust and corrosion. 6. After hydrostatic or other tests, all entrapped water shall be drained, and care taken to prevent the entrance of water during shipment, storage, and handling . 7 . Each box or package shall be legibly marked to show its net weight and contents. 8. Demurrage, or other charges resulting from failure to furnish these items shall be absorbed by the Contractor. 9. The Contractor shall make suitable provision for the handling and delivery of all equipment and material at the site . 1.10 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Special attention shall be given to the storage and handling of equipment on site . As a minimum, the procedure outlined below shall be followed: 1. All equipment having moving parts such as gears, electric motors, etc ., and/or instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. 2. All equipment shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the manufacturer. 3 . Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 4. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use . 5. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of acceptance . 6 . Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment to certify that its condition has not been detrimentally affected by the long storage period . Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period . As such , the VC05 l 5SO 1.170 01170-3 9/30/2010 City of Fon Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part Il -Junction Box Rehabilitation Projects Special Provis ions (Part I and Part m manufacturer will guaranty the equipment equally in both in stances . If such a certification is not given, the equipment shall be judged to be defective . It shall be removed and replaced at the Contractor's expense. 7 . Provide power to equipment space heaters as recommended by manufacturer for storage . 1.11 SPECIAL PRECAUTIONS A. The Contractor shall be advised that work on the existing chlorine system may be subject to hazardous gases . The Contractor shall conduct his operations in a manner to safe-guard again st hazards from such gasses up until the time the work is complete. Safe-guards shall include ventilation system equipment, gas detection equipment, respiratory equipment, and other equipment as appropriate for the application . 1.12 OPERATION OF EXISTING PLANT A. The existing wastewater treatment plant shall remain in service during construction activities as outlined in Section O 1040 . The existing plant shall not be shut down during the construction period. The Contractor shall provide proper coordination of all activities to ensure that the existing plant remains in service throughout the construction period. The Contractor shall also provide the Owner's personnel reasonable access throughout the ex isting plant for operation and maintenance. 1.13 SLEEVES AND OPENINGS A. The Contractor shall provide all openings, channels, chases, etc, in new construction and furnish and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this Contract with the exception of material, provided by the Owner. The Contractor shall do all cutting, coring and rough and finish patching required in existing construction for the work of all trades. B . Subcontractors shall furnish all additional sleeves, inserts, hangers, anchor bolts, etc., required for the execution of their work. It shall be their respon sibility before the work of the Contractor is begun to furnish him/her with the above items and with templates , drawings or written information covering chases, openings, etc., which they require and to follow up the work of th e Contractor as it progresses , making sure that their drawings and written instructions are followed . Failing to do this, they shall be responsible for the co st of any corrective measures which may be required to provide necessary openings, etc . If the Contractor fails to follow the directions given him/her, covering details and locations of openings , etc, he/she shall be responsible for any cutting and refinishing required to make the nece ss ary corrections . In no case shall beams, lintel s, or other structural members be cut without the approval of the Engineer. 1.14 PIPE MARKING A. Pipe marking is included in Divi si on 9 under Painting , but it shall be the Contractor's re s ponsibility to assist, as required by the Engineer, in identifying pipe contents, direction of flow and all else required for proper marking of pipe. VCOSISSOl.170 01170-4 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Juncti on Box Rehabili tati on Projec ts Speci al Provis ion s (Part I and Part m 1.15 NOISE LIMITATIONS A. All equipment to be furnished under this Contract, unless specified otherwise in the technical specifications , shall be designed to ensure that the sound pre ssure le vel does not exceed 85 decibels over a frequency range of 37 .8 to 9600 cycles per second at a distance of three feet from any portion of the equipment, under any load condition, when tested using standard equipment and methods . Noi se le vel s shall include th e noise from the motor. Mufflers or external baffles shall not be acceptable for the purpo se of reducing noi se . Data on noi se levels shall be included with the shop drawing submittal. 1.16 SPARE PARTS A . Spare parts for certain equipment as necess ary have been specifi ed in the pertinent Sections of the Specifications. The Contractor shall collect and store all spare part s so required in an area to be designated by the Engineer. In addition , the Contractor shall furnish to the Engineer an inventory listing all spare parts, th e equipment they are ass ociated with , the name and addres s of the supplier and the delivered cost of each item. Copies of actual invoices for each item shall be furni shed with the inventory to substantiate the delivery cost. B . Spare parts shall be packed in carton s, properly labeled with indelible markings with compl ete descriptive information including manufacturer, part number, part name and equipment for which the part is to be used and shall be properly treated for one year of storage . 1.17 WEATHER PROTECTION A. In the event of inclement weather, the Contractor shall protect th e Work and material s from damage or injury from the weather. If, in the opinion of th e Eng ineer, any portion of the Work or materials ha s been damaged by reason of failure on th e part of the Contractor to so protec t the Work, such Work and materials shall be removed and re placed w ith new materials and Work to the sati sfaction of th e Enginee r. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC051 5S OI.1 70 END OF SECTION 01170-5 9/3 0/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Project Meetings (Part I and Part m PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01200 PROJECT MEETINGS A. Schedule, attend, and administer as specified preconstruction conference, periodic progress meetings, and specially called meetings throughout progress of the Work. B. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents . C. Meetings administered by Engineer may be tape recorded. If recorded, tapes will be used to prepare minutes and retained by Engineer for future reference . D. Meetings, in addition to those specified in this Section, may be held when requested by the Owner, Engineer or Contractor. 1.02 RELATED WORK A. Pre-bid conference is included in Information to Bidders. 1.03 PRECONSTRUCTION CONFERENCE A. A preconstruction conference will be held within ten days after award of Contract and before Work is started. The conference will be scheduled and administered by the Engineer. B. The Engineer will preside at the conference, 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 . C . Attendance : 1. Contractor's project manager. 2. Contractor's superintendent. 3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Owner may request. 4. Construction Manager or Resident Engineer. 5. Engineer's representatives. 6 . Owner's representatives. 7. Others as appropriate. VC05 l 5SO 1.200 01200-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Project Meetings (Part I and Part m D. Preliminary Agenda : 1. Schedule . 2 . Construction Scheduling, including critical path . 3 . Designation of re s ponsible personne l. 4. Authority of Contractor. 5 . Authority of Construction Manager and Engineer. 6 . Submittals . 7. Procedures for Change Orders, CMRs, PCMs, Field Orders, RFis, etc. 8. Record Drawings. 9. Quality control. 10 . Safety Procedures . 11. Temporary construction facilities. 12. Use of City Facilities. 13 . Security and Work after Normal Hours . 14. Measurement and payment. 15. City Administrative Procedures, including M/WBE procedures. 1.04 PROGRESS MEETINGS A. Formal project coordination meetings will be held periodically (not more than once weekly, nor les s than once monthly). Meetings will be scheduled and administered by the Construction Manager. Additional progress meetings to discu ss s pecific topics will be conducted on an as- needed basis. Such additional meeting shall include but not be limited to: I. Coordinating plant/equipment shutdowns. 2. Installation of equipment. 3 . Start-up of equipment or plant. 4 . Problem Area Resolution s. 5. Equipment approval. VCOS ISSOl.200 01200-2 9/30/20 10 City of Fort Worth -Village Creek Was tewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projec ts Project Meetings (Part I and Part II) B. The Construction Manager will preside at progress meetings, 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 each meeting . C. Attendance : Same as preconstruction conference. D. Preliminary Agenda: 1. Review, approval of minutes of previous meeting . 2 . Review of work progress since previous meeting . 3. Field observations, problems, conflicts . 4. Problems which impede construction schedule . 5. Review of off-site fabrication, delivery schedules . 6. Review of construction interfacing and sequencing requirements with other construction contracts. 7 . Corrective measures and procedures to regain projected schedule . 8. Revisions to construction schedule. 9 . Progress, schedule, during succeeding work period . 10. Coordination of schedules. 11. Review submittal schedules. 12 . Maintenance of quality standards . 13. Pending changes and substitutions. 14 . Review proposed changes for: a. Effect on construction schedule and on completion date . b. Effect on other contracts of the Project. 15. Review Record Documents. 16. Review monthly pay request. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC0515SOl.200 END OF SECTION 01200-3 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Submittals (Part I and Part I 0 PART 1 GENERAL SECTION 01300 SUBMITTALS 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: Shop Drawings, Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections . B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to, custom-prepared data such as fabrication and erection/installation (working) drawings, scheduled information, setting diagrams, actual shop work manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the Work. 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 4 . All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. B. Product Data 1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing-in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational-range diagrams, production or quality control inspection and test reports and certifications, mill reports, product operating and maintenance instructions and recommended spare-parts listing and printed product warranties, as applicable to the Work. VCOSISSOl.300 01300-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buildin g No . 3 and Part II -Junction Box Rehabilitation Proj ects Subrnittals (Part I and Part I I) C . Samples 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and unit s of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES A . The Contractor sha ll review shop drawings, product data and samples, including those by subcontractors, prior to submission to the Engineer to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications and Plans B . Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the Contractor: "Certification Statement: By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." Shop drawings larger than 8 1/2" x 11" shall be folded to 8 1/2" x 11 ". Shop drawings and product data sheets shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package . Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings , product data and samples at the time of submittal of said drawings, product data and samples to the Engineer. C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-40 of the Special Conditions. In addition, the Contractor shall utilize an 8-character submittal cross- reference identification numbering system in the following manner: 1. The first five digits shall be the applicable Specification Section Number. 2. The next two digits shall be the numbers O 1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3. The last character shall be a letter, A-Z, indicating the resubmission of the same Drawing (i.e. A=2nd submission, B=3rd submission , C=4th submission, etc.). A typical submittal number would be as follows: 03300 08 B 3300-08-B = Specification Section for Concrete = The eighth initial submittal under this specification section = The third submission (second resubmission) of that particular shop drawing D . Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents . VC0515SOl.300 01300-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part Il -Junction Box Rehabilitation Projects Subminals (Part I and Part I 0 E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefor. F. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. G. Project work, materials , fabrication, and installation shall conform with approved shop drawings , applicable samples, and product data. 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Each submittal, appropriately coded, will be returned within 21 Calendar Days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A : Seven copies for submittals. (If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above.) 2 . Product Data as defined in Paragraph 1.02 B : Three copies . 3. Samples: Submit the number stated in the respective Specification Sections . D . Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2 . The Project title and number. 3. Contractor identification . 4 . The names of: a. Contractor b . Supplier c . Manufacturer 5 . Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. VC0515SOl.300 01300-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cati ons to Bar Screen Bu ilding No . 3 and Part II -Junction Box Rehabilitation Projects Submittals (Part I and Part I 0 9. Identification of all deviations (by colored highlighting) from Contract Documents . 10 . Identification of revisions (by colored highlighting) on resubmittals. 11. An 8-in by 3-in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: 1. permitting any departure from the Contract requirements; 2 . relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 3. approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. D . Submittals will be returned to the Contractor under one of the following codes . Code 1 X Code2 X Code 3 X Code4 X VC0515SOl.300 "APPROVED" is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture . "APPROVED AS NOTED ". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. "APPROVED AS NOTED/CONFIRM". This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation . "APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package . The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments, omissions and non-conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. 01300-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Submittals (Part I and Part I I) Code5 X "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. Code6 X "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes I through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data . E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles and colored highlighting or other Engineer approved similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions . Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the Contractor , and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. H. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer . Number of copies shall be as directed by the Engineer but shall not exceed the number specified in Paragraph 1.04C . 1.07 MOCK UPS A . Mock Up units as specified in individual Sections, include but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed . 1.08 CONSTRUCTION PHOTOGRAPHS A. The Contractor shall take photographs of the project site prior to construction, monthly during the construction of the project and after completion of the project. Photographs shall be taken with a quality 35mm or better quality date back camera, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations designated by the Engineer. B. Two glossy color 3" x 5" prints negative and electronic files shall be provided for each photograph taken. Each print shall be neatly marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed and photo VC05 l 5SO 1.300 01300-5 9/30/1 0 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Submittals (Part I and Part I D number. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced form exposures, additional photographs shall be taken immediately . C . Photos shall be placed in 3-hole punched clear protective plastic sheets for insertion into three ring heavy duty binders. Dividers shall be provided to separate monthly photos. Dividers shall indicate month and year. D . A photo listing sheet shall be included in front of and facing each plastic sheet. The photo listing sheet shall list each photograph on the facing page with the project name, date and time, location, direction of exposure, and description of what is being photographed. E. Three ring binders shall be provided for the photos and shall include on the covers and spine , the project name, starting and ending date, and volume number of photographs contained in the binder. F. The Contractor shall provide twenty-four (24) photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, twenty four (24) monthly photographs shall be taken to accurately record the work that has progressed during that period . Photographs are to be submitted with the monthly Partial Pay Request in plastic binders. G . Contractor shall provide two copies of the electronic files of photographs on DVD. Folders on DVD shall be organized by month. Name of photo shall be consistent with hard copy photos. The photo listing sheet shall also be included on the DVD . H. After the project has been completed and all construction trailers, materials, etc ., have been removed, the Contractor shall employ a professional photographer approved by the Engineer to photograph the project. Twenty-four (24) photographs shall be taken . Two (2) eight by ten (8"x10") glossy color prints and negatives shall be provided for each photograph. Negatives shall be of a quality to permit enlargements. 1.09 PROFESSIONAL ENGINEER (P.E.) CERTIFICATION FORM A. If specifically required in other Sections of these Specifications, the Contractor shall submit a P .E . Certification for each item required, in the form attached to this Section, completely filled in and stamped. 1.10 GENERAL PROCEDURES FOR SUB MITT ALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval and resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 1.11 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates . The Contractor shall deduct from the pay estimate 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 . VC0515SOl.300 01300-6 9/30/IO City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Submittals (Part I and Part I I) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCOS ISSOl .300 END OF SECTION 01300-7 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part U -Junction Box Rehabilitation Projects Submittals (Part I and Part I I) P .E . CERTIFICATION FORM The undersigned hereby certifies that he/she is a Professional Engineer registered in the State of Texas and that he/she has been employed by--------------------- (Name of Contractor) to design----------------------------------- (Insert P.E. Responsibilities) in accordance with Specification Section for the Village Creek Wastewater Treatment Plant-Trinity River Pipeline Crossing (Parallel Siphon) Project. The undersigned further certifies that he/she has performed the design of the _________ _ (Insert P.E. Responsibilities) that said design is in conformance with all applicable local, State and Federal codes, rules and regulations, and that his/her signature and P .E . stamp have been affixed to all calculations and drawings used in, and resulting from, the design. The undersigned hereby agrees to make all original design drawings and calculations available to the City of Fort Worth or Owner's representative within seven days following written request therefor by the Owner. P.E. Name Contractor's Name Signature Signature Address Title Address VCOS ISSOl .3 00 01300-8 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modific ations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Progress Schedule and Reports (Part I and Part m SECTION 01315 PROGRESS SCHEDULE AND REPORTS PART 1 GENERAL 1.01 PROGRAM DESCRIPTION A. A Critical Path Method (CPM) construction schedule shall be used to control the work of this Contract and to provide a definitive basis for determining job progress . The construction schedule shall be prepared by the Contractor. Work shall be performed in compliance with the established CPM schedule and the Contractor and his subcontractors shall be responsible for cooperating fully with the Owner in effectively utilizing the CPM schedule . B. The CPM schedule to be prepared and submitted by the Contractor shall consist of a CPM network (diagram of activities) and a computer-generated schedule (print-out) as specified. The format shall be the activity-on-node precedence network as indicated on the Preliminary Guideline CPM Schedule . C . The Contractor shall utilize PRIMA VERA and PRIMA VISION or equal scheduling program in analyzing the construction schedules. If the Contractor desires to utilize a different scheduling program than PRIMA VERA and PRIMA VISION to prepare its schedules, it must first obtain approval of the Owner. Contractor shall provi de one authorized copy of the scheduling software to the Owner. D . Within ten calendar days following written Notice to Proceed, the Contractor is to submit to the Owner for review and approval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of work to be performed. E . A Preliminary Guideline CPM Schedule shall include : 1. Illustrate a feasible CPM schedule for completion of the Work under this Contract within the time specified. 2. Provide an elementary example of a CPM schedule in the format to be used for the detailed CPM schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the CPM schedule required under this Contract. 3. Establish mandatory milestone dates. Milestones are designated on the Preliminary Guideline CPM Schedule with asterisks . F . The Preliminary Guideline CPM Schedule is not to be considered binding except for the time required for contract completion and the mandatory milestones. G . The Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule. Contractor shall reference the construction constraints and sequencing issues prese nted in Section 01040. The computer-based schedule shall be the product of a recognized commercial computer software producer and shall meet all of the requirements specified . VCOS ISS Ol.315 01315-1 04/23/20 10 Ci ty of Fort Worth -Village Creek Wastewa ter Treatm ent Pl an t Part I -Modifi cations to Bar Scree n Building No. 3 and Part IJ -Junction Box Rehabilitation Proj ects Progress Schedule and Reports (Part I and Part II) 1.02 NETWORK REQUIREMENTS A. The network shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. The basic concept of a network analysi s diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and it s completion restricts the start of the following activities . B. Detailed network activities shall include: construction activities , the submittal and approval of sample s of materials and Shop Drawings , the procurement of material s and equipment, fabrication of materials and equipment and their delivery, installation, and testing, start-up and training. The Contractor shall break the work into activities with durations no longer than 20 working days each, except as to nonconstruction activities (such as procurement of materials and delivery of equipment) and any other activities for which the Owner may approve the showing of longer duration . To the extent feasible, activities related to a specific physical area of the work shall be grouped on the network for ease of understanding and simplification . C. Separate activities shall be provided for each significant identifiable function in each trade area in each facility. Activities shall show duration and remaining duration . Specific activities which shall be included are : interface work between the Contractor and other contractors, subcontract work, interface work between subcontractors and between the Contractor and subcontractors, leakage tests of tanks and pipelines, electrical connections to each item of equipment, supplier and manufacturer technical assistance, mechanical connections to each item of equipment, tests, concrete finishing , each item of site work, (including restraints on other activities), and utilities, fuels and chemicals . D. Each acti vity on the network shall have the following indicated on the node representing it. 1. Duration and remaining duration for those activities in progress. 2 . A five character (or less) code indicative of the party re spons ible for accomplishing the activity . 3. A brief description of the activity . E . The selection and number of activitie s shall be subject to the Owner's approval. The detailed network shall be time scaled. In addition to the brief description, the Contractor shall submit a separate list of activities containing a detailed narrative of the scope of each activity, including the trade s and subc ontractors involved , the acti v ity duration, and the co st of each activity as it pertains to the pay items on the Schedule of Values. The c ost for each work activity shall include mobilization , materials , labor, equipment, overhead, and profit. F . To th e extent that the network or any rev ision thereof show s anything not jointly agreed upon or fails to show anything jointly agreed upon, it shall not be deemed to have been approved by the Owner. Failure to include on a network any element of work required for the performance of thi s Contract shall not e xcuse the Contractor from completing work required within any applic abl e completion date, notwithstanding the review of the network by the Owner. G. Except where earlier completions are specified , CPM schedules which show completion of work prior to the Contract completion date may be approved by th e O wner but in no event shall be acc eptable as a b as is for claim for de lay again st the O wner by th e Contractor. VC05 15SOl.3 15 01315-2 04/23/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Progress Schedule and Reports (Part I and Part m 1.03 COMPUTER-GENERA TED SCHEDULE REQUIREMENTS A. Each computer-generated schedule submittal from the CPM activity network shall include the following tabulations: a list of activities in numerical order, a list of activity precedences, a schedule sequenced by Early Start Date, and a schedule sequenced by Total Float. Each schedule shall include the following minimum items: 1. Activity numbers 2. Estimated duration 3 . Activity description 4. Early start date (calendar dated) 5. Early finish date (calendar dated) 6 . Latest start date (calendar dated) 7 . Latest finish date ( calendar dated) 8. Status (whether critical) 9 . Total float and free float. 10 . Total cost of each activity . B. In addition, each schedule shall be prefaced with the following summary data: 1. Contract name and number 2. Contractor's name 3. Contract duration 4. Contract schedule 5 . The effective or starting date of the schedule (the date indicated in the Notice to Proceed). C. A narrative shall accompany the diagram providing for each activity : 1. Activity number 2. Activity description 3. Predecessors 4. Successors D. Advise the Owner of the calendar used for the Schedule. The Calendar should be based on the actual work week anticipated by the Contractor; whether 5 , 6 or 7 days a week will be worked. VC0515SOl.31S 01315-3 04/23/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proj ects Progress Schedule and Reports (Part I and Part II) 1.04 INITIAL CONFERENCE A. Within 10 days following the receipt of the Notice to Proceed, the Contractor shall meet with the Owner to discuss and agree on the proposed standards for the CPM schedule. At this conference the Contractor shall submit to the Owner a preliminary network defining the planned operations during the first 60 calendar days after Notice to Proceed. The Contractor's general approach for the balance of the Project shall be indicated. Cost of activities expected to be completed or partially completed before submission and approval of the complete network shall be included . 1.05 APPROVED CPM SCHEDULE A. Within 15 days following the receipt of the Notice to Proceed, the Contractor shall submit two prints of the proposed CPM activity network and a computer-generated schedule to the Owner. Following review by the Owner, the Contractor shall incorporate the Owner's comments into the network and submit five prints and one reproducible of the revised network and two copies of the generated schedule. This final submittal shall be delivered to the Owner within 60 days after th e Notice to Proceed. B . CPM schedules which contain activities showing negative float or which extend beyond the Contract completion date in the computer-generated schedule will not be approved . C . The Contractor shall participate in the initial review and evaluation of the proposed network diagram and schedule by the Owner. The approved network shall then be the approved CPM schedule to be use d by the Contractor for planning, organizing and directing the work, and reporting progress . D. Approval of the CPM activity network by the Owner is advisory only and shall not relieve the Contractor of responsibility for accomplishing the work within the contract completion date. Omissions and errors in the approved CPM schedule shall not excuse performance less than that required by the Contract. Approval by the Owner in no way makes the Owner an insurer of the CPM schedule's success or liable for time or cost overruns flowing from its shortcomings. The Owner hereby disclaims any obligation or liability by reason of approval of the CPM schedule. E. The network shall be submitted on sheets 22 inches x 34 inches, and may be divided into as many separate sheets as required . 1.06 PROGRESS REPORTING A. Progress shall be reported on a monthly basis . The Contractor and Owner shall evaluate the status of the work at the end of each month; to show actual progress and to identify problem areas. Between the 1st and the 5th of each month the Contractor shall submit a preliminary updated schedule with narrative using the end of the month as the Data Date. A final schedule update shall be submitted by the 10th day of each month . B . The progre ss and associated costs shown on the CPM each month shall be use d in determining the amounts to be paid through the Pay Estimate each month . Activities as they pertain to the pay items of the base bid sc hedule will be separately totaled for the cost of each activity and va lu e of work in place for thi s period . VC0515SOl.315 01315-4 04 /23/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Progress Schedule and Reports (Part I and Part m 1.07 RESPONSIBILITY FOR SCHEDULE COMPLIANCE A. Whenever it becomes apparent from the current CPM schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the Owner, the Contractor shall take some or all of the following actions at no additional cost to the Owner. He shall submit to the Owner for approval, a written statement of the steps he intends to take to remove or arrest the delay to the critical path in the approved schedule. l. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work. 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule. B . If when so requested by the Owner, the Contractor should fail to submit a written statement of the steps he intends to take or should fail to take such steps as approved by the Owner, the Owner may direct the Contractor to increase the level of effort in manpower (trades), equipment, and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule, and the Contractor shall promptly provide such level of effort at no additional cost to the Owner. 1.08 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME A. If the Contractor desires to make changes in his method of operating which affect the approved CPM schedule, he shall notify the Owner in writing stating what changes are proposed and the reason for the change. If the Owner approves these changes, the Contractor shall revise and submit for approval, without additional cost to the Owner, all of the affected portions of the CPM network. The CPM schedule shall be adjusted by the Contractor only after prior approval of his proposed changes by the Owner. Adjustments may consist of changing portions of the activity sequence, activity durations, division of approved activities, or other adjustments as may be approved by the Owner. The addition of extraneous, non-working activities and activities which add unapproved restraints to the CPM schedule shall not be approved . B. If the completion of any activity, whether or not critical, falls more than 100 percent behind its approved duration, the Contractor shall submit for approval a schedule adjustment showing each such activity divided into two activities reflecting completed versus uncompleted work. C . Shop Drawings which are not approved on the first submittal or within the schedule time, and equipment which do not pass the specified tests shall be immediately rescheduled . D . The Contract completion time will be adjusted only for causes specified in this Contract. In the event the Contractor requests an extension of any Contract completion date, he shall furnish such justification and supporting evidence as the Owner may deem necessary to determine whether the Contractor is entitled to an extension of time under the provisions of this Contract. The Owner will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to any VCOSISSOl.315 01315-5 04/2 3/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part n -Junction Box Rehabilitation Projects Progress Schedule and Reports (Part I and Part m extension of any Contract completion date, the Owner's determination as to the total number of days extension shall be based upon the currently approved CPM schedule and on all data relevant to the extension. Such data shall be included in the next updating of the schedule. Actual delays in activities which, according to the CPM schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein . E . Each request for change in Contract completion date shall be submitted by the Contractor to the Owner within 30 day s after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. No time extension will be granted for requests which are not submitted within the foregoing time limit. 1. From time to time it may be necessary for the Contract schedule or completion time to be adjusted by the Owner to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the Owner or its representatives , and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions . Under such conditions, the Owner will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions, and the Contractor shall revise hi s schedule accordingly. No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the Owner. Available float time in the CPM schedule may be used by the Owner as well as by the Contractor. F. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest fini sh date and the latest finish date of a chain of activities on the CPM. Float or slack time is not for th e exclusive use or benefit of either the Contractor or the Owner. Contractor's work shall proceed according to early start dates , and the Owner shall have the right to reserve and apportion float time according to the needs of the project. The Contractor acknowledges and agrees that actual delays, affecting paths of activities containing float time, will not have any affect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activitie s . 1.09 COORDINATING SCHEDULES WITH OTHER CONTRACT SCHEDULES A. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Contractor's CPM Schedule shall be coordinated with the schedules of the other contracts. The Contractor shall obtain th e schedules of the other appropriate contracts from the Owner for the preparation and updating of his CPM schedule and shall make the required changes in hi s schedule when indicated by changes in corresponding schedules . B . In case of interference between the operations of different contractors, the Owner will dete rmine the work priority of each contractor and the sequence of work neces sary to expedite the completion of the entire Project. In such cases, the deci s ion of the Owner shall be accepted as final. The te mporary delay of the Contractor's work due to such circumstances shall not be considered a s just ification for claims for additional compensation. 1.10 SCHEDULE OF VALUES A. The approved CPM sc hedule shall be the schedule to be used by the Contractor for reporting progress and requesting payment for work accomplished. Payment item s for the specific VC05 15SOl.315 01315-6 04/23/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Progress Schedule and Reports (Part I and Part lD activities and values of the individual items shall be identical to those used for cost loading and CPM or as approved by the Engineer. B. If the Contractor does not follow his planned schedule or desires to make changes in his method of operating and scheduling, he shall notify the Engineer in writing stating the reasons for the change . Progress payments will be awarded based on amount judged complete in conjunction with the approved activity sequence. Progress payments on work out of sequence will not be allowed unless logic changes are made and approved by the Engineer to the approved CPM. C. The payment request shall include the activities or portions of activities completed during the reporting period and their total value as basis for the Contractor's periodic request for payment. Payment made will be based on the total value of such activities completed or partially completed after verification by the Engineer. The request shall state the percentage of the work actually completed as of the report date. 1.11 PROJECT EXECUTION AND CONTROL REPORTING A. All change proposals shall be submitted to the Engineer using the "Contract Change Proposal" form to be provided by the Engineer. B. Each day the Contractor shall submit to the Engineer daily construction report information using the "Daily Construction Report" form to be provided by the Engineer. C. Each week, after coordination meetings with subcontractors, the Contractor shall submit to the Engineer a two (2) week schedule using the form to be provided by the Engineer. This schedule shall identify work scheduled for the current week and projected for one additional week. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCOSISSOl.315 END OF SECTION 01315-7 04/23 /2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Testing and Testing Laboratory Services (Part I and Part II ) SECTION 01410 TESTING AND TESTING LABORATORY SERVICES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner shall employ and pay for the services of an independent testing laboratory to perform quality control testing specifically indicated on the Contract Documents . 1. Contractor shall cooperate with the laboratory to facilitate the execution of its required services . 2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the Contract. 3 . The Contractor may elect to have additional testing on materials and equipment to determine conformity with the Contract Documents . 4. Re-testing of non-conforming materials and equipment shall be paid by the Contractor. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules, regulations, orders or approvals of public authorities. B. Respective Sections: Certification of products . C . Each Section listed: Laboratory tests required and standards for testing. D . Testing Laboratory inspection, sampling and testing is required for, but not limited to, the following: 1. Excavation and backfill for structures included in Section 02200 . 2. Trenching, backfilling, and compaction is included in Section 02221. 3. Concrete is included in Division 3 . 4. Sitework included in Division 2 . 1.03 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the work . VC0515SOl410 01410-1 9/30/2010 City of Fort Worth -Vill age Creek Wa stewa ter Treatment Plant Part I -Modifi cati ons to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabilitation Proj ec ts Test in g and Tes tin g Laboratory Seivices (Part I and Part II) 3 . Perfonn any duties of the Contractor. 1.04 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice . Engineer shall sign off on all work completed before laboratory personnel leave s the construction site . B . Perform specified inspections , sampling, and testing of materials and methods of construction: 1. Comply with specified standards . 2 . Ascertain compliance of materials with requirements of Contract Documents . C . Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. D . Promptly submit five copies of written report of each test and in spection to Engineer. Each report shall include: l. Date is s ued. 2 . Project title and number. 3 . Testing laboratory name, address, and telephone number. 4 . Name and signature of laboratory inspector. 5 . Date and time of sampling or in s pection . 6 . Record of temperature and weather conditions. 7. Date of test. 8. Identification of product and specification section. 9 . Location of sample or test in the project. 10 . Type of in s pection or test. 11 . Statement of specification requirements of material be ing tested. 12 . Res ults of tests. 13. Clarification of testing procedures and observations, when requested by Engineer. E . Perform additional te st s a s required by Engineer or the Owner. VC05 15SOl 4 10 01410-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Testing and Testing Laboratory Services (Part I and Part II) 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work and to manufacturer's operations. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C . Materials and equipment used in the performance of work under this Contract are subject to inspection and testing at the point of manufacture or fabrication . Standard requirements for quality and workmanship are indicated in the Contract Documents. The Engineer may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification. D. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested . 3. To facilitate inspections and tests . 4. For storage and curing of test samples . E. Notify Engineer sufficiently in advance, at least 24 hours in advance, of operations to allow for laboratory assignment of personnel and scheduling of tests . 1. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. F. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required for the Contractor's convenience. G. If the results of tests performed by the Owner's testing laboratory indicate the material or equipment complies with the Contract Documents, the Owner will pay for the cost of the testing. If the tests indicate the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor shall pay for all costs of retesting. H. Pay for all testing to establish asphalt and concrete mix designs , soil and flexible base proctor tests, and all similar types of tests necessary to establish suitability of materials and to establish characteristics for comparing actual field results. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC0515SOl410 END OF SECTION 01410-3 9 /30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Temporary Facilities (Part I and Part m PART 1 GENERAL SECTION 01500 TEMPORARY FACILITIES 1.01 TEMPORARY LIGHT AND POWER A. Furnish temporary light and power, complete with wiring, lamps, and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of all subcontractors . Make all necessary arrangements with the local electric company for temporary electric service, and pay all expenses in connection therewith. B . Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. For connection of power tools and equipment, provide outlets equipped with ground-fault circuit interrupters, reset button and pilot light. C. Provide grounded extension cords. Use "hard-service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if more than one length is required . D. Provide general service incandescent lamps as required for adequate illumination . Provide guard cages or tempered glass enclosures, where exposed to breakage . Provide exterior fixtures where exposed to moisture . 1.04 TEMPORARY AIR, STEAM AND WATER A. The Contractor shall provide all air, steam and water, including temporary piping and appurtenances required therefor, as may be required for the cleaning and testing of pipelines and equipment necessary for his/her work. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. Potable water is not available to the Contractor by the Owner. B . Water service and electrical power is not available at the project site except on the Village Creek Wastewater Treatment Plant property . 1.05 TEMPORARY SANITARY FACILITIES A. Provide self-contained, single-occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed in a fiberglass or other approved non-absorbent shell. 1.06 FIRE EXTINGUISHERS A. Provide portable UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL-rated Class ABC dry chemical extinguishers or a com- bination of NFP A recommended Classes for the exposure . Comply with NFP A 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. 1.07 LAYOUT OF TEMPORARY FACILITIES A . Before starting the work, the Contractor shall submit to the Engineer his requirements for space for temporary structures and storage of materials. Where onsite space for temporary facilities is limited, the allocation of the available space will be made by the Engineer. Should the Contractor require space in addition to that allocated, the Contractor shall make his own arrangements for YCOS!SSOl .500 01500-1 04/28/2010 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Temporary Facilities (Part I and Part II) storage of materials and equipment in locations off the construction site. For the allocated space, the Contractor shall submit to the Engineer for approval , his proposed plan and layout for all temporary offices, sanitary facilities , temporary construction road s, storage buildings, storage yards, temporary water serv ice and di stribution , temporary power service and distribution, and temporary telephone service . 1.08 STORAGE BUILDINGS A . The Contractor shall erect, or provide a s appro ve d, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be pro- vided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings . The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory . At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B . Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well-ventilated building removed from other buildings. 1.09 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Material s such as pipe and reinforcing and structural steel shall be stored on pallets or racks , off the ground, and in a manner that allows ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer. 1.10 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment and materials to the areas designated and a s directed by the Engineer. B . Contractor shall erect a suitable fence around each tree or group of trees shown as "protected" or "to be saved" on the plans . Any such trees damaged shall be repaired or replaced , as directed by the Engineer, at the Contractor's e x pense . C . Except as provided herein, no sidewalk, private property, or other area adjacent to the plant site shall be used for storage of the Contractor's equipment and materials unles s prior written approval is obtained from the legal owner. D. The Contractor sh all maintain the area during construction in a manner that will not obstruct operations on street areas. He shall proceed with hi s work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials . E . At all times, maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operation s. F . Excavated materials shall be removed from the si te in a manner that will cause the least damage to adjacent lawn s, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are on private property or on public right-of-ways. G . Cleaning and disposal operations shall comply with lo cal ordinances and antipollution law s. Do not bum or bury rubbish and waste material s on the proj ec t site. Do not di spo se of volatile VC0515SOl.500 01500-2 04/28/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Temporary Facilities (Part I and Part m wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. H. Wet down dry materials and rubbish to allay dust and prevent blowing dust. I. Provide approved containers for collection and disposal of waste materials, debris, and rubbish and make arrangements for appropriate periodic emptying of the containers. 1.11 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads as are required to execute the work. The roads shall meet the approval of the Engineer, and be maintained in good condition until final completion of the project, at which time the temporary roads shall be left in a condition satisfactory to the Engineer. B . Trimming of trees within the access road limits is acceptable. Removal of trees within the access road limits shall be spared. Care shall be used to insure that all trees, not to be removed, be protected from construction activities and traffic. C . The Contractor shall construct temporary parking facilities for his employees, his Sub-Contractor's employees, other employees and the Engineer within the permanent easement. 1.12 PROTECTION OF THE FINISHED CONSTRUCTION A . The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. B. Where responsibility can be determined, the cost for replacement or repair of damaged work shall be charged to the party responsible . If responsibility cannot be fixed, the cost shall be borne by the Contractor. C . Wheeling of any loads over finished floors, either with or without plank protection, shall not be permitted in anything except rubber-tired wheelbarrows, buggies, trucks, or dollies . This applies to all finished floors and to all exposed concrete floors as well as those covered with composition tile or other applied surfacing, and shall apply to all trades . D. Where structural concrete is also the finished surface, care shall be taken to avoid marking or damaging those surfaces . 1.13 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same . As approved, the Contractor shall disconnect and/or dismantle the temporary facilities and utilities and remove them from the site as his property. Leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Plans. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded or planted as necessary, and left with an appearance equal to, or better than original. 1.14 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices stated in the Proposal. VC0515SOl.500 01500-3 04/28/2010 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Temporary Facilities (Part I and Part m PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC05lSS01 .500 END OF SECTION 01500-4 04/28/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Constru ction Temporary Controls (Part I and Part m PART 1 GENERAL SECTION 01510 CONSTRUCTION TEMPORARY CONTROLS 1.01 MOBILIZATION AND PROGRESS OF THE WORK A . The Owner will issue a written Notice to Proceed, indicating the date when the Contract Time will begin. The Work shall progress as required to prevent delaying completion of the Project. B . The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will ensure the completion of the Work within the time stipulated in the Contract Documents. If at any time such plant appears to the Owner to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress specified, he may order the Contractor to increase the efficiency, change the character or increase the plant equipment at the expense of the Contractor, and the Contractor shall conform to such order. Failure of the Owner to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required . C . The Contractor shall be fully responsible for providing all temporary diversion and dewatering pumping and piping, plumbing, heating, ventilating, air conditioning, lighting, temporary structures, and such other items required to complete all indicated work in these contract specifications and drawings . D . No work shall be done between 6:00 p .m . and 7:00 a.m. nor on Saturdays, Sundays or legal city holidays except with the written permission of the Owner. Contractor shall submit a request to the Owner two weeks in advance for work on Sundays and legal holidays . Owner shall be notified 48 hours prior to any work planned for Saturdays . The Contractor's superintendent must be onsite to supervise all overtime work. 1.02 TEMPORARY CONSTRUCTION A. Open Excavations 1. All open excavations shall be adequately safeguarded by providing temporary barricade s, caution signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required . The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Owner. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Owner may require special construction procedures such as limiting the length of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. VC05 I SS O 1.5 I 0 01510-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Screen Building No . 3 and Part U -Jun ction Box Rehabilitation Proj ec ts Con stru ction Temporary Controls (Part I and Part m 2. The Contractor shall take precautions to prevent injury to the public due to open trenches . All trenches, excavated material , equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. B. Test Pits 1. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Owner. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Owner. 1.03 TEMPORARY CONTROLS A. Maintenance of Flow 1. The Contractor shall at his own cost, provide for the flow of drains and water courses interrupted during the progress of the Work, and shall immediately haul away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Owner well in advance of the interruption of any flow. B. Protection of Sewers 1. Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material, pavement, concrete, earth, or other debris from entering a sewer or sewer structure. 2 . All sewage flow interfering with construction and requiring diversion shall be diverted to a point acceptable to the Owner. C . Protection of Waterways 1. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material, or debris therein. 2 . The Contractor is specifically prohibited from disposal of materials into any waters of the State. 3. The Contractor shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows and flows created by construction activity, so as to prevent excessive silting of waterways or flooding damage to the property . 4. The Contractor shall comply with the procedures outlined in the U.S. Environmental Protection Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning and Implementation" and "Processes, Procedures and Methods to Control Pollution Resulting from All Construction Activity", as well as erosion control measures indicated on the Drawings. VCOS ISS Ol.5 10 01510-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Construction Temporary Controls (Part I and Part II) D . Disposal of Excess Excavated and Other Waste Materials 1. Excess excavated material not required or suitable for backfill and other waste material shall be disposed of off site as approved by the Owner. 2. Unacceptable disposal sites include, but are not limited to, sites within a wetland or critical habitat and sites where disposal will have a detrimental effect on surface water or groundwater quality. 3. The Contractor shall make his own arrangements for disposal subject to submission of proof to the Owner that the owner(s) of the proposed sites(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). 4 . The Contractor shall provide watertight conveyance of any liquid , semi-liquid, or saturated solids which tend to bleed or leak during transport . No liquid loss from transported materials will be permitted whether being delivered to the construction site or being hauled away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site. 5. The Owner may suspend operations of the Contractor, at their discretion, for alleged non-compliance with Texas Commission on Environmental Quality or Environmental Protection Agency regulations . E . Protection of Air Quality 1. Air pollution shall be minimized by wetting down bare soils during windy periods or, as requested by Owner, by requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractor and by encouraging the shutdown of motorized equipment not actually in use . 2. Trash burning will not be permitted on the construction site. 3. If temporary heating devices are necessary for protection of the Work, such devices shall be of a type that will not cause pollution of the air. F. Use of Chemicals 1. All chemicals used during Project construction or furnished for Project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall show approval of either the U .S . Environmental Protection Agency or the U.S. Department of Agriculture or any other applicable regulatory agency . Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions . 2 . The Contractor shall maintain Material Safety Data Sheets (MSDS) on site and available for review by the Contractor's employees and City of Fort Worth employees. A copy of each MSDS sheet shall be provided to the Owner. VC0515SOl.510 01510-3 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificati ons to Bar Screen Building No . 3 and Part II -Junc ti on Box Rehabilitation Proj ec ts Constru cti on Temporary Control s (Part I and Part m G. Noise and Dust Control 1. The Contractor shall so conduct all his operations that they will cause the least annoyance to the residents in the vicinity of the work, and shall comply with all applicable local ordinances. Compressors, hoists, and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines. All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and exhaust lines . Storage bins and hoppers shall be lined with material that will deaden the sounds if directed by Owner. The operation of dumping rock and of carrying rock away in trucks shall be so conducted as to cause a minimum of noise and dust. Vehicles carrying rock, concrete, or other material shall be routed over such streets as will cause the least annoyance to the public and shall not be operated on public streets between the hours of 6 p .m. and 7 a.m . or on Saturdays, Sundays or legal holidays unless approved by the Owner. H . Nighttime Work 1. If the Contractor for his convenience and at his own expense, should desire to carry on his work at night or outside the Contractor's regular working hours as established at the preconstruction conference, he shall submit a written request in accordance with Article 1.0 l.D to the Owner allowing ample time for satisfactory arrangements to be made for inspecting the work in progress . The Contractor shall provide lighting for active areas of the Project and shall provide noise abatement measures as required to comply with all applicable Federal and State regulations and with all applicable requirements of the City of Fort Worth . 2 . Night work may be established by the Contractor as a regular procedure with the written permission of the Owner. Such permission, however, may be revoked at any time by the Owner if the Contractor fails to maintain adequate lighting equipment, noise control, and supervision for the proper prosecution and controls of the work at night, or if the off-site effects of night construction are deemed by the Owner to be unacceptable . I. Care and Protection of Property 1. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition equal to that existing before the damage was done, or he shall repair the damage in a manner acceptable to the Owner. 2 . The Contractor shall not enter or occupy private land outside of easements, except by written permission of the respective landowner. J . Protection of the Finished Construction 1. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state . VC0 515SOl.51 0 01510-4 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Construction Temporary Controls (Part I and Part II) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC0515SOl.510 END OF SECTION 01510-5 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Delivery, Storage and Handling (Part I and Part m SECTION 01600 DELIVERY, STORAGE AND HANDLING PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general requirements for the delivery, handling, storage and protection for all items required in the construction of the work. Specific requirements, if any, are specified with the related item . 1.02 TRANSPORTATION AND DELIVERY A. Transport and handle items in accordance with manufacturer's instructions . B . Schedule delivery to reduce long term on-site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. C . Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable , easily damaged or sensitive to deterioration. D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting and installing. E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic. F. Provide necessary equipment and personnel to unload all items delivered to the site. G . Promptly inspect shipment to assure that products comply with requirements, quantities are correct, and items are undamaged. For items furnished by others (i.e . Owner, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of any problems . H . All deliveries shall be to the Contractor's storage, staging and trailer areas as shown on the plans and not to City personnel or facilities . I. All unloading and handling shall be by the Contractor. 1.03 STORAGE AND PROTECTION A. Store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible . Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him/her. Instruction shall be carefully followed and a written record of this kept by the Contractor. Arrange storage to permit access for inspection. B. Store loose granular materials on solid flat surfaces in a well-drained area . Prevent mixing with foreign matter. VC05 I 5SO 1.600 01600-1 9/30/20 10 City of Fort Worth -Vill age Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabilitation Proj ects Deli very, Storage and Handling (Part I and Part m C. The City does not protect the Contractor against theft. The Contractor is responsible for security of equipment, material, vehicles, etc. D . Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting . Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking . Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking and spalling to a minimum . E. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight building to prevent injury . The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation to prevent condensation. Maintain temperature and humidity within range required by manufacturer. 1. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless otherwise instructed by the manufacturer. All space heaters in equipment shall be energized during construction. 2. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 3 . Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of acceptance . 4. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be remo ve d and replaced at the Contractor's expense. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC05 l 5SO 1.600 END OF SECTION 01600-2 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Material and Equipment (Part I and Part m PART 1 GENERAL SECTION 01610 MATERIAL AND EQUIPMENT 1.01 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Only new materials and equipment shall be incorporated in the Work, except for Owner furnished equipment and materials listed on the Drawings . Materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Owner. No material shall be delivered to the Work without prior approval of the Owner. B. Material and equipment incorporated into the Work shall: 1. Be new or listed on the Drawings as Owner furnished, in current production, and conforming to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. C. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. D. Two or more items of the same kind shall be identical, by the same manufacturer. E . Products and equipment shall be suitable for service conditions. F . Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. G. Do not use material or equipment for any purpose other than that for which it is designed or is specified. H. The materials and equipment used on the Work shall correspond to the approved samples or other submitted data. 1.02 REUSE AND REPLACEMENT OF EXISTING MATERIALS AND EQUIPMENT A. Except as specifically indicated or specified, materials and equipment removed from any existing structure shall not be used in the completed Work. B. For the pieces of equipment to be reused in the work: I. Use special care in removal, handling, storage and reinstallation, to assure proper function in the completed Work. 2 . Arrange for transportation , storage and handling of products which require off-site storage, restoration or renovation. Pay all costs for such work. VC0515SOl .600 01610-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I · Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabi li tation Projects Material and Equipment (Part I and Part m l.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products and equipment in accord with construction schedules, coordinate to avoid conflict with work and condition s at the site. B. Deliver products in undamaged condition , in manufacturer's original containers or packaging, with identifying lab e ls intact and legible . C . Pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing plant or interfere with the flow of necessary traffic. D . Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. 1.04 INSPECTION AND TESTING FOR ACCEPTANCE A. Furnish all material s or specimens for testing and all labor and facilities for inspection of equipment and materials. B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in accordance with the Specifications. Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished . Manufacturer's or supplier's te st results will be acceptable for such items as pipe, valves, hydrants when it is definite that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Should the Contractor fail to provide the above information, the Owner shall have the right to require tests to be made by the Owner's laboratory to obtain the information and the co st therefor shall be borne by the Contractor. The Owner may have further inspection and tests made by the laboratory or may make tests himself, to ensure that the Contractor is complying with the Specifications. C . Details for testing equipment and materials are found in the individual Sections of these Specifications . D. If the Owner requires, either prior to beginning or during the progress of the Work, the Contractor shall submit samples or material s for such special tests as may be necessary to demonstrate that they comply with the Specifications . Such samples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests . E . Delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or Engineer. 1.05 STORAGE AND PROTECTION OF EQUIPMENT AND MATERIALS ON SITE A. Materials and equipment to be incorporated in the Work shall be handled and stored by the manufacturer, fabricator , supplier and Contractor before , during , and after shipment in a manner to prevent warping, twisting, bending , breaking, chipping, rusting , and any injury, theft or damage of any kind whatsoever to the material or equipment. VC051SSOl.600 01610-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Material and Equipment (Part I and Part m B. Special attention shall be given to the storage and handling of equipment on site. Equipment storage will be approved by the Owner. As a minimum, the procedure outlined below shall be followed: 1. Equipment shall be shipped as late as possible to assure its availability when required by the Contractor's schedule. The intent of this requirement is to reduce on-site storage time prior to installation and operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without prior written authorization from the Owner. Equipment shall not be shipped until the Contractor has received an approved submittal from the Owner. 2. Equipment having moving parts such as gears, electric motors, and instruments shall be stored in a temperature and humidity controlled building approved by the Owner, until such time as the equipment is to be installed. All space heaters in equipment shall be energized during construction. 3 . Equipment shall be stored fully lubricated with oil or grease, unless otherwise instructed by the manufacturer. 4 . Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Owner. These instructions shall be carefully followed and a written record shall be kept by the Contractor. 5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use . 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into equipment at the time of acceptance. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify in writing to the Owner that its condition has not been detrimentally affected by the long storage period . Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective . It shall be removed and replaced at the Contractor's expense. C. Store materials in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. VC05 l5SOl.600 01610-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Reh abilitation Projects Material and Equipment (Part I and Part m D. Exterior Storage: 1. Store fabricated products and equipment above the ground, on blocking or skids, to prevent soiling or staining . Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. 3. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry. Structural , miscellaneous, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to avoid rusting . 4. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to prevent breakage, chipping, cracking, and spalling . E . Mechanical equipment subject to corrosive damage by the atmosphere if stored outdoors (even though covered) shall be stored in a building to prevent injury . The building may be a temporary structure on the Site or elsewhere, but it shall be satisfactory to the Owner. F . Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored materials and equipment to assure that they are maintained under specified conditions, and free from damage or deterioration . G . Protection After Installation : 1. Provide substantial coverings as necessary to protect installed material s and equipment from damage from traffic and subsequent construction operations . Remove when no longer needed. H . Off-Site Storage : 1. Contractor may store materials and equipment off-site with Owner's approval. I. Rejection of Materials and Equipment: 1. Materials and equipment which, in the opinion of the Owner, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work. The Contractor shall receive no compensation for the damaged material or its removal. 2. Damaged material and equipment shall be replaced at the Contrac tor's expense. 1.06 INSTALLATION STANDARDS A. Handle, store and in stall equipment in accordance with the manufacturer's drawings and recommendations . B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and di stribute copies of s uch instruction s to parties involved in th e VC0515SOl.600 01610-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Material and Equipment (Part I and Part m installation. Maintain one set of complete instructions at the job site during installation and until completion. C . Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements . Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents . 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Owner for further instructions. 2. Do not proceed with work without clear instructions. D . New equipment and existing equipment to be relocated shall be carefully aligned on the new foundations after their sole plates have been properly shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims . After the foundation alignments have been approved by the Owner, the bed plates or wing feet of the equipment shall be securely bolted in place. The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of alignments, the sole plates shall be finally grouted in place . E. Provide wedges, shims, filling pieces, keys, packing, red or white lead, grout, or other materials necessary to properly align, level, and secure apparatus in place. Parts intended to be plumb or level shall be proven exactly so . Grinding necessary to bring parts to proper bearing after erection shall be done. F. Special care shall be taken to ensure proper alignment of sluice gates, operating mechanisms, stems, stem guides, and accessories. Care shall be taken to avoid warping the gate frames and to maintain tolerances between seating faces. Gates , stems, and operators shall be plumbed, shimmed and accurately aligned. G . Provide openings, channels, and chases, and install anchor bolts and other items to be embedded in concrete, as required to complete the Work under this Contract and do all cutting and patching as required. H. Furnish sleeves, inserts, hangers, and anchor bolts, required for the execution of the electrical, HV AC, and plumbing work specified and shown on the Drawings. In no case shall beams, lintels, or other structural members be cut without the approval of the Owner. 1.07 SUBSTITUTIONS AND PRODUCT OPTIONS A. Substitution of Equipment: 1. The Contractor shall note that the Engineer's design is based upon the first listed manufacturer for items of equipment, though not necessarily the manufacturer's "standard " product. 2. If the Contractor chooses other manufacturer's equipment they shall be responsible for the total cost, including engineering design , of modifications, alterations, adjustment, and coordination necessary to make the proposed equipment compatible with the treatment process and with the specified equipment, structures, spaces, and other features of the original design. VCOSlSSOl.600 01610-5 9/30/10 City of Fort Worth · Village Creek Was tewater Treatment Plant Part I · Modificati ons to Bar Screen Building No. 3 and Part II · Junctio n Box Rehabilitati on Projects Material and Equipment (Part I and Part m B . Products List: 1. Within 30 days after Contract Date, submit to Owner a complete list of major products proposed to be used, with the name of the manufacturer and the installing subcontractor. C. Substitutions: 1. For a period of 90 days after Contract Date, Engineer will consider written requests from Contractor for substitution of products for items not included in Manufacturer's Schedule in the Proposal. After that time period, no substitutions will be allowed and listed manufacturers shall be provided . 2 . Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a . Comparison of the qualities of the proposed substitution with that specified. b . Changes required in other elements of the Work because of the substitution . c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified . e. Any required licen se fees or royalties . f . Availability of maintenance service, and source of replacement materials. 3. Engineer shall be the judge of the acceptability of the proposed substitution. D . Contractor's Representation : 1. A request for a substitution constitutes a representation that Contractor: a . Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. b . Will provide the same warranties or bonds for the substitution as for the product specified. c. Will coordinate the installation of an accepte d substitution into the Work, and make such other changes as may be required to make the Work complete in all respects . d . Waives all claims for additional costs, under his responsibility , which may subsequently become apparent. E . Engineer will review requests for sub stitution s with rea so nable promptnes s, and notify Contractor, in writing, of the deci si on to accept or reject the reque sted substitution . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCOSISSOl.600 END OF SECTION 01610-6 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part JI -Junction Box Rehabilitation Projects Testing of Pipelines (Part I and Part II) PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01666 TESTING OF PIPELINES A . Furnish all labor, materials, tools, equipment and related items required to perform pressure and leakage testing of pressure pipelines. 1.02 REFERENCE STANDARDS A. American Society for Testing Materials (ASTM) 1. ASTM C-828 -Low Pressure Air Test of Vitrified Clay Pipe Lines 2 . ASTM C-924 -Testing Concrete Pipe Sewer Lines by Low Pressure Air Test Method 3 . ASTM C-969 -Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Sewer Lines 4 . ASTM C-1103 -Joint Acceptance Testing of Installed Precast Concrete Pipe Sewers 5. ASTM F-1417 -Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air PART 2 PRODUCTS 2.01 TEST FLUIDS A. Hydrostatic Test -Water should be used as the test fluid whenever possible. In those systems where water cannot be used the test fluid may be either the one to be used in the system or the one agreed upon by the Engineer and the Contractor. B. Pneumatic Test -Compressed air shall normally be used. Other gases may be used when specified or directed by the Engineer. Test pressures shall be 120 percent of the anticipated maximum operating pressure, but not exceeding 100 psig, and not less than 5 psig at the highest point in the system, unless otherwise approved by the Engineer. 2.02 TEST EQUIPMENT A. Hydrostatic Test 1. Water of sufficient capacity shall be provided to deliver the required test pressure . 2. Valves shall be provided on the suction and discharge side of the pump. 3. Heater shall be provided to allow heating of the test fluid when elevated temperatures are required for test. VC0515SOl.666 01666 -1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Testing of Pipelines (Part I and Part II) 4 . Hydraulic force pump, approved by the Engineer, shall be provided. Suitable hose and suction pipe required. Strainer shall be provided on suction side of pump. 5. Relief Valve -Set at a pressure to relieve at 20 to 25 percent above the required test pressure. 6 . Pressure Gage(s) -Capable of reaching 50 percent over the test pressure. These should be located at the pump discharge and any other place deemed convenient by the Contractor and approved by the Engineer. 7. Pressure gages and relief valves shall be checked for accuracy and calibrated if necessary before use in test procedures. B. Pneumatic Test 1. Contractor shall provide a compressor capable of the required test pressure . 2 . Valves shall be provided on the discharge side of the compressor. 3. Relief valve shall be provided to relieve at 10 to 15 percent over the test pressure. 4. Pressure gage(s) capable of reaching 50 percent over the test pressure shall be provided. A gage shall be located on the compressor discharge and other location as required . PART 3 EXECUTION 3.01 GENERAL A. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying wastewater or water. B . All labor and equipment, including test pump with regulated by-pass meters and gauges required for conducting pipeline tests, shall be furnished by the Contractor. The Contractor shall furnish equipment and necessary piping as required to transport water used in testing from source to test location . C. Time and sequence of testing shall be scheduled by the Contractor, subject to observation and approval by the Owner. The Contractor shall provide adequate labor, tools and equipment to operate valves and to locate and repair any leaks discovered during the initial filling of the pipeline prior to actual testing or during the course of the tests. 3 .02 TEST PROCEDURES FOR PRESSURE PIPELINES A . General 1. After the pipe has been laid and backfilled and the backfill has been otherwise consolidated, all newly laid pipe, or any valved section thereof, shall be subjected to the hydrostatic pressure specified below for that particular type of pipe. The duration of each hydrostatic pressure test shall be at least two hours and each leakage test at least four hours, unless otherwise specified or noted on the Drawings. All meters, fixtures, devices or appliances which are connected to the pipeline system and which might be damaged if VC0515SOl.666 01666-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Testing of Pipelines (Part I and Part II) subjected to the specified test pressure shall be disconnected and the ends of the branch lines plugged or capped during the testing procedures . 2. Each valved (capped or plugged) section of pipe shall be filled slowly with water and all air shall be expelled. If permanent air vents are not located at all high points, the Contractor shall install corporation or blow-off cocks at such points so that air can be expelled as filling takes place. After verification that all air has been expelled, the cocks shall be closed and the pipe kept filled until tested. All exposed pipe, fittings, valves, hydrants and joints shall be examined while under test pressure and all visible leaks shall be stopped. Any cracked or defective pipe, fittings, valves or hydrants discovered during testing shall be removed and replaced by the Contractor. Replacement shall be with sound material and the test shall be repeated until satisfactory to the Owner. B . Special Requirements 1. Where any section of pipeline is provided with concrete thrust blocking, the hydrostatic pressure test shall not be made until at least 5 days have elapsed after installation of the blocking. However, if high-early-strength cement is used in the concrete, 2 days shall have elapsed prior to testing. C. Hydrostatic Tests 1. A hydrostatic test of the completed pipelines shall be performed under static water pressure of 150 percent above the pipes maximum operating pressure but not less than the following tabulation for all pipelines. The duration of each test shall be for two hours. Contractor to submit pipe testing schedule to Engineer prior to testing. Water pipelines 2-inch through 12-inch Sewer pressure mains -all sizes Plant process water Gravity process pipelines Other pipelines D . Leakage Tests 100 psi 100 psi 150 psi 25 psi 100 psi 1. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 2. Leakage shall be determined by recording the measured quantity of water pumped into the pipeline to maintain a pressure within 5 psi of the specified test pressure . Leakage rate shall be calculated by extrapolation of the total leakage during the testing period to a 24- hour period. 3 . Allowable leakage for the types of pressure pipe used shall be as follows: a. Cast Iron , and PVC. Allowable as permitted by A WW A Standard C-600-82, VCOS ISSO 1.666 01666-3 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehab ilitation Projects Testing of Pipe lin es (Part I and Part II ) "Installation of Gray and Ductile Cast-Iron Water Mains and Appurtenances", which is not to exceed that determined by the formula: L = (SD ;/P) / 133,200 where L is the allowable leakage in gallons per hour, S is the length of pipeline tested in feet, D is the nominal diameter of the pipe in inches, and P is the average test pressure during the leakage tests in pounds per square inch gauge. b. Fiberglass . Allowable as permitted by A WW A Standard C-950-07, "Fiberglass Pressure Pipe." 4. In the event any section of the line tested fails to meet the above specified requirements for water tightness, the cause of the excessive leakage shall be determined and remedied at the expense of the Contractor, including retesting if required. E . Pneumatic Tests 1. Pneumatic testing of piping systems shall be used when directed by the Engineer when water, or other liquid, cannot be introduced into the line , or as a supplement to a hydrostatic test. 2. Pneumatic testing shall be performed using accurately calibrated instruments and oil-free, dry air. Tests shall be performed only after the piping has been completely installed, including supports, hangers, anchors and inspected for proper installation . All part s of the system shall be subject to the test pressure specified. The Contractor shall take all precautions to protest test personnel. All piping to be tested shall be secured to prevent damage to adjacent piping and equipment in the event of a pipe or joint failure. Contractor shall notify Engineer prior to starting the test. 3 . A preliminary pneumatic test not to exceed 25 psig shall be applied to the piping system prior to final leak testing, as a means of locating major leaks . Examination for leakage, detected by soap bubbles, shall be made at all joints and connections . After all visible leaks have been corrected, the pressure in the system shall be increase in steps of approximately 1/10 of the test pressure until the required test pressure has been reached . The test pressure shall be continuously maintained for a minimum time of 10 minutes (no drop in pressure over thi s time) and for such additional time as may be nece ss ary to conduct a soap bubble examination for leakage. The piping s ystem, exclusive of possible localized instances at pump or valve packing, shall show no evidence of leakage . Any visible leakage shall be corrected at no additional cost to the Owner. 3.04 FINAL ACCEPTANCE A. No pipe installation will be accepted until all known leaks have been repaired whether or not leakage is within allowable limits . Locating and repairing of leaks shall be performed by the Contractor at no additional cost to the Owner. B . The Owner's representative will certify that all required press ure and leakage tests have been s ucces sfully completed before the pipeline is accepted . VC0515SOl.666 01666-4 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar S c reen Building No . 3 and Part II -Junction Box Rehabilitation Projects Testing of Pipelines (Part I and Part II ) 3 .05 WATER SOURCE A. Water for testing shall be provided by the Contractor. B . Water shall be plant process water or potable water. All labor, equipment, piping, pumps, and materials for pumping the test water shall be supplied by the Contractor. C. Test water shall be disposed of by reintroduction into the plant process at the time, rate of flow and location approved by the OWNER. Water shall not be disposed of by discharging it onto the ground surface or public or private land . D . Water service is not available, except at Village Creek Wastewater Treatment Plant property . 3 .06 CLEANING A . At the conclusion of the work, thoroughly clean all pipelines by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material that may have entered the pipes during the construction period. Debris cleaned from the lines shall be removed from the low end of the pipeline . If, after this cleaning, obstructions remain, they shall be removed in an approved manner. After the pipelines are cleaned and if the groundwater level is above the pipe or following a heavy rain , the Engineer will examine the pipes for leaks . If any defective pipes or joints are discovered, they shall be repaired. END OF SECTION VC05 15S Ol.666 01666-5 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Watertightness Test For Hydraulic Structures (Part I and Part m SECTION 01680 WATERTIGHTNESS TEST FOR HYDRAULIC STRUCTURES PARTl GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, and incidentals required and perform tightness testing of water- containing structures as listed herein and all retesting until the structures meet the requirements as specified herein . l .02 RELATED WORK A. Cast-in-Place Concrete is included in Section 03300. 1.03 SUBMITT ALS A. Submit to the Engineer, in accordance with Section 01300, the results of each watertightness test of each structure . The submittal format shall be similar to that shown in Figure A attached to end of this Section . 1.04 REFERENCE ST AND ARDS A. American Concrete Institute (ACI) 1. ACI 350 . lR -Testing Reinforced Concrete Structures for Watertightness B . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 PROJECT/SITE REQUIREMENTS A. Coordinate timing and procedures for obtaining testing water and structure testing with the Owner well in advance of the actual testing. B . Water Source and Disposal 1. Water for testing will be provided by the Contractor. 2. Water shall be plant process or potable water. All labor, equipment, and materials for pumping the test water shall be supplied by the Contractor. 3. Test water shall be disposed of by reintroduction into the plant process at the time, rate of flow, and location approved by the Owner. Water shall not be disposed of by discharging it onto the ground surface of public or private land . VC05!5SOl.680 01680-1 9/30/10 Ci ty of Fort Worth -Vill age Creek Was tewater Treatm ent Plant Part I -Mod ifi cations to Bar Screen Building No . 3 and Part II -Juncti on Box Rehabilita tion Projects Wate rt ightn ess Test For Hydraulic Structures (Part I and Part m PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. The testing of reinforced concrete water containment structures shall conform to the following standards and as modified herein : 1. Reinforced concrete water containment structures -ACI 350 . lR and as specified herein . B . Perform watertightness tests prior to placing backfill around structures in order to permit observation and detection of leakage points, except as noted in paragraph 3 .07 A. Otherwise, walls may be backfilled prior to testing only when approved in writing by the Engineer. The request to backfill prior to testing shall include a description of the method proposed to detect leakage points after the backfill is in place. Approval to place backfill prior to testing shall not relieve the Contractor of the respon sibility for conducting watertightness tests . 3.02 EXAMINATION A. Inspect the structure to be tested for potential leakage paths such as cracks, voids, etc., and repair such paths in compliance with the provisions specified herein or as approved by the Engineer. 3 .03 PREPARATION A. Thoroughly clean the structure to be te sted of dirt, mud , and construction debri s prior to initiating watertightness te sts . The floor and sumps shall be flu shed with water to provide a clean surface, ready for testing . B. Inlet and outlet pipes not required to be operational for the tests may be temporarily sealed or bulkheaded prior to testing . C. Confirm adequacy of seals around gates and val ves and reset or seal as approved by the Engineer. Estimates of gate or val ve leakage will not be allowed as adjustments to the mea sured tank or structure leakage . 3.04 TESTING PROCEDURES A. Condition s of Testing 1. Do not begin initial filling of concrete structures unt il all concrete elements of th e structure have attained the designed compressive strength of the concre te, nor le ss than 14 day s afte r all concrete wall s or base slabs have been placed. 2. Initial filling of reinforced concrete structures shall not ex ceed a rate of 4 -ft/hour. 3 . Fill unlined or partiall y lined concrete structures to the maximum operating wate r surface le vel and maintain the water at that level for at le a st 72 hours prior to beginning watertightness tests to minimize water ab sorption by th e concrete during tes ting . The testing of full y lin ed concrete stru ctures may be started as soon as th e stru cture is fill e d . VC05 15SO l.680 01680-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I · Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Watertightness Test For Hydraulic Structures (Part I and Part m B. Testing Procedures 1. Duration of the test shall not be less than that required for a drop in the water surface of 1/2-in based on the calculated maximum allowable leakage rate nor 3 days, whichever is less. 2. Loss of volume measurements shall be taken at 24-hour intervals. The loss of volume is usually determined by measuring the drop in water surface elevation and computing the change in volume of the contained water. Measure water surface elevation at not less than two locations at 180 degrees apart and preferably at four locations 90 degrees apart. Record water temperature 18-in below the water surface when taking the first and last sets of measurements. C . Reports 1. Submit to the Engineer watertightness test results for each structure tested on the form shown in Figure A, or a form with a similar format. 2. Notify the Engineer of the scheduling of tests 3 working days prior to the tests. The Engineer may monitor any watertightness testing performed on the structures. 3.05 ACCEPTANCE A. The following conditions will be considered as NOT meeting the criteria for acceptance regardless of the actual loss of water volume from the structure : 1. Groundwater leakage into the structure through floors, walls, or wall-floor joints. 2. Structures that exhibit flowing water from joints, cracks, or from beneath the foundation (except for underdrain systems). 3 . Lined concrete structures on which moisture can be picked up by a dry hand from the exterior surface of the walls . B. The watertightness of concrete tanks and structures shall be considered acceptable when loss of water volume is within the criteria listed below: 1. For unlined or partially lined structures, loss of volume shall not exceed 0.05 percent in 24 hours. 2. For completely lined structures (including floors), there shall be no measurable loss in 24 hours . 3.06 REPAIRS AND RETESTING A. Structures failing the watertightness test and not exhibiting visible leakage may be retested after an additional stabilization period of 7 days . Tanks failing this second test shall be repaired prior to further testing . VC0515SOl.680 01680-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treaonent Plant Part I -Modifications to Bar Screen Buildin g No . 3 and Part II -Junction Box Rehabilitation Proj ects Watertightness Test For Hydra uli c Stru ctures (Part I and Part m B . Repair structures that fail the watertightness test and structures showing visible leakage in compliance with the provisions specified herein or as approve d by the Engineer. C. Repairs and retesting of tanks shall be accomplished at no additional cost to the Owner. 3 .07 SCHEDULE A. The Bar Screen Building No . 3 Structure, where the 96-inch FRP pipe will be connected to the existing 96-inch RCP, shall be tested for watertightness as required to meet paragraph 3 .05A only (i.e., loss of water volume test is not required). END OF SECTION VC0515SOl.680 01680-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Watertightness Test For Hydraulic Structures (Part I and Part m FIGURE A WATERTIGHTNESS TEST REPORT PROJECT _________________ SUBMITTED BY _____ _ STRUCTURE* TEST DATES ______ _ Allowable loss of water volume _____ percent in 24 hours . Measured loss of water volume _____ percent in 24 hours . TEST READINGS Water temperature at start __ degrees F Water temperature at end __ degrees F Date Time Location I Location 2 Location 3 Location 4 1. ----- 2. ----- 3. ----- 4. ----- 5. ----- Change in level ________________ _ Average change in level ___ _ Correction for precipitation/evaporation ___ _ Corrected change in level = CL = ___ _ (CL) x (surface area) x (100) ---~-"--~---~-~~----= measured percent water loss in 24 hours (initial water volume) x (number of test days) Notes and field observations** * Attach a sketch showing a plan of the structure and measurement locations . ** Place date and initials at the beginning of each entry. VC0515SOl.680 01680-5 Initials 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Contract Closeout (Part I and Part m PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01700 CONTRACT CLOSEOUT A. This Section outlines the procedure to be followed in closing out the contract. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date shall be established as stated in the Contract. 1.03 FINAL CLEANING A. At the completion of work and immediately prior to final inspection , cleaning of the entire project shall 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 Engineer. 2 . All Subcontractors shall similarly perform, at the same time , an equivalent thorough cleaning of all work and equipment provided under their contracts. 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, gravel , rubbish and waste material. See Section 01500, Temporary Facilities . 4 . Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves th e right to have th e cleaning done at the expense of the Contractor. 5 . The Contractor shall maintain the newly planted grassed areas . B . Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D . In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces . E. Remove grease, dust, dirt, stains, label s, fingerprints , and other foreign materials from sight-exposed interior and exterior finished surfaces . Polish surfaces so designated to shine finish. F . Repair, patch, and touch up marred surfaces to specified finish , to match adjacent surface s. G. Replace air-handling filters if units were operated during construction. VC0515SOl.700 01700-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabi litation Projects Contract Closeout (Part I and Part m H . Rake clean ground surfaces. I. Handle material s in a controlled manner with as few handlings as po ss ible . Do not drop or throw materials from heights . J . Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly-painted surfaces. 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection , the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B . Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and the Contractor, will make his final inspection of the project. D . Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor ha s satisfactorily completed the required work. 1.05 FINAL SUBMITT ALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to, the following : 1. Final shop drawings . 2. Project Record Documents and Drawings 3. All interface information. 4 . All Operation and Maintenance Manuals. 5 . All required indices and schedules. 6 . All Manufacturers' Certificates of Proper In stallation. 7 . All construction photographs , including those of the completed project. 8. All State required submittal s . VC0515SOl.700 01700-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part U -Junction Box Rehabilitation Projects Contract Closeout (Part I and Part m 9. Certificate that all outstanding debts are paid and that there are no liens on the project. 1.06 ACCESSORY ITEMS A. The Contractor shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. 1.07 GUARANTEES, BONDS, AND AFFIDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. 1.08 RELEASE OF LIENS OR CLAIMS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.09 FINALPAYMENT A. Final payment will be made to the Contractor in accordance with the Contract Conditions. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VC0515SOl.700 END OF SECTION 01700-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cleaning (Part I and Part m PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED SECTION 01710 CLEANING A . Execute cleaning, during progress of the Work, and at completion of the Work . 1.02 RELATED REQUIREMENTS A. Each Specification Section: Cleaning for specific products or work. 1.03 DISPOSAL REQUIREMENTS A . Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials , rubbish and windblown debris, resulting from construction operations . B . Provide on-site containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in on-site containers . C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. Provide weekly cleaning of plant roadways where access to construction area is accessible . 3.02 FINALCLEANING A. Employ skilled workmen for final cleaning. B. Remove grease, mastic , adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Broom clean exterior paved surfaces; rake clean other ground surfaces. D . Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean. VC05150SOl.710 END OF SECTION 01710-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Project Record Documents (Part I and Part m PART 1 GENERAL SECTION 01720 PROJECT RECORD DOCUMENTS 1.01 REQUIREMENTS INCLUDED A. Maintain at the site, for the Owner's use, one record copy of: 1. Drawings . 2. Specifications. 3 . Addenda. 4. Change Orders and other Modifications to the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples . 7. Field Test records. 8. Construction photographs. 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction . 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes . D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "record documents" for review by the Engineer and the Owner. VC0515SOl.720 01720-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Project Record Documents (Part I and Part m 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 1.05 RECORDING A. Label each document "PROJECT RECORD " in neat large printed letters . B . Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded . C. Drawings -Legibly mark to record actual construction : 1. All underground piping with elevations and dimensions. Changes to piping location . Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4 . Details not on original contract drawings. 5 . Equipment relocations and piping . D . Specifications and Addenda -Legibly mark each Section to record : 1. Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. E . Shop Drawings (after final review and approval): 1. Five sets of record drawings for each piece of equipment, piping, electrical system and instrumentation system. 1.06 SUB MITT AL A. At every six month interval a copy of the up to date Record Drawings shall be provided to the Engineer. At Contract close-out, deliver Record Documents to the Engineer for the Owner. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2 . Project title and number. 3. Contractor's name and address. VC0515SOl.720 01720-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buildin g No . 3 and Part II -Junction Box Rehabilitation Projects Project Re cord Documents (Part I and Part II) 4 . Title and number of each Record Document. 5. Signature of Contractor or hi s authorized representative . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCOS ISSOl.720 END OF SECTION 01720-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Operating and Maintenance Data (Part I and Part m SECTION 01730 OPERA TING AND MAINTENANCE DATA PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of specifications . B . Instruct Owner's personnel in maintenance of products and in operation of equipment and systems . 1.02 RELATED REQUIREMENTS A. Section O 1300: Submittals . B . Section 01700: Contract Closeout. C . Section 01720 : Project Record Documents. D. Section 01740: Warranties and Bonds. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section . 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITf ALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B . Format 1. Size: 8 1/2 inches x 11 inches . 2. Paper: a. 40 pound minimum, white, for typed pages . b. Holes reinforced with plastic, cloth or metal. VC0515SOl.730 01730-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificati ons to Bar Screen Building No. 3 and Part Il -Junction Box Reh abilitation Projects Operating and Maintenance Data (Part I and Part m 3 . Text: Manufacturer's printed data, or neatly typewritten . 4 . Drawings: a. Provide reinforced punched binder tab , bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches x 17 inches. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERA TING AND MAINTENANCE INSTRUCTIONS". List: a. Title of Project. b. Identity of separate structure as applicable. c . Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. When multiple binders are used, correlate the data into related consistent groupings. D. If available, an electronic form of the O&M Manual shall be provided. 1.05 CONTENT OF MANUAL A. O&M Manuals shall be customized for this specific project. Generic O&M Manuals will not be acceptable. B. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2 . A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a . Subcontractor or installer. b. A list of each product required to be included, indexed to content of the volume. c. Identify area of responsibility of each. VC0515SOl.730 01730-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Operating and Maintenance Data (Part I and Part II) d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. C . Product Data 1. Include only tho se sheets which are pertinent to the specific product. 2 . Annotate each sheet to: a . Clearly identify specific product or part installed. b. Clearly identify data applicable to installation . c . Delete references to inapplicable information . D . Drawings 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems . b . Control and flow diagrams. 2 . Coordinate drawing s with information in Project Record Document s to assure correct illustration of completed installation . 3. Do not use Project Record Drawings as maintenance drawings. D. Written text, as required to supplement product data for the particular installation : 1. Organize in consistent format under separate headings for different procedures . 2 . Provide logical sequence of instructions of each procedure. E . Copy of each warranty, bond and service contract issued. 1. Provide information sheet for Owner's personnel giving: a. Proper procedures in event of failure. b . Instances which might affect validity of warranties or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit five copies of complete manual in final form. B . Content -For architectural products , applied materials and finishes: 1. Manufacturer's data, giving full information on products . VC0515SOl.730 01730-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Operating and Maintenance Data (Part I and Part II) a. Catalog number, size, composition. b. Color and texture designations. c. Information required for re-ordering special-manufactured products. 2 . Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods . b. Cautions against cleaning agents and methods which are detrimental to product. c . Recommen ded schedule for cleaning and maintenance . C. Content, for moisture-protection and weather-exposure products: I . Manufacturer's data, giving full information on products . a. Applicable standards. b. Chemical composition . c. Details of installation . 2. Instructions for inspection, maintenance and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit five copies of complete manual in final form. B . Content, for each unit of equipment and system, as appropriate: I . Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions . b. Performance curves, engineering data and tests . c . Complete nomenclature and commercial number of replaceable parts . 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions . b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d . Special operating instructions. VC0515SOl.730 01730-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Operating and Maintenance Data (Part I and Part m 3. Maintenance procedures: a. Routine operations . b. Guide to "trouble-shooting". c. Disassembly, repair and reassembly . d. Alignment, adjusting and checking. 4 . Servicing and lubrication schedule : a. List of lubricants required . 5 . Manufacturer's printed operating and maintenance instructions . 6. Description of sequence of operation by control manufacturer. 7 . Original manufacturer's parts list , illustrations , assembly drawings and diagrams required for maintenance . a. Predicted life of parts subject to wear . b. Items recommended to be stocked as spare parts . 8 . As-installed control diagrams by controls manufacturer. 9. Each contractor's coordination drawings . a. As-installed color coded piping diagrams . 10 . Charts of valve tag numbers, with location and function of each valve. 11 . List of original manufacturer's spare parts, manufacturer's current prices , and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system , as appropriate : 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions . b . Performance curves , engineering data and tests . c. Complete nomenclature and commercial number of replaceable parts . 2. Circuit directories of panelboards . a. Electrical service. VCOSISSOl.730 01730-5 9/30/10 City of Fort Worth -Vill age Creek Wastew ater Treatment Plant Part I -Modifi cations to Bar Scree n Bu ilding No . 3 and Part II -Junction Box Rehabilitation Projects Operating and Maintenance Data (Part I and Part m b. Controls . c. Communications. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b . Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations . b. Guide to "trouble-shooting". c. Disassembly, repair and reassembly . d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of specifications . D . Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. E. Additional requirements for operating and maintenance data: Respective sections of Specifications. 1.08 SUBMITTAL SCHEDULE A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and Maintenance Manuals and list of O&M submittals within 60 days after Notice to Proceed. 1. The Engineer will review the preliminary draft and return two copies with comments. B . Submit five copies of completed data in final form no later than 30 days following the Engineer's review of the last shop drawing and/or other submittal specified under Section 01300. 1. Two copies will be returned with comments to be incorporated into final copies . C. Submit five (5) copies of approved manual in final form directly to the offices of the Engineer within 30 calendar days of product shipment to the project site and preferably within 30 days after the reviewed copy is received. VC0515SOl.730 01730-6 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Operating and Maintenance Data (Part I and Part m D. Submit six copies of addendum to the operation and maintenance manuals as applicable and certificates within 30 days after substantial completion. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems, at agreed upon times. B . Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall be approved prior to commencing training. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. Prepare and insert additional data in Operation and Maintenance Manual when need for such data becomes apparent during instruction . D . The Contractor shall have instructions videotaped while they are being given to Owner's personnel. Video taping shall be performed by a person or organization experienced in the production of tapes and shall include the entire instruction session(s) and all questions and answers . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCOSISSOl.730 END OF SECTION 01730-7 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Warranties and Bonds (Part I and Part m PART 1 GENERAL SECTION 01740 WARRANTIBSANDBONDS 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, as specified herein . B. Co-execute submittals when so specified. C . Review submittals to verify compliance with Contract Documents. D . Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds . B. Conditions of the Contract: Performance Bond and Payment Bond. C . Contract. D. Section 01700: Contract Closeout. E. Special Conditions: Maintenance Bond. 1.03 SUB MITT AL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each . C. Table of Contents: Neatly typed, in orderly sequence . Provide complete information for each item. 1. Product or work item . 2. Firm , with name of principal, address and telephone number. 3. Scope . 4 . Date of beginning of warranty, bond or service and maintenance contract. 5 . Duration of warranty , bond or service maintenance contract. 6. Provide information for Owner's personnel : a. Proper procedure in case of failure . VCSISSOl.740 01740-1 9/30/2010 City of Fort Worth · Village Creek Wastewater Treatment Plant Part I · Modifications to Bar Screen Building No. 3 and Part II · Junction Box Rehabilitation Proj ects Warranties and Bonds (Part I and Part II) b. Instances which might affect the validity of warranty or bond . 7 . Contractor, name of responsible principal , address and telephone number. 1.04 FORMS OF SUBMITT ALS A. Prepare in duplicate packets . B . Format: 1. Size 8 1/2 inches x 11 inches , punch sheets for standard 3-post binder. a. Fold larger sheets to fit into binders. 2 . Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for two (2) years , unless otherwise specified, commencing at the time of final acceptance by the Owner. B . The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's two-year warranty period even though certificates of warranty may not be required. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) VCSlSSOl.740 END OF SECTION 01740-2 9/30/20 10 PARTI DIVISION 2 SITEWORK City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Demolition and Modifications (Part D PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 02050 DEMOLITION AND MODIFICATIONS A. The Contractor shall furnish all labor, materials, equipment and incidentals required to provide all dismantling, modifications, and salvage work required, as shown on the Drawings and specified herein . B. The Contractor shall comply with applicable laws, codes, ordinances and regulations, and shall obtain and pay for all necessary permits. C. The Contractor shall remove from site and legally dispose of dismantled materials, trash, debris, etc., except any items specifically indicated to be reused and any items designated on the Drawings to be salvaged for Owner's own purposes . Such items shall be carefully removed under the Contract and moved to an area designated by the Owner on the project site. D. All other materials removed under the modification work and not called out to be reused or turned over to the Owner on the project shall be disposed of legally, off the site, by Contractor, who will, upon removal from site , have the rights of salvage of materials. E. The Contractor shall visit the site of the work and examine the premises so as to fully understand all of the existing conditions relative to the work. No increase in cost or extension of performance time will be considered for failure to know the conditions of the site and structures. F . The Contractor shall be responsible for removing and modifying piping and structures in such a sequence that there will be no disruption of operations. The Contractor's construction schedule, to be provided per Section 01315, shall include demolition work at times that meet the construction sequencing issues presented in Section 01040 . 1.02 CARE, PROTECTION AND REPAIR A. The Contractor is cautioned to exercise great care in protecting existing structures and property of the Owner while proceeding with work of this Section and the entire Contract. All damage shall be repaired at once to the satisfaction of the Engineer. All such repairs shall be at the expense of the Contractor and no claims for additional payment will be accepted . 1.03 CONDITIONS OF STRUCTURES A. The Owner and the Engineer assume no responsibility for the actual condition of the structures to be demolished or modified . B. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable . However, variations within a structure may occur prior to the start of demolition work. VCOS I SS02 .0SO 02050-1 9/30/10 C ity of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Demolition and M odificatio ns (Part I) C. The Engineer may, upon inspection , direct the Contractor to repair or replace deteriorated or damaged structures, piping or mechanical equipment as extra work. Extra work, if any, will be performed and paid for in accordance with other portions of this Project Manual. 1.04 TRAFFIC AND ACCESS A. Special attention is directed towards maintaining safe and convenient acces s at all times to and through the existing facilities by plant personnel and associated vehicles. 1.05 EQUIPMENT TO BE SALVAGED FOR OWNER A. Equipment to be salvaged for Owner shall be as indicated on the drawings and as specified . B. All salvaged equipment shall be cleaned to remove excessive and foreign materials attached to the equipment. C . All other equipment and material not retained by the Owner shall be salvaged or disposed of by the Contractor off site in accordance with applicable regulations and laws. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 MANNER OF CONDUCTING WORK A. E xecute work in careful, orderly manner. Provide and maintain barriers, du st screens, warning lights as may be necessary to protect persons and property. Perform work with utmost care, using tools and methods that will not transfer any heavy shocks to adjacent structures to remain in service and in place . Take all possible care to avoid vibration and other disturbance. Conduct work in a manner giving prime consideration to, but not necessarily limited by: 1. Protection of public and Owner's personnel. 2. Protection from weather. 3. Control of noi se, shocks, vibration . 4 . Control of dirt and dust. 5. Maintenance of orderly access . 6. Protection of existing structures or portion s thereof to remain. 7 . Coordination and cooperation with Owner. B . Debris shall not be allowed to accumulate. C . No fires will be permitted on site . D . The use of explos ive s will not be permi tted on the project. VCOS I SS02 .0 SO 02050-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Demolition and Modifications (Part I) E. Provide temporary support and shoring as required for existing materials until new work is installed. F. 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. Comply 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. 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 . G. Damages: Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Owner. H. 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 the Owner. 2. When utility lines are encountered which are not indicated in the Drawings, the Owner shall be notified. I. Operating Facilities 1. Perform Work in a manner which will not disrupt the operation of existing facilties , except as allowed in Section 01315 . 2 . Provide temporary services to assure uninterrupted operation of existing facilities, except where service disruption is allowed for as specifically specified in Section 01315 or specifically noted on the Drawings. 3 . Stage materials, equipment and Work in a manner which will not obstruct Owner access to operate and maintain existing operating facility components . 3.02 MODIFICATIONS A. Modification consists of demolition as required, removing, replacing , or altering existing concrete. Also included is such work as plugging pipe and wall openings, the removal of portions of an existing structure, and construction of additions to existing structures . VC051 SS02 .050 02050-3 9/30/10 City of Fort Wo rth -Village Creek Wastewater Treatment Pl an t Part I -Modifi cati ons to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitati on Proj ects Demolitio n and Mod ifications (Part I) 3.03 CONSTRUCTION METHODS A. General: Concrete to be demolished and removed under this item shall be broken into pieces by methods approved by the Engineer. The use of explosives will not be permitted for any purposes. Disposal of demoli shed materials shall be as specified in Section 02200 and Section 01110 . B . Modifications of Existing Structures: 1. Where only a portion of the existing structure is to be removed, special care shall be taken to prevent damage to that portion that will remain in place. Portions of concrete structures to be removed shall be saw cut, if directed by the Engineer, in order to minimize impact loads on the remaining structure . No "headache" balls or other swinging weights may be used . Where not connecting to new structures, the existing concrete shall be removed to neat lines as shown on the Plans or as established by the Engineer, and reinforcing steel shall be saw cut, if directed by the Engineer, and removed to a depth of two inches from the finished surface and coated, or as noted on the Drawings. The new opening shall be patched and fini shed with nonshrink nonmetallic grout or other treatment as required to function as intended . 2. 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 not be permitted. 3. Where physical cutting is required, cut work with sawing and grinding tool s, not with hammering and chopping tools. Unless otherwise specified, core drill or saw cut openings through all concrete work. Core drilling shall be done utilizing diamond bits . Comers shall not be overcut without prior written approval from the ENGINEER. 4. Where a portion of the existing concrete is to be removed and ne w concrete is to be added, a minimum of 1-inch saw cut is required to provide a straight, neat edge at the surface . Care shall be taken to maintain existing reinforceme nt where indicated on the plans . 5. Patch with seams which are durable and as invisible as po ssible . Restore exposed fini she s of patched areas and, where necessary , extend fini sh re storation onto retained work, adjoining, in a manner which will eliminate e vidence of patching . 6 . Take care in the removal of equipment and materials to be sal vaged to prevent damage to such . END OF SECTION VC05 l 5S02.050 0 2050-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Site Preparation (Part I) PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 02100 SITE PREPARATION A. This item shall consist of furnishing all labor, materials, equipment and incidentals required and preparing the site for construction operations by removing and disposing of all obstructions from the site and from designated easements, where removal of such obstructions is not otherwise indicated. Such obstructions shall be considered to include remains of houses and other structures not completely removed by others, foundations, floor slabs, concrete, brick, lumber, plaster, cisterns, water wells, septic tanks or basements; abandoned utility pipes, conduits or foundations; underground service station tanks, equipment or other foundations; fences, retaining walls, outhouses, shacks and all other debris. This item shall also include the removal of trees, stumps, roots, bushes, shrubs, curb and gutter, driveways, paved parking areas, miscellaneous stone, brick, concrete, sidewalks, drainage structures, manholes, inlets, abandoned railroad tracks, metal railing, scrap iron, all rubbish and debris whether above or below ground, except live utility facilities. 1.02 RELATED WORK A. Trenching, backfilling and compaction is included in Section 02221. B . Environmental protection procedures is included in Section 01110. C. Sedimentation and erosion control is included in Section 02270. D. Loaming, hydroseeding and erosion control is included in Section 02490. 1.03 SUBMITT ALS A. Submit to the Engineer, in accordance with Section 01300, copies of all permits required prior to clearing, grubbing, and stripping work. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Prior to commencing this work, all required sedimentation and erosion control and tree protection measures shall be in place and utilities located and protected. Areas within the construction limits as indicated shall be cleared of all obstructions, vegetation, abandoned structures as defined above; except trees or shrubs indicated for preservation, which shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations. Exposed ends of VC0515S02 . 100 02100-1 09/30/10 C ity of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi catio ns to Bar Screen Bu ilding No. 3 and Part II -Junctio n Box Rehabilitation Projects Site Preparation (Part I) pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved tree wound dressing material within 24 hours of the pruning or injury . B. Construction equipment shall not be operated within th e drip line of trees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed . C. Unless otherwise indicated, all underground obstructions, stumps and roots shall be removed to the following depths: 1. In areas to receive 6 inches or more embankment, a minimum of 12 inches below natural ground. 2 . In areas to receive embankment of less than 6 inches and areas to be excavated, 18 inches below the lower elevation of the embankment, structure or excavation. 3 . All other areas, 12 inches below natural ground. D . Holes remaining after removal of all obstructions, objectionable material, trees , stumps, etc ., shall be backfilled with select embankment material and tamped. E. When a utility in service conflicts with the construction, it shall be modified as set forth in other sections of these Specifications. F . Where an abandoned existing underground piping utility is found, it shall be cut and plugged with concrete, brick and mortar, or a precast stopper grouted in place as directed by the Engineer. G . If desired by Owner, cleared tree trunks and limbs exceeding 4 inches in diameter shall be cut into 4- foot lengths and stockpiled on site where directed by the Engineer. H. No stumps, trees , limbs or brush shall be buried in any fills or embankments. 3 .02 CLEARING A. Cut and remove all timber, trees, stumps , brush, shrubs , roots , grass , weeds , rubbish and any other objectionable material resting on or protruding through the surface of the ground. B . Preserve and protect tree s and other vegetation designated on the Drawings or directed by the Engineer to remain a s specified below . 3 .03 GRUBBING A. Grub and remove all stumps , roots in excess of 1 Y2-inches in diameter, matted roots, brush, timber, logs, concrete rubble and other debri s encountered to a depth as specified in Paragraph 3 .0lC. B . Refill all grubbing holes and depre ssions excavated below the original ground surface with suitable materials and compact to a den sity conforming to the surrounding ground surface or as directed by the Engineer. VC05 15S02.100 02100-2 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Site Preparation (Part I) 3.04 STRIPPING A. Strip topsoil from all areas to be occupied by buildings, structures, and roadways and all areas to be excavated or filled. B. Topsoil shall be free from brush, trash, large stones and other extraneous material. Avoid mixing topsoil with subsoil. C. Stockpile and protect topsoil until it is used in landscaping, loaming and seeding operations . Dispose of surplus topsoil after all work is completed. 3 .05 DISPOSAL A. Contractor shall remove all trees, limbs, and branches removed during construction activities from the site by hauling such materials and debris to an approved offsite disposal area. B. Dispose of material and debris, including stumps, from site preparation operations by hauling such materials and debris to an approved offsite disposal area . No rubbish or debris of any kind shall be buried on the site. C. Burning of cleared and grubbed materials, or other fires, for any reason, will not be permitted. 3.06 PROTECTION A. Trees and other vegetation designated on the Drawings or directed by the Engineer to remain shall be protected from damage by construction operations by erecting suitable barriers, guards and enclosures, or by other approved means. Conduct clearing operations in a manner to prevent falling trees from damaging trees and vegetation designated to remain and to the work being constructed and so as to provide for the safety of employees and others. B . Maintain protection until all work in the vicinity of the work being protected has been completed. C. Do not operate heavy equipment or stockpile materials within the branch spread of existing trees. D. Immediately repair any damage to existing tree crowns, trunks, or root systems. Roots exposed and/or damaged during the work shall immediately be cut off cleanly inside the exposed or damaged area. Treat cut surfaces with an acceptable tree wound paint and topsoil spread over the exposed root area . E. When work is completed, remove all dead and downed trees. Live trees shall be trimmed of all dead and diseased limbs and branches . All cuts shall be cleanly made at their juncture with the trunk or preceding branch without injury to the trunk or remaining branches. Cuts over 1-inch in diameter shall be treated with an acceptable tree wound paint. F . Restrict construction activities to those areas within the limits of construction designated on the Drawings . Adjacent properties and improvements thereon, public or private, which become damaged by construction operations, shall be promptly restored to their original condition, to the full satisfaction of the property owner. VC0515S02 .IOO 02100-3 09/30/10 City of Fort Worth -Vill age Creek Was tewa ter Treatment Plant Part I -Mod ifications to Bar Screen Building No . 3 and Part II -Juncti on Box Rehabilitation Projects Site Preparati on (Part I) 3 .07 SUBGRADE PREPARATION A. The subgrade shall be firm and able to support the construction equipment without displacement. Soft or yielding subgrade shall be corrected and made stable before construction proceeds. B . The subgrade shall be proof rolled to detect soft spots, which if ex ist, shall be reworked. Proof rolling shall be performed u s ing a heavy pneumatic tired roller, loaded dump truck, or similar equipment weighing approximately 25 tons. The equipment shall be driven slowly over the subgrade with the tires staggered approximately 3 feet on each successive pass to allow detection of any soft or pumping s ubgrade areas . The proof rolling operations should be observed by the Engineer. C. The sides of stump holes or other similar cavities or depressions shall be broken down to flatten the s lopes (no steeper than 5 horizontal and 1 vertical), with the sides of the cuts or holes being scarified to provide bond between the foundation soils and the embankment fill . D. Each depression or hole shall be filled with the same type of material that is adjacent to the depres sion, unless such material is unsuitable for fill, in which case General Earth Fill shall be used. E. Existing hillsides or slopes that will receive fill shall be loosened by scarifying or plowing to a depth of not less than 8 inches. The fill material shall be benched into the existing slope in such a manner a s to provide adequate bonding between the fill and slope, as well as to allow the fill to be placed in e ssentially horizontal lifts . F. Prior to placement of compacted fill in any section of the embankment, after depressions and holes have been filled , the foundation of such sections shall be compacted to the same density and moisture requirement a s the embankment. G. In areas of the subgrade that are too soft, wet or otherwise unstable to allow embankment construction to begin, the use of plating and/or plating in combination with a geogrid may be required. H . The traffic of heavy equipment, including heavy compaction equipment, may create pumping and general deterioration of the shallower clay soils . Compaction grouting may be required before an adequate subgrade can be achieved . END OF SECTION VC0 515S 02 . IOO 0 2 100-4 09/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proj ects Dewatering and Drainage (Part I) PARTl GENERAL SECTION 02140 DEWATERING AND DRAINAGE 1.00 STATUTORY REQUIREMENTS A. Obtain and pay for all permits required for temporary dewatering and drainage systems. B. Original permits shall be prominently displayed on the site prior to constructing dewatering and drainage systems . 1.01 SCOPE OF WORK A. Furnish, install, operate, monitor, maintain, and remove temporary dewatering and drainage systems as required and lower and maintain groundwater levels below subgrades of excavations . Prevent surface water runoff from entering or accumulating in excavations . B. Furnish the services of a licensed Professional Engineer, registered in the State of Texas, to prepare dewatering and drainage system designs and submittals. C. Collect and properly dispose of all discharge water from dewatering and drainage systems in accordance with State and local requirements and permits . D. Repair damage caused by dewatering and drainage system operations . E . Remove temporary dewatering and drainage systems when no longer needed. Restore all disturbed areas. 1.02 RELATED WORK A . Earth excavation and backfill are included in Section 02200 and 02221. B . Sedimentation and erosion control is included in Section 02270. 1.03 SUB MITT ALS A. Dewatering and drainage system designs shall be prepared by a licensed Professional Engineer, registered in the State of Texas , having a minimum of five years of professional experience in the design and construction of dewatering and drainage systems . Submit an original and three copies of the licensed Professional Engineer's certification, on the PE form specified in Section 01300, stating that the dewatering and drainage system designs have been prepared by the Professional Engineer and that the Professional Engineer will be responsible for their execution. Do not submit dewatering and drainage system designs unless requested in writing . VC0515SOl.l40 02140-1 9/30/20 10 City of Fort Worth -Village Creek Wa stewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Dewatering and Drainage (Part I) 1.04 DEFINITIONS A. Where the phrase "in-the-dry" is used in this Section , it shall be defined as in situ soil moisture content of no more than five percentage points above the optimum moisture content for that soil. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Control surface water and groundwater such that excavation to final grade is made in-the-dry, and bearing soils are maintained undisturbed. Prevent softening, or instability of, or disturbance to, the subgrade due to water seepage. B. Provide protection against flotation for all work . C . The impact of anticipated subsurface soil/water conditions shall be considered when selecting methods of excavation and temporary dewatering and drainage systems. Where groundwater levels are above the proposed bottoms of excavations, a pumped dewatering system is expected for predrainage of the soils prior to excavation to final grade and for maintenance of the lowered groundwater level until construction has been completed to such an extent that the foundation, structure, pipe, conduit, or fill will not be floated or otherwise damaged. Type of dewatering system, spacing of dewatering units and other details of the work are expected to vary with soil/water conditions at a particular location. 3.02 SURFACE WATER CONTROL A. Control surface water runoff to prevent flow into excavations. Provide temporary measures such as dike s, ditches, and sumps . 3 .03 EXCAVATION DEW ATERING A. Provide and maintain adequate equipment and facilities to remove promptly and dispose of properly all water entering excavations . Excavations shall be kept in -the-dry , so as to maintain an undisturbed subgrade condition throughout construction below grade, including backfill and fill placement. B. Collect precipitation or surface runoff in shallow ditches around the perimeter of the excavation, drain to sump and pump from the excavation to maintain in-the-dry conditions . C . Pipe and conduit shall not be installed in water or allowed to be submerged prior to backfilling . Pipe and conduit, which becomes submerged, shall be removed and the excavation dewatered and restored to proper conditions prior to reinstalling the pipe and conduit. D. The dewatering and drainage system shall be capable of lowering and continuously maintaining the ground water surface a minimum of 3-ft below the base of all excavations throughout the construction period . The Contractor shall be required to provide adequate perso nnel and equipment to operate and maintain the dewatering system on a 24-hour basis, as reqired. VCOS ISSOl.140 02140-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Dewatering and Drainage (Part O E. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of four days after concrete placement. In no event shall water be allowed to enter an excavation and rise to cause unbalanced pressure on foundations and structures until the concrete has reached its specified 28-day compressive strength and the structure has been completed and is adequate to resist flotation forces. F. Dewatering and drainage operations shall at all times be conducted in such a manner as to preserve the natural undisturbed bearing capacity of the subgrade at the bottom of the excavation . If the subgrade becomes disturbed for any reason, the unsuitable subgrade material shall be removed and replaced with concrete, compacted granular fill, or other approved material to restore the bearing capacity of the subgrade to its original undisturbed condition. G. Dewatering and drainage operations shall be conducted in a manner which does not cause loss of ground or disturbance to the pipe bedding or soil, which supports overlying or adjacent structures . H . The dewatering system shall be designed to prevent settlement or other adverse affects to adjacent structures due to drawdown of groundwater, or otherwise, which may require isolation of the dewatering areas with sheet pile cutoffs or similar facilities. The Contractor shall be required to demonstrate in appropriate submittals that the proposed method of dewatering will not adversely affect adjacent structures, prior to beginning dewatering operations. 3 .04 DISPOSAL OF DRAINAGE A. All water discharged from temporary dewatering and drainage systems shall be disposed of in accordance with the sedimentation and control plans as specified in Section 02270. Existing or new sanitary sewer systems shall not be used to dispose of drainage unless the written permission of the utility or owner is obtained. END OF SECTION VC0515S01 .140 02140-3 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill For Structures (Part n SECTION 02200 EXCAVATION AND BACKFILL FOR STRUCTURES PARTl GENERAL 1.00 STATUTORY REQUIREMENTS A. All excavation, trenching, sheeting, bracing, etc., shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), state, and local requirements. Where conflict between OSHA, state, and local regulations exists, the most stringent requirements shall apply. 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and perform all excavation work and grading; place and compact backfill and fill; and dispose of unsuitable, waste, and surplus materials, as shown on the Drawings and as specified herein. B. Provide the services of a licensed Professional Engineer, registered in the state in which the work is located, to prepare temporary excavation support system designs and submittals. C. Furnish and install temporary excavation support systems, including sheeting, shoring, and bracing, to ensure the safety of personnel and protect adjacent structures, piping, etc., in accordance with federal, state, and local laws, regulations , and requirements . D. Except as specifically noted on the Drawings or specified, the Contractor shall select the method of excavation appropriate for each structure and condition. E . The contractor shall be responsible for determining, implementing and maintaining the required safe operating practices and procedures for personnel, equipment, and general traffic adjacent to or on the slopes during the construction phase. The Owner shall be responsible for determining, implementing and maintaining the required safe operating practices and procedures for personnel, equipment, and general traffic adjacent to or on the completed slopes prior to and following completion of construction. 1.02 RELATED WORK A. Site conditions are included in Section 01011 . B . Trench safety requirements are included in Section 01013. C. Site Preparation, including clearing and grubbing is included in Section 02100. D. Demolition, and Modifications is included in Section 02050 . E. Dewatering and Drainage is included in Section 02140. F. Trenching, Backfilling, and Compaction are included in Section 02221. VCOS I 5S02 .200 02200-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part JI -Junction Box Rehabilitation Projects Excavation and Backfill For Structures (Part O G. Granular Fill Materials are included in Section 02230. H. Sedimentation and Erosion Control are included in Section 02270 . I. Loaming, Hydroseeding, and Erosion Control are included in Section 02490 . 1.03 SUBMITf ALS A. Submit plan for excavation support systems as required under Article 1.06 of these specifications. Excavation support system designs shall be prepared by a licensed Professional Engineer registered in the state in which the work is located, having a minimum of 5 years of professional experience in the design and construction of excavation support systems . Submit an original and three copies of the licensed Professional Engineer's certification on the P.E. form specified in Section 01300, stating that the excavation support systems designs have been prepared by the Professional Engineer and that the Professional Engineer will be responsible for their execution . Do not submit excavation support system designs unless specifically noted, or unless requested in writing . B . Submit details of any excavations performed within the flood control levee. Review will be for general conformance only (size of excavation, effects on levee, etc .) and shall not relieve the Contractor of responsibility for design and/or construction activities . 1.04 REFERENCE ST AND ARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D698 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m 3)) 2. ASTM D1557 -Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft 3 (2,700 kN-m/m 3)) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. At all structures, prior to the placement of bedding material, concrete work mats, fill, or structural concrete, coordinate with the soils testing laboratory to verify the suitability of the existing subgrade soil and perform in-place soil density tests as required to verify that the bearing capacity of the subgrade is sufficient. B . Prior to and during the placement of backfill and fill, coordinate with the soils testing laboratory to perform in-place soil density tests to verify that the backfill/fill material has been compacted in accordance with the compaction requirements specified elsewhere. The Engineer may designate areas to be tested . VC05 l 5S02 .200 02200-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill For Structures (Part I) 1.06 EXCAVATION SAFETY A. All open excavations greater than five feet in depth shall be constructed with laid-back slopes (to the extent allowed by the Engineer), bracing, sheeting, shoring, or other equivalent method as may be required for the protection of life and existing structures and facilities . Approved methods shall be per Section O 1013 and in accordance with details shown on the Drawings. Prior to commencing the work, the Contractor shall submit his plans for trench and excavation support systems to the Engineer for review and comment. No excavations shall be started until the Engineer has furnished written acceptance of the excavation support system. Said review will be to assure the Engineer of general compliance with and shall not be construed as a detailed analysis for adequacy of the support system, nor shall any provisions of the above requirements be construed as relieving the Contractor of his overall responsibility and liability for the Work. B . It shall be understood that the preceding requirements are to be considered to be the minimum to be provided. It shall be the Contractor's responsibility to provide the strength required to support the sides of the excavation against loads which may exceed those employed to derive the criteria set forth in the Industrial Safety Orders . The Contractor shall be solely responsible for any and all liabilities which may arise from his failure to provide adequate shoring, bracing or sloping (to the extent allowed by the Engineer) or sheeting as necessary to support the excavation under any and all of the conditions of loading which may exist or which may arise during the construction of the project. 1.07 DEFINITIONS A. Where the phrase "in-the-dry" is used in this Section, it shall be defined to mean a soil condition such that the in-place moisture content of the soil at that time is no more than 5 percentage points above the optimum moisture content of that soil as determined by the laboratory test of the moisture-density relation appropriate to the specified level of compaction . B. Where the phrase "standard proctor density" is used in this Section, it shall be defined to mean the maximum dry unit weight as determined in accordance with ASTM D698. C. Where used in this Section, "structures" refers to all buildings, wet wells, junction boxes, manholes, and below grade vaults. Stormwater structures and duct banks are not considered structures in this context. 1.08 PROJECT/SITE REQUIREMENTS A. Any loam excavated under the work of this Section shall be salvaged by the Contractor for use as specified under Section 02490. PART 2 PRODUCTS 2.01 GENERAL A. Specifications for fill materials are included in Section 02230. B. Concrete for mud slabs and fill shall be as specified in Section 03300. VC0515S02 .200 02200-3 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill For Structures (Part 0 PART 3 EXECUTION 3.01 PREPARATION A. Test Pits 1. Perform exploratory excavation work (test pits or potholing) for the purpose of verifying the location of underground utilities and structures and to check for unknown utilities and structures prior to submission of shop drawings and prior to commencing excavation or demolition work. Test pits shall be excavated for all connections to existing pipes. Test pits shall be excavated at all locations where new pipes cross existing pipes. 2 . Test pits shall be backfilled as soon as the desired information has been obtained. Backfilled surfaces shall be stabilized in accordance with approved erosion and sedimentation control plans . B. De watering and Drainage Systems 1. Temporary dewatering and drainage systems shall be in place and operational prior to beginning excavation work. 2. Refer to Section 02140 for requirements for dewatering and drainage. 3 .02 EXCAVATION SUPPORT A. Furnish, install, monitor, and maintain excavation support (e .g., shoring, sheeting, bracing, trench boxes, etc.) as required by federal, state, or local laws, ordinances, regulations, and safety requirements to protect personnel, the sides of the excavations, adjacent structures and utilities. Support the sides of excavation to prevent any movement, which could in any way reduce the width of the excavation below that necessary for proper construction and protect adjacent structures from undermining settlement or other damage . Take care to prevent the formation of voids outside of sheeting. If voids occur behind sheeting, immediately backfill and compact the voids with common fill material. Voids in locations that cannot be properly compacted upon backfilling shall be filled with lean concrete. B. Install excavation supports outside the neat lines of foundations. Supports shall be plumb and securely braced and tied in position. Excavation support shall be adequate to withstand all pressures to which the supports will be subjected. Any movement or bulging of supports shall be corrected to provide the necessary clearances, dimensions, and structural integrity. C . Excavation supports shall be carefully removed in such manner so as not to endanger or damage the work or other surrounding structures, utilities, or property. All voids left or caused by withdrawal of supports shall be immediately filled with sand and compacted . 3.03 STRUCTURAL EXCAVATION PROCEDURES A. Excavations for structures shall be suitably wide for construction of the structures, including excavation supports, dewatering and drainage systems, and working clearances. VC0515S02 .200 02200-4 9/30/10 City of Fort Worth -ViUage Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill For Structures (Part I) B. Excavation shall be performed in-the-dry and shall be accomplished by methods that preserve the undisturbed state of subgrade soils. Drainage and dewatering systems shall be in place and operational prior to beginning excavation work. In no case shall the earth be plowed, scraped, or excavated by any means so near to the finished subgrade that would disturb the finished subgrade. Hand excavation of the final 3-to 6-in may be required to obtain a satisfactory, undisturbed subgrade. Subgrade soils that become soft, loose, "quick," or otherwise unsatisfactory for support of structures as a result of inadequate excavation, dewatering, or other construction methods shall be removed and replaced with lean concrete, compacted structural fill, or suitable crushed rock, subject to prior approval by the Engineer, at no additional cost to the Owner. C. Subgrade Preparation 1. Where noted on the Drawings, scarify, moisturize, and recompact the top 8-in of subgrade to a minimum of 95 percent Standard Proctor Density between minus 2 and plus 5 percentage points above optimum moisture content. These moisture ranges represent the maximum recommended limits. A minimum of eight passes of the tamping foot roller shall be provided. 2. Where shown on the Drawings, over-excavate sufficiently below the bottom of structure for placement of a minimum of 6-in reinforced mud slab. Place the mud slab within 24 hours of exposing the subgrade. D . When excavations have reached the required subgrade, including any allowances for working mats or base materials, prior to the placement of working mats or base materials notify the soils testing laboratory to verify the suitability of the existing subgrade soils for the anticipated foundation and structural loadings. The exposed surface (excluding bedrock) shall be proof- rolled with a heavy piece of construction equipment in the presence of the soils testing laboratory representative and the Engineer. If the existing subgrade soils are determined to be unsuitable, direction will be provided by the Engineer regarding removal and replacement with suitable materials. If Contractor believes that such direction would increase Contractor's cost and would thereby entitle Contractor to a change in Contract Cost, Contractor shall notify the Engineer in accordance with the applicable article(s) in the Contract Documents pertaining to changes in the work. E. Over-excavation beyond the limits and depths required by the Contract Documents shall be replaced, at no additional cost to the Owner, using lean concrete, structural fill, or other approved material as determined by the Engineer. 3.04 GENERAL FILLING AND BACKFILLING PROCEDURES A. Fill and backfill materials shall be placed in lifts to suit the specified compaction requirements to the lines and grades required, making allowances for settlement and placement of cover materials (i.e., topsoil, sod, etc .). Soft spots or uncompacted areas shall be corrected. B . Fill and backfill materials shall not be placed on frozen surfaces, or surfaces covered by snow or ice. Fill and backfill material shall be free of snow, ice, and frozen earth . C. Compaction in confined areas (including areas within 5-ft of structure walls) and in areas where the use of large equipment is impractical, shall be accomplished by hand operated vibratory VC0515S02 .200 02200-5 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabi li tation Projects Excavation and Backfi ll For Structures (Part n equipment or mechanical tampers. Lift thickness shall not exceed 4-in (measured before compaction) when hand operated equipment is used . D. Fill and backfill shall not be placed and compacted when the materials are too wet to properly compact. 3 .05 STRUCTURAL FILL AND BACKFILL PROCEDURES A. Fill placed adjacent to structure walls shall be select fill (non-expansive earth fill) unless otherwise noted on the Drawings . All structure watertightness tests and dampproofing/waterproofing shall be completed prior to placing fill or backfill around structures except as noted in Section 01680. Place and compact fill in even lifts of 8-in (measured before compaction) uniformly around the structure. Structural fill shall be placed in even lifts of 4-in for those areas within 5-feet adjacent to structures. B . Common fill may be used in areas beyond those designated above unless shown or specified otherwise. Common fill shall be placed in even lifts having a maximum thickness of 8-in (measured before compaction). C . The backfill surface shall slope away from the structures on a gradient of 1.5 to 3 percent, such that surface water does not pond adjacent to the structure within the backfill zone. Top soil and seeding shall be accomplished to help prevent drying a cracking of the backfill surface. The slope shall be maintained on a 1.5 to 3 percent gradient after topsoil is placed. 3.06 COMP ACTION REQUIREMENTS A. Beneath building slabs and slabs on grade (except sidewalks): Compact each layer of fill to a minimum of 98 percent Standard Proctor Density at or near its optimum moisture content (minus 2 to plus 5 percent). B . Adjacent to structures: Compact each layer of fill to a minimum of 95 Percent Standard Proctor Density at or near its optimum moisture content (minus 2 to plus 5 percent), except that fill placed within 5-ft of structure walls shall be compacted to between 95 and 100 percent of Standard Proctor Density. C . Roads, paved areas , and roadway embankments: Compact each layer of fill to a minimum of 98 percent Standard Proctor Density at or near its optimum moi sture content (minus 2 to plu s 5 percent). D . Sidewalks: Compact the top 6-in of existing subgrade (and each layer of fill if applicable) to a minimum of 95 percent Standard Proctor Den sity at or near its optimum moisture content (minus 2 to plus 5 percent). E . Embankments (except under roadways), lawn, or unimproved area s: Compact each layer of fill to a minimum of 95 percent Standard Proctor Den sity at or near its optimum moisture content (minus 2 to plus 5 percent). F . Common fill shall be compacted to a minimum of 95 percent Standard Proctor Density at a moi sture content of minus 2 to plu s 5 percentage points relative to optimum moi sture content. VC0515S02.200 02200-6 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill For Structures (Part I) G. Each lift of the common fill embankment material shall be compacted by sheepsfoot roller, multiple-wheel pneumatic tired roller or other means acceptable to the Engineer. Each layer shall be compacted only after the material has been placed, mixed and evenly spread. Compaction shall be accomplished while the material is at the specified moisture content. Rolling of each layer shall be continuous over its entire area and the roller shall make sufficient trips to insure that the desired density has been obtained. G. Free-draining coarse fill materials shall be compacted using a minimum of four passes with a vibratory compactor, where a Standard Proctor Density cannot be reasonably established. H. Field density tests (including moisture content) shall be taken as each lift of fill material is placed . The Contractor shall perform a minimum of one field density test per lift for each 2500 square feet of compacted area. For small critical areas, the Contractor shall perform a minimum of one field density test per lift for each 1000 square feet of compacted area . A minimum of two density tests should be taken on each lift. Testing reports shall be provided to the Engineer for review and approval. 3.07 EMBANKMENT FILL PROCEDURES A. Embankment materials shall be placed on a properly prepared subgrade as specified in Section 02100. B. Prior to placing embankment fill materials, all organic materials (including peat and loam) and loose inorganic silt material (loess) shall be removed from areas beneath the embankments. If the subgrade slopes are excessive, the subgrade shall be stepped to produce a stable, horizontal surface for the placement of embankment materials . The existing subgrade shall then be scarified to a depth of 8-in and recompacted . C. Embankment fill shall consist of common fill material and shall be placed and compacted in even lifts of 8-in (measured before compaction). D. Rock may be used in embankment fill only with prior, written approval of the Engineer. E . Embankment fill for structures, pavements and flatwork within the top 10 feet shall be non expansive earth fill material and shall have the properties as indicated in Section 02230. Embankment fill for structures, pavement, and flatwork below 10 feet shall be general earth fill and shall have the properties as indicated in Section 02230 . F. General embankments more than 5 feet outside the limits of structures and general site grading within the top 1 foot where no slopes or deep fills are involved shall be general earth fill and shall have the properties as indicated in Section 02230. 3.08 IMPERVIOUS CLAY FILL A. Impervious clay fill shall be placed in controlled, even lifts having a maximum thickness (measured before compaction) of 8-in. Compaction shall be sufficient to attain a permeability of less than 1 x 10-7 cm/sec, but no less than the compactive effort to obtain 95 percent Standard Proctor Density. B. Moisture content of impervious clay fill to be compacted shall be maintained at or near its optimum moisture content (optimum to plus 5 percent). VC0515S02 .200 02200-7 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Reha bilitation Projects Excavation and Backfill For Structures (Part I) 3.9 DISPOSAL OF UN SUIT ABLE, WASTE, AND/OR SURPLUS EXCAVATED MATERIAL A. Unsuitable, waste, and surplus excavated material shall be removed and disposed of offsite in a manner acceptable to the Engineer. Organic material , s uch as vegetation, tree root systems and brush, pavement, broken concrete and similar construction wastes shall be disposed of off-site at a landfill licen sed by the State of Texas to accept such wastes . B . Unsuitable waste and surplus material to be disposed of off-site may be temporarily stockpiled in an area within the limits of construction that does not disrupt construction activities, create any nuisances or safety hazards, or otherwise restrict access to the work site and is acceptable to the Engineer. Remove the stockpiled material from the project site and dispose of it if requested to do so by the Engineer. C . Excavated material containing chlordane shall be handled as indicated in Specification Section 01011. 3.10 GRADING A. Grading shall be performed to the lines and grades shown on the Drawings plus or minus 10 percent. All objectionable material encountered within the limits indicated shall be removed and disposed of. Subgrades shall be completely and continuously drained and dewatered throughout the grading process . Install temporary drains, drainage ditches, etc ., to intercept or divert surface water that may affect the execution or condition of grading work. B . If at the time of grading it is not possible to place any material in its proper section of the work, it shall be stockpiled in approved areas for later use. No extra payment will be made for the stockpiling or double handling of excavated material. C. Stones or rock fragments larger than 4-in in their greatest dimensions will not be permitted within the top 6-in of the finished grade of fills and embankments. D . In cut areas, all loose or protruding rocks in slopes shall be removed to line or finished grade of the slope. All cut and fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the Drawings unless otherwise directed by the Engineer. E . General site grading below 1 foot where no slopes or deep fills are involved shall be common fill material and shall consist of any soil materials which have a minimum of 85 percent passing the No. 4 sieve and which are free of organics or other deleterious materials . END OF SECTION YCOS l SS02 .200 02200-8 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Mcx:lifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Trenching , Backfilling and Compaction (Part I) SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and perform all trenching for pipelines and appurtenances, including drainage, filling, backfilling, disposal of surplus material and restoration of trench surfaces and easements . B . Excavation shall extend to the width and depth shown on the Drawings or as specified herein and shall provide suitable room for installing pipe, structures and appurtenances. C. Furnish and place all sheeting, bracing and supports and remove from the excavation all materials which the Engineer may deem unsuitable for backfilling . The bottom of the excavation shall be firm, dry and in all respects, acceptable. If conditions warrant, deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches. D . All excavation, trenching and related sheeting, bracing, etc, shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P) and State requirements. Where conflict between OSHA and State regulations exists, the more stringent requirements shall apply. E . Wherever the requirement for 95 percent compaction is referred to herein it shall mean "at least 95 percent of maximum density as determined by ASTM D698 ". F . Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review . 1.02 RELATED WORK A. Drainage and dewatering is included in Section 02140. B. Granular fill materials are included in Section 02230. C. Sedimentation and erosion control is included in Section 02270. D . Loaming and hydroseeding is included in Section 02490. E . Embankment fill procedures and disposal of surplus excavated material is included in Section 02200. F. Trench safety requirements are included in Section 01013 . VC05 l 5S02 .221 02221-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificati ons to Bar Screen Building No . 3 and Part Il -Juncti on Box Rehabilitation Projects Trenching, Backfilling and Compaction (Part I) G . Site/Right-of-way preparation is covered in Section 02100 . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 TRENCH EXCAVATION A . Trench excavation shall include material of every description and of whatever substance encountered, including rock and boulders, regardless of the methods or equipment required to remove the material.. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. B . The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality . C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the General Conditions and General Requirements. D . Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities . The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be practical minimum, but not less than that shown on the drawings . E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to , or just below the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by limestone fill as required by the Engineer at the Contractor's expense. F . Clay and organic silt soils are particularly susceptible to disturbance due to construction operations. When excavation is to end in such soils, use a smooth-edge bucket to excavate the last 1-ft of depth . G. Where pipe is to be laid in gravel bedding, the trench may be excavated by machinery to the normal depth of the pipe provided that the material remaining in the bottom of the trench is no more than slightly disturbed. H. Where pipe is to be laid directly on the trench bottom, final excavation at the bottom of the trench shall be performed' manually, providing a flat-bottom true to grade upon undisturbed material. Bell holes shall be made as required . 3.02 DISPOSAL OF MATERIALS A. Refer to Specification Section 02200 for disposal of material s. B . Excavated material shall be stacked without excessive surcharge on the trench bank or obstructing free access to hydrants and gate valves . Inconvenience to traffic and abutters shall be VC0515S02 .221 02221-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Trenching, Backfilling and Compaction (Part I) avoided as much as possible. Excavated material shall be segregated for use in backfilling as specified below. C . It is expressly understood that no excavated material shall be removed from the site of the work or disposed of, except as directed by the Engineer. When removal of surplus materials has been approved by the Engineer, dispose of such surplus material in approved designated areas. D . Should conditions make it impracticable or unsafe to stack material adjacent to the trench, the material shall be hauled and stored at a location provided. When required, it shall be re-handled and used in backfilling the trench. 3.03 SHEETING AND BRACING A . Furnish, put in place and maintain sheeting and bracing required by Federal, State or local safety requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel, damage or delay the work or endanger adjacent structures. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he/she may order additional supports placed at the expense of the Contractor. Compliance with such order shall not relieve the Contractor from his/her responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. B. Where sheeting and bracing is required to support the sides of trenches, the Contractor shall engage a professional engineer, registered in the State of Texas, to design the sheeting and bracing. The sheeting and bracing installed shall be in conformity with the design and certification of this shall be provided by the professional engineer. Submit P.E. Certification Form contained at the end of this section to show compliance with this requirement. C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the screened gravel backfill. 1. When installing rigid pipe (R.C., V.C., A.C ., etc), any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing flexible pipe (PVC, etc), trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below mid-diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, limestone shall be placed to fill any voids created and the limestone and backfill shall be recompacted to provide uniform side support for the pipe. D . The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. The cost for use of sheeting will be included in the bid items for pipe and shall include full compensation for driving, bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private . All voids left VC05 l 5S02 .22 l 02221-3 9/30/2010 City of Fort Worth -Village Creek Was tewater Trea tm ent Plant Part I -Modificatio ns to Bar Scree n Building No. 3 and Part II -Junction Box Rehabilitation Projects Trenching , Backfillin g and Comp acti on (Part I) after withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose, by watering or otherwise as directed . F . No payment will be given for sheeting, bracing, etc, during the progress of the work. No payment will be given for sheeting which has actually been left in the trench for the convenience of the Contractor. G . Sheeting driven below mid-diameter of any pipe shall remain in place from the driven elevation to at least 1-ft above the top of the pipe. 3 .04 TEST PITS A. Excavation of test pits may be required for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work . B . Test pits shall be backfilled as soon as the desired information has been obtained . The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified . 3.05 DRAINAGE AND DEWATERING A. The Contractor shall furnish all materials and equipment and perform all incidental work required to install and maintain the drainage system he proposes for handling ground water or surface water encountered. He shall assume all responsibility for the adequacy of the methods, materials, and equipment employed. B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of all water entering trenches and excavations. The subgrade shall be maintained acceptably dry until the facilitie s to be built are completed . All drainage related work shall be performed without damage to the trench, pavement, pipes, electrical conduits, or other utilities and without damage to public or private property. C . Pipe and masonry shall not be laid in water or submerged within 24 hours after being placed . Water shall not flow over new masonry within four days after placement. 3.06 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B . If the Contractor excavates below grade through error or for the Contractor's own convenience, or through failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the following paragraph , in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense . C . If the material at the level of trench bottom consists of fine sand , sand and silt or soft earth which may work into th e screened gravel notwith standing effecti ve drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6 -in layer of coarse sand , or a mixture graded from coarse sand to the fine peastone, as approved by the Engineer, to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of VC05 l 5S 02.2 2 l 02221-4 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Trenching , Backfilling and Compaction (Part n gravel shall be approved by the Engineer prior to placement. Limestone shall then be placed in 6-in layers thoroughly compacted up to the normal grade of the pipe. If directed by the Engineer, bank-run gravel shall be used for refill of excavation below grade. D. Geotextile filter fabric may be substituted for filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N; Supac equivalent, or equal. 3 .07 EMBEDMENT A. Embedment for pipes shall be as shown on the Drawings using bedding material meeting the requirements of PART 2 of Section 02230. B . The initial layer of embedment placed to receive the pipe shall be brought to grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount of embedment under the pipe. Adjustment to grade shall be made by scraping away or filling with embedment material. Wedging or blocking up of pipe will not be permitted. Each pipe section shall have a uniform bearing on the embedment for the full design of the pipe, except immediately at the joint. All embedment and encasement shall extend the full width of the trench bottom . C. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding 8-inches in thickness of loose fill, approximately equal on each side of the pipe, to 12-inches above the top of pipe. Compaction shall be 90 percent of Standard Proctor density for embedment material below the top of pipe. For the 12-inches of embedment material above the pipe, compaction shall be 85 percent of Standard Proctor density . 3 .08 BACKFILLING A . As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding, as specified for the type of pipe installed, shall be placed as shown on the Drawings and as specified in Paragraph 3.07 above. B. Trench backfill for pipelines or other utilities shall be properly placed and compacted . Non- expansive earth fill or flowable fill shall be used for trench backfill in all areas adjacent to structures. Free draining granular material shall not be used . If a higher class of bedding material is required for the pipelines near or beneath structures or pavements, flowable fill will limit water intrusion into the trench and will not require compaction after placement. C. The non-expansive earth fill shall be placed in approximate 4 to 6 inch loose lifts. Non- expansive soil above the spring line of the pipes, in sections of the trench underneath pavements, shall be compacted to a minimum of I 00 percent of maximum dry density (ASTM D-698). D. Trench backfill more than 5 feet outside the limits of structures to I foot above top of pipe (exclusive of lean concrete or flowable fill zones) shall be non expansive earth fill and shall have the properties as specified in Section 02230. VCOSISS02 .22 l 02221-5 9/30/2010 City of Fort Worth -Village Creek Was tewat er Treatment Plant Part I -Mod ific ati ons to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabilitation Proj ects Trenching, Bac kfilling and Comp ac ti on (Part I) E . Trench backfill more than 5 feet outside the limits of structures from 1 foot above top of pipe and upward shall be general earth fill material and shall consist of soil material which have a minimum plasticity index of 8, a minimum of 20 percent passing the No. 200 sieve, a minimum of 85 percent passing the No . 4 sieve, and which are free from organics or other deleterious material. F. Class 2 Aggregate fill may be used for pipelines completely outside the area of structures and pavements. Class 2 Aggregate fill shall be compacted with a vibratory, to a minimum of 95 percent of maximum index density as determined by ASTM D4253, at a moisture content that will facilitate compaction . G. A minimum of one field density test shall be taken per lift for each 150 linear feet of trench, with a minimum of two tests per lift. H. In restricted areas where compaction of non-expansive earth fill is not practical, flowable fill shall be used. Where lean concrete fill or flowable fill is used , each lift or section shall be allowed to reach initial set as required to provide the intended support, prior to the next lift or section being placed . I . To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until Granular Embedment Material is placed to 6" above the pipe, in accordance with City of Ft. Worth Typical Embedment Detail (Figure 19). J . Backfill shall be brought up evenly on all sides. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping, to 95 percent compaction. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench. K. Where other methods are not practicable, compaction shall be by use of hand or pneumatic ramming with tools weighing at least 20 lbs . The material being spread and compacted in layers not over 6-in thick. If necessary , sprinkling shall be employed in conjunction with rolling or ramming . L. Bituminous paving shall not be placed in backfilling unless specifically permitted, in which case it shall be broken up as directed . Frozen material shall not be used under any circumstances. M . Water jetting will not be accepted as a means of consolidating/compacting backfill. N. All road surfaces shall be broomed and ho se-cleaned immediately after backfilling . Dust control measures shall be employed at all times. 3 .09 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved streets, in shoulders, sidewalks, or in cross-country areas, thoroughly con solidate the backfill and shall maintain the surface as the work progresse s. If settlement takes place, immediately depo s it additional fill to res tore the level of the ground . VC05 l 5S02.22 l 022 21-6 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Trenching, Backfilling and Compaction (Part 0 C. The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved road shall be restored by the Contractor to a condition at least equal to that existing before work began. D. In sections where the pipeline passes through grassed areas, and at the Contractor's own expense, remove and replace the sod, or loam and seed the surface to the satisfaction of the Engineer. END OF SECTION VC0515S02 .22 l 02221-7 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilit ation Proj ects Trenching , Backfi llin g and Compaction (Part I) P.E . CERTIFICATION FORM The undersigned hereby certifies that he/she is a professional engineer registered in the State of and that he/she has been employed by --------------------------------to design (Name of Contractor) (Insert P.E. Responsibilities) in accordance with Section-----------------------for the (Name of Project) The undersigned further certifies that he/she has performed the design of the ______ _ ------------------------' that said design is in conformance Name of Project) with all applicable local , state and federal codes, rules, and regulation s, and that his/her signature and P.E. seal have been affixed to all calculations and drawings used in, and resulting from, the design . The undersigned hereby agrees to make all original design drawing s and calculations available to the (Insert Name of Owner) or Owner's representative within seven days following written request therefor by the Owner. P .E . Name Contractor's Name Signature Signature Address Title Address VC05 l 5S02.22 l 02221-8 9/30/2010 City of Fort Worth -Vill age Creek Wastewater Tre atment Plant Part I • Modifi cati ons to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitati on Proj ects Granular Fill Material s (Part I) PART 1 GENERAL 1.01 DESCRIPTION SECTION 02230 GRANULAR FILL MATERIALS A. Granular fill materials are specified in this Section , but their use for fill and backfill , pipe bedding , replacement of unsuitable material, crushed stone base, cushion in bedrock excavation , pavement base, foundation support and similar uses are specified in detail elsewhere. The Engineer may order the use of fill materials for purposes other than those specified in other Sections if, in his opinion, such use is advisable . 1.02 RELATED WORK A. Excavation and Backfill for Structures is included in Section 02200. B . Trenching, backfilling and compaction is included in Section 02221. C . Concrete fill is included in Section 03300 . 1.03 SUB MITT ALS A. Samples. Submit 50-pound samples of fill materials for observation and te sting when requested by the Engineer. B . Test Reports . For each fill material proposed for incorporation into the work or reuse , submit th e following test results in accordance with Section O 1300. 1. Gradation test in accordance with ASTM D422. 2. Moisture density test in accordance with ASTM D -698 . 3. Moisture density test in accordance with ASTM D-1557 . 4. Maximum index density of soils with ASTM D -4253 . 5. Minimum index density of soils with ASTM D -4254 . 6. Atterberg limits (liquid limit, plastic limit and plasticity index ) in accordance with ASTM D4318 . 7 . Unified Soil Classification System identity in accordance w ith ASTM D2487 . VC05 I 5S 02.230 02230-1 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatm ent Plant Part I -Modifications to Bar Screen Building No. 3 and Part U -Junction Box Rehabilitation Proj ec ts Granular Fill Materials (Part I) PART 2 PRODUCTS 2.01 MATERIALS A. All materials noted herein except a common embankment/fill shall have a maximum of one percent (0.5%) expansion when testing is performed on sample remolded to 95 percent of maximum ASTM D 698 dry density at two percent below optimum moisture under a 100 pounds per square foot (psf) surcharge. B . Common fill shall consist of silty clay, sandy clay, or clayey sand material free of organic material, loam, wood, trash, and other objectionable material which may be compressible or which cannot be compacted properly which have a minimum of 85 percent passing the No. 4 sieve. 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 physical properties , as approved by the Engineer, such that it can be readily spread and compacted. C . Non-expansive earth fill and have a maximum of 0.5 percent expansion under a maximum seating pressure of 2 psi, and consist of hard, granular material free from organic materials, trench loam and clay , uniformly graded, containing no stone having any dimension greater than 3/4-inch, and having a minimum of 35 percent fines by weight passing the No. 200 sieve and a minimum of 85 percent passing the No. 4 sieve . The material shall classify as SC, SM or SP according to the United Soil Classifications System and shall have a Plasticity index between 8 and 20, and a liquid limit less than 35 percent. F. Flowable fill shall consist of a low-cement content ready-mix material with high flow properties . The mix shall consist of approximately one part Protland cement to three parts flyash, by weight with sufficient amounts of aggregate, high air generator or foaming agent, and water to produce a 28-day compressive strength in the range of 25 to 200 psi. The flowable fill shall have a maximum hydraulic conductivity of 1 E-05 cm/sec after curing for 7 days. The material shall have an initial set time of 24 hours or less . The flowable fill shall provide full support to pipelines, adjacent earth walls, structures, or other such facilities, after initial set, but shall be of a low enough compressive strength after reaching final strength to allow future excavation with ordinary small power excavation equipment. The Contractor shall be required to submit an appropriate mix design along with laboratory test results on the flowable fill prior to beginning work. G . General earth fill material shall consist of soil material which have a minimum plasticity index of 8, a minimum of 20 percent passing the No . 200 sieve, a minimum of 85 percent passing the No . 4 sieve, and which are free from organics or other deleterious material. H . Low permeability earth fill shall consist of soil materials classified as CH or CL in accordance with ASTM D-2487. The materials shall have a minimum liquid limit of 35, a minimum plasticity index of 18, a minimum of 85 percent passing the No . 4 sieve, and shall be free of organics or other deleterious materials . The material shall have a Percent Dispersion of less than 20 when tested in accordance with ASTM D-4221. When compacted to the recommended moisture and density, the material shall have a maximum hydraulic conductivity of 1 E-07 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the low permeability fill. VCOS 15S02 .230 02230-2 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Granular Fill Materials (Part I) I. Gravel Backfill shall consist of hard, durable, particles of proper size and gradation, free from sand, loam, clay, excess fines and deleterious materials. The size of the particles shall be uniformly grad ed such that not less than 100 percent of the particles will pass a 1/2-inch sieve, 98- 100 percent will pass the 3/8-inch sieve, 15-60 percent passing the No. 4 sieve and 0-5 percent will pass a No. 10 sieve. J . Coarse Gravel Backfill shall consist of hard, durable particles of proper size and gradation, free from sand, loam, clay, excess fines and deleterious materials. The size of the particles shall be uniformly graded such that not less than 100 percent of the particles will pass a 12-inch sieve , 100 to 90 percent will pass a 1-inch sieve, 90 to 40 percent will pass a :-inch sieve, 60 to 15 percent will pass a 2-inch sieve and 5 to O percent will pass a No. 4 sieve. K . Sand Backfill shall consist of bank run sand with 50-100 percent passing the No. 4 sieve and not more than 15 percent passing the No. 200 sieve. L. ASTM D 2321 Class 1 bedding material shall consist of crushed angular, graded stone, with size range of Y<i-inch to 1 Y2-inch . M. Class 2 bedding material shall consist of washed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements of ASTM C33 , except that the gradation shall be as follows : Sieve Size Sguare Opening Y2 inch 3/8 inch No.4 No . 8 No. 16 No. 30 Percent Passing 100 95 -100 80-95 65-85 50-75 25-60 Class 2 bedding material shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modules, as defined in ASTM C125 , shall not be less than 2 .3 nor more than 3 .1. N . 3 x 5 Hard Stone shall consist of hard, durable particles of proper size and gradation, free from sand clay, excess fines and deleterious materials. The size of the particles shall be uniformly graded such that 100 percent of the particles will pass a 5 -inch sieve, 100 to 80 percent will pass a 4-sieve, 70 to 40 percent will pass a 3 -inch sieve, 20 to O percent will pass a 2-inch sieve, and 5 to 0 percent will pass a Y2-inch sieve. PART 3 EXECUTION (NOT USED) END OF SECTION VC05 I 5S 02 .230 02230-3 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part Il -Junction Box Rehabilitation Projects Sedimentation and Erosion Control (Part 0 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 02270 SEDIMENTATION AND EROSION CONTROL A. Furnish all labor, materials, equipment and incidentals necessary to perform all installation, maintenance, removal and area cleanup related to sedimentation control work as shown on the Drawings and as specified herein. The work shall include, but not necessarily be limited to ; installation of temporary access ways and staging areas, silt fences, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, erosion control blankets and final cleanup. 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. B. Loaming, Hydroseeding and Erosion Control is included in Section 02490. C. Earthwork is included in Section 02200. D . Construction Temporary Controls are included in Section 01510 . E . Storm water pollution prevention plan requirements are included in Section O 1110. 1.03 SUBMITTALS A. Within 10 days after award of Contract, the Contractor shall submit to the Engineer for approval, technical product literature for all commercial products to be used for sedimentation and erosion control. 1.04 QUALITY ASSURANCE A . The Contractor shall be responsible for the timely installation and maintenance of all sedimentation control devices necessary to prevent the movement of sediment from the construction site to off site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. PART 2 PRODUCTS 2.01 MATERIALS A. Crushed stone for stabilized construction entrances shall be 3 x 5 Hard Stone per Specification Section 02230. VC0515S02.270 02270-1 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitati on Projects Sedim entation and Erosion Control (Part I) B . Silt Fence 1. Posts shall be painted or galvanized steel Tee posts a minimum of 5 feet in length, with a minimum weight of 1.3 pounds per foot with self-fastening tabs and a 5-in by 4-in (nominal) steel anchor plate at bottom . Posts and anchor plates shall conform to ASTM A 702. 2. Welded wire fabric shall be 2-in by 4-in mesh of 12 gauge by 12 gauge steel wire. 3 . Silt fence fabric shall be a woven, polypropylene, ultraviolet resistant material such as Mirafi 1 OOX a s manufactured by Mirafi, Inc., Charlotte, NC, or approved equal. 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips (hog rings), or 1/32-in diameter soft aluminum wire. 5. Prefabricated commercial silt fence may be substituted for built-in-field fence . Pre-fabricated silt fence shall be "Envirofence" as manufactured by Mirafi Inc ., Charlotte, NC, or approved equal. C . Erosion control blanket shall be installed as shown on the Drawings and as specified under Specification Section 02272. PART 3 EXECUTION 3 .01 INSTALLATION A. Silt Fence 1. Silt fences shall be positioned as indicated on the Drawings and as necessary to prevent off site movement of sediment produced by construction activities as directed by the Engineer. 2. Dig trench approximately 6-in wide and 6-in deep along proposed fence lines . 3 . Drive metal-stakes, 8 feet on center (maximum) at back edge of trenches. Stakes shall be driven 2 feet (minimum) into ground. 4 . Hang 2 by 4 woven wire mesh on posts, setting bottom of wire in bottom of trench . Secure wire to posts with self-fastening tabs. 5. Hang filter fabric on wire carrying to bottom of trench with about 12-in of fabric laid across bottom of trench . Stretch fabric fairly taut along fence length and secure with tie wires 12-in O.C. both ways . The silt fence shall be a minimum of 24 inches high. 6 . Backfill trench with excavated material and tamp. 7. Install pre-fabricated silt fence according to manufacturer's instructions . B . Erosion control blankets shall be installed as shown on the Drawings and as directed by the Engineer in accordance with manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied . When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area . The blankets shall be applied in the direction of water flow and stapled . Side overlaps shall be 4-in minimum . VC05 J 5S02 .270 02270-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part 1-Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Sedimentation and Erosion Control (Part I) The staples shall be made of wire, 0.091-inch in diameter or greater, "U" shaped with legs 10-inches in length and a 12-inch crown . The staples shall be driven vertically into the ground , spaced approximately two linear feet apart, on each side and one row in the center alternately spaced between each side. Adjoining blankets shall not be overlapped and shall utilize a common row of staples to attach. 3 .02 MAINTENANCE AND INSPECTIONS A. Inspections 1. Contractor shall make a visual inspection of all sedimentation control devices once per week and promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment to offsite areas, Contractor shall promptly install additional devices as needed . Sediment controls in need of maintenance shall be repaired promptly . B. Device Maintenance 1. Silt Fences a. Remove accumulated sediment once it builds up to one-half of the height of the fabric. b. Replace damaged fabric, or patch with a 2-ft minimum overlap . c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 3 .03 REMOVAL AND FINAL CLEANUP A . Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as specified and as shown on the Drawings . END OF SECTION VC05 l 5S02 .270 02270-3 9/3 0/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Loaming, Hydroseeding and Eros ion Control (Part I) SECTION 02490 LOAMING, HYDROSEEDING AND EROSION CONTROL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required, provide erosion control and place topsoil, finish grade, apply fertilizer, hydraulically apply seed and mulch and maintain all seeded areas as shown on the Drawings and as specified herein, including all areas disturbed by the Contractor. 1.02 RELATED WORK A. Site preparation including clearing, grubbing and stripping is included in Section 02100. B . Trenching, Backfilling and Compaction is included in Section 02221 . C. Sedimentation and Erosion Control is included in Section 02270. 1.03 SUB MITT ALS A. Samples of all materials shall be submitted for inspection and acceptance upon Engineer's request. PART 2 PRODUCTS 2 .01 MATERIALS A. Topsoil shall be fertile, friable, natural topsoil typical of topsoil of the locality and shall be obtained from a well drained site that is free of flooding. The material locally referred to as sandy loam will not be acceptable . It shall be without admixture of subsoil or slag and free of stones, lumps, plants or their roots, sticks, clay, peat and other extraneous matter and shall not be delivered to the site or used while in a frozen or muddy condition . Topsoil as delivered to the site or stockpiled shall have pH between 6.0 and 7 .0 and shall contain not less than 3 percent organic matter as determined by loss of ignition of moisture-free samples dried at 100 degrees Celsius . The topsoil shall meet the following mechanical analysis: 1-in screen opening No. 10 mesh No. 270 mesh 0.002 mm* Percentage Finer 100 95 -100 35 -75 5 -25 * Clay size fraction determined by pipette or hydrometer analysis. At least ten days prior to anticipated start of topsoiling operations a twenty-five (25) pound sample of topsoil material shall be delivered to the Engineer for testing and approval. Based on VC0515S02.490 02490-1 9/30/2010 City of Fort Wo rth -Vill age Creek Was tew at er Treatm ent Pl ant Part I -Modific ati ons to Bar Screen Build ing No. 3 and Part II -Junction Box Reh abi li ta tion Projects Loamin g, Hydroseeding and Erosion Control (Part I) tests perfonned by the Engineer, the topsoil shall be identified as acceptable, acceptable with certain fertilizer applications , or unacceptable . If the topsoil is found acceptable, the fertilizer requirements will be as specified or as recommended by the Engineer. If the topsoil is found unacceptable, the Contractor shall be re sponsible for identifying another source of topsoil and shall incur all expen ses ass ociated with testing additional samples . All topsoil incorporated into the site work shall match th e sample provided to the Engineer for testing. Topsoil stockpiled under other Sections of thi s Divis ion may be used subj ect to the te sting and approval outlined above. Contractor will be re sponsible for screening stockpiled topsoil and providing additional topsoil a s required at his own expense. B . Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20-10 (N-P205-K20) grade for lawn and naturalized areas. Fertilizer shall be delivered to the site in original unopened containers each showing the manufacturer's guaranteed analysis confonning to applicable state fertilizer law s. At least 40 percent of the nitrogen in the fertilizer used shall be in slowly available (organic) fonn . C . Seed shall be labeled in accordance with USDA Rules and Regulation s under the Federal Seed Act and applicable State seed laws. Seed shall be furni shed in sealed bags or containers bearing the date of the last gennination, which date shall be within a period of 6 months prior to commencement of planting operations. Seed shall be from same or previous year's crop; each variety of seed shall have a purity of not less than 85 percent, a percentage of gennination of not le ss than 90 percent, shall have a weed content of not more than I percent, and contain no noxiou s weed s. D . The seed shall be furnished and delivered premixed . A manufacturer's certificate of compliance to the sp ecified mixes shall be submitted by the manufacturers for each seed type . These certificates shall include the guaranteed percentages of purity, weed content and gennination of the seed and also the net weight and date of shipment. No seed may be sown until the Contractor has submitted the certificates . E. Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis . F . Mulch shall be a specially processed cellulose fiber containing no growth or gennination- inhibiting factors . It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material become unifonnly suspended to fonn a homogeneous slurry. When sprayed on the ground, the material shall allow absorption and percolation of moisture. Each package of the cellulose fiber shall be marked by the manufacturer to show the air dry weight content and not contain in excess of 10 percent moisture. G. Erosion control blanket in stalled in all drainage swal es and ditche s as directed by the Engineer shall be AMXCO Curlex Blanket as manufactured by American Excel si or Company, Arlington , TX. VC0 5 l 5S 02.490 02490-2 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Loaming, Hydroseeding and Erosion Control (Part I) PART 3 EXECUTION 3.01 APPLICATION A. Unless otherwise shown on the Drawings, topsoil shall be placed to a minimum compacted depth of 6-in and seed applied on all disturbed areas of the site not covered with structures, pavement, or existing woodland. B. For all areas to be seeded: 1. Fertilizer (10-20-10) shall be applied at the rate of thirty pounds per 1,000 square feet or as determined by the soil test, whichever is greater. 2 . Seed shall be applied at the rates described below. Planting Season Grass Application Rate March through August Bermuda (hulled) 8 lbs/acre September through February<1l Rye 35 lbs/acre September through February<1> Bermuda (unhulled) 12 lbs/acre ll/ Both rye and bermuda required 1f planted September through February. b. All planting shall be done between the dates specified except as specifically authorized in writing. If planting is authorized to be done outside the dates specified the seed shall be planted with the addition of winter fescue (Kentucky 31) at a rate of 100 lb. per acre. 3. Fiber mulch shall be applied at the rate of 40 pounds per 1,000 square feet. C . The application of fertilizer may be performed hydraulically in one operation with hydroseeding and fiber mulching. The Contractor is responsible for cleaning all structures and paved areas of unwanted deposits of the hydroseeded mixture. 3.02 INSTALLATION A. Previously established grades, as shown on Drawings shall be maintained in a true and even condition. B. Subgrade shall be prepared by tilling prior to placement of topsoil to obtain a more satisfactory bond between the two layers . Tillage operations shall be across the slope. Tillage shall not take place on slopes steeper than 2 horizontal to l vertical or where tillage equipment cannot be operated. Tillage shall be accomplished by discing or harrowing to a depth of 9-in parallel to contours. Tillage shall not be performed when the subgrade is frozen, excessively wet, extremely dry or in other conditions which would not permit tillage. The subgrade shall be raked and all rubbish, sticks, roots and stones larger than 2-in shall be removed. Subgrade surfaces shall be raked or otherwise loosened immediately prior to being covered with topsoil. C . Topsoil shall be placed over approved areas to a depth sufficiently greater than required so that after natural settlement and light rolling, the complete work will conform to the lines, grades and elevations indicated. No topsoil shall be spread in water or while frozen or muddy . VC05 l 5S02.490 02490-3 9/30/2010 City of Fort Worth -Village Creek Was tewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Loaming, Hydroseeding and Erosion Control (Part I) D . After topsoil has been spread, it shall be carefully prepared by scarifying or harrowing and hand raking . All stiff clods, lumps, roots, litter and other foreign material shall be removed from the topsoiled area and di sposed of by the Contractor. The areas shall also be free of smaller stones, in excessive quantities, as determined by the Engineer. The whole surface shall then be rolled with a hand roller weighing not more than 100 pounds per foot of width. During the rolling, all depressions caused by settlement or rolling shall be filled with additional topsoil and the surface shall be regraded and rolled until a smooth and even finished grade is created. E. Seeding, mulching and conditioning shall only be performed during those periods within the seasons which are normal for such work as determined by the weather and locally accepted practice, as approved by the Engineer. The Contractor shall hydroseed only on a calm day. F. Seeding shall be done within ten days following soil preparation. Seed shall be applied hydraulically at the rates and percentages indicated . The spraying equipment and mixture shall be so designed that when the mixture is sprayed over an area, the grass seed and mulch shall be equal in quantity to the specified rates. Prior to the start of work, the Contractor shall furni sh th e Engineer with a certified statement as to the number of pounds of materials to be used per 100 gallons of water. This statement shall also specify the number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. Upon completion of seeding operations, the Contractor shall furnish the Engineer with a certified statement on the actual quantity of solution applied. G . In order to prevent unnecessary erosion of newly topsoiled and graded slopes and unneces sary siltation of drainageways, the Contractor shall conduct seeding and mulching as soon as he has satisfactorily completed a unit or portion of the project. When protection of newly topsoiled and graded areas is necessary at a time which is outside of the normal seeding season, the Contractor shall protect those areas by whatever me ans necessary as approved by the Engineer and shall be responsible for prevention of siltation in the areas beyond the limit of work. H . Erosion control blankets shall be installed in all drainage swales and ditches and on slopes exceeding 15 % as directed by the Engineer in accordance with manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied . When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow, and stapled . Blankets shall be placed a minimum of three row s (of four foot) wide (total 12-ft width) within the drainage swale/ditch and stapled together in accordance with manufacturer's instructions . Side overlaps shall be 4-in. minimum . The staples shall be mad e of wire, .091-in. in diameter or greater, "U" shaped with leg s 10-in . in length and a 12-in. crown . The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side, and one ro w in the center alternately spaced between each side. I. When newly graded subgrade areas cannot be top soiled and seeded because of season or weather conditions and will remain exposed for more than 30 days , the Contractor shall protect those areas against erosion and washouts by whatever means necessa ry such as straw applied with a tar tack, wood chips or by other measures approved by the Engineer. Prior to application of topsoil , any such materials applied for erosion control shall be thoroughly incorporated into the subgrade by di sc ing _ Fertilizer shall be applied prior to spreading of topsoil. VC0515S02.490 02490-4 9/30/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Loaming , Hydroseeding and Erosion Control (Part 0 J. On slopes, the Contractor shall provide against washouts by an approved method. Any washout which occurs shall be regraded and reseeded at the Contractor's expense until a good sod is established. 3.03 MAINTENANCE, AND PROVISIONAL ACCEPTANCE A. The Contractor shall keep all seeded areas watered, lawn areas mowed and in good condition, reseeding all seeded areas if and when necessary until a good, healthy, uniform growth is established over the entire area seeded and shall maintain all seeded areas in an approved condition until provisional acceptance. B . The Engineer will inspect all work for provisional acceptance upon the written request of the Contractor received at least ten days before the anticipated date of inspection . C. A satisfactory stand will be defined as a section of turf of 10,000 square feet or larger that has: 1. No bare spots larger than three square feet. 2. No more than ten percent of total area with bare spots larger than one square foot. 3. Not more than fifteen percent of total area with bare spots larger than 6-in square . D . The inspection by the Engineer will determine whether additional seeding shall be conducted in any area. E. After all necessary corrective work and clean-up has been completed, the Engineer will certify in writing the provisional acceptance of the seeded areas . 3.04 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. All seeded areas shall be guaranteed by the Contractor for not less than one full year from the time of acceptance. B. At the end of the guarantee period, inspection will be made by the Engineer upon written request submitted by the Contractor at least ten days before the anticipated date. Seeded areas not demonstrating satisfactory stands as outlined above, as determined by the Engineer, shall be renovated, reseeded and maintained until meeting all requirements as specified herein. C . After all necessary corrective work has been completed, the Engineer shall certify in writing the final acceptance of the seeded areas . END OF SECTION VC05 l 5S02.490 02490-5 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Owner Fwnished Fiberglass Gravity Sewer Pipe (Part I) SECTION 02627 OWNER FURNISHED FIBERGLASS GRAVITY SEWER PIPE PART I GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required, and install centrifugally cast fiberglass gravity sewer pipe and appurtenances for direct burial as shown on the Drawings and as specified herein . 1.02 RELATED WORK A. Submittals are included in Section 01300. B. Trenching, backfilling, and compaction are included in Section 02221. C. Testing of pipelines is included in Section O 1666. 1.03 SUBMITT ALS A. Submit, in accordance with Section 01300, Submittals, detailed shop drawings and schedules of all pipe and fittings required. Submittals shall include the following: I . Shop drawings showing the complete laying plan of all pipes, including all fittings, adapters, valves, and specials along with the manufacturer's drawings and specifications indicating complete details of all items . The pipe details shall include a pipe class laying schedule which specifies pipe class, class coding, joints, station limits, and transition stations, and a list of abbreviated terms with their full meaning. Provide details of fittings to be furnished. The locations of all pipes shall conform to the locations indicated on the Drawings. 4. The pipe manufacturer shall inspect all pipe joints for out-of-roundness and pipe ends for squareness. The manufacturer shall furnish to the Engineer a notarized affidavit stating all pipe meets the requirements of A WW A, ASTM, ANSI, etc, this Section, and the joint design with respect to square ends and out-of-round joint surfaces. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) I . ASTM D3262 -Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. 2 . ASTM D3839 -Standard Guide for Underground Installation of "Fiberglass" (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe. 3. ASTM D2412 -Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. VC0515S2 .627 02627-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Owner Furnished Fiberglass Gravity Sewer Pipe (Part I) 4. ASTM D3681 -Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition. 5. ASTM D4161 -Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. 6. ASTM F477 -Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe . B . American National Standards Institute (ANSI) C . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All pipe and fittings shall be from a single manufacturer with a proven track record of sanitary sewer service in the United States . The supplier shall be responsible for the provisions of all test requirements specified in ASTM D2412 and ASTM D3681 as applicable. In addition, all piping to be installed under this Contract may be inspected at the plant for compliance with this Section by an independent testing laboratory provided by the OWNER. The CONTRACTOR shall require the manufacturer's cooperation in these inspections. The cost of plant inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe, will be borne by the OWNER. B. Prior to installation, the manufacturer's representative shall inspect the pipe for out-of-roundness and pipe ends for squareness. Inspections of the pipe may also be made by the ENGINEER or other representatives of the OWNER prior to installation . 1.06 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in shipping, handling and laying to avoid damaging the pipe and fittings . Follow the manufacturer's recommendations during unloading, handling, storing, stringing and installing the pipe and fittings . Any pipe or fitting damaged in shipment shall be replaced as directed by the ENGINEER. B. Any pipe or fitting showing a crack or which has received a blow that may have caused an incipient fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. PART 2 PRODUCTS 2 .01 FIBERGLASS PIPE A. Couplings 1. Unless otherwise specified, the pipe shall be field -connected with filament wound fiberglass exterior sleeve couplings, suitable for direct bury or flush bell-spigot joints for direct jacking, that utilize elastomeric sealing rings , meeting requirements of ASTM F477 , as the VC05 I 5S2 .627 02627-2 9/3 0/2010 City of Fort Worth -Village Creek Wastewater Tre atment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proj ects Owner Furni shed Fiberglas s Gravity Sewer Pipe (Part I) sole means to maintain joint watertightness . The joints must meet the performance requirements of ASTM D4161. B . Manhole Connections 1. Provide a waterstop flexible seal boot or gasket for connection to cast-in-place or precast manholes, structures, or existing manholes , as required . Pipe connections and stubs for all structures and manhole connections shall not exceed 2-ft in length . Caps shall be furnished where required . Submit a shop drawing detailing the method of connecting the proposed pipe to the manhole . C. All fittings and accessories shall be furnished by the pipe supplier and shall have joint configurations compatible with the pipe. D. Complete records of inspections, examinations and tests performed by the manufacturer shall be kept and submitted to the ENGINEER. E . All gravity sewer pipe and fittings shall be color coded green . PART 3 EXECUTION 3 .01 LA YING FIBERGLASS PIPE AND FITTINGS A. Fiberglass gravity sewer pipe shall be laid in accordance with th e instructions of the manufacturer as specified in Section 02221 . Proper selection and placement of bedding and backfill material s are necessary to minimize deflection of the pipe diameter. No blocking under the pipe will be permitted . B . Use care in handling and installing pipe and fittings in accordance with manufacturer's recommendations . Handling of the pipe with chains or wire cables shall not be permitted. Storage of pipe on the job site shall be done in accordance with the pipe manufacturer's recommendation and with approval of the Engineer. Under no circumstances shall pipe or fittings be dropped either into the trench or during unloading . The interior of the pipe shall be kept clean of oil , dirt and foreign matter, and the machined ends and couplings shall be wiped clean immediately prior to jointing. C . Use a pipe cutter where necessary to cut and machine all pipe in the field. A "fu ll insertion mark" shall be provided on each field cut pipe end . Field-cut pipe shall be beveled with a beveling tool in accordance with manufacturer's recomme ndation s. Bevels shall be in accordance with the manufacturer's requirements. D. Rubber gaskets shall be marked with manufacturer's identification sizes and proper in sertion direction . E . Pipe stubs for all manhole connections shall not exceed 2-ft in length . In stall ca ps where required. VC05 l 5S2.627 02627-3 9/30/2010 Ci ty of Fort Wo rth -Vill age Creek Was tewater Trea tm ent Plant Part I -Modifications to Bar Screen Buildin g No. 3 and Part II -Junction Box Reh abilitat io n Projects Owner Furnished Fibergl ass Gravi ty Sewer Pipe (Part I) F . The laying of the pipe in fini shed trenches shall begin at the lowest point, with the coupling/bell ends pointing opposite to the direction of flow . The interior of the pipe and the jointing seal shall be free from sand , dirt, and trash before installing in the lin e. Extreme care must be taken to keep the couplings of the pipe free from dirt and rocks so joints may be properly assembled without overstressing the coupling. The jointing of the pipe shall be done in strict accordance with the pipe manufacturer's instructions and shall be done entirely in the trench . G. Before being laid, all pipe and specials shall be thoroughly examined for defects , and no piece shall be installed which is known to be defective. If any defective piece should be discovered after having been installed , it shall be removed and replaced with a sound one in a satisfactory manner at no additional cost to the OWNER. H . The pipe shall be thoroughly cleaned before it is laid and shall be kept clean until it is accepted in the completed work . Special care shall be exercised to avoid leaving bits of wood, dirt, and other foreign particles in the pipe. If any such particles are discovered before the final acceptance of the work , they shall be removed and the pipe cleaned at no additional cost to the OWNER. I. Each time the work on the sewer is halted for more than 1 hour, the ends of the pipe shall be seal ed to prevent foreign material from entering the pipe. J. Jointing 1. Clean ends of pipe and coupling components . 2 . Check pipe ends and couplings for damage. Correct any damage found. 3 . Coupling grooves must be completely free of dirt. 4. Apply joint lubricant to pipe ends and rubber seals of coupling . Use only lubricant approved by the pipe manufacturer. 5 . A sleeve hole should be made in the bedding material prior to joint assembly . When joint has been made , the sleeve hole should be filled with bedding material. 6 . Use s uitable auxiliary equipment, such a s a wire rope puller, to pull pipe joints togeth er. The jointing force should be applied to the pipe wall and not to the coupling. 7. Do not apply excess force in jointing the pipe . If excessive force is required, remove coupling, determine source of problem , and correct it before reassembling the joint. 8 . In the proce ss of jointing th e pipe, joint the pipe in a straight, nondeflected alignment ; angular deflection of the joint shall be accomplished after the joint is homed to the mark; do not allow the deflection angle to exceed the maximum deflection permitted by the manufacturer. VC05 15S2.627 02627-4 9/30/2010 City of Fort Worth . Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Owner Furnished Fiberglass Gravity Sewer Pipe (Part I) 3.02 CLEANING A. Cleaning the pipe shall be as specified in Specification Section 01666. 3.03 TESTING A. Testing of pipe shall be as specified in Specification Section O 1666 . END OF SECTION VCOS ISS2.627 02627-5 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Connections To And Work On The Existing System (Part O SECTION 02658 CONNECTIONS TO AND WORK ON THE EXISTING SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor is responsible for all connections to existing systems, cutting, fitting and patching, including attendant excavation and backfill, required to complete the work . B. The Contractor shall supply all materials, equipment and labor required to maintain flow in existing piping, handle existing flows, construct and maintain all temporary connections and diversions and construct the permanent connections to the new system as shown on the Drawings and as directed by the Engineer. C. The Contractor shall supply all materials, equipment and labor required for plugging existing piping, all work on existing manholes (including all work and materials required to reshape existing manhole inverts with concrete and connecting new sewers to existing manholes) and all additional work required. D . Should damage of any kind occur to the existing piping, the Contractor shall at his/her own expense, as part of the work under this Item, make repairs to the satisfaction of the Engineer. E . The Contractor shall coordinate before connection is performed, verify and provide for any pipe restraint that may be required for the new connection. Perform all cutting, fitting or patching of the Work that may be required to make the several parts thereof join in accordance with the Contract Documents. Perform restoration with competent workmen skilled in the trade. F. The Contractor shall notify the Engineer immediately of any discrepancies in elevations of existing piping and manholes between those shown on the Drawings and those established during construction in order that the Engineer can make the necessary modifications . 1.02 RELATED WORK A. Summary of work is included in Section 01010. B . Construction scheduling and sequencing are included in Section 01040 . C . Temporary Facilities is included in Section 01500 . D. Trenching, backfilling and compaction are included in Section 02221. E. Concrete is specified in Section 03300. 1.03 SUBMITTALS A. Submit a written request to the ENGINEER will in advance of executing any cutting or alteration which affects: VC05 l5S02.658 02658-1 9/30/10 City of Fort Worth -Vill age Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part JI -Junction Box Rehabilitation Projects Connections To And Work On The Exi sting Sys tem (Part I) 1. Work of the OWNER or any separate contractor. 2. Structural value or integrity of any element of the project or work. 3. Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B . Include in request: 1. Identification of the work. 2. Description of affected work. 3. The necessity for cutting, alteration or excavation. 4 . Effect on work of the OWNER or any separate contract, or on structural or weatherproof integrity of work. 5 . Description of proposed work: a. Scope of cutting, patching, alteration, or excavation . b. Trades who will execute the work. c. Products proposed to be used. d. Extend of refinishing to be done . 6. Alternatives to cutting and patching . 7. Cost proposal, when applicable . 8. Written permiss ion of any separate contractor whose work will be affected . C . Submit written notice to the ENGINEER designating the date and the time the work will be uncovered. 1.04 SCHEDULING OF SHUTDOWN A. If any connections, replacement, or other work requiring the shutdown of an existing facility is necessary, the Contractor shall schedule such work at times when the impact on the OWNER's normal operation is minimal. Overtime, night and weekend work without additional compensation from the OWNER, may be required to make these connection, especially if the connections are made at times other than those specified. The connection of new or existing pipelines is prohibited from starting until the CONTRACTOR assures that the system can receive the new flow . B . Perform cut-ins into lines at a time approved in writing by th e OWNER. VC05 l 5S02 .658 02658-2 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Connections To And Work On The Existing System (Part I) C . Submit a request for each diversion necessary during construction to the OWNER and ENGINEER sufficiently in advance of any required diversion. Identify in the request, the gates, bypass piping, bypass pumping or any other means which the CONTRACTOR proposes to use in order to provide effective shutdown of the system. Include in a connection and shutdown schedule details of shutdown time and duration. No connections or construction where shutdown of, or damage to, existing utilities shall commence prior to OWNER approval of connection and shutdown plan and schedule. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of products, or performance of the work. C . Report unsatisfactory or questionable conditions to the ENGINEER in writing; do not proceed with work until the ENGINEER has provided further instructions . 3.02 PREPARATION A . Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work . B. Provide devices and methods to protect other portions of project from damage . C. Provide protection from elements for that portion of the project that may be exposed by cutting and patching work, and maintain excavations free from water. D . Cut and remove all materials to the extent shown or as required to complete the work. Remove materials in a careful manner with no damage to adjacent facilities. Remove materials that are not salvageable from the site. 3 .03 PERFORMANCE A. Execute cutting and demolition by methods that will prevent damage to other work, and will provide proper surfaces to receive installation of repairs . B . Execute excavating and backfillilng by methods which will prevent settlement or damage to other work. C. Restore work, which has been cut or removed; install new products to provide completed work in accordance with requirements of the contract documents . D. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes : 1. for continuous surfaces, refinish to nearest intersection. VC05 I 5S02.658 02658-3 9/30/10 Ci ty of Fort Worth -Vill age Creek Was tewa ter Treatm ent Plant Part I -Modificati ons to Bar Screen Building No . 3 and Part II -Juncti on Box Rehabili tati on Projects Connections To And Work On The Existin g Sys tem (Part O 2 . for an assembly, refinish entire unit. 3 .04 HANDLING FLOWS A. The Contractor shall provide all labor, equipment and materials necessary to maintain existing flow s, including temporary diversions that may be required. B. All procedures for maintaining flows must meet the approval of the Engineer. The Contractor shall s ubmit to the Engineer for approval , a detailed written plan of all methods of flow maintenance ten days in advance of flow interruption . END OF SECTION VC05 15S02 .658 02658-4 9/30/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Miscellaneous Work and Cleanup (Part I) PART l GENERAL 1.0 l SCOPE OF WORK SECTION 0290 l MISCELLANEOUS WORK AND CLEANUP A. This Section includes miscellaneous operations that are not specified in detail as separate items but can be sufficiently described as to the kind and extent of work involved. The Contractor shall furnish all labor, materials, equipment and incidentals to complete the work under this Section. All work shall be completed in a workmanlike manner by competent workmen in full compliance with all applicable sections of these Specifications. B. The work of this Section includes, but is not limited to, the following related requirements: l . Crossing utilities . 2. Relocation of existing water lines, low pressure gas lines, telephone lines, electric lines, cable TV lines, conduits, manholes, inlets and storm drains as necessary, where indicated on the Drawings . 3. Cleaning up. 4 . Incidental work . PART 2 PRODUCTS 2 .01 MATERIALS A . Materials required for this Section shall be of at least the same type and quality as materials that are to be restored. Where possible, the Contractor shall reuse existing materials that are removed and then replaced, with the exception of paving. PART 3 EXECUTION 3.01 CROSSING UTILITIES A . This item shall include any extra work required in crossing culverts, water courses, drains, water mains, and other utilities, including all sheeting and bracing, extra excavation and backfill, or any other work required for the crossing, whether or not shown on the Drawings . 3.02 RELOCATIONS OF EXISTING GAS LINES, TELEPHONE LINES, ELECTRIC LINES, CABLE TV LINES AND STORM DRAINS. A. The Contractor shall notify the proper authority of the utility involved when relocation of these lines is required. The Contractor shall coordinate all work by the utility so that the progress of construction will not be hampered . VC05 I5S02 .901 02901-1 9/30/2010 City of Fort Worth -Vill ag e Creek Wastewater Trea tm ent Plant Part I -Modifi cation s to Bar Screen Building No. 3 and Part ll -Jun cti on Box Rehabilitation Proj ects Mi sce llaneous Work and Cl eanup (Part O 3.03 CLEANING UP A . The Contractor shall remove all construction material, excess excavation, buildings, equipment and other debris remaining on the job as a result of construction operations and shall render the site of the work in a neat and orderly condition . 3 .04 INCIDENTAL WORK A. Do all incidental work not otherwise specified, but obviou sly necessary for the proper completion of the contract as specified and as shown on the Drawings. END OF SECTION VC05 15S02 .90 1 02901-2 9/30/2010 PARTI DIVISION 3 CONCRETE City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Bo x Rehabilitat ion Projects Concrete Formwork Part I SECTION 03100 CONCRETE FORMWORK Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Formwork Part II for complete specification. END OF SECTION VC05 l 5S03 . l 00 03100-1 9/30/2010 City of Fort Worth -Village C reek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Reinforcem ent Part I SECTION 03200 CONCRETE REINFORCEMENT Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Reinforcement Part II for complete specification . END OF SECTION VC05 l 5S03 .200 03200-1 9/30 /2010 City of Fort Worth-Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part TI -Junction Box Rehabilitation Projects Concrete Joints Part I SECTION 03251 CONCRETE JOINTS Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Joints Part II for complete specification. END OF SECTION VC05 l 5S03 .251 03251-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Cast-in-Place Concrete Part I SECTION 03300 CAST-IN-PLACE CONCRETE Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete Part II for complete specification . END OF SECTION VC05 l 5S03 .300 03300-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grout Part I SECTION 03600 GROUT Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grout Part II for complete specification . END OF SECTION VC05J5S03 .600 03600-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ildin g No . 3 and Part II -Jun ction Box Rehabilitation Projects Modifications to Exi stin g Con crete Part I SECTION 03740 MODIFICATIONS TO EXISTING CONCRETE Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Modifications to Existing Concrete Part II for complete specification. END OF SECTION VC05l5S03 .740 03740-1 9/30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part H-Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation Part I SECTION 03930 CONCRETE REPAIR AND REHABILITATION Refer to City of Fort Worth-Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation Part II for comp lete specification . END OF SECTION VC 05 l 5S03 .930 03930-1 9 /30/2010 PARTI DIVISION 5 METALS City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Anchorages Part I SECTION 05051 CONCRETE ANCHORAGES Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Anchorages Part II for complete specification . END OF SECTION VC0515S05.05 l 05051-1 9 /30/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part r -Modifications to Bar Screen Building No . 3 and Part n -Junction Box Rehabilitation Projects Miscellaneous Metal Fabrications Part r SECTION 05501 MISCELLANEOUS MET ALF AB RICA TIONS Refer to City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Miscellaneous Metal Fabrications Part II for complete specification. END OF SECTION VC0515S05 .50 l 05501-1 9/30/2010 PARTI DIVISION9 FINISHES City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part 0 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 09902 FIELD PAINTING A. The work of this section consists of furnishing all materials, labor, equipment, and incidentals required and performing all the field painting necessary to complete this Contract in its entirety . B. It is the intent of these Specifications to paint all concrete where noted or scheduled, exposed miscellaneous metal, pipe, fittings, supports, valves, equipment, and all other work obviously required to be painted unless otherwise specified. Minor items omitted in the schedule of work shall be included in the work of this Section where they come within the general intent of the specifications as stated herein. C . The following surfaces or items are not required to be painted: 1. Portions of metal, other than aluminum, embedded in concrete. This does not apply to the back face of items mounted to concrete or masonry surfaces which shall be painted before erection . Aluminum to be embedded in or in contact with concrete or masonry shall be coated to prevent electrolysis. 2. Stainless steel. 3. Galvanized steel, unless noted otherwise. 4. Fencing. 5. Concealed surfaces of pipe or crawl spaces. 6. Acoustical ceilings. 7. Tile. 8. Concrete floors and concrete surfaces not scheduled or noted to be painted. 9. Finish hardware, except door closers that are not finished. 10. Manhole frames and covers. 11. Fiberglass other than piping . 12 . Packing glands and other adjustable parts, and nameplates and data plates of mechanical equipment. VC0515S09.902 09902-1 9/29/2010 Ci ty of Fort Worth -Vill age Creek Was tewater Treatment Plant Part I -Modifi cations to Bar Scree n Building No. 3 and Part II -Junction Box Rehab ilitation Projects Field Painting (Part I) 1.02 RELATED WORK A. Waterproofing and Damproofing are included in Division 7 . 1.03 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) B . National Sanitation Foundation (NSF) 1. Standard 61 C . Occupational Safety and Health Act (OSHA) 1. Air Pollution Control Rules 2 . Color Coding 1.04 SUBMITf ALS A. Submit to the Engineer for review in accordance with Section 01300 shop drawings, working drawings, and product data including manufacturer's specifications and data on the proposed paint systems, application procedures and dry film thickness. Include information on the surface preparation and shop prime painting where applicable . Certify that the system s submitted meet all applicable volatile organic carbon (VOC) regulation s. Equivalent systems are to be submitted at no additional costs to meet any new regulations . B . Furnish to the Engineer for review one 8-in by 4-in by 16-in concrete block with one coat of the proposed surface and two coats of the proposed epoxy finish in a color selected by the Engineer. Furnish additional samples until one is approved. This sample, when approved by the Engineer, shall establish the quality of the painted surface where this application is indicated. C. Submit to the Engineer for review in accordance with Section 01300 color cards , including standard and special colors, for initial color selections. D . Schedule of Painting Operations: Submit to the Engineer for review a complete Schedule of Painting Operations within 90 days after the Notice to Proceed. This Schedule is imperative so that the variou s fabricators may be notified of the proper shop prime coat to apply. Properly notify and coordinate the fabricators' surface preparation and painting operations with these Specifications. This Schedule shall include for each surface to be painted, the brand name, the percent volume of solids , the coverage and the number of coats the Contractor proposes to use in order to achieve the specified dry film thickness , and color charts. When the Schedule has been approved, apply all material in strict accordance with the approved Schedule and the manufacturer's instruction s . Wet and dry paint film gauges shall be made available to the Engineer to verify the proper application while work is in progre ss . 1.05 SPARE MATERIAL A. Furni sh one unopened gallon can of each typ e and each color of paint use d. VC0515 S09 .902 09902-2 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projec ts Field Painting (Part I) 1.06 PRE-PAINTING CONFERENCE A. Well in advance of commencement of field painting operations, but after major equipment has been delivered, a pre-painting conference shall be held . All parties with an interest in the painting work shall attend, including the Contractor, the Manufacturer, the Owner, the Engineer, and the painting subcontractor. The Contractor shall contact each party and arrange the meeting. B. The conference shall include an inspection of the areas to be painted by all parties and a discus sion of the conformance of each area with the specifications. Important issues such as environmental conditions, climate control systems, original primer, dry film thickness, and monitoring the number of coats that have been field applied shall be discussed and problems shall be resolved. C. A written record of the meeting shall be submitted to the Engineer. PART 2 PRODUCTS 2.01 MATERIALS A. All painting materials shall be fully equal to those manufactured by the Tnemec Company Inc., Carboline Company, ICI Paints, Sherwin-Williams Company, Ameron Paint Company, and PPG Industries. The painting schedule has been prepared on the basi s of Tnemec, Carboline, ICI Paints, Sherwin-Williams, Ameron, and PPG Industries products and recommendations for applications . No brand other than those named will be considered for approval unless the brand and type of paint proposed for each item in the following schedule together with sufficient data substantiated by certified tests conducted at no expense to the Owner, to demonstrate its equality to the paint(s) named, is submitted in writing to the Engineer for approval within 30 days after the signing of the Notice to Proceed . The type and number of tests performed shall be subject to the Engineer's approval. Color availability to match those colors specified will also be considered as an important property for equality. B. All painting materials shall be delivered to the mixing room in unbroken containers, bearing the manufacturer's brand, date of manufacture and name. They shall be used without adulteration and mixed, thinned, and applied in strict accordance with manufacturer's directions for the applicable materials and surface and with the Engineer's approval before using. C. No paint containing lead will be allowed . Oil shall be pure boiled lin seed oil. D . Work areas to be used for storage and mixing of painting materials shall be approved by the Engineer. Materials shall be in full compliance with the requirements of pertinent codes and fire regulations . Proper containers outside of the buildings shall be provided and used for painting wastes, and no plumbing fixture shall be used for this purpose. E . All recommendations of the paint manufacturer in regard to the health and safety of workmen shall be followed . 2 .02 PAINTING SYSTEMS A. All colors will be se lected by the Engineer from color charts submitted by the Contractor. VC0515S09 .902 09902-3 9/29/20 10 Ci ty of Fort Wo rth -Village Creek Was tewater Trea tm ent Plant Part I -Mod ificati ons to Bar Scree n Bu ildin g No. 3 an d Part II -Junction Box Rehabilitation Proj ects Field Painting (Part I) B. The following surfaces shall have the type s of paint scheduled below applied at the dry film thickness (DFT) in mil s per coat noted . Some colors will require an additional coat from what is li sted to get the proper color coverage . 1. Cast-in-place concrete and precast concrete walls and ceilings (color shall be white for exterior exposures). a . Tnemec 2 Coats: 66-Color Hi-Build Epoxoline (4 - 6 mils DFT per coat) b. Carboline 2 Coats: 890 (6 mil s DFT per coat) c . ICI Paints 2 Coats : Intergard 760HS (5 mil s DFT per coat) or 2 Coats: Glid-Guard HS Epoxy 5430 Series ( 4 -6 mil s DFT per coat) d . Sherwin-Williams 2 Coats: Sher-Tile Hi Solids Epoxy, B67 Series (4 mil s DFT per coat) e . Ameron 2 Coats: Amercoat 385 (5 mils DFT per coat) f. PPG Industries 2 Coats: High Build Aquapon7 97-130/139 2 . Exterior Exposed Masonry ( other siloxanes and silanes by the listed manufacturers are also acceptable) a. Sherwin-Williams 2 Coats : HB -100 Water Repellent (200 -250 sf/gal per coat) 3 . Exterior Masonry -Anti-graffiti coating VC05 15S09 .902 a. Tnemec 1 Coat: 130-6602 Masonry Filler (75-80 sf/gal) 1 Coat: 66 Hi-Build Epoxoline (4-6 mils DFT) 1 Coat: 75 Endura-Shield (3-5 mils DFT) b . Carboline 1 Coat: Carboline Sanitile CB Base (80 sf/gal ma x) 1 Coat: Carboline 890 (5 mils DFT) 1 Coat: Carboline 133HB (4 mil s DFT) c . ICI Paints 1 Coat: Bloxfil 4000 HD Acrylic (50 -75 sf/gal ) 2 Coats: Dev-Thane 378 Semi-Gloss (2 - 3 mil s DFT per coat) d . Sherwin-William s 1 Coat: Heavy Duty Block Fill er B42W46 09902-4 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part I) 2 Coats: Armaglaze 9000 (1 -2 mils DFT per coat) e . Ameron 1 Coat: Amerlock 400 BF 1 Coat: Amercoat 385 (5 mils DFT) 1 Coat: Amershield Graffiti Control coating (5 mils DFT) 4. Interior Exposed Masonry a. Tnemec 1 Coat: 130-6602 Enviro-Fill @ 75 -85 sq ft/gal 2 Coats: 66-Color Hi-Build Epoxoline (4 - 6 mils DFT per coat) b . Carboline 1 Coat: Epoxy Polyamide Catalyzed Masonry Filler (60 -80 sq ft/gal) 2 Coats: 890 ( 4 -6 mils DFT per coat) c . ICI Paints 1 Coat: lnterlac 895 (60 -80 sq ft/gal) 2 Coats: lntergard 760HS (5 mils DFT per coat) or 1 Coat: Glid-Tile Basecoat 5512 (75 sq ft/gal) 2 Coats: Glid-Guard HS Epoxy 5430 Series ( 4 -6 mils DFT per coat) d . Sherwin-Williams 1 Coat: Epoxy Ester Masonry Filler/Sealer, B61 Series (60 -80 sq ft/gal) 2 Coats: Sher-Tile Hi Solids Epoxy, B67 Series (3 - 4 mils DFT per coat) e. Ameron l Coat: Amerlock 400 BF 2 Coats: Amercoat 385 (5 mils DFT per coat) f. PPG Industries l Coat: Epoxy Block Filler 97-685/686 1 Coat: High Build Aquapon7 97-130/139 5. Ferrous metals submerged or subject to splashing: VC0515S09.902 a. Tnemec 2 Coats: 69-Color Hi-Build Epoxoline II (a) (6 -8 mils DFT per coat) or 2 Coats: 140-Color Pota-Pox Plus (6-8 mils DFT per coat) for potable water b . Carboline 2 Coats: 890 (6 mils DFT per coat) c . ICI Paints 2 Coats: Intergard 760HS (7 mils DFT per coat) or 2 Coats: Glid-Guard HS Epoxy 5430 Series (4 -6 mils DFT per coat) 09902-5 9/29/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buildin g No . 3 and Part II -Jun ction Box Reh abi litation Projects Field Painting (Part I) d . Sherwin-Williams 2 Coats: Kem Cure Hi-Solids (6 mils DFf per coat) e . Ameron 2 Coats: Amercoat 385 (7 mils DFf per coat) f . PPG Industries 2 Coats : Direct To Rust 97-144/149 series 6. Exterior nonsubmerged ferrous metals : a . Tnemec 1 Coat: 69-Color Hi-Build Epoxoline II (4 -6 mils DFf) 1 Coat: 75-Color Endura-Shield (3 -5 mils DFf) b . Carboline 1 Coat: 890 (4 mils DFf) 1 Coat: 133HB (3 -4 mil s DFf) c . ICI Paints 1 Coat: Intergard 750HS (5 mils DFf) 1 Coat: Interthane 990HS or Interthane 870HS (2 mils DFf) or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy 5466/5469 (4 -6 mils DFf) 1 Coat: Glid-Guard High Solids Urethane 5410 Series (2 -5 mils DFf) d . Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (5 mils DFf) 1 Coat: Hi Solids Polyurethane, B65 Series (2 .5 mils DFf) e. Ameron 1 Coat: Amercoat 385 ( 4 mils DFf) 1 Coat: Amercoat 450 HS (2.5 mils DFf) f . PPG Industries 1 Coat: Direct To Rust 97-114/149 series 1 Coat: High Build Pitthane7 97-840/UC55575 7 . Interior nonsubmerged ferrous metals : a Tnemec 2 Coats: 69-Color Hi-Build Epoxoline II (4 -6 mils DFf per coat) b. Carboline 2 Coats: 890 (4 -6 mils DFf per coat) c . ICI Paints l Coat: Intergard 750HS (5 mils DFf) 1 Coat: Intergard 760HS (5 mils DFf) or 2 Coats: Glid-Guard Corrosion Resistant HS Epoxy 5466/5469 (4 -6 DFf per coat) VCOS 1SS09 .902 09902-6 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part I) d . Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series ( 4 -6 mils DFf) 1 Coat: Sher-Tile Hi-Solids Epoxy, B67 Series (4 mils DFf) e. Ameron 2 Coats: Amercoat 385 (5 mils DFf per coat) f. PPG Industries 2 Coats : Direct To Rust 97-144/149 series 8. Metal surfaces exposed to temperatures above 250°F to 400°F: a . Tnemec 2 Coats : 39-1261 Silicone Aluminum (0. 7 -1.5 mils DFf per coat) b. Carboline 2 Coats : 1248 (1 -1.5 mils DFf per coat) c. ICI Paints 2 Coats : Intertherm 503 (1 .5 mils DFf per coat) or 2 Coats : Glid-Guard Silicone Hi-Temp Coating Aluminum 5542 (0.5 -0 .7 mils DFf per coat) d . Sherwin-Williams 2 Coats : Silver Brite Aluminum Paint-B 5952 (1 mils DFf per coat) good up to 400°F e. Ameron 2 Coats: 878 Hi Best Silicone Aluminum (1.5 mils DFf per coat) f. PPG Industries 2 Coats : Aluminum Paint 6 -230 9. Insulated Pipe: (Block Insulation: Same systems only 3 coats at 2 -3 mils DFf per coat). VC0515S09 .902 a . Tnemec 2 Coats : 6-Color Tneme-cryl (2 -3 mils DFf per coat) b. Carboline 2 Coats: 3359 (3 mils DFf per coat) c . ICI Paints 2 Coats: Intercryl 530 WB (3 mils DFf per coat) or 2 Coats : Lifemaster Pro HB Acrylic Coating 5440 (2 -5 mils DFf per coat) d . Sherwin-Williams 2 Coats : DTM Acrylic Gloss or Semi-Gloss, B66 Series (2 -3 mils DFf per coat) e. Ameron 2 Coats: Amerguard 220 (3 mils DFf per coat) 09902-7 9/29/2010 Ci ty of Fort Worth -Vill age Creek Was tewate r Treatm ent Pl an t Part I -Modifi cations to Bar Scree n Bu ilding No . 3 an d Part U -Junction Box Rehab ili tation Proj ects Field Painting (Part 0 f . PPG Indu stries 1 Coat: Pitt-Tech? DTM 90-712 1 Coat: Pitt-Tech? DTM 90-Line (satin/gloss) 10. Aluminum in contact with di ssimilar material s: a . Tnemec 2 Coats : 66-Color Hi -Build Epoxoline (2 mil s DFf per coat) b . Carboline 2 Coats: 890 (3 mils DFf per coat) c. ICI Paints 2 Coats: lntergard 750HS (5 mils DFf per coat) or 1 Coat: Glid-Guard Corro sion R e sistant HS Epoxy Gray 5465/5469 (3 mils DFf) 1 Coat: Glid-Guard HS Epoxy 5430 Series (4 mils DFf) d . Sherwin-Williams 2 Coats: Heavy Duty Epoxy, B67 Series (3 mils DFf per coat) e . Ameron 2 Coats: Amercoat 385 (5 mil s DFf per coat) f. PPG Indu stries 2 Coats: Direct to Rust 97-144/149 11 . Plastic Piping -Interior: (Sanding mandatory) VC05 15S09 .902 a . Tnemec 1 Coat: 66 -Color Hi-Build Epoxoline (4 - 6 mil s DFf) b . Carboline 2 Coats : 890 (3 mil s DFf per coat) c. ICI Paints 2 Coats: Intergard 750HS (5 mils DFf per coat) or 2 Coats: Glid-Guard HS Epoxy 5430 Series (4 - 6 mil s DFf per coat) d . Sherwin-Williams 2 Coats : Sher-Tile Hi-Solids Epoxy, B67 Serie s (3 - 4 mils DFf per coat) e . Ameron 2 Coats: Amercoat 385 (5 mils DFf per coat) f . PPG Indu strie s 2 Coats: Direct to Rust 97-144/149 09902-8 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part I) 12 . Plastic Piping -Exterior (Sanding mandatory) a. Tnemec I Coat: 66-Color Hi-Build Epoxoline (2 -3 mils DFf) 1 Coat: 75-Color Endura Shield (2 -3 mils DFf) b . Carboline 1 Coat: 890 ( 4 mils DFf) 1 Coat: 133HB (2.5 mils DFf) c. ICI Paints 1 Coat: Intergard 750HS (3 -5 mils DFf) 1 Coat: Interthane 870HS ( 4 mils DFf) or I Coat: Glid-Guard HS Epoxy 5430 Series ( 4 mils DFf) I Coat: Glid-Guard HS Urethane 5410 Series (3 mils DFf) d. Sherwin-Williams 1 Coat: Macopoxy 920 Pre-Prime, B58 Series (3 -4 mils DFf per coat) 1 Coat: Hi-Solids Polyurethane, B65 Series (2.5 mils DFf) e. Ameron 1 Coat: 385 ( 4 mils DFf) 1 Coat: 450 HS (2.5 mils DFf) f. PPG Industries I Coat: Direct to Rust 97-144/149 1 Coat: High Build Pitthane7 97-840/UC55575 13. Interior Drywall and Plaster-Industrial Areas VCOS ISS09 .902 a. Tnemec 1 Coat: 66 Hi-Build Epoxoline (thin 20%) (2 -3 mils DFf) 1 Coat: 66 Hi -Build Epoxoline (3 -4 mils DFf) b. Carboline 1 Coat: Multi-bond 120 (2 mils DFf) I Coat: 890 (3 -4 DFf per coat) c . ICI Paints I Coat: Intergard 425WB (3 mils DFf) 1 Coat: Intergard 735WB (2 mils DFf) or 1 Coat: Insul-Aid Vapor Barrier Primer Sealer 5116 (1.5 -3 mils DFf) 1 Coat: Glid-Guard Epoxy Chemical Resistant 5240 Series (3 -5 mils DFf) d. Sherwin-Williams 1 Coat: PIM 200 Latex Wall Primer (1 mils DFf) 1 Coat: Sher-Tile Hi-Solids Epoxy (3 -4 mils DFf per coat) 09902-9 9/29/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No. 3 and Part Il -Junction Box Rehabilitation Projects Field Paintin g (Part I) e . Ameron 2 Coats : 385 (3 mils DFT per coat) f. PPG Industries 2 Coats : High Build Aquapon7 97-130/139 g. PPG Industries I Coat: Alkali Resistant Primer 6-3 I Coat: Pitt-Flex7 4-1 IO 14 . Interior Drywall and Plaster-Office Areas a . Tnemec I Coat: 51-792 PV A Sealer (1.5 milsDFf) I Coat: 113 Tufloat ( 4 mils DFT per coat) b . Carboline 2 Coats: 3359 (2 mils DFT per coat) c . ICI Paints I Coat: 767 Latex Primer Sealer (I mils DFT) I Coat: Intercryl 530WB (2 mils DFT) or I Coat: Spred Ultra Latex Primer-Sealer 5111 (1.4 mils DFT) I Coat: Ultra-Hide Latex Low Lustre Enamel 5825 Series (1 .3 mils DFT) d. Sherwin-Williams I Coat: ProMar 400 Latex Wall Primer ( I mils DFT) I Coat: ProMar 400 Latex Egg Shell Enamel ( 1.2 mil s DFT) e. PPG Industries 2 Coats: Aquapon7 WB 98-line 15. Parking Stall lines on asphalt pavement: Approved reflective pavement marking paint, white in color, conforming to AASHTO standards for materials and installation . a . PPG Industries I Coat: Traffic and Zone Marking Paint 11-3 16. Wood doors and trim : Clear finish three coats approved polyurethane varnish, non-gloss satin finish -sand between coats. C. Any surfaces not specifically named in the Schedule and not specifically excepted shall be prepared, primed and painted in the manner and with materials consistent with these Specifications . The Engineer shall select which of the manufacturer's products , whether the type is indicated herein or not, shall be used for such unnamed surfac es. No extra payment shall be made for this painting . VC05 I 5S09 . 902 09902-10 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar S creen Building No. 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part 0 2.03 COLOR CODING FOR PIPES AND EQUIPMENT A. When color coding is specified, it shall con sist of color code painting and identification of all exposed conduits, trough items, and pipelines for the transport of gases, liquid, and semi -liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and all operating accessories which are integral to the whole functional mechanical pipe and electrical conduit system . Colors shall be as noted in the Paint and Color Coding Schedules attached at the end of thi s Section. B. All hangers and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports . The system shall be painted up to but not including the flanges attached to the mechanical equipment nor the flexible conduit connected to electrical motors. When more than one pipe system is supported on the same bracket, the bracket shall be painted the same color as the adjacent wall or ceiling. Colors shall be as noted in the Paint and Color Coding Schedule . C . All systems which are an integral part of the equipment, that is originating from the equipment and returning to the same piece of equipment, shall be painted between and up to but not including, the fixed flanges or connections on the equipment. D. The color code establishes, defines, and assigns a definite color for each category of pipe. Pipelines which are not listed on the Schedule of Color Code Paints shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. E . Banding for pipes shall be as specified in the Paint and Color Coding Schedule. Bands shall be 2- in wide and located on each end of the pipe title, at 2 -ft from the title bands, and at wall penetrations. 2 .04 LETTERING OF TITLES A. The name of the materials in each pipeline and alongside this an arrow indicating the direction of flow of fluids, shall be indicated on each pipe system . Titles shall not be located more than 26 linear feet apart and shall also appear directly adjacent to each side of any wall the pipeline breaches, adjacent to each side of the valve regulator, flowcheck, strainer cleanout and all pieces of equipment. B. Titles shall identify the contents by complete name at least once in each space through which it passes and thereafter by generally recognized abbreviations, letters or numerals as approved. Identification title locations shall be determined by the Engineer but in general they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead . Title should be clearly visible from operating positions especially those adjacent to control valves. C . Numbers and letters shall be die-cut from 3.5 mil vinyl film and prespaced on carrier tape . Adhesive and finish surface shall be protected with one piece removable liners. Color shall be white or black as approved depending on substrate color. D. Letter size shall be as indicated in the following table : VCOSISS09 .902 09902-11 9/29/20 10 City of Fort Worth -Village Creek Was te water Treatment Plant Part I -Modifications to Bar Scree n Building No. 3 and Part II -Juncti on Box Rehabilitati on Proj ects Field Painting (Part I) OUTSIDE DIAMETER OF PIPE OR COVERING SIZE OF LEGEND LETTERS 3/4-in to 1-1/4-in 1-1/2-in to 2-in 2-1/2-in to 6-in 8-in to 10-in Over 10-in 1/2-in 3/4-in 1-1/2-in 2-1/2-in 3-in E. The system for preparation and application of letters shall be Type B a .s .i/2 by ASI Sign Systems; Architectural Graphics Inc. or equal. Letter type shall be Optima Bold, upper case. Grid 2 spacing shall be employed. Arrow shall match as approved, letter type and size . The instructions of the manufacturer shall be followed in respect to storage, surface preparation and applications of letters . 2.05 TITLES FOR EQUIPMENT A. Titles shall be provided in vinyl film as specified above on all equipment using 1-in high Optima Bold upper case, Grid 2 spacing, white or black in color as approved depending on substrate . Titles shall be mounted at eye level on machines where possible or at the upper most broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, the items shall be numbered consecutively as indicated on the mechanical drawings or as directed by the Engineer; for example Pump No. 1, Pump No . 2, etc . Titles shall be composed in more than one line if required and justified on the left hand si de as approved. 2 .06 FABRICATED EQUIPMENT A. Unless otherwise indicated, all fabricated equipment shall be shop primed and shop or field finished. B . All items to be shop primed shall be thoroughly cleaned of all loose material prior to priming. If, in the opinion of the Engineer, any prime coating shall have been improperly applied or if material contrary to these Specifications shall have been used, that coating shall be removed by sandblasting to white metal and reprimed in accordance with these Specifications. C. All shop prime coats shall be of the correct materials and applied in accordance with these Specifications . Remove any prime coats not in accordance with these Specifications by sandblasting and apply the specified prime coat at no additional cost to the Owner. D . Shop primed surfaces shall be cleaned thoroughly and damaged or bare spots retouched with the specified primer before the application of successive paint coats in the field. E . Be responsible for and take whatever steps are necessary to properly protect the shop prime and finish coats against damage from weather or any other cau se . F. A shop finish coat shall be equal in appearance and protection quality to a field applied finish coat. If, in the opinion of the Engineer, a shop finish coat doe s not give the appearance and protection quality of other work of similar nature , prepare the surfaces and apply the coat or coats of paint as VCOSJSS09.902 09902-12 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part I) directed by the Engineer to accomplish the desired appearance and protection quality. Submit to the Engineer substantial evidence that the standard finish is compatible with the specified finish coat. G. Wherever fabricated equipment is required to be sandblasted, protect all motors, drives, bearings, gears, etc., from the entry of grit. Any equipment found to contain grit shall be promptly and thoroughly cleaned. PART 3: EXECUTION 3.01 PREPARATION OF SURFACES A. All surfaces to be painted shall be prepared as specified in Section 09901 and shall be dry and clean before painting. Special care shall be given to thoroughly clean concrete and concrete block surfaces of all marks before application of finish. B. Exposed Pipe: After installation, all exterior exposed flanged joints shall have the gap between adjoining flanges sealed with a single component polysulfide sealant to prevent rust stains . 3.02 WORKMANSHIP A. General 1. Primer (touch-up) and paint used for a particular surface shall, in general, be as scheduled for that type of new surface. Confirm with the paint manufacturer that the paint proposed for a particular repaint condition will be compatible with the existing painted surface . Sample repainted areas on the actual site will be required to insure this compatibility. Finished repainted areas shall be covered by the same guarantee specified for remainder of work. 2. At the request of the Engineer, samples of the finished work prepared in strict accordance with these Specifications shall be furnished and all painting shall be equal in quality to the approved samples. Finished areas shall be adequate for the purpose of determining the quality of workmanship . Experimentation with color tints shall be furnished to the satisfaction of the Engineer where standard chart colors are not satisfactory. 3. Protection of furniture and other movable objects, equipment, fittings and accessories shall be provided throughout the painting operations. Canopies of lighting fixtures shall be loosened and removed from contact with surface, covered and protected and reset upon completion. Remove all electric plates, surface hardware, etc ., before painting, protect and replace when completed. Mask all machinery name plates and all machined parts not receiving a paint finish . Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damage during the operation and until the finished job is accepted. 4. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mil thickness required . If material has thickened or must be diluted for application by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. One gallon of paint as originally furnished by the manufacturer shall not cover a greater area when applied by spray gun than when applied unthinned by brush . Deficiencies in film thickness shall be corrected by the application of an additional coat(s). On masonry, application rates will vary according to surface texture, however, in no case shall YC0515S09.902 09902-13 9/29/2010 Ci ty of Fort Worth -Vill age Creek Was tew at er Treatment Plant Part I -Modificati ons to Bar Screen Bu ildin g No. 3 an d Part Il -Jun ction Box Rehabilitation Projects Field Painting (Part I) the manufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate or by applying additional coats of paint. 5. Paints shall be mixed in proper containers of adequate capacity. All paints shall be thoroughly stirred before use and shall be kept stirred while using. No unauthorized thinners or other materials shall be added to an y paint. 6. Only skilled painters shall be used on the work and s pe ciali sts shall be employed where required . 7 . Equipment which is customarily shipped with a baked-on enamel fini sh or with a standard factory fini sh shall not normally be field painted unless the prefinished equipment is specifically color selected and unless the finish has not been damaged in transit or during installation. Surfaces that have been shop painted and have been damaged , or where the shop coats or coats of paint have deteriorated , shall be properly cl eaned and retouched before any successive painting is done on them in the field. All such field painting shall match as nearly as possible the original fini sh . B . Fie ld Painting 1. All painting at the site shall be de signated as Field Painting . 2 . All paint shall be at room temperature before applying , and no painting shall be done when the temperature is below 50 DF, in dust-laden air, when rain or snow is falling , or until all traces of moisture have completely di sappeared from the surface to be painted . 3. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. 4 . Finish surfaces shall not show brush marks or other irregularitie s. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back-primed before installation. 5 . Painting shall be continuou s and shall be accomplished in an orderly manner so as to facilitate inspection. All exterior concrete and masonry paint shall be performed at one continuou s manner structure by structure. Materials subject to weathering shall be prime coated a s quickly as possible . Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 6 . All material s shall be brush painted unless spray painting is specifically approved by the Engineer. The Contractor shall be responsible for all damage cau sed by overspray or drifting. 7 . All s urfaces to be painted a s well as the atmosphere in which painting is to be done shall be kept warm and dry by heating and ventilation , if necessary, until each coat of paint has hardened . Any defective paint shall be scraped off and repainted in accordance with the Engineer's direction s . 8 . Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted a s directed by the Engineer. VC05 15S 09 .902 09902-14 9/29/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Field Painting (Part I) 9. Any pipe scheduled to be painted and having received a coating of a tar or asphalt-compound shall be painted with two coats of Kop-Coat's Inertol Tar Stop, ICI Paints' Tarset Standard 7000 or equal before successive coats are applied per the schedule. Tnemec recommends using 69 Hi-Build Epoxoline II over tar, but a test patch must be run initially to test the paint's compatibility with the tar. 3.03 CLEANUP A. The premises shall at all times be kept free from accumulation of waste material and rubbish caused by employees or work. At the completion of the painting remove all tools, scaffolding, surplus materials, and all rubbish from and about the buildings, and leave work "broom clean" unless more exactly specified . B . Upon completion, remove all paint where it has been spilled, splashed, or splattered on all surfaces, including floors, fixtures, equipment, furniture , etc., leaving the work ready for inspection . 3 .04 PAINT A . General Notes and Guidelines 1. All color numbers and names herein refer to master color card. Colors of specified equal manufacturers may be substituted with approval of the Engineer. 2. Pipelines, equipment, or other items which are not listed here shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. 3 . When color coding is specified or directed by the Engineer, it shall consist of color code painting and identification of all exposed conduits, through lines and pipelines for the transport of gases, liquids, or semi-liquids including all accessories such as valves, insulated pipe coverings, fittings , junction boxes, bus bars, connectors, and any operating accessories which are integral to a whole functional mechanical pipe and electrical conduit systems. 4. The colors of the Finish Schedule shall be interpreted as follows: Colors Tnemec# ICI Paints# Carboline # White WHOl 4550 White S800 Orange SC03 Safety Orange 4444 Yellow BW56 [SC02] Medium Yellow 6666 Dark Yellow BX36 Robotic Yell ow N625 Green SC07 Safety Green 2383 Light Green AM52 Parrot 6361 Dark Brown AF12 Warm Brown 9218 Dark Green D Crylight Green 90GY 10/250 4372 Tan AF32 Bellows 3216 Ivory AF82 Seashell 3848 Light Grey BG62 C731 VCOSISS09 .902 09902-15 9/29/2 010 City of Fort Worth -Village Creek Was tewa ter Treatment Plant Part I -Modifi cati ons to Bar Screen Building No . 3 and Part U -Junction Box Rehabilitation Proj ects Field Painting (Part I) Colors Tnemec# ICI Paints# Medium Grey 2047 20YY 43/083 (Scroll Beige) Dark Grey BK33 Silver Grey Red SC09 Safety Red Blue SC06 Safety Blue Dark Blue 2042 70BG 10/214 Medium Blue 2041 70BG 23/276 Light Blue 2040 70BG 67/126 Aqua AX42 Turquoise Green 82GG 33/374 International Orange SC04 International Orange Dark Bronze BM07 Architectural Brown Tank Blue BB42 70BG/40/284 Blue Green AX22 Blue Lagoon 81GG 10/276 Magenta BP14 30RB 11/250 Carboline # 0746 2525 5555 S150 A183 0118 7107 4132 N498 2277 8155 A337 S585 5. All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Orange #CA26. 6. All safety equipment shall be painted in accordance with OSHA standards. 7 . All inline equipment and appurtenances not assigned another color shall be painted the same base color as the piping. The pipe system shall be painted with the pipe color up to but not including the flanges attached to pumps and mechanical equipment assigned another color. Tanks shall be painted the color of the piping system that they serve, unless the tank is fiberglass and levels are monitored through the tank. 8. All conduit shall be painted to match its background surface . 9. Building surface colors shall be painted as scheduled in the Finish Schedule or as selected by the Engineer. 10. Control panels shall be factory finished . VC05 ISS09 .902 09902-16 9/29/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabilitation Projects Field Painting (Part [) 3.05 PAINT AND COLOR CODING SCHEDULE Alum, Liquid LA Barriers Safety Yellow -BV57 -ANSI Z53 .1-1971 Building Drainage Gray -BG62 -Slate Gray Caustic Yell ow with Green Band Chlorine, Gas Safety Yellow -BV57 -ANSI Z53.l -1971 Chlorine, Liquid Safety Yellow -BV57 -ANSI Z53.l-1971 Chlorine, Solution Safety Yellow -BV57 -ANSI Z53.l -1971 Communications Conduit Alum Conduit (Not Painted) DAFT Float Sludge FS Tan -AH52 -Desert Sands Diesel Gray -BG62 -Slate Gray Digested Sludge SR Gray -BG62 -Slate Gray Digested Sludge ST Gray -BG62 -Slate Gray Digested Sludge DS Dark Gray -BG 12 -Fossil Digester Gas High Press . GCU Safety Red -CC13 -ANSI Z53.1 -1971 Digester Gas Low CRP Safety Red -CC13 -ANSI Z53.l-1971 Pressure Door Frame Bronze -BL09 -No.312 Medium Bronze (*4) Drying Bed Decant DL Gray -BG62 -Slate Gray Elec. Manhole Drainage White -BF82 -Cloud Electrical Conduit Alum Conduit (Not Painted) Electrical Pullbox Orange -CA26 -Safety Orange ANSI Z53.1-1971 Filtered Effluent Green -A V22 -Emerald Filtered Effluent SW Green -A V22 -Emerald Filtered Effluent BW Green -A V22 -Emerald Filtered Effluent YW Light Green -AU52 -Beryl Filtered Effluent SF Green -A V22 -Emerald Final Effluent FE Gray -BG62 -Slate Gray Gasoline Glazed Tile Grit, Detritor GP Gray -BG62 -Slate Gray Heated Grease Bright Purple -BP14 -Sour Grape VC05 l5S09 .902 09902-17 Liquid Alum Plant Sewer Caustic (NaOH) Chlorine Gas Liquid Chlorine Solution Chlorine DAFT Float Sludge Digested Sludge Recirculation Digested Sludge Transfer Digested Sludge Transmission Digester Gas High Digester Gas Low Decant Liquor Filtered Effluent Service Water Backwash Water Yard Water Surface Wash Final Effluent Detritor Grit Heated Grease 9/29 /2010 City of Fort Worth -Village Creek Was tewater Treatment Plant Part I -Modifi cati ons to Bar Screen Building No . 3 and Part II -Juncti on Box Rehabilitation Projects Field Painting (Part I) Hot Water Hot Water Return Hydrogen Peroxide Instrument Air Lube Oil Mixed Liquor Natural Gas High Pressure Natural Gas Low Pressure Plant Sewer Polymer, Liquid Potable Water Primary Effluent Primary Sludge Primary Thickened Sludge Process Air Raw Sewage Return Sludge Scum Secondary Effluent Secondary Effluent Service Air Storm Drainage Structural Steel Sulfur Dioxide, Gas Sulfur Dioxide, Liquid Sulfur Dioxide, Solution Thickened Waste Sludge Trans . and Switchgear Used Lube Oil Waste Sludge Waste Sludge Waste Wash Water WS Holding Sludge VC0515S09 .902 HW HW HP MLSS POL PE PS TS RS SP ASW SD TWS ws WP WSH Light Green -AU52 -Beryl Light Green -AU52 -Beryl Polypropylene black pipe (Unpainted) Dark Green -AX22 -Gulf Green Gray -BG62 -Slate Gray Tan -AH52 -Desert Sands Safety Red -CC13 -ANSI 253.1-1971 Safety Red -CC13 -ANSI 253.1-1971 Gray -BG62 -Slate Gray Orange with Green Band (*3) Blue -BB42 -Clear Sky Gray -BG62 -Slate Gray Brown -AF12 -Chipmunk Tan -AH52 -Desert Sands Green - A V22 -Emerald Gray -BG62 -Slate Gray Brown -AF12 -Chipmunk Bright Purple -BP14 -Sour Grape Gray -BG62 -Slate Gray Green -A V22 -Emerald Dark Green -AX22 -Gulf Green White -BF82 -Cloud White -AN82 -Popcorn Safety Yellow -BV57 -ANSI 253.1-1971 Safety Yellow -BV57 -ANSI 253.1-1971 Safety Yellow -BV57 -ANSI 253.1-1971 Brown -AF12 -Chipmunk Light Gray -BG62 -Slate Gray Black-BG12 -Fossil Tan -AH52 -Desert Sands Brown -AF12 -Chipmunk Gray -BG62 -Slate Gray Brown -AF12 -Chipmunk END OF SECTION 09902-18 Hot Water Hot Water Hydrogen Peroxide Mixed Liquor Natural Gas High Natural Gas Low Plant Sewer Liquid Polymer Potable Water Primary Effluent Primary Sludge Primary Thickened Sludge Process Air (Low) Raw Sewage Return Sludge Scum Secondary Effluent Auxiliary Service Water Service Air (High) Storm Drainage Sulfur Dioxide Gas (S02) Liquid Sulfur Dioxide (S02) Solution Sulfur Dioxide Thickened Waste Sludge Waste Sludge DAFT Feed Waste Wash Water WS Holding Sludge 9/29/20 10 PARTI DIVISION 15 MECHANICAL City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Fiberglass Ductwork and Accessories (Part I) SECTION 15891 FIBERGLASS DUCTWORK AND ACCESSORIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Fabricate and install all fiberglass reinforced plastic (FRP) ductwork including fittings, accessories, dampers, hangers and any incidental work or components required and provide complete air supply, return and exhaust ductwork systems as shown on the Drawings and as specified herein . B . In general, ductwork shall consist of any passageway made of FRP substantially air-tight, used for the conveying of air, gas or materials. Included are fittings, transitions, bracing, fasteners, sealers, supports and accessories such as access panels, access doors, turning vanes and manual air balancing dampers. All ductwork shall be of size and material as specified herein and as shown on the Drawings. All duct sizes indicated on the Drawings are clear, inside dimensions. C . Any change in duct sizes, offsets, transitions and fittings required to accommodate job conditions shall be submitted to Engineer for approval. 1.02 SUBMITTALS A. Submit to the Engineer, in accordance with Section O 1300, the following drawings and data that which has not previously been submitted and approved. Ductwork shop drawings shall include typical details of discharge nozzles, transitions, elbows, fittings , accessory items such as access panels or access doors, turning vanes, volume control and splitter dampers, volume extractors, hangers, joining methods, bracing and material gauges . Drawings of general layouts of individual systems shall be submitted, scale shall be l/4-in = l-ft-0-in minimum. B. The following additional data shall be submitted (unless previously submitted and approved). 1. Specific handling and storage requirements for ductwork, joint kits and resin systems . 2 . Sample coupons of laminate not less than 1-ft square. Provide sample laminate coupons for each method of manufacture and for both round and rectangular duct manufacturing methods. 3. Resin system data, including chemical environment service test data, case history data of similar installations (with contact addresses), resin pot life and time versus temperature data required for complete resin cure for laminate thicknesses actually proposed. 4. Submit design calculations signed and sealed by a professional engineer and fabrication procedures for record purposes only. Also submit a letter certifying that the laminates fabricated with the proposed resin system will give satisfactory performance under the specified service conditions and stating the service conditions for which certification is provided and indicating compliance with specified pressure and vacuum design criteria . VCOSISSIS .891 15891-1 9/30/2010 Ci ty of Fort Wo rth , Texas Village Cree k Wastewa ter Treatm ent Plant Part I -Modifications to Bar Scree n Buildin g No . 3 an d Part 11 -Junction Box Reh abilitati on Projects Fiberglass Ductwork and Accessori es (Part I) 5. Submit construction detail s for flexible connectors , expan s ion joints, elbows, transition s, junctions and flanged fittings including dimensioned laminate cros s sections and flange fabrication and assembly details . 6 . Submit results of factory readings taken with "Barco! Hardn ess Impressor " and provide procedure to field check for complete cure of resin . 7 . Certified service tables for the resin s being used and the expected contaminants showing satisfactory services for the required design conditions. 8 . Detailed in structions for field joining of the ductwork to include quality control procedures. 9. Submit shop test reports for fiberglass reinforced plastic dampers . 1.03 REFERENCE ST AND ARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C58 l -Standard Practice for Determining Chemical R es istance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service . B . National Fire Protection As sociation (NFPA) 1. NFP A 90A -Standard for the Installation of Air Conditioning and Ventilation System s . 2 . NFP A 91 -Standard for Exhaust Systems for Air Conveying of Materials . 3. NFPA 252 -Standard Methods of Fire Tests of Door A ssemblies . C. Underwriters Laboratories (UL) 1. UL 555 -UL Standard for Safety Fire Dampers. D . American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) E . American National Standards Institute (ANSI) 1. ANSI RTP-1 -Reinforced Thermoset Plastic Corro sion Re sistant Equipment. F . Where reference is made to one of the above standard s, the revi sion in effect at the time of bid opening shall apply. 1.04 QUALITY ASSURANCE A. All FRP duct and fittings shall be from a single manufacturer. B . Design and engineering shall be performed by personnel regularly employed by the manufacturer who are experienced in the des ign of FRP system s similar to tho se specified . VC051 5SJ5 .891 15891-2 9/30/2010 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Fiberglass Ductwork and Accessories (Part n C. The manufacturer shall provide factory trained personnel for training of installers and for supervision and inspection of the installation . The use of local sales representatives for this service is not acceptable. D. Corrosion resistance data shall be based on ASTM C581 . 1.05 DELIVERY, STORAGE AND HANDLING A. No ductwork or components shall be shipped prior to complete resin cure. B. Materials shall be subject to rejection at any time on account of failure to meet any of the specified requirements . Material rejected after delivery shall be marked for identification and shall be immediately removed from the job site. 1.06 STANDARDS OF CONSTRUCTION AND INSTALLATION A. All ductwork construction and installation details shown on the Drawings and specified herein are based on acceptable methods of construction and installation and are intended to define the quality of construction and installation to be furnished. Alternate details may be submitted for approval. 1.07 ENGINEERING SERVICES A. When engineering services are specified to be provided by the Contractor, the Contractor shall retain a licensed professional engineer to perform the services . The engineer shall be licensed at the time the work is done and in the State in which the project is located. If the State issues discipline specific licenses, the engineer shall be licensed in the applicable discipline . In addition, the engineer shall be experienced in the type of work being provided. B. All work is to be done according to the applicable regulations for professional engineers, to include signing, sealing and dating documents . 1.08 DEFINITIONS A. Particular terminology used under this Section is defined as follow s: 1. Traffic Level and Personnel Level -Areas, including process areas, equipment rooms , boiler rooms and other areas where insulation may be damaged by normal activity and local personnel traffic. Area extends vertically to 8-ft above floor, walkways, platforms and stairs, and horizontally 3-ft beyond the edge of walkways, platforms, and stairs . 2 . Exposed Piping and Ductwork -Piping and ductwork visible from the floor level and includes all piping and ductwork in equipment rooms, boiler rooms, etc . 3. Concealed Piping and Ductwork -Piping and ductwork not visible from the floor level and includes piping and ductwork above hung ceilings and in shaftways. 4. Supply Air Ductwork -Ductwork carrying air from a fan or air handling unit to the space or spaces to which it will be introduced. This air may have been heated or cooled or in the case of ventilation system the air would be neither heated nor cooled. Supply air ductwork VC0515Sl5.891 15891-3 9/30/2010 Ci ty of Fort Worth , Texas Village Creek Was tewat er Treatm ent Plant Part I -Modifi cati ons to Bar Screen Building No . 3 and Part Il -Juncti on Box Rehabilitation Proj ec ts Fiberg lass Ductwork and Accessori es (Part I) extends from the fan or air handling unit to the registers, grills or diffusers at the end of the ductwork . 5. Return Air Ductwork -Ductwork carrying air from the space it wa s supplied to back to a fan or air handling unit. Return air ductwork extends from the registers or grill s at the end of the ductwork to the air handling unit or connection with an outdoor air intake duct. 6 . Exhaust Air Ductwork -Ductwork carrying air from a space to a fan and then to be discharged to the outdoors . Exhaust air ductwork extends from the registers or grills at the end of the ductwork to the fan . From the fan the exhaust ductwork extends to the di scharge point, exhaust air damper, or exhaust air plenum, whichever comes first. 7 . Relief Air Ductwork -Ductwork carrying air from a space without a fan to be discharged to the outdoors. Relief air ductwork extends from the registers or grill s at the end of the ductwork, the discharge point, relief air damper, or relief air plenum, whichever comes first. 8 . Outdoor Air Ductwork -Ductwork carrying untreated air from the outside to a fan or air handling unit. Outdoor air ductwork starts at the intake point, outdoor air damper, or outdoor air plenum, whichever comes last. The outdoor air ductwork extends to the fan , air handling unit, or connection with a return air duct, whichever comes fir st. 9. Mixed Air Ductwork -Ductwork that can carry either return air or outdoor air or a combination of both . Mixed air ductwork starts at the connection of the return air and outdoor air ducts and extends to the fan or air handling unit. 10. Outdoor Air Plenum -A plenum that extends from the opening in the skin of the structure to the outdoor air duct. If the outdoor air damper is directly at the intake or there is no outdoor air damper, the plenum will extend to the first s ize reduction . If the outdoor air damper is not at the intake , the plenum will extend to the outdoor air damper. 11 . Exhaust Air Plenum -A plenum that extends from the opening in the skin of the structure to the exhaust air duct. If the exhaust air damper is directly at the di scharge or there is no exhaust air damper, the plenum will extend from the last size reduction . If the exhaust air damper is not at the di scharge, the plenum will extend to the exhaust air damper. 12 . Relief Air Ple num -A pl e num that extends from the opening in th e skin of the structure to the relief air duct. If the relief air damper is directly at the discharge or there is no relief air damper, the plenum will extend from the last size reduction. If the reli ef air damper is not at the di scharge, the plenum will extend to the relief air damper. 13. Ventilate d Spaces -Areas supplied with outdoor air on a continuou s or intermittent bas is. The outdoor air may be heated and/or cooled or untreated. 14 . Heated Spaces -Areas where heat is supplied to maintain a minimum temperature during the heating season . 15. Unhe ated Spaces -Area s wh e re heat is not applied and there is no minimum te mperature during the heating season . 16 . Conditioned Spaces -Areas that are provided with heating and mechanical cooling . VC05 15Sl 5.89 1 15891-4 9/30/20 10 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Fiberglass Ductwork and Accessories (Part O 17. Non-Conditioned Spaces -Areas that are not provided with mechanical cooling. 18 . Thermal Conductivity-The rate of heat flow through unit area of a homogeneous substance under the influence of unit temperature gradient in the direction perpendicular to the area. Units-BTU per (hour)(sq ft)(degrees F temperature difference)(per inch thickness). 19 . Indoor Ductwork -Ductwork within a building that is not exposed to the weather. 20 . Outdoor Ductwork -Ductwork that is not within a building and is exposed to the weather. 21. Hot Ductwork -Ductwork carrying air with a temperature above the surrounding space temperature . 22. Cold Ductwork -Ductwork carrying air with a temperature below the surrounding space temperature. 23. Hot/Cold Ductwork -Ductwork carrying air with a temperature that can be either above or below the surrounding space temperature. 24. Flues/Stacks/Breeching -Ductwork carrying products of combustion to atmosphere. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 INSTALLATION A. All ductwork shall be fabricated and erected where shown on the Drawings or as specified herein. Ductwork shall be rigidly supported and secured in an approved manner. Bracing and vibration isolators shall be installed, where necessary, to eliminate vibration, rattle and noise . Hangers shall be installed plumb and securely suspended from supplementary steel or inserts in concrete slabs . Lower ends of hanger rods shall be sufficiently threaded to allow for adequate vertical adjustment. Building siding and metal decking shall not be used to hang ductwork. B . Wherever ducts are divided, the cross-sectional area shall be maintained. All such changes must be approved and installed as directed by the Engineer or as approved on shop or erection drawings. C. During installation the open ends of ducts shall be closed to prevent debris and dirt from entering. Work shall be installed in accordance with the overall approved progress schedule and in cooperation with all other trades so there will be no delay to other trades. D . The unused portion of external louvers (where it is not as a fresh air intake or exhaust) shall be provided with a blank-off constructed of 0.0625-in aluminum. Blank-off panels shall be provided with aluminum reinforcing angles to prevent buckling and secured to the exterior wall with aluminum angles and rustproof fasteners on not more than 12-in centers. Caulking shall be provided completely around the outside edge of the angle and the aluminum . E. Install automatic dampers when supplied by other trades. VC0515S15 .891 15891-5 9/30/2010 Ci ty of Fort Worth , Texas Village Cree k Was tewater Treatm ent Pl an t Part I -Mod ifications to Bar Scre en Building No . 3 and Part II -Juncti on Box Rehab ilitation Projec ts Fibergl as s Ductwork and Acces sori es (Part D F . The Drawings of the air ducts and air risers indicate the general location for installation of the ducts and risers. Should additional offsets or changes in direction be made, these changes mu st be considered in the original bid and shall be installed at no additional cost to the Owner. G. All necessary allowances and provi sions shall be made in the installation of the ducts for the structural condition s of the building. Ducts shall be tran sformed or di vided a s may be required . Wherever this is necessary , the cross-sectional area shall be maintained. All of these changes, however, must be approved and ducts in stalled a s directed by the Engineer or as approved on shop or erection drawing s . H . The taper of all transformations shall be not more than 15 degrees. I. Do not remove or alter factory installed duct reinforcing ribs except as required to accommodate duct alterations due to unexpected field conditions. Notify the Owners representative prior to starting any field modification s involving ductwork structural reinforcing members . Submit additional design calculations to demonstrate structural de sign integrity of ductwork and fitting s requiring reinforcing modifications in the field . J . No ductwork or components shall be shipped prior to complete re sin cure. 3 .02 HANGERS AND SUPPORTS A. Rectangular Duc twork, Round and Flat-Oval Ductwork -Spacing and size of hangers shall be as required by the ductwork manufacturer. Maximum spacing of hangers and supports shall be 10 feet. Minimum mate rial s and construction shall be a s sho wn on th e draw ing s and specified under this Section . B . All hanger and support material s shall be Type 316 stainless steel. C . Perforated band iron or wire for supporting ducts will not be permitted. Ducts shall not be supported from furring , hung ceilings or from another duct or pipe . D . C -clamp type hangers shall be supplied with a retainer strap . E . Ductwork shall not come in contact with any of the ceiling construction or any other equipment in the ceiling cavity . F . Fiberglass ductwork shall be properly anchored and s upported from building structure where indicated on the Drawings. Hangers for round, horizontal ductwork shall, a s a minimum, con sist of two semi-circular 316 stainless steel bands with a radiu s to match the duct and cross section of 11 gauge x 1-in wide. The bands shall be horizontally split and bolted on each side with 304 stainless steel rods and nuts. G . All fitting s expansion joints and similar items shall b e supporte d within 18-in of th e joint unless otherwi se noted . H . Hanger system shall us e threaded rod for adjustability for ductwork over 24-in in diameter or w idth . VCO SIS SIS .89 1 15891 -6 9/30/20 10 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Fiberglass Ductwork and Accessories (Part n I. The following methods of hanger attachment to the building structure are NOT allowed. The numbers and letters refer to hanger methods shown in Figure 4-1, 4-2 and 4-3 of the 1985 edition of the HV AC Duct Construction Standards Metal and Flexible as published by SMACNA. 11T 11 -wrap around strap on open web joist. 11 W 11 -bent over band on open web joist. 11 14 11 -friction clamps. 11 17 11 -bent wire in metal deck. J . Design of hangers shall include the effect of all loads applied to the duct as well as the load of the duct. These loads include, but are not limited to wind, snow seismic and internal dirt or liquid buildup. K. Hangers shall not be supported from roof decking or bulb tees . Where required, provide supplemental steel to span between the building structure. 3.03 DUCTWORK FITTINGS AND ACCESSORY ITEMS A. Duct Elbows -Changes in direction and offsets shall be made in a gradual manner to facilitate streamline flow of air. All elbows shall have a centerline radius of not less than 1-1/2 times the width of the duct in the plane of the elbow . For rectangular ductwork where full radius elbows cannot be installed or abrupt elbows are shown, provide abrupt elbows equipped with shop-installed hollow, fiberglass air foil turning vanes. An access door shall be installed at each abrupt elbow, so located for easy access to turning vanes. B. Dampers 1. Manual volume control dampers shall be installed wherever it may be necessary to regulate air volume for system air balancing and where shown on the Drawings . Dampers shall be standard butterfly or parallel blade type on channel frame with external damper position indicator, manual adjustment and position locking arrangement. 2 . An access door, of ample size to pennit maintenance and resetting of damper blades, shall be installed at each damper, so located for easy access to the damper blades . C. Access Doors 1. Hinged access doors shall be installed where listed below, wherever shown on the Drawings and wherever access may be required for service, maintenance and adjustment. Access doors shall be 24-in by 24-in minimum, except where the duct size is less than 26-in, where the largest door that will fit the duct will be used . Unhinged access panels are not acceptable, except where so specified on the Drawings . Access doors shall be of the same material as the duct. Doors shall be substantially butt hinged, with heavy sash locks and substantial door pulls . Door openings and door frames shall be reinforced with bar stock or angle . Access doors may be factory fabricated . Access door hardware shall be Type 316 stainless steel. VC0515S 15 .891 15891-7 9/30/2010 Ci ty of Fort Worth , Texas Vill ag e Cree k Was tewat er Treatm ent Plant Part I -Mod ificati ons to Bar Screen Building No. 3 and Part II -Juncti on Box Rehab ilitation Projects Fi be rglass Du ctwork and Access ories (Part I) 2. Provide access doors at the following locations (minimum requirements): a . Fire Dampers. b. Smoke dampers. c . Inlet side of centrifugal fan s. d . As necessary or required. 3 . Where access doors are required in ductwork located above ceilings the location of the access doors shall be coordinated to clear the ceiling support system and to be accessible through the ceiling grid . 3.04 FILLING IN SPACE AROUND DUCTS A . To prevent sound passing through the area between the duct and the framed or cut opening in the floors, walls or partitions, mineral wool shall be packed to completely fill the space the full depth of the opening . Whenever a fire-rated wall or floor is penetrated the space around the duct shall be filled with a locally approved type of fireproof rope . B . At fire walls, apply Type 316 stainless steel sheet metal escutcheon plates on both faces of the wall in order to close the gap between the structure and the sides of the insulated or bare duct. 3.05 DUCT SUPPORTS THROUGH FLOORS A. Where vertical ducts pass through floor openings, supporting angles shall be rigidly attached to the ducts and anchored with expansion bolts to the floor or curb . Angles shall be Type 316 stainless steel placed on the two long sides of the duct e xtending 3-in over edge of opening,. B. Remaining open area in the floor opening shall be sealed with a Type 316 stainless steel plate . 3 .06 SUPPORTING OUTDOOR DUCTS A . The ducts installed above roof shall be pro v ided with angle iron supports. Sizes of angles shall be as shown on the Drawings. B . The vertical supporting angles shall be continuous full height of the duct and shall be bolted to sam e . These , together with intermediate supporting angle as required , shall be provided with bottom plates which shall be welded to the vertical angles. The plate s shall be attached with anchor bolts to sleepers , which shall be placed on scraped roofing . All of these angles shall be welded together in order to form a stiff continuous supporting unit for the duct. Angles shall be painted with oxide primer after installation. C . Ducts shall be sloped to shed water. 3 .07 DUCTWORK AT MASONRY A . Where duct s connect to or te rminate at ma sonry ope nin gs or along th e edges of floor s where concrete curbs are not being provided, there shall be placed around th e ductwork a continuou s VCOS l SSl S.891 15891-8 9/30/2010 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Fiberglas s Ductwork and Accessories (Part O 2-1/2-in by 2-1/2-in by 3/16-in angle of the same material as the duct which shall be bolted to the construction and made air tight to same by applying caulking compound on the angle before it is drawn down tight to construction . B . Plenums connected to concrete curbs shall be fastened with 3-in by 3-in by 1/4-in thick continuous angle of the same material as the duct. Concrete curbs will be provided under another Division . This angle shall sit on a continuous bead of caulking compound and be anchored to the curb at 16-in centers. The duct shall terminate at the curb and be fastened to the angle. A continuous bead of caulking compound shall seal the plenum to the curb . C . When exposed ducts pass through finished floors , walls or ceilings, provide angle collars completely covering space around duct. 3.08 QUALITY A . All ductwork shall be free from pulsation , chatter, vibration or objectionable noise . After system is in operation, should these defects appear they shall be corrected by removing , replacing or reinforcing the work . Sound levels shall not exceed the minimum requirement as specified in ASHRAE-Systems Volume. No discreet tones will be allowed . B. The maximum allowable leakage of low pressure system shall be 5 percent of air volume. C. The maximum allowable leakage of high pressure systems shall be one percent of air volume when tested at 100 percent of the operating static press ure . D . The Engineer reserves the right to reject acceptance of delivery of any or all pieces of equipment found upon inspection to have any or all of the following defects in the laminate: 1. Blisters 2 . Chips 3. Crazing 4 . Exposed glas s 5 . Cracks 6 . Burned areas 7 . Dry spots 8 . Foreign matter 9 . Surface porosity 10. Sharp discontinuity 11. Trapped air VC0515 Sl5 .89I 15891-9 9/30/2010 City of Fort Worth , Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Fibergl ass Ductwork and Accessories (Part n 12. Any item which does not satisfy the tolerances as specified. 3.09 CLEANING OF DUCTWORK A. All ductwork, fans, outlets and other parts of the ductwork systems shall be maintained in a clean condition during installation . B . Complete ductwork systems shall be cleaned prior to testing and air balancing. Cheese cloth shall be secured over all openings of the ductwork system for entrapment of dirt during the cleaning operation. 3 .10 PAINTING A. Louver blank-off panels and ductwork visible through louvers in exterior walls are to be painted black . Painting shall be performed under this Section and shall be as specified in Division 9 . 3.11 PLENUMS A. Fresh air inlet and exhaust air plenums at louvers or otherwise subject to weather entrainment shall be sealed water tight at all bottom joints and seams and up all vertical seams for a minimum of 12-in. After application excess sealant shall be removed before setting hard . Where possible fresh air inlet and exhaust air plenums shall pitch down towards the louver. Where it is not possible to pitch the plenum a 1-in capped drain connection shall be provided at the low point of the plenum . 3 .12 TEST PORTS A. Where shown on the Drawings and where required for testing and balancing instrument insertion ports shall be provided. Size and location of ports shall be coordinated with the contractor performing air balancing . Ports shall be sealed with plastic snap lock plugs. When the ductwork will be insulated the port shall be extended to the face of the insulation and the vapor barrier sealed to the port. B. In round ductwork provide 2 ports 90 degrees on centers. In rectangular ductwork provide ports as required by AABC or NEBB for a full traverse measurement. C. As a minimum , ports shall be provided in the following connection s : 1. All duct mains . 2. All duct branches unless all connections are diffusers , regi sters, or grilles and the total can be calculated by summing the readings for all of the connections . 3 . All connections to tanks or hoods where there is no other access for taking a measurement. D. A main duct is defined as one of the following: 1. A duct serving five or more outlets. 2 . A duct serving two or more branch ducts . VC0515Sl5.891 15891-10 9/30/2010 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Fiberglass Ductwork and Accessories (Part I) 3. A duct emanating from a fan or plenum. 4. All remaining ducts are considered branch ducts . END OF SECTION VC0515Sl5 .891 15891-11 9/30/2010 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Underground Odor Control Piping (Part I) PART 1 -GENERAL SECTION 15892 UNDERGROUND ODOR CONTROL PIPING 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 DEFINITIONS A. ABS: Acrylonitrile-butadiene-styrene plastic. B. HDPE: High-density polyethylene plastic. C. TPE: Thermoplastic elastomer. 1.03 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working- pressure, unless otherwise indicated: 1. Odor Control Piping: -1 O" of water. 1.04 SUB MITT ALS A. Product Data: For pipe, tube, fittings, and couplings. B. Field quality-control inspection and test reports. 1.05 QUALITY ASSURANCE A. Piping materials shall bear label, stamp, or other markings of specified testing agency. PART 2-PRODUCTS (NOT USED) PART 3 -EXECUTION 3 .01 EXCAVATION A. Refer to Division 2 Section "Earthwork" for excavating, trenching, and backfilling. 3.02 PIPING APPLICATIONS VC0515Sl5.892 15892 -1 9/30/2010 City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Underground Odor Control Piping (Part I) 1. Underground drainage piping shall be HDPE manufactured to IPS dimensions and the wall thickness shall be equal to SDR 32.5. 3.03 PIPING INSTALLATION A. Basic piping installation requirements are specified in Division 15 Section "Basic Mechanical Materials and Methods ." B. Install piping in locations indicated . C. Do not cover or put piping into operation until it is inspected and approved by City and Engineer 3.04 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Use transition fitting to join dissimilar piping materials. 3.05 FIELD QUALITY CONTROL A. During installation, notify City and Engineer at least 24 hours before inspection must be made . l. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in. B. Reinspection: If authorities having jurisdiction find that piping will not pass inspection, make required corrections and arrange for reinspection . C. Pipe, tubing and fittings shall be homogenous throughout, and free of visible cracks, holes, foreign inclusions, blisters, dents or other injurious defects. The pipe, tubing and fittings shall be as uniform as commercially practicable in color, opacity, density and other physical properties . 3.06 CLEANING A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect open ends during remainder of construction period to avoid infiltration with dirt and debris and to prevent damage from traffic and construction work. C . Place plugs in ends of uncompleted piping at end of day and when work stops . END OF SECTION VC0515Sl5 .892 15892 -2 9/30/2010 PART II VCWWTP JUNCTION BOX REHABILITATION PROJECT PART II DIV1SION2 SITEWORK City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehab ilitation Projects Demolit io ns (Part II) PART I -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 02220 DEMOLITIONS 1. CONTRACTOR shall provide all labor, materials , equipment, and incidentals as shown, specified and required for demolition, removal , and disposal Work. 2. The Work under this Section includes, but is not necessarily limited to: a . Demolition and removal of existing materials and equipment as shown or indicated in the Contract Documents. The Work includes demolition of structural concrete, foundations , walls , structural steel, metals , appurtenances, piping, electrical and mechanical equipment, paving, curbs, sidewalks , fencing and similar existing facilities. 3. Demolitions and removals specified under other Sections shall comply with requirements of this Section. 4 . Perform demolition Work within area shown or indicated. 5. Pay all costs associated with transporting and, as applicable, disposing of materials and equipment resulting from demolition . B. Coordination: 1. Comply with Division 1, General Requirements in Part I of the specifications. 2 . Review procedures under this and other Sections and coordinate the Work that must be performed with or before demolition and removals . 1.2 QUALITY ASSURANCE A. Regulatory Requirements: 1. Demolition, removal, and disposal Work shall be in accordance with 29 CFR 1926.850 through 29 CFR 1926.860 (Subpart T -Demolition), and all other Laws and Regulations. 2. Comply with requirements of authorities having jurisdiction. 1.3 SUBMITTALS A. Informational Submittals: Submit the following: 1. Procedure Submittals : a. Demolition and Removal Plan: Not less than ten days prior to starting demolition Work, submit acceptable plan for demolition and removal Work, including : 3181029 02220-1 09 /23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Demolitions (Part II) 1) Plans for coordinating shut-offs , capping, temporary services, and continuing utility services 2) Other proposed procedures as applicable, 3) Equipment proposed for use in demolition operations . 4) Recycling/disposal facility(ies) proposed, including facility owner, facility name, location, processes . Include copy of appropriate permits and licenses, and compliance status. 5) Demolition operating sequences. 6) Detailed schedule of demolition Work in accordance with the accepted Process Schedule. PART 2 -PRODUCTS (NOT USED) PART 3-EXECUTION 3.1 PREPARATION A. Notification: l. At least 48 hours prior to commencing demolition or removal, notify ENGINEER in writing of planned start of demolition Work. Do not start removals without permission of ENGINEER. B. Protection of Surrounding Areas and Facilities: 1. Perform demolition and removal Work in manner that prevents damage or injury to property, structures, occupants, the public, and facilities. Do not interfere with use of, and free and safe access to and from, structures and properties. 2 . Closing or obstructing of roads, drives, sidewalks, and passageways adjacent to the Work is not allowed. Conduct the Work with minimum interference to vehicular and pedestrian traffic. 3. Provide temporary barriers, lighting, sidewalk sheds, and other necessary protection. 4 . Repair damage to facilities that are to remain. C. Existing Utilities: In addition to requirements of the General Conditions, do the following: 1. Should uncharted or incorrectly charted Underground Facilities be encountered, CONTRACTOR responsibilities shall be in accordance with the General Conditions. Cooperate with utility owner in keeping adjacent services and facilities in operation. 2. Shutdown of utility services shall be coordinated by CONTRACTOR, assisted by OWNER as required relative to contacting utility owners. 3181029 02220-2 09/23/10 / City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Demolitions (Part II) 3.2 DEMOLITION, GENERAL A. Locate construction equipment used for demolition Work and remove demolished materials and equipment to avoid imposing excessive loading on supporting walls, floors, framing, facilities, and Underground Facilities. B. Pollution Controls: Use water sprinkling, temporary enclosures , and other suitable methods to limit emissions of dust and dirt to lowest practical level. Comply with Division 1, General Requirements, and Laws and Regulations. 1. Do not use water when water may create hazardous or objectionable conditions such as icing, flooding, or pollution. 2 . Clean adjacent structures, facilities, properties, and improvements of dust, dirt, and debris caused by demolition Work, in accordance with the General Conditions. E. Demolition of Site Improvements: 1. Pavement, Sidewalks, Curbs, and Gutters: Demolition of asphalt or concrete pavement, sidewalks, curbs, and gutters, as applicable, shall terminate at cut edges . Edges shall be linear and have a vertical cut face. 2. Fencing, Guardrails, and Bollards: Remove to the limits shown or indicated on the Drawings. Completely remove below-grade posts and concrete. 3 . Manholes, Vaults, Chambers, and Handholes: Remove to the limits shown or indicated on the Drawings . F. Salvage and Ownership: CONTRACTOR shall coordinate with the OWNER to determine what items the OWNER shall keep. Materials and equipment to remain OWNER's property shall be carefully removed and appropriately handled by CONTRACTOR to avoid damage and invalidation of warranties in effect, and shall be cleaned and stored at the Site or place designated by ENGINEER or OWNER. G. Finishing of Surfaces Exposed by Removals: Unless otherwise shown or indicated in the Contract Documents, surfaces of walls, floors, ceilings, or other areas exposed by removals, and that will remain as finished surfaces, shall be repaired and re-finished with materials that match existing adjacent surface, or as otherwise approved by ENGINEER. 3.3 STRUCTURAL REMOVALS A. Remove structures to lines and grades shown or indicated, unless otherwise directed by ENGINEER. Where limits are not shown or indicated, limits shall be four inches outside item to be installed. Removals beyond limits shown or indicated shall be at CONTRACTOR's expense and such excess removals shall be reconstructed to satisfaction of ENGINEER without additional cost to OWNER. B. Recycling and Reuse of Demolition Materials: 1. All concrete, brick, tile, masonry, roofing materials, reinforcing steel , structural metals , miscellaneous metals , plaster, wire mesh, and other items contained in 3181029 02220-3 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitatio n Projects Demolitions (Part 11) or upon building or structure to be demolished shall be removed, transported, and disposed of away from the Site, unless otherwise approved by ENGINEER. 2 . Do not use demolished materials as backfill adjacent to structures , in pipeline trenches, or as subbase under pavement. C. After removing masonry walls or portions thereof, slabs, and similar work that ties in to the Work or to existing construction, neatly repair the junction point to leave exposed only finished edges and finished surfaces. D. Jambs, sills and heads of windows, passageways, doors, or other openings (as applicable) cut-in to the Work or to existing construction shall be dressed with masonry, concrete, or metal to provide smooth, finished appearance. E . Where anchoring materials, including bolts, nuts , hangers, welds, and reinforcing steel, are required to attach the Work to existing construction, provide under this Section, unless specified elsewhere in the Contract Documents. 3.4 MECHANICALREMOVALS A. Mechanical demolition and removal Work includes dismantling and removing existing piping, ductwork, pumps, equipment, tanks, and appurtenances as shown, indicated, and required for completion of the Work. Mechanical removals include cutting and capping as required, except that cutting of existing piping and ductwork to make connections is included under Division 1, General Requirements; and applicable Sections of Division 15, Mechanical. B. Demolition and Removals of Piping, Ductwork, and Similar Items: 1. Purge piping and tanks ( as applicable) of chemicals or fuel ( as applicable) and make safe for removal and capping. Remove to the extent shown or indicated existing process, water, waste and vent, chemical, gas, fuel oil, and other piping. Remove piping to the nearest solid piping support, and provide caps on ends of remaining piping. Where piping to be demolished passes through existing walls to remain, cut off and cap pipe on each side of the wall. 2. Caps, Closures, Blind Flanges, and Plugs : 318 1029 a. Provide closure pieces, such as blind flanges and caps , where shown or required to complete the Work. b. Where used in this Section, the term "cap" means the appropriate type closure for the piping or ductwork being closed, including caps, blind flanges, and other closures. c. Caps shall be compatible with the piping or ductwork to which they are attached, fluid-tight, and appropriate for the fluid conveyed in the pipe or duct. d . Unless otherwise shown or indicated, caps shall be mechanically fastened , fused , or welded to pipe or duct. Plug piping with means other than specified in this Section only when so shown or indicated in the Contractor Documents or when allowed by ENGINEER. 02220-4 09/23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No . 3 and Part II -Junction Bo x Rehabil itatio n Proj ec ts Demolitions (Part II) 3 . When Underground Facilities are altered or removed, properly cut and cap piping left in place, unless otherwise shown or indicated. 4. Remove waste and vent piping, and ductwork to extent shown and cap as required. Where demolished vent piping, stacks, and ductwork passes through existing roofing, patch the roof with the same or similar materials. Completed patch shall be watertight and comply with roofing manufacturer's recommendations . 5. Modifications to potable water piping and other plumbing and heating system work shall comply with Laws and Regulations. All portions of potable water system that have been modified or opened shall be hydrostatically tested and disinfected in accordance with the Contract Documents, and Laws and Regulations . Hydrostatically test other, normally pressurized, plumbing piping and heating piping. C . Equipment Demolition and Removals : 1. To the extent shown or indicated, remove existing sluice gates , stems , and stem guides . 2. Where required, disassemble equipment to avoid imposing excessive loading on supporting walls, floors, framing, facilities, and Underground Facilities. Disassemble equipment as required for access through and egress from building or structure. Disassembly shall comply with Laws and Regulations. Provide required means to remove equipment from building or structure. 3. Remove control panels, operator stations, and instruments associated with equipment being removed, unless shown or indicated otherwise. 4. Remove equipment supports as applicable, anchorages, base, grout, and piping. Remove small-diameter piping back to header unless otherwise indicated. 5. Remove access platforms, ladders, and stairs related to equipment being removed, unless otherwise shown or indicated. 3.5 ELECTRICAL REMOVALS A . Electrical demolition Work includes removing existing transformers , distribution switchboards , control panels, motors, conduit and raceways, cabling, poles and overhead cabling, panelboards , lighting fixtures , switches, and miscellaneous electrical equipment, as shown, specified, or required. B. Remove existing electrical equipment and fixtures to avoid damaging systems to remain, to keep existing systems in operation, and to maintain integrity of grounding systems. C. Remove or modify motor control centers and switchgear as shown or indicated. Modified openings shall be cut square and dressed smooth to dimensions required for installation of equipment. 3181029 02220-5 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Ba r Screen Build ing No . 3 and Part II -Junction Box Rehabilitation Proj ects D emolitions (Part II ) D. Disconnect and remove motors, control panels, and other electrical gear where shown or indicated . Motors, microprocessors and electronics , other electrical gear to be reused shall be stored in accordance with Division 1, General Requirements. E. Cables in conduits to be removed shall be removed back to the power source or control panel, unless otherwise shown or indicated. Verify the function of each cable before disconnecting and removing. F . Conduits, raceways , and cabling shall be removed where shown or indicated. Abandoned conduits concealed in floor, ceiling slabs, or in walls shall be cut flush with the slab or wall ( as applicable) at point of entrance, suitably capped, and the area repaired in a flush, smooth manner acceptable to ENGINEER. Exposed conduits , junction boxes, other electrical appurtenances, and their supports shall be disassembled and removed. Repair all areas of the Work to prevent rusting on exposed surfaces. F. Conduits in Underground Facilities not scheduled for reuse shall be suitably capped watertight where each enters building or structure to remain. G. Where shown or indicated, remove direct burial cable. Openings in buildings for entrance of direct burial cable shall be patched with repair mortar or other material approved by ENGINEER for this purpose, and made watertight. H. Existing poles and overhead cables shall be removed or abandoned as shown and specified. Existing substation( s) and poles owned by electric utility will be removed by the electric utility. Completely remove from Site poles not owned by electric utility and shown or indicated for removal. Make necessary arrangements with electric utility for removal of utility company's transformers and metering equipment after new electrical system has been installed and energized. I. Lighting fixtures, wall switches, receptacles, starters, and other miscellaneous electrical equipment, not designated as remaining as OWNER's property, shall be removed and properly disposed off-Site as required. 3.6 DISPOSAL OF DEMOLITION DEBRIS A. Remove from the Site all debris , waste, rubbish, and material resulting from demolition operations and equipment used in demolition Work. Comply with the General Conditions and Division 1, General Requirements. B. Transportation and Disposal : 1. Non-hazardous Material: Properly transport and dispose of non-hazardous demolition debris at appropriate landfill or other suitable location, in accordance with Laws and Regulations . Non-hazardous material does not contain Asbestos , PCBs , Petroleum, Hazardous Waste , Radioactive Material, or other material designated as hazardous in Laws and Regulations . 3181029 02220-6 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Demolitions (Part II) 2 . Hazardous Material: When handling and disposal of hazardous materials is included in the Work, properly transport and dispose of hazardous materials in accordance with the Contract Documents and Laws and Regulations. C . Submit to ENGINEER information required in this Section on proposed facility(ies) where demolition material will be recycled. Upon request, ENGINEER or OWNER, shall be allowed to visit recycling facility(ies) to verify adequacy and compliance status. During such visits , recycling facility operator shall cooperate and assist ENGINEER and OWNER. + + END OF SECTION + + 3181029 02220-7 09 /23/10 City o f Fort Worth -Village C re ek Wastewater Tre atment Plant Part I -Modifications to Bar Screen Build ing N o . 3 and P art II -Junctio n Box Rehab ilitati on Proj ects Excavation and Backfill (Part II ) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : SECTION 02315 EXCAVATION AND BACKFILL 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals required to perform all excavating, backfilling, filling and grading, and disposing of earth materials as shown, specified, and required for construction of structures, manholes , vaults, conduits, pipelines, roads, and other facilities required to complete the Work in every respect. 2. All necessary preparation of subgrade for slabs and pavements is included. 3. All temporary means needed to prevent discharge of sediment to water courses from dewatering systems or erosion are included. 4. No classification of excavated materials will be made. Excavation includes all materials regardless of type, character, composition, moisture, or condition thereof, except rock which is under Division 2, Site Work. B. Related Sections: 1. Division 2, Site Work. 2 . Section 15071 -FRPMP Pipe 1.2 REFERENCES A. Standards referenced in this Section are listed below: 1. American Institute of Steel Construction, (AISC): a. AISC Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings . 2. American Society for Testing and Materials , (ASTM): 3181029 a. ASTM A 36, Specification for Structural Steel. b. ASTM A 328, Specification for Steel Sheet Piling. c. ASTM D 422 , Method for Particle-Size Analysis of Soils . d . ASTM D 427, Test Methods for Shrinkage Factors of Soils by the Mercury Method. e. ASTM D 1556 , Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method. f. ASTM D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56 ,000 ft 16/cu ft) (2 ,700 KN-m/cum). g . ASTM D 2166, Test Method for Unconfined Compressive Strength Of Cohesive Soils . h. ASTM D 2922, Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 02315 -1 09 /23 /10 City o f Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill (Part II) 1.3 1. ASTM D 4318 , Test Method for Liquid Limit, Plastic Limit and Plasticity fudex of Soils . 3 . Occupational Safety and Health Administration, (OSHA): a . OSHA Standard, Title 29, Code of Federal Regulations , Part 1926, Section .650 (Subpart P -Excavations). 4 . Uniform Building Code, (UBC). QUALITY ASSURANCE A . Testing Services: 1. General: Testing of materials, testing for moisture content during placement and compaction of fill materials, and of compaction requirements for compliance with technical requirements of these Specifications shall be performed by a testing laboratory as specified in Division 1, General Requirements. 2. OWNER'S Testing Agency Scope: a. Test CONTRACTOR'S proposed materials in the laboratory and field for compliance with these Specifications. b. Perform field moisture content and density tests to assure that the specified compaction of backfill materials has been obtained. c. Report all test results to the ENGINEER and CONTRACTOR. 3 . Authority and Duties of OWNER'S Testing Agency: Technicians representing the testing laboratory shall inspect the materials in the field and perform tests and shall report their findings to the ENGINEER and CONTRACTOR. When the materials furnished or the Work performed fails to fulfill Specification requirements, the technician will direct the attention of the ENGINEER and CONTRACTOR to such failure. a. The technician shall not act as foreman or perform other duties for CONTRACTOR. Work will be checked as it progresses, but failure to detect any defective Work or materials shall not in any way prevent later rejection when such defect is discovered, nor shall it obligate the ENGINEER for fmal acceptance. Technicians are not authorized to revoke , alter, relax, enlarge, or release any requirements of the Contract Documents, nor to approve or accept any portion of the Work. 4. Responsibilities and Duties of CONTRACTOR: 3181029 a. The use of testing services shall in no way relieve CONTRACTOR of the responsibility to furnish materials and construction in full compliance with the Contract Documents . b . To facilitate testing services, CONTRACTOR shall: 1) Secure and deliver to the ENGINEER or to the testing agency, without cost, preliminary representative samples of the materials he proposes to use and which are required to be tested. 2) Furnish such casual labor as is necessary to obtain and handle samples at the Site or at other sources of material. 3) Advise the OWNER'S testing agency at least two days in advance of any backfill operations to allow for completion of quality tests and for the assignment of personnel. 02315-2 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill (Part II) 3181029 c. CONTRACTOR'S Testing Service shall inspect and approve subgrades and fill layers before further construction Work is performed thereon. d. It shall be the responsibility of CONTRACTOR to accomplish the specified compaction for backfill, fill, and other earthwork. It shall be the responsibility of CONTRACTOR to control his operations by confirmation tests to verify and confirm that CONTRACTOR has complied, and is complying at all times, with the requirements of these Specifications concerning compaction, control, and testing. e. The frequency of CONTRACTOR'S confirmation tests shall be not less than as follows; each test location for trenches shall include tests for each layer, type, or class of backfill from bedding to finish grade. 1) Trenches for structures, and underground ductbanks: a) In Open Fields: Two locations every 1,000 linear feet. b) Along Dirt or Gravel Roads or Off Traveled Right-of-Way: Two locations every 500 linear feet. c) Crossing Paved Roads: Two locations along each crossing. d) Under Pavement Cuts or Within Two Feet of Pavement Edges: One location every 400 linear feet. 2) For Structural Backfill: On 30-foot intervals on all sides of the structure for every compacted lift, but no less than one per lift on each side of the structure for structures less than 60 feet long on a side. 3) In Embankment or Fill: One per 1,000 square feet on every compacted lift. 4) Base Material: One per 1,000 square feet on every compacted lift. f. Copies of the test reports shall be submitted promptly to the ENGINEER. CONTRACTOR'S tests shall be performed by a soils testing laboratory acceptable to the ENGINEER. g. CONTRACTOR shall demonstrate the adequacy of compaction equipment and procedures before exceeding any of the following amounts of earthwork quantities: 1) 200 linear feet of trench backfill. 2) 10 cubic yards of structural backfill. 3) 100 cubic yards of embankment work. 4) 50 cubic yards of base material. h. Until the specified degree of compaction on the previously specified amounts of earthwork is achieved, no additional earthwork of the same kind shall be performed. 1. Periodic compliance tests will be made by the ENGINEER to verify that compaction is conforming to the requirements previously specified, at no cost to CONTRACTOR. CONTRACTOR shall remove the overburden above the level at which the ENGINEER wishes to test and shall backfill and recompact the excavation after the test is complete. J . If compaction fails to conform to the specified requirements , CONTRACTOR shall remove and replace the backfill at proper density or shall bring the density up to specified level by other means acceptable to the ENGINEER. Subsequent tests required to confirm and verify that the 02315-3 09 /2 3/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and B ackfill (Part II) reconstructed backfill has been brought up to specified density shall be paid by CONTRACTOR. CONTRACTOR'S confirmation tests shall be performed in a manner acceptable to the ENGINEER. Frequency of confirmation tests for remedial Work shall be double that amount specified for initial confirmation tests. B. Permits and Regulations: l. Obtain all necessary permits for work in roads, rights-of-way, railroads , etc. Also, obtain permits as required by local , state and federal agencies for discharging water from excavations. 2. Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. 1.4 SUBMITTALS A. Excavation Plan: Prior to start of excavation operations, submit written plan to demonstrate compliance with OSHA Standard 29 CFR Part 1926.650. As a minimum, excavation plan shall include: 1. Name of competent person. 2. Excavation method(s) or protective system(s) to be used. 3. Copies of "manufacturer's data" or other tabulated data if protective system( s) are designed on the basis of such data. C. Shop Drawings: Submit the following: 1. Sheeting and bracing, or other protective system(s). 2 . Dewatering system. Shop Drawings shall be prepared by a Registered Professional Engineer recognized as expert in the specialty involved. Also, submit for approval, calculations and all other pertinent information. CONTRACTOR, however, will be responsible for designing, installing, operating and maintaining the system( s) as required to satisfactorily accomplish all necessary sheeting, bracing, protection, and dewatering. D . Test Reports -Borrow, Backfill and Grading: 1. Testing laboratory shall submit copies of the following reports directly to ENGINEER, with copy to CONTRACTOR: a. Tests on borrow material. b. Tests on footing subgrade. c. Field density tests. d . Optimum moisture -maximum density curve for each soil used for backfill. e. Tests of actual unconfined compressive strength or bearing tests of each strata . E. Submit samples of all select fill , gravel and base materials required. 1. Deliver samples to Engineer. 3181029 02315-4 09 /23/1 0 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction B ox Rehabilitation Projects Excavation and Backfill (Part II ) 1.5 JOB CONDITIONS A. Subsurface Information: Refer to Supplementary Conditions for Data on subsurface conditions. Data is not intended as a representation or warranty of continuity of conditions between soil borings nor of groundwater levels at dates and times other than date and time when measured. OWNER will not be responsible for interpretations or conclusions drawn therefrom by CONTRACTOR. Data is solely made available for the convenience of CONTRACTOR. 1. Additional test borings and other exploratory operations may be made by CONTRACTOR, at no additional cost to the OWNER. B. Existing Structures: The Drawings show certain surface and underground structures adjacent to the Work. This information has been obtained from existing records. It is not guaranteed to be correct or complete and is shown for the convenience of CONTRACTOR. CONTRACTOR shall explore ahead of the required excavation to determine the exact location of all structures . They shall be supported and protected from damage by CONTRACTOR. If they are broken or damaged, they shall be restored immediately by CONTRACTOR at his expense . C . Existing Utilities : Locate existing underground utilities in the areas of the Work. If utilities are to remain in place, provide adequate means of protection during all operations . 1. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult piping or utility owner and ENGINEER immediately for directions as to procedure. Cooperate with OWNER and utility owner in keeping services and facilities in operation. Repair damaged utilities to satisfac- tion of utility owner. 2. In general, service lines to individual houses and businesses are not shown ; however, CONTRACTOR shall assume that a service exists for each utility to each house or business. 3. Do not interrupt existing utilities serving facilities occupied and used by OWNER or others, except when permitted in writing by ENGINEER and then only after acceptable temporary utility services have been provided. 4. Demolish and completely remove from the Site existing underground utilities indicated to be removed . Coordinate with utility companies for shut-off of services if lines are active. D . Use of Explosives : 2. The use of explosives will not be permitted. E. Protection of Persons and Property: Barricade open excavations occurring as part of the Work and post with warning lights. Operate warning lights during hours from dusk to dawn each day and as otherwise required . 1. Protect structures , utilities , sidewalks, pavements , and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. 3181029 02315-5 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill (Part II) F . Dust Control: Conduct all operations and maintain areas of activity, including watering of operations , sweeping and sprinkling of roadways, to minimize creation and dispersion of dust. G . Roadways and Walks : Unless otherwise approved by ENGINEER, excavated material and materials of construction shall be so deposited, and the Work shall be so conducted, as to leave open and free for pedestrian traffic all crosswalks, and for vehicular traffic a roadway not less than ten feet in width. All hydrants, valves, fire alarm boxes , letter boxes, and other facilities which may require access during construction shall be kept accessible for use. During the progress of the Work, CONTRACTOR shall maintain such crosswalks, sidewalks, and roadways in satisfactory condition and the Work shall at all times be so conducted as to cause a minimum of inconvenience to public travel, and to permit safe and convenient access to private and public property along the line of the Work. PART 2-PRODUCTS 2.1 SOIL MATERIALS A. Backfill and Fill: 1. Materials acceptable for use as backfill against walls, foundations, underground ductbanks, and other structures shall be stockpiled native sandy clay or granular soils obtained from on-site excavations and which are uniformly mixed, contain no organic matter, nor contain rocks or fragments greater than 4-inches in size, nor have greater than 40 percent passing the 200 sieve. The maximum expansion of on-site materials shall be 1.5 percent as performed on a sample remolded to approximately 95 percent of the maximum dry density as determined in accordance with ASTM D 698 at two percent below optimum moisture content under a 100 psf surcharge pressure. 2. Backfill and fill materials from off-site sources shall consist of silty or clayey sand soils that are uniformly mixed contain no organic matter and which have a Plasticity Index less than ten. The maximum particle size ofimported soils shall be 4-inches or less, if required to satisfy trenching, landscaping, or other requirements . The maximum expansion of off-site materials shall be 1.5 percent as performed on a sample remolded to approximately 95 percent of the maximum dry density as determined in accordance with ASTM D 698 at two percent below optimum moisture content under a 100 psf surcharge pressure. 3 . All materials for use as backfill and fill material shall be tested by the laboratory and approved by the ENGINEER. 4. If on-site material is unsuitable as determined by the ENGINEER, select backfill or approved off-site fill shall be used. 5 . Fill adjacent to structures is classified as backfill to a distance measured horizontally from the structure that is equal to the depth from the finished grade. 3181029 02315-6 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building N o. 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill (Part II) Outside these limits the fill is classified as embankments , unless otherwise specified . B. Select Backfill: 1. Select Backfill for use beneath structures , concrete slabs and asphalt pavements (and where shown or specified below and around structures) shall be crushed aggregate conforming to the requirements below: Sieve Sizes (Square Openings) Percentage by Weight Passing Sieve 1-1/4-inch 100 No.4 38 to 65 No. 8 25 to 60 No.30 10 to 40 No . 200 3 to 12 D. Drainage Fill: 1. Washed, uniformly graded mixture of crushed stone, or crushed or uncrushed gravel, with 100 percent passing a 1-1/2 inch sieve and not more than five percent passing a No. 4 sieve . Crushed stone and gravel shall be crushed rock or gravel conforming to the requirements of Division 2, Site Work. E . Sand : 1. Sand for use as embedment material around plastic pipes (PVC , CPVC , FRP Duct, HDPE Duct) shall consist of natural or manufactured granular material. 2 . Sand material shall contain no organic material. Sand shall be nonplastic , when tested in accordance with ASTM D 4318 , 100 percent shall pass a 1/2 -inch screen and no more than 20 percent shall pass a No. 200 screen. 3. The sand shall be deposited in uniform layers not to exceed 6-inches in uncompacted thickness . The backfill shall be compacted to not less than 95 percent of laboratory maximum density as determined by ASTM D 698 . 4. All material for sand must be tested and approved by the ENGINEER . 5 . No sand shall be placed without the approval of the ENGINEER. F . Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone , crushed slag , or natural or crushed sand, approved by ENGINEER. G . General Backfill and Fill Materials: 1. Provide approved soil materials for backfill and fill , free of clay, rock or gravel larger than 3-inches in any dimension, debris, waste, frozen materials, vegetation and other organic matter and other deleterious materials . Previously excavated materials meeting these requirements may be used for backfill. 3181029 02315-7 09 /23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and P art II -Junction B ox Reh abilitation Projects Excavation and Backfill (Part II) PART 3 -EXECUTION 3.1 INSPECTION A. Provide ENGINEER with sufficient notice and with means to examine the areas and conditions under which excavating, filling, and grading are to be performed. ENGINEER will notify CONTRACTOR, in writing, if conditions are found that may be detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in an acceptable manner. 3 .2 TEST PITS A. General : I. CONTRACTOR shall excavate and backfill, in advance of the construction, test pits to determine conditions or location of the existing utilities and structures. CONTRACTOR shall perform all the Work required in connection with excavating, stockpiling, maintaining, sheeting, shoring, backfilling and replacing pavement for the test pits. a. CONTRACTOR shall be responsible for the definite location of each existing facility involved within the area of excavation for the Work under this Contract. Care shall be exercised during such location work to avoid damaging and/or disrupting the affected facility. CONTRACTOR shall be responsible for repairing, at his expense, damage to any structure, piping, or utility caused by his Work. B. No separate payment will be made for test pits shown. C. Payment for test pits directed by ENGINEER will be paid for under the unit price bid. D. No separate payment will be made for test pits made by CONTRACTOR for his own use. 3.4 EXCAVATION A . Perform all excavation required to complete the Work as shown, specified and required. Excavations shall include earth, sand, clay, gravel, hardpan, boulders not requiring drilling and blasting for removal, decomposed rock, pavements, rubbish and all other materials within the excavation limits , except rock. Where the excavation is in rock, the rock shall be removed as specified under Division 2, General Requirements. 3181029 02315-8 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Excavation and Backfill (Part II) B. Excavations for structures and pipelines shall be open excavations. Provide excavation protection system( s) required by ordinances , codes, law and regulations to prevent injury to workmen and to prevent damage to new and existing structures or pipelines . Unless shown or specified otherwise, protection system(s) shall be utilized under the following conditions . 1. Excavation Less Than Five Feet Deep: Excavations in stable rock or in soil conditions where there is no potential for a cave-in may be made with vertical sides. Under all other conditions, excavations shall be sloped and benched, shielded, or shored and braced. 2. Excavations Greater Than Five Feet Deep: Excavations in stable rock may be made with vertical sides . Under all other conditions, excavations shall be sloped and benched, shielded or shored and braced. 3. Excavation protection system( s) shall be installed and maintained in accordance with drawings submitted under Article 1.4 of this Section. C. Where the structure or pipeline is to be placed below the ground water table, well points, cofferdams or other acceptable methods shall be used to permit construction of said structure or pipeline under dry conditions. Dry conditions shall prevail until concrete has reached sufficient strength to withstand earth and hydrostatic loads and until the pipelines are properly jointed, tested and backfilled. In addition, protect excavation from flooding until all walls and floor framing up to and including grade level floors are in place and backfilling has begun. Water level shall be maintained below top of backfill at all times . D . Pumping of water from excavations shall be done in such a manner to prevent the carrying away of unsolidified concrete materials , and to prevent damage to the existing subgrade. E . The elevation of the bottom of footings shown shall be considered as approximate only and ENGINEER may direct such changes in dimensions and elevations as may be required to secure a satisfactory footing . All structure excavations shall be hand-trimmed to permit the placing of full widths, and lengths of footings on horizontal beds . Rounded and undercut edges will not be permitted. F . When excavations are made below the required grades , without the written order of ENGINEER, they shall be backfilled with compacted gravel or concrete, as directed by ENGINEER in writing, at the expense of CONTRACTOR. G. Excavations shall be extended sufficiently on each side of structures , footings, etc ., to permit setting of forms, installation of shoring or bracing or the safe sloping of banks. H. Subgrades for roadways , structures and trench bottoms shall be firm , dense , and thoroughly compacted and consolidated; shall be free from mud, muck, and other soft or unsuitable materials; and shall remain firm and intact under all construction operations. Subgrades which are otherwise solid, but which become soft or mucky on top due to construction operations, shall be r einforced with crushed s tone or 3181029 02315 -9 09 /23 /10 City ofFort Worth -V illa ge Cree k Wastewater Treatment Pl ant Part I -Modifica tions to B ar Screen Buil d ing No . 3 and Part II -Junctio n B ox Rehab ilitation Projects Excavation and Backfill (P art II ) gravel. The finished elevation of stabilized subgrades shall not be above subgrade elevations shown. I. Pipe Trench Preparation: l . No more than 200 feet of trench may be opened in advance of pipe laying. 2 . Trench width shall be minimized to greatest ex tent practical but shall conform to the following: a. Sufficient to provide room for installing, jointing and inspecting piping, but in no case wider at top of pipe than pipe barrel OD plus two feet. b. Enlargements at pipe joints may be made if required and approved by ENGINEER. c. Sufficient for shoring and bracing, or shielding and dewatering . d. Sufficient to allow thorough compaction of backfill adjacent to bottom half of pipe. e . Do not use excavating equipment which requires the trench to be excavated to excessive width . 3 . Depth of trench shall be as shown. If required and approved by ENGINEER, in writing, depths may be revised. J . Material Storage: Stockpile satisfactory excavated materials in approved areas, until required for backfill or fill. Place, grade and shape stockpiles for proper drainage . l . Locate and retain soil materials away from edge of excavations. 2. Dispose of excess soil material and waste materials as specified hereinafter. 3 . Stockpiled excavated soils for use as subsequent fill shall be classified by laboratory as on-site granular or sandy clay soils. Use and placement of fill shall be performed as specified for each class . 4 . Excess soil from excavations shall be disposed of off-site . Disposal shall be in accordance with state and local regulatory requirements. K. Where ENGINEER considers the existing material beneath the bedding material unsuitable, CONTRACTOR shall remove and replace it with select backfill. 3.5 UNAUTHORIZED EXCAVATION A . All excavation outside the lines and grades shown, and which is not approved by ENGINEER, together with the removal and disposal of the associated material shall be at CONTRACTOR'S expense. Unauthorized excavations shall be filled and compacted with select backfill by CONTRACTOR at his expense. 3.6 EROSION CONTROL, DRAINAGE AND DEWATERING A . Erosion Control: l . In general , the construction procedures outlined herein shall be implemented to assure minimum damage to the env ironment during construction. CONTRACTOR shall take any and all additional measures required to conform 318102 9 02 315 -10 09/23/1 0 Ci ty ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Scree n Building No . 3 and Pa rt II -Juncti on Box Rehab ilitation Proj ects Excavat io n and Backfill (Part II) to the requirements of applicable codes and regulations , and the requirements specified in Division 1, General Requirements. 2. Whenever possible, access and temporary roads shall be located and constructed to avoid environmental damage. Provisions shall be made to regulate drainage , avoid erosion and minimize damage to vegetation. 3. Where areas must be cleared for storage of materials or temporary structures , provisions shall be made for regulating drainage and controlling erosion, subject to the ENGINEER'S approval. 4 . Temporary measures shall be applied to control erosion and to minimize the silting of the existing waterways, and natural ponding areas . Such measures shall include, but are not limited to , the use of berms , baled straw silt barriers , gravel or crushed stone, mulch, slope drains and other methods . These temporary measures shall be applied to erodible materials exposed by any activities associated with the construction of this Work. a . Special care shall be taken to eliminate depressions that could serve as mosquito pools. b. Temporary measures shall be coordinated with the construction of permanent drainage facilities and other Work to the extent practicable to assure economical, effective , and continuous erosion and silt control. c . CONTRACTOR shall provide special care in areas with steep slopes. Disturbance of vegetation shall be kept to a minimum to maintain stability. 5. Remove only those shrubs and grasses that must be removed for construction. Protect the remainder to preserve their erosion-control value . 6 . Install erosion and sediment control practices where shown on the Drawings and according to applicable standards , codes and specifications. The practices shall be maintained in effective working condition during construction and until the drainage area has been permanently stabilized. 7 . Mulching shall be used for temporary stabilization. a. Suitable Materials for Mulching: 1) Unrotted Straw or Salt Hay: 1-1/2 to 2 tons/acre . 2) Asphalt Emulsion or Cutback Asphalt: 600 to 1200 gal./acre . 3) Wood-fiber or Paper-fiber (hydroseeding): 1500 lbs./acre . 4) Mulch netting (paper, jute, excelsior, cotton or plastic). b . Straw or salt hay mulches should be immediately anchored using peg and twine netting or a mulch anchoring tool or liquid mulch binders . 8. After stabilization, remove all straw bale dikes, debris, etc., from the Site . 9 . In the event of any temporary Work stoppage, CONTRACTOR shall take steps any temporary or environmental damage to the area undergoing construction . 10. In the event CONTRACTOR repeatedly fails to satisfactorily control erosion and siltation, the OWNER reserves the right to employ outside assistance or to use its own forces to provide the corrective measures indicated. The cost of such work, plus engineering costs, will be deducted from monies due CONTRACTOR. 11. CONTRACTOR shall prevent blowing and movement of dust from exposed soil surfaces and access roads to reduce on and off-site damage and health hazards. 3181029 02315 -11 09 /23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buil din g No . 3 an d Part II -Junction Box Reha bil itation Projects Excavation and Backfill (Part II) Control may be achieved by irrigation in which the Site shall be sprinkled with water until the surface is moist. The process shall be repeated, as required . B. Drainage and Dewatering: 1. CONTRACTOR shall provide and maintain adequate drainage and dewatering equipment to remove and dispose of all surface water and ground water entering excavations, or other parts of the Work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, therein is inspected by the ENGINEER and backfill operations have been completed and approved. a. The different working areas on the Site shall be kept free of surface water at all times. CONTRACTOR shall install drainage ditches and dikes and shall perform all pumping and other Work necessary to divert or remove rainfall and all other accumulations of surface water from the excavations and fill areas. The diversion and removal of surface water shall be performed in a manner that will prevent the accumulation of water behind temporary structures or at any other locations within the construction area where it may be detrimental. b. Water used for working or processing, resulting from dewatering operations, or containing oils or sediments that will reduce the quality of the water downstream of the point of discharge, shall not be directly discharged. Such waters shall be diverted through a settling basin or filter before being discharged. c. CONTRACTOR will be held responsible for the condition of any pipe, conduit or channel used for drainage purposes and all such pipes, conduits or channels shall be left clean and free of sediment. d. Remove water from excavations as fast as it collects. 2. CONTRACTOR shall provide, install and operate sufficient trenches, sumps, pumps, hose, piping, well points, deep wells, etc., necessary to depress and maintain the ground water level below the base of the excavations during all stages of construction operations. The ground water table shall be lowered in advance of excavation, for a sufficient period of time so as to permit dewatering of fine grain soils, and maintained two feet below the lowest subgrade excavation made until the structure has sufficient strength and weight to withstand horizontal and vertical soil and water pressures from natural ground water. The system shall be operated on a 24-hour basis and standby pumping facilities and personnel shall be provided to maintain the continued effectiveness of the system. If, in the opinion of the ENGINEER, the water levels are not being lowered or maintained as required by these Specifications, CONTRACTOR shall install additional or alternate dewatering devices as necessary, at no additional cost to the OWNER. 3181029 a. Elements of the system shall be located so as to allow a continuous dewatering operation without interfering with the construction of the permanent Work. Where portions of the dewatering system are located in the area of permanent construction, CONTRACTOR shall submit details of 02315-12 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavatio n and Backfill (Part II) the methods he proposes to construct the permanent Work in this location for the approval of the ENGINEER. Controls of ground water shall continue until the permanent construction provides sufficient dead load to withstand the hydrostatic uplift of the normal ground water, until concrete has attained sufficient strength to withstand earth and hydrostatic loads, and until all waterproofing Work has been completed. Dispose of all water removed from the excavation in such a manner so as not to endanger any portion of the Work under construction or completed. Convey water from the excavations in a closed conduit. Before discontinuing dewatering operations or permanently permitting the rise of the ground water level, computations shall be made to show that any structure affected by the water level rise is protected by backfill or other means to sustain uplift. Use a safety factor of 1.25 when making these computations. b . Dewatering operations shall not be discontinued without the prior authorization of the ENGINEER. c. Design of dewatering system, including both drawings and calculations , shall be performed by a Registered Professional Engineer in the State of Texasand shall be employed by CONTRACTOR. Dewatering system shall be designed so as to avoid settlement or damage to existing structures and utilities . C . Disposal of Water Removed by Dewatering System: 1. CONTRACTOR'S Dewatering System shall discharge to a junction box or manhole that is upstream of the primary clarifiers in accordance with State and Federal regulations. 2. Dispose of all water removed from the excavation in such a manner as not to endanger public health, property, or any portion of the Work under construction or completed. 3 . Dispose of water in such a manner as to cause no inconvenience to OWNER, ENGINEER, or others involved in Work about the Site. 4. Convey water from the construction Site in a closed conduit. Do not use trench excavations as temporary drainage ditches 3.7 SHEETING. SHORING AND BRACING A . General: 1. Used material shall be in good condition, not damaged or excessively pitted . All steel or wood sheeting designated to remain in place shall be new. New or used sheeting may be used for temporary work. 2 . All timber used for breast boards (lagging) shall be new or used , meeting the requirements for Douglas Fir Dense Construction grade with a bending strength not less than 1500 psi or Southern Pine No. 2 Dense. 3. All steel work for sheeting, shoring, bracing, cofferdams etc., shall be designed in accordance with the provisions of the "Specifications for the Design , 3181029 02315-13 09 /23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill (Part II) Fabrication and Erection of Structural Steel for Buildings", of the AISC, except that field welding will be permitted. 4. Steel sheet piling shall be manufactured from steel conforming to ASTM A 328 . Steel for soldier piles, wales and braces shall be new or used and shall conform toASTMA36. 5 . Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. 6. Unless otherwise shown, specified, or directed, all materials used for temporary construction shall be removed when Work is completed. Such removal shall be made in a manner not injurious to the structure or its appearance or to adjacent Work. 8. The clearances and types of the temporary structures, insofar as they affect the character of the finished Work, and the design of sheeting to be left in place, will be subject to the approval of ENGINEER; but CONTRACTOR shall be responsible for the adequacy of all sheeting, shoring, bracing, coffer-damming, etc. 9. Safe and satisfactory sheeting, shoring and bracing shall be the entire responsibility of CONTRACTOR. 10. All municipal, County, State and Federal ordinances , codes , regulations and laws shall be observed. C. Removal of Sheeting and Bracing: 1. Remove sheeting and bracing from excavations, unless otherwise directed by ENGINEER, in writing. Removal shall be done so as to not cause injury to the Work. Removal shall be equal on both sides of excavation to ensure no unequal loads on pipe or structure. 2. Defer removal of sheeting and bracing, where removal may cause soil to come into contact with concrete, until the following conditions are satisfied: a . Concrete has cured a minimum of seven days . b. Wall and floor framing, up to and including, grade level floors are in place . 3.8 TRENCH SHIELDS A. Excavation of earth material below the bottom of a shield shall not exceed the limits established by ordinances, codes, laws and regulations . B. When using a shield for pipe installation: 1. Any portion of the shield that extends below the mid-diameter of an installed rigid pipe ( e.g., PCCP) shall be raised above this point prior to moving the shield ahead for the installation of the next length of pipe . 2. The bottom of the shield shall not extend below the mid-diameter of installed flexible pipe (e.g., Steel, DI, PVC, etc.) at any time. C. When using a shield for the installation of structures, the bottom of the shield shall not extend below the top of the bedding for the structures. 3181029 02315-14 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ildi ng No . 3 and Part II -Junction Box Rehabilitation Projects Excavation and Backfill (Part II) D. When a shield is removed or moved ahead, extreme care shall be taken to prevent the movement of pipe or structures or the disturbance of the bedding for pipe or structures. Pipe or structures that are disturbed shall be removed and reinstalled as specified. 3.9 GENERAL REQUIREMENTS FOR BACKFILL AND COMPACTION A. Furnish, place and compact all select backfill, backfill, fill and other material s required for structures, embankments, pipelines, ductbanks and other requirements and required to provide the finished grades as shown and as described herein shall be furnished , placed and compacted by CONTRACTOR. B. Backfill excavations as promptly as Work permits, but not until completion of the following: 1. Acceptance by the ENGINEER of construction below finish grade, including dampproofing, waterproofing and perimeter insulation. 2. Inspection, testing, approval , and recording of locations of underground ductbanks and utilities. 3. Removal of concrete formwork. 4 . Removal of shoring and bracing, and backfilling of voids with satisfactory materials. 5. Removal of trash and debris. 6. Permanent or temporary horizontal bracing is in place on horizontally supported walls. 7. Placement of settlement plates . C. Fill containing organic materials or other unacceptable material shall be removed and replaced with approved fill material as specified. D. Placement of Select Backfill, Backfill and Fill: 1. Select backfill shall be placed to the grades shown. Bring backfill around structures and piping up evenly on all sides. The lift thickness and compaction moisture content range given herein is approximate. These values shall be finally determined from the laboratory test results on the fill materials . 2. All select backfill shall be placed in horizontal loose lifts, not exceeding 8- inches in thickness, and shall be mixed and spread in a manner assuring uniform lift thickness after placing. Each lift shall be compacted by not less than two complete coverages of the specified compactor. Select backfill shall be placed to the underside of all concrete slabs . The fill material shall extend a minimum of two feet outside the face of each structure and be 12-inches below finished grade on all structures. The maximum slope of select backfill to the subgrade shall be one vertical to one horizontal. 3 . Backfill and fill around and outside of structures and over select backfill shall be deposited in layers not to exceed 8-inches in uncompacted thickne ss and mechanically compacted, using platform type tampers . Compaction of structures backfilled by rolling will be permitted provi ded the desired 3181029 02315-15 09 /23/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Proj ects Excavation and Backfi ll (Part II) compaction is obtained and damage to the structure is prevented. Compaction of select backfill and/or backfill by inundation with water will not be permitted. All materials shall be deposited as specified herein and as shown on the Drawings. 4. The material shall be placed at a moisture content and density as specified under Paragraph 3.9.1., below . CONTRACTOR shall provide equipment capable of adding measured amounts of water to the backfill and/or select backfill material to bring it to a condition within the range of the required moisture content. CONTRACTOR shall provide equipment capable of discing, aerating, and mixing the soil to ensure reasonable uniformity of moisture content throughout the fill material and to reduce the moisture content of the borrow material by air drying, if necessary. If the sub grade or lift of earth material must be moisture conditioned before compaction, the fill material shall be sufficiently mixed or worked on the subgrade to ensure a uniform moisture content throughout the lift of material to be compacted. Materials at moisture content in excess of the specified limit shall be dried by aeration or stockpiled for drying. 5. Keep excavations dry during backfilling operations . No backfill or fill material shall be placed when free water is standing on the surface of the area where the fill is to be placed. No compaction of fill will be permitted with free water on any portion of the fill to be compacted. No fill shall be placed or compacted in a frozen condition or on top of frozen material. Any fill containing organic materials or other unacceptable material previously described shall be removed and replaced with approved fill material prior to compaction. 6. Compaction shall be performed with equipment suitable for the type of fill material being placed. CONTRACTOR shall select equipment that is capable of providing the minimum density required by these Specifications . Hand operated compacting equipment shall be used within a distance often feet from the wall of any completed below grade structure. Equipment shall be provided that is capable of compacting in restricted areas next to structures and around piping. The effectiveness of the equipment selected by CONTRACTOR shall be tested at the commencement of compacted fill Work by construction of a small section of fill within the area where fill is to be placed. If tests on this section of fill show that the specified compaction is not obtained, CONTRACTOR shall increase the amount of coverages, decrease the lift thicknesses or obtain a different type of compactor. 7. Levels of backfill against concrete walls shall not differ by more than two feet on either side of walls, unless walls are adequately braced or all floor framing is in place up to and including grade level slabs. Particular care shall be taken to compact structure backfill, which will be beneath pipes, roads, or other surface construction or structures. In addition, wherever a trench passes through structure backfill, the structure backfill shall be placed and compacted to an elevation 12-inches above the top of the pipe before the trench is excavated. Compacted areas, in each case , shall be adequate to support the item to be constructed or placed thereon. 8. The compaction requirements specified are predicated on the use of normal materials and compaction equipment. In order to establish criteria for the 3181029 02315-16 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatm ent Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Reh abilitation Projects Excavation and Backfill (Part II) placement of a controlled fill so that it will have compressibility and strength characteristics compatible with the proposed structural loadings, a series of laboratory compaction and/or compressive strength tests shall be performed on the samples of materials submitted by CONTRACTOR. From the results of the laboratory tests, the final values of the required percent compaction, the acceptable compaction moisture content range, and the maximum permissible lift thickness will be established for the fill material and construction equipment proposed. 9 . Control the water content of fill material during placement within the range necessary to obtain the compaction specified. In general, the moisture content of the fill shall be within three percent of the optimum moisture content for compaction as determined by laboratory tests . Perform all necessary Work to adjust the water content of the material to within the range necessary to permit the compaction specified. Do not place fill material when free water is standing on the surface of the area where the fill is to be placed. No compaction of fill will be permitted with free water on any portion of the fill to be compacted. 10. Compact fill shall be compacted by at least two coverages of all portions of the surface of each lift by compaction equipment. One coverage is defined as the condition obtained when all portions of the surface of the fill material have been subjected to the direct contact of the compactor. 11. If the specified densities are not obtained because of improper control of placement or compaction procedures, or because of inadequate or improperly functioning compaction equipment, CONTRACTOR shall perform whatever Work is required to provide the required densities . This Work shall include complete removal of unacceptable fill areas , and replacement and recompaction until acceptable fill is provided, at no additional cost to the OWNER. 12 . CONTRACTOR shall repair, at his own expense, any after settlement that occurs . CONTRACTOR shall make all repairs and replacements required within 30 days after notice from ENGJNEER or OWNER. E . Backfill in Electrical Ductbank Trenches : 1. Compacted backfill shall be required for the full depth of the trench, below and above the electrical ductbank. Where the trench for one ductbank passes beneath the trench for another pipe or ductbank select backfill shall be placed to the level of the bottom of the upper trench. 2 . Placement and compaction of backfill in electrical ductbank trenches shall conform to the requirements of Paragraph 3.9.D., above. F . Backfill in Pipe Trenches : 1. Place all backfilling in pipe trenches which are below structures , other pipes, or paved areas , in horiz ontal layers not exceeding 6-inches in depth and thoroughly compact each before the nex t layer is placed. In other pipe trenches , compacted layers shall be 6-inches up to the pipe center line and 8-inches thereafter. 2. Where pipe is laid in rock excav ation, of crushed stone or gravel fill shall b e carefully placed and tamped over the rock before the pipe is laid. Depth of crushed stone or gravel shall be at least 6-inches for pipe 24 -inches and smaller 3181029 02315 -17 09 /23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I - M odification s to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Excavation and Backfill (Part II ) and 9-inches for pipe 30-inches and larger. After laying pipe, the balance of the backfill shall be placed as described herein. 3 . Prior to the installation of pipes which are to be installed in fill sections, place the fill as described herein, until a minimum height of two feet above the soffit of the pipe is reached, unless otherwise required in other Sections . The fill for the trench width shall then be excavated and the pipe installed and backfilled. The remainder of the fill shall then be placed. 4 . Pipeline trenches may be backfilled prior to pressure testing, but no structure shall be constructed over any pipeline until it has been tested. 5. All pipe shall be placed on a minimum 6-inch thick layer of granular embedment material. The granular embedment material shall extend 12-inches above the top of the pipe. 6. Embedment materials both below and above the bottom of the pipe, classes of embedment to be used, and placement and compaction of embedment materials shall conform to the following requirements: a. Granular embedment shall be spread and the surface graded to provide a uniform and continuous support beneath the pipe at all points between bell holes or pipe joints. It will be permissible to slightly disturb the finished subgrade surface by withdrawal of pipe slings or other lifting tackle . After each pipe has been graded, aligned, placed in final position on the bedding material and shoved home, sufficient pipe embedment material shall be deposited and compacted under and around each side of the pipe and back of the bell or end thereof to hold the pipe in proper position and to maintain alignment during subsequent pipe jointing and embedment operations. Embedment material shall be deposited and compacted uniformly and simultaneously on each side of the pipe to prevent lateral displacement. The embedment material shall then be placed and compacted to an elevation 12-inches above the top of pipe. b. Compacted backfill shall be required for the full depth of the trench above the granular pipe embedment material. Where the trench for one pipe passes beneath the trench for another pipe or electrical ductbank, the lower trench shall be compacted to the level of the bottom of the upper trench. c. Each layer of embedment material shall be compacted by at least two complete coverages of all portions of the surface of each lift using approved compaction equipment. One coverage is defined as the conditions reached when all portions of the fill lift have been subjected to the direct contact of the compacting surface of the compactor. d. The method of compaction and the equipment used shall be appropriate for the material to be compacted and shall not transmit damaging shocks to the pipe. e. The degree of compaction required for granular embedment is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698. G . Crushed Stone Placement: 1. Crushed stone shall be placed where shown to the limits shown. 3181029 02315-18 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Excavat io n and Backfill (Part II) 2 . Crushed stone shall be place in hand tamped lifts, not to exceed 6-inches . H. Sand Placement: 1. Sand shall be placed as an envelope around PVC and CPVC pipes, FRP ducts and all pipe 2-inches and smaller. Place and compact minimum 6-inches of sand all round pipes , in 6-inch lifts , to a level 6-inches above the top of pipe. I. Compaction Density Requirements: 1. The degree of compaction required for all types of fills shall be as listed below . Material shall be moistened or aerated as necessary to provide the moisture content that will facilitate obtaining the specified compaction. Required Minimum Density- Material *Maximum Percent Compaction (ASTMD 698) Uncompacted Lift (inches) Thick.(in) Subgrade and Subbase Fill : Below concrete slabs on grade 95 Below base of footings or mats, structural slabs and tank floors 95 Below asphalt concrete paving 95 8 8 12 **Backfill : More than five feet below final grade 100 Less than five feet below grade 95 8 8 Select Backfill : Below concrete slabs or mats 95 Below asphalt paving 100 Trench Backfill, below and above ductbank:s 95 8 8 12 12 6 6 Trench Backfill above pipe 95 Granular Pipe Embedment Material 95 Sand Embedment Material 95 3181029 * ** Where applicable. Backfill shall not be used for support of facilities which are susceptible to damage from differential settlement of the fill section relative to walls. All fill must be wetted and thoroughly mixed to achieve optimum moisture content, ±three percent, with the following exceptions: On-site clayey soils optimum to plus three percent. Natural undisturbed soils or compacted soi l subsequently disturbed or removed by construction operations shall be replaced with materials compacted as specified above. 02315-19 09/23/10 City ofFort Wo rt h -V illage Creek Wastewater Treatment Plant Part I -Mod ifi catio ns to B ar Sc ree n Build ing No . 3 and Part II -Junctio n Box Rehab ilitati on Projects Excavation and Backfi ll (P art II) 2. CONTRACTOR'S testing service shall perform test s required to provide data for selection of fill material and control of placement w ater content. 3. Field den sity tests , to ensure that the specified den sity is being obtained, shall be performed by CONTRACTOR'S testing service during each day of compaction Work. 4. If the tests indicate unsatisfactory compaction, CONTRACTOR shall provide the additional compaction necessary to obtain the specified degree of compaction. All additional compaction Work shall be performed by CONTRACTOR, at no additional cost to the OWNER, until the specified compaction is obtained. This Work shall include complete removal of unacceptable (as determined by the ENGINEER) fill areas and replacement and recompaction until acceptable fill is provided. J. Replacement of Unacceptable Excavated Materials : In cases where over-excavation for the replacement of unacceptable soil materials is required , the excavation shall be backfilled to the required subgrade with select backfill material and thoroughly compacted as specified in Paragraph 3.9.I., above . Sides of the excavation shall be sloped in accordance to the max imum inclinations specified for each structure location. K . Perform backfill around structures using the specified procedures, except that within ten feet of foundations and underground structures , light compaction equipment shall be used, with the gross weight of the equipment not exceeding 7,000 pounds. Provide equipment that is capable of the required compaction within restricted areas next to structures and around piping. 3.10 EMBANKMENTS A. To the maximum extent available, use excess earth obtained from structure and trench excavations for construction of embankments. Obtain additional material from borrow pits as necessary. After preparation of the embankment area, level and roll the subgrade so that surface materials of the subgrade will be compact and well bonded with the fir st layer of the embankment. All material deposited in embankments shall be free from rocks or stones , brush, stumps, logs , roots , debris , and organic or other objectionable materials . Construct embankments in horizontal layers not exceeding 8-inches in uncompacted thickness . Spread and level material deposited by excavating and hauling equipment prior to compaction. Thoroughly compact each layer by rolling or other method acceptable to the ENGINEER to 95 percent of the maximum density at optimum moisture content as determined by ASTM D 1557. If the material fails to meet the density specified, compaction methods shall be altered . Wherever a trench passe s through a fill or embankment, the fill or embankment material shall be placed and compacted to an elevation 24-inche s abo ve th e top of the pipe before the trench is excavated. 3.11 GRADING 3181029 02315 -20 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No . 3 and Part II -Junction Box Rehabilitation Projects Ex cavation and Backfill (Part II) A. General: Uniformly grade areas within limits of grading under this Section, including adjacent transition areas. Smooth subgrade surfaces within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades . 1. Turfed Areas or Areas Covered with Gravel, Stone, Wood Chips, or Other Special Cover: Finish areas to receive topsoil or special cover to within not more than I-inch above or below the required subgrade elevations. 2. Walks: Shape surface of areas under walks to line, grade and cross-section, with finish surface not more than I-inch above or below the required subgrade elevation . 3. Pavements : Shape surface of areas under pavement to line, grade and cross-section, with finish surface not more than 1/2-inch above or below the required subgrade elevation. C . Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids , compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2-inch when tested with a ten foot straightedge. D . Compaction: 1. After grading, compact subgrade surfaces to the depth and percentage of maximum density for each area classification. 3 .12 PAVEMENT SUBBASE COURSE A. General: Place subbase material, in layers of specified thickness, over ground surface to support pavement base course. 1. Refer to Division 2 , Site Work, for paving specifications. B . Grade Control : During construction, maintain lines and grades including crown and cross-slope of subbase course . C . Shoulders: Place shoulders along edges of subbase course to prevent lateral movement. Construct shoulders of acceptable soil materials, placed in such quantity to compact to thickness of each subbase course layer. Compact and roll at least a 12- inch width of shoulder simultaneously with compacting and rolling of each layer of subbase course . D . Placing: Place subbase course material on prepared subgrade in layers of uniform thickness, conforming to indicated cross-section and thickness. Maintain optimum moisture content for compacting subbase material during placement operations. 1. When a compacted subbase course is shown to be 6-inches thick or less , place material in a single layer. When shown to be more than 6-inches thick, place material in equal layers , except no single layer more than 6-inches or less than 3- inches in thickness when compacted. 3 .13 DISPOSAL OF EXCAVATED MATERIALS 3181029 02315-21 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Jun ction Box Reh abilitation Projects Excavation and Backfill (Part II) A. Material removed from the excavations which does not conform to the requirements for fill or is in excess of that required for backfill shall be hauled away from the Site by CONTRACTOR and disposed of in compliance with ordinances, codes, laws and regulations, at no additional cost to the OWNER. 3.14 RESTORING AND RESURFACING EXISTING ROADWAYS AND FACILITIES A. Place 1-1/2 inches of temporary bituminous pavement immediately after backfilling trenches in paved roadways which are to be retained for permanent use. Maintain the surface of the paved area over the trench in good and safe condition during progress of the entire Work, and promptly fill all depressions over and adjacent to the trench caused by settlement of backfilling. The permanent replacement pavement shall be equal to that of the existing roadways, unless otherwise specified. B. Pavement, gutters, curbs, sidewalks or roadways disturbed or damaged by CONTRACTOR'S operations shall be restored by CONTRACTOR at his own expense to as good condition as they were previous to the commencement of the Work and in accordance with applicable local and state highway specifications or requirements. 3.17 TEMPORARY FENCING A. Furnish and install a temporary fence surrounding excavations and work area. Fence shall have openings only at vehicular, equipment and worker access points. B . The fence shall be a snowfence type enclosure, 48-inches high. Fence shall be constructed of vertical hardwood slats measuring 1-1/2 by 1/4-inch interwoven with strands of horizontal wire, or shall be of equivalent plastic construction. Posts shall be of steel, either U, Y, Tor channel section, and shall have corrugations, knobs, notches or studs placed and constructed to engage a substantial number offence line wire in the proper position. Posts shall have tapered anchors weighing 0.67 pounds or more, each firmly attached by means of welding, riveting or clamping. Posts shall have a nominal weight of 1/3 pound per linear foot exclusive of the anchor. Each post shall be furnished with a sufficient number of galvanized wire fasteners or clamps, of not less than 0.120-inch in diameter for attaching fence wire to the post. 3.19 FIELD QUALITY CONTROL A. Quality Control Testing During Construction: Testing service must inspect and approve subgrades and fill layers before construction Work is performed thereon. Tests of subgrades and fill layers shall be taken as follows: 1. Footing Subgrade: For each strata of soil on which footings will be placed, conduct at least one test to verify required design bearing capacities . Subsequent verification and approval of each footing sub grade may be based on a visual comparison of each sub grade with related tested strata, when acceptable to ENGINEER. 3181029 02315-22 09 /23/10 City o fFort Worth -Vi llage Creek Wastewater Treatme nt Pl ant Part I -Modificat io ns to Bar Screen Building N o . 3 and Part II -Jun ction Box Rehabili tation Proj ects Excavation and Backfill (Part II) 2 . Paved Areas and Building Slab Sub grade: Make at least one field density test of subgrade for every 2,000 square feet of paved area or building slab, but in no case less than three tests . In each compacted fill layer, make one field density test for every 2 ,000 square feet of overlaying building slab or paved area, but in no case less than three tests. 3. Foundation Wall Backfill: Take at least two field density tests, at locations and elevations as directed by the ENGINEER. B . If testing service reports or inspections show subgrade or fills are below specified density, provide additional compaction and testing at no additional cost to the OWNER. + + END OF SECTION + + 3181029 02315-23 09 /23 /1 0 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Tunnel Bore /Excavation (Part II) PART 1: GENERAL 1.1 DESCRIPTION A. Scope: SECTION 02430 TUNNEL BORE / EXCAVATION 1. The work includes initial support design, procurement, installation, and execution of Tunnel excavation by a Jacked Shield or by hand mining methods for the Junction Box Rehabilitation Project at Village Creek WWTP located in Ft. Worth, Texas. 2. All work specified is the responsibility of the Contractor, subject to the approval of the Engineer. Perform work in accordance with all current applicable regulations and codes of Federal, State, and local agencies. In the event of conflict, comply with the strictest requirements. No part of this specification shall be construed as a relaxation of any of these rules, laws, and regulations. 3. Furnish all labor, materials, and equipment required to excavate the connecting Tunnel to the minimum dimensions and grades as shown on the Drawings and as required to perform the work by use of a Jacked Shield (Shield) or by hand mining methods . 4. Construction methods shall satisfy the requirements of the section while utilizing and preserving the inherent strength of the ground surrounding the tunnel. The ground forms the foundation of the permanent support for this tunnel. Minimizing the disturbance to the ground is essential to minimizing the surface effects of the tunnel construction. 5. Excavated dimensions and arrangements shown on the Drawings for the tunnel are approximate dimensions. Subject to the approval of the Engineer, the Contractor may select such dimensions as he may require to conduct the work, based on space requirements for the equipment used, installation of components, handling of excavated material, methods of construction, and ancillary services. 6. Furnish all labor, materials and equipment to install tunnel ground support, as shown on the Drawings, for the tunnel ground support type determined during construction. The Contractor's methods of excavation shall be compatible with the requirements for the initial tunnel support, as indicated in the referenced specification items or on the Drawings. If the selected tunnel ground support type fails to provide satisfactory performance within the encountered ground conditions, the Contractor shall provide another support type with no additional cost to the Owner. 7. Furnishing all material and labor to install and maintain pumps, piping, drains and other facilities for the control, collection and disposal of groundwater and construction related water from inside the tunnel excavations . Water collected in the tunnel shall be directed to the tunnel access shaft for disposal. 8. The Contractor shall be responsible for furnishing and installing all electrical equipment required to complete the tunnel construction activities both on the surface and underground at the construction sites . The Contractor shall also furnish the electrical equipment for all of the auxiliary systems which shall include but not be limited to transformers, panel boards, security lighting, grounding, power for vent fans, sump pumps, disconnect switches, voice communication equipment, office trailers , etc . The work shall include the following: 3181029 a . Electric lines shall be sized for the loads and rated properly for the delivery voltage. b . Lighting along the length of the tunnel, in the shaft areas, and in the 02430-1 9/7/2010 City o fFort Worth -V ill age Creek Wastewater Treatmen t Pla nt Part I -Mo difi cati ons to Bar Screen Bui ld ing No . 3 and P art II -Ju nction Box Rehabilitation Projects Tunne l Bore /Excavation (P art II ) vicinity of all op erating equipment. c . The Contractor a s required will provid e communication equipment. B. Related Sections 1. Section 02440 : Tunnel Ground Support 2 . Section 02450 : Installation of Pipe in Tunnel 3 . Section 02460 : Groundwater Control 4 . Section 02461 : Tunnel Grouting . 5 . Section 03300 : Cast-in -Place Concrete. C. Definitions l. ANNULUS: The region between the outside of the Pre-fabricated Pipe and the inside of the initial Support . 2. BASELINE: A definition of certain expected conditions during the work on the Project. The Geotechnical Baseline Report describes conditions that will be used as the basis for differing site conditions of the Work. 3. CUT-OFF GROUTING : The injection of grout materials from the excavated tunnel, behind the tunnel or shaft sidewall to reduce water inflows or maintain the ground water elevation. 4 . EXCAVATION NEAT LINE: Theoretical line for excavation inside of which no ground shall protrude . The Contractor will not be paid for excavation outside the neat line without prior written authorization from the Owner. S. GEOTECHNICAL DATA REPORT (GDR); the purpose of the GDR was to develop sufficient data to portray subsurface conditions along the tunnel alignment and at the tunnel access shaft. 6. GROUND SUPPORT: l) steel sets , with or without lagging or tunnel liner plates , installed individually or otherwise, to provide support for the excavated portion of the tunnel or shafts . 2) Rock Bolts , with or without shotcrete and wire mesh, installed individually or otherwise, to provide support for the excavated portion of the tunnel or shafts . 3) A steel caisson that provides support to an excavated shaft. 7 . HAND-MINING : Advancing a tunnel using hand held excavation tools or individually directed mechanical excavators , with the initial support being supplied by hand erected tunnel liner plates. 8. INITIAL SUPPORT: The structural or mechanical devices used to stabilize the tunnel opening long enough to install the final (permanent) support . As specified in Section 02440, ''Tunnel Ground Support". 9. PRE-EXCAVATION GROUTING : The injection of grout materials through holes drilled in advance of tunnel face or shaft bottom to control water inflows , maintain ground water levels , and/or to stabilize the ground mass. 10 . SHIELD EXCAVATION: Excavation using a jacked shield to protect the workers and to provide a safe area to excavate the face and to erect the ground support. 11 . SPRINGLINE : In a horseshoe tunnel , springline are the points where the curved portion of the roof meets the vertical legs of the horseshoe . In a circular tunnel , the springlines are the points at opposite ends of the horizontal centerline . 12 . TUNNEL ENGINEER: The Contractor's Tunnel Engineer may either be an individual or an engineering consulting firm. The Tunnel Engineer may either be a subcontractor or an employee of the Contractor. The Tunnel Engineer shall include an engineer who is a graduate civil , mining or geological engineer and is a Licensed Professional Engineer in the State of Texas. 13. WATER/CEMENT RATIO : The weight of water di vided by the weight of cementitious material u sed in th e grout mix . 1.2 JOB CONDITIONS 3181029 02430-2 9/7/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Tunnel Bore /Excavation (Part II) A. Design Drawings were prepared based on the following assumptions: B. C. D . 1.3 A. B. 1. The beginning of excavation will begin north of Uel Stephens Street as shown on the Drawings at the bore pit. 2. Construction of the 96" line shall be by tunneling using a Shield or by hand mining methods. 3. No exit shaft will be allowed or constructed . 4 . The Shield and any other equipment must either be salvaged through the excavated tunnel or left in place (with the Engineer's and Owner's approval) in such a way as to not disturb the ground surface and to not hinder the installation and function of the wastewater line. 5. Connection to the stub-out (FRPMP to FRPMP) from Junction Box 4B shall be constructed from the excavated tunnel once the 96" sluice gate on the north face of Junction Box 4B has been installed and tested. 6. CONTRACTOR to coordinate with sequence of construction requirements. The connecting Tunnel will be excavated through the levee as shown on the Contract Drawings. All excavated material from the tunnel must be removed from the work shaft. Maintain an adequate supply of all ground support elements on site to prevent delays to the work. QUALITY ASSURANCE AND CONTROL Tunnel Project Manager: The Contractor must identify an employee as the Tunnel Project Manager who must have at least 10 years of experience in soft ground tunnel construction with the methods specified. Tunnel Engineer: The Contractor is required to either hire an independent Tunnel Engineer or have an appropriate individual on staff. The Contractor's Tunnel Engineer shall satisfy the following requirements: 1. 2. 3. Education: Graduate civil, mining or geological engineer. Registration: Licensed Professional, Mining, or Civil Engineer in the State of Texas. Tunnel Engineer duties shall include the following: a. Plan and supervise tunnel excavation and ground support installation procedures. b . Be present on site during normal day time work hours during tunneling operations. c. Assess ground conditions and corresponding tunnel ground support as the tunnel is advanced and document on a daily basis . d. Interpret instrumentation readings and correlate them with observed ground conditions and excavation methods . e. Hold daily discussions with the Engineer regarding ground and groundwater conditions ground support requirements, instrumentation readings, and excavation and ground support procedures. f. Participate in all pertinent coordination meetings with the Owner and Engineer. g . Prepare a weekly summary report that shall be provided to the Engineer. Ground reinforcement activity, up-to-date drawings , results of tests performed and notes shall be included. 3181029 02430-3 9/7/2010 C ity of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cati ons to Bar Screen Building N o. 3 and Part II -Junction Box R ehab ilitat ion Projects Tunnel Bore /Excavation (Part II ) C D E F 1.4 A. B. C The Contractor 's Shield Operators shall have a minimum of five years experience in tunnel excavation with the methods specified. The Contractor's tunneling foreman shall have a minimum of five years experience in tunnel excavation with the methods specified. The Contractor shall provide quality control, testing, and inspection as required herein, and in accordance with approved submittals. The designer of the tunnel initial support shall visit the site to observe the work in progress as necessary to assure the work is conducted in accordance with the design and that design assumptions are accurate based on field conditions . Tolerances to line and grade for the tunnel construction shall be as follows : 1. Horizontal Alignment: Maximum departure of 3 inches at any point along the theoretical tunnel centerline. 2 . Vertical Alignment: Maximum departure of 3 inches at any point along the theoretical tunnel grade line. SUBMITTALS For submittal procedures refer to Section 01300: Submittals . Submit to the Engineer the following a minimum of eight weeks before the scheduled start of the applicable activity. 1. Name and qualifications of person responsible for tunnel initial support system design. This work shall be performed and sealed by a Professional Engineer licensed in the State of Texas. 2 . Shop drawings and design calculations indicating arrangement of supports and construction sequence for proposed Tunnel support system(s). Calculations shall include estimates of likely deflections or deformations of the supports and maximum tolerable values . 3. Breakout plans indicating type of support installed to transfer loads and maintain excavation support and stability of the excavation during tunneling. 4. Provisions for protecting adjacent facilities and utilities. Submit to the Engineer, in accordance with Section 01300 "Submittals", the following: 1. Qualification for Tunnel Staff: Submit within 30 days of the Notice to Proceed, qualifications and experience of individuals to be involved in tunnel construction including the proposed Tunnel Project Manager, Tunnel Engineer, Tunneling Foreman, and Shield Operators that meet the requirements as specified . 2 . Working Drawings: Submit within 30 days of the Notice to Proceed, detailed description, data, or calculation of proposed facilities , equipment to be utilized, and method of construction, including, but not limited to, the following: a. Sequence of excavation and support installation including number, location, direction, and timing of all tunnel headings, including details of size, length and support system design for tunnels for Shield operations or by hand mining methods . b. Tunnel ventilation, lighting, communications and draining systems . c. Methods of controlling line and grade , and survey protocol s . 3181029 02430-4 9/7 /2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Bui lding No. 3 and Part II -Junction Box Rehabilitation Projects Tunnel Bore /Excavation (Part II) d . Method of protecting tunnel invert during construction of the tunnel. e. Detailed list and description of all equipment to be used for tunnel excavation and installation of support . 3. Documentation: a. Permits for the disposal of excavated material : The Contractor shall obtain and submit written permits from the owners of property where excavated material (spoil) will be deposited off-site . Permits shall absolve the Owner, the Engineer and the Engineer's subcontractors from responsibility in connection with disposal of such material. b . Temporary ventilation plan : The Contractor shall submit details of the ventilation fans and ducting and computations showing ventilation volumes that meet the ventilation requirements specified herein . c. A schedule of the estimated delivery time , assembly time , and start-up time for tunnel excavation. d . Estimated overall average daily advance rate for tunnel excavation , in feet/day, from start of tunnel excavation to finish of tunnel excavation . 4 . Jacked Shield: No more than ten working days after Notice to Proceed , submit schedule of design , manufacture , and delivery of tunnel Shield , if used . Contractor shall submit all documentation and drawings needed to clearly demonstrate that the tunnel Shield and supporting equipment is adequate to excavate the material types and conditions indicated in the GDR. Include description of thrust and steering system, attached excavator system(if used), jacking system, system for installing ground support , back-up systems, dust suppre ssion and ventilation systems , environmental control systems, air monitoring, and documentation of complete spoil handling system including types and capacities of equipment to be used for spoil loading and transport underground and above ground . 5. Maintain and submit on a daily basis shift records , including: a . Starting and ending stations for each shift . b. Crew size and allocations for each shift . c. Starting and ending clock reading for each shift . d . Type, quantity, and location of support installed . e. Horizontal and vertical alignment from theoretical centerline at the end of each push . f. Air quality reports of tests for dust , toxic and hazardous gases, and other atmospheric impurities in the working environment including the time , location and gas levels . g. Record of water inflow. h. Submit on a daily basis records of any unusual occurrences , including falls , unstable ground, groundwater problems , equipment malfunction , power outages , damage to tunnel ground support systems and the location and time of each such occurrence. i. Other pertinent data as necessary . 6. Submit all down time to account for 24 hours of each day from the first day of tunnel excavation . Reasons for and activities during down times mu st be described in detail. Submit on a weekly basis. 7. Maintain and submit weekly a progress chart showing tunnel advance on a time scale , annotated with significant events and activi ties. 1.5 REQUIREMENTS A . The Contractor shall have the sole responsibility for ma intenance and protection of ex isting utilities , structure s, and facilities within the zon e imp acted by the acce ss shaft and tunnel. 3181029 02430-5 9/7/2010 Ci ty o f Fort Worth -Vi llage Cre ek Wa ste wat er Treatment Plant Part I -Modification s to Bar Screen Bu ilding No . 3 and Part II -Junction Box Rehabilitation Proj ects Tunnel Bore /Excava tion (Part II ) The zone of impact shall include the zone of ground movement in the vicinity of this work. B. The Contractor shall have the sole responsibility for sizing the tunnel within the limits specified and shown on the Drawings . The size of the excavation shall be adequate to construct all structures required and to gain access to tunneling operations for all materials, equipment, and personnel. C. The Contractor shall allow the Engineer 's and Owner's representatives access to the access shaft , and to use the access shaft to access tunnel operations . 1.6 SAFETY A All methods of construction shall ensure the safety of the work, project participants , the public, third parties, and adjacent property , whether public or private. All work shall conform to the requirements of all Federal, State, and local laws and regulations. The Contractor is solely and completely responsible for maintaining safe work conditions at the site at all times . PART 2 PRODUCTS 2. 1 EXCAVATION AND SUPPORT EQUIPMENT A Jacked Shield 1. The Shield shall be a full perimeter Shield designed and built or rebuilt for the type of ground conditions expected on this project by a recognized tunnel machine manufacturer with at least l O years experience in the design and manufacture of tunnel machines of this type . All of the various components and systems which make up the Shield shall be new or reconditioned so that the machine is ready to operate upon installation at the site. It shall be able, with excess capacity, to handle the range of ground and ground water conditions and ground support requirements indicated in the Contract Documents. 2 . The Shield may be equipped, at the contractor's option, with an articulated arm excavator or with a wheel cutter. Excavation may also be done using an independent excavator or with hand tools. 3 . Design Shield Excavator, if integrally equipped, with cutter teeth, thrust, torque and rpm that will enable it to excavate the face in increments on alignment and grade to minimum diameter excavation lines . Design the Shield to handle the ground conditions of the formation to be encountered . The excavator shall have adequate thrust, torque , and cutter rotational speed to maintain advance rate s that will permit completion of the work within the allowed scheduled , with appropriate excess capacity as recommended by the tunnel machine manufacturer. Select maximum cutting excavation perimeter size so as to permit ground support to be placed within tolerances . 4 . Provide a propulsion system capable of moving the Shield in a forward direction while maintaining the construction tolerances with respect to line, grade, and direction . Design propulsion system so that in th e event of failure of any element , there will be no movement backward or overstressing and distortion of the already ass embled steel rib tunnel supports . 5 . Design Shield and supporting equipment with capaci ty to steer as necessary to maintain specified tolerances without delays . 6 . Provisions shall be included in the de sign of the Shield for installation of ground support as shown on th e Drawings and as de scribed in Section 02440 , "Tunnel 3181029 02430-6 9/7/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Tunnel Bore /Excavation (Part II) Ground Support." The supporting equipment shall be able to advance through the designed ground support without delay and without damaging the ground support. 7 . Provide a dust suppression and environment control system which, when combined with the ventilation system, is capable of meeting OSHA or Project requirements, whichever is more rigorous . 8. Water may be used by the Contractor for Shield dust control during the excavation process, except where the runoff water collecting in the tunnel invert has the potential for wetting and softening, or otherwise causing deterioration of the tunnel walls or invert. In such cases, the Engineer may direct the Contractor to use alternate means of dust control until such time that the potential for softening the ground in the tunnel is no longer present. 9. For guidance and control during operation, the Shield shall include an automatic system capable of maintaining the excavation to the tolerances specified herein. 10 . Design the Shield and supporting equipment to meet the requirements for tunneling in a potentially swelling ground environment. 11. Design Shield to be equipped with an appropriately sized overcut bar around the full perimeter of the leading edge of the Shield to promote and allow proper steering of the Shield. 12. Provide tunnel Shield of a design that will support, control and maintain the excavation and face of the tunnel for all conditions which will be excavated and accommodate the assembled tunnel steel rib initial ground support system. 13 . Provide Shield with a sufficiently robust jacking ring or jacks with a uniform load distribution system so that the jacking loads are applied in such a manner to prevent damage to the ribs and lagging. 14 . Equip the Shield with an adequate expansion system, if required, to include the following : a . Capability to start expansion as soon as clearances permit. b. Reaction for expansion jacks independent of Shield and Shield movement. c. Capability to progressively expand during shoving of Shield. d . Expansion system expanding outward and upward. e . A minimum capacity expansion of two 100-ton hydraulic jacks. f . If required because of insufficient expansion, ability to modify the system by increasing the jack capacity, adding more jacks and points of expansion, or by other means in accordance with a plan approved by the Engineer. B . Spoil Removal 1. Provide system for handling and transport of excavated material from the tunnel face, through the Shield, to the disposal area, with a capacity to sustain peak hourly penetration, peak shift, and peak daily advance rates. 2. The spoil removal system shall be able to handle all excavated material. 3 . A slurry based spoil removal system will not be allowed . C. Maintain an inventory of spare parts recommended by the Shield manufacturer and backup systems manufacturers . Provide maintenance and parts replacement services for all equipment so as to minimize unscheduled down time leading to delay in tunnel advance. PART 3 EXECUTION 3.1 GENERAL A. Prior to commencement of tunnel excavation, the Contractor shall furnish all labor, 3181029 02430-7 9/7/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Ju nction Box Rehabilitation Projects Tunnel Bore /Excavation (Part II) B . C . 3.2 A. B. C. 3.3 A. B. C. D. E. 3.4 A. materials, and equipment to excavate and support a starter tunnel, as necessary, to initiate Shield tunneling operations . Perform tunnel excavation as shown on the Contract Drawings and as specified in this section . Following determination of the required tunnel ground support type, install the necessary steel sets and lagging, as specified in Section 02440 , "Tunnel Ground Support". GROUND CLASSIFICATION AND GROUND SUPPORT Generally, the determination of tunnel type shall be made by the Contractor through his Tunnel Engineer, in association with the Engineer. Evaluation of the ground conditions and of the appropriate ground support shall be made immediately following the completion of a thrust cycle and upon consideration of the anticipated subsurface conditions immediately ahead of the face . The approval of the proposed tunnel support type by the Engineer or his failure to call attention to improper ground support or to require a respective change will not relieve the Contractor of his responsibility for the integrity of the tunnel excavation, the ground support system and the proper execution and safety of the work. HAND MINED EXCAVATION Liner plates, backed with steel ribs as necessary, or steel sets and lagging shall be used for the initial support tunnel. CONTRACTOR shall submit a tunnel support design to ENGINEER for review and approval before work is initiated. The surfaces of the excavated tunnel circumference shall be carefully trimmed so that the liner plates fit as snugly as possible against undisturbed material. Excavation shall not be advanced ahead of the previously installed liner plate rings any more than necessary for the installation of the next succeeding liner plate. Tunnel liner plates shall be installed and bolted together continuously as the excavation proceeds (see instructions from liner plate manufacturer). The vertical face of the excavation shall be supported as necessary to prevent sloughing, raveling, or falls. At any interruption of the tunneling operation greater than 3 days , the heading shall be completely bulkheaded. Specially designed and manufactured liner plates will be necessary to accommodate the designed tunnel curve. SAFETY REQUIREMENTS Perform work such as to minimize safety hazards and exposure of workers and equipment to hazardous and potentially hazardous conditions in accordance with specified safety requirements . 3.5 ANCILLARY SYSTEMS A. Ventilation System 3181029 02430-8 9/7/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Tunnel Bore /Excavation (Part II) B. C . 3.6 A . B. C. 1. The ventilation system should be designed to provide a minimum fresh air at the face of all excavated tunnels with accordance to section O 1510 "Interim Tunnel Mechanical Systems." 2. Provide, operate and maintain for duration of the project a temporary ventilation system, which conforms to specified safety requirements and those of jurisdictional authorities. Review by the Engineer of the Contractor's proposed ventilation scheme shall not relieve the Contractor of his responsibility to provide an adequate ventilation system in accordance with this specification. 3. Written Records of Readings: The Contractor shall provide air-testing devices for flammable, toxic, and carbon dioxide gases . The Contractor shall keep written records of all readings. Testing frequency and location shall be determined according to 29 CFR 1926.55 and 1926.800. Groundwater Control 1. If necessary to control or minimize the inflow of groundwater into the tunnel, the Contractor shall install, operate and maintain a tunnel groundwater control system in accordance with Section 02460, "Section 1 Groundwater Control". Illumination 1. The Contractor shall illuminate the working areas in accordance with the requirements of 29 CFR 1926. SPOIL DISPOSAL Provide system for handling and transport of excavated material from the tunnel face, through the Shield, to the disposal area, with a capacity to sustain peak hourly penetration, peak shift, and peak daily advance rates . The spoil removal system shall be able to handle all excavated material. Dispose of tunnel spoil in accordance with the requirements of the City of Ft Worth. No tunnel spoil shall be stored on site . Tunnel spoil must be hauled daily to the approved disposal site, during approved hauling hours. + + END OF SECTION + + 3181029 02430-9 9/7 /2010 C ity ofFort Worth -Village Creek Wa stewater Treatment Plant Part I -Modifications to Bar Scree n Build ing No . 3 and Part II -Junction Box Rehabilitation Projects Tunnel Gro und Support (Part II) PART 1: GENERAL 1.1 DESCRJPTION A. Scope : SECTION 02440 TUNNEL GROUND SUPPORT I . The work specified includes requirements for support of all tunnel excavation required for tunnel construction. The CONTRACTOR is responsible to design, furnish , install , and maintain a system of supports , including all bracing and associated items, to retain excavations in a safe manner and to control ground movements . Upon completion of the required tunnel construction , various facilities shall be constructed within the tunnel excavation. 2 . Construction methods shall satisfy the requirements of the section while utilizing and preserving the inherent strength of the ground surrounding the tunnel. The strength of the ground forms the foundation of the permanent support for this tunnel. 3. The CONTRACTOR shall furnish all labor, materials and equipment to install tunnel ground support, as shown on the Drawings , for the tunnel ground support typ e determined during construction . The Contractor's methods of excavation shall be compatible with the requirements for the initial tunnel support , as indicated in the referenced specification items or on the Drawings . If the selected tunnel ground support type fails to provide satisfactory performance within the encountered ground conditions , another support type shall be provided at no additional cost to the owner. 4 . Maintain an adequate supply of all ground support elements on site to prevent delay s to the work. B . Related Sections : 1. Section 02430: Tunnel Excavation 2 . Section 02450 : Installation of Pipe in Tunnel 3. Section 02460 : Groundwater Control in Tunnel 4 . Section 02461 : Tunnel Grouting . 5 . Section 03300 : Cast-in-place Concrete . 1.2 DEFINITIONS A . See Definitions as provided in Section 02430 , 1.1.C.Definitions . 1.3 REPORTS AND QUALITY AND CONTROL A. A detailed daily record shall be maintained reporting any ground support activity. All record s shall be maintained on-site and updated after each shift . Th e record shall be maintained in the Contractor 's office and shall be available to th e Engin eer at any time . Each re cord shall include the following details: 1. Ground reinforcement pattern diagrams in which the particular ground re inforcement has been installed. 2. The spacing and size of the steel set s. 3181029 02440-1 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Jun cti on Box Rehabilitation Projects Tunnel Ground Support (Part II) 3. The material and size of the lagging between the sets . 4 . The use of any material used to fill voids such as pea gravel, low strength concrete, grout, etc. 5. The position of the heading at the time of ground support installation. B . A weekly summary report shall be provided to the Engineer. Ground reinforcement activity, up-to-date drawings, results of tests performed and notes shall be included. C. The Contractor shall provi de quality control, materials test ing, and inspection as required, by the Contractor's design engineer (the designer of the initial support), and in accordance with approved submittals. The Contractor's design engineer shall visit the site to observe the work in progress as necessary to assure the work is conducted in accordance with the design and that design assumptions are accurate based on field conditions. 1.4 SUBMITT ALS A. For submittal procedures refer to Section 01300: Submittals. B . Submit to the Engineer the following a minimum of eight weeks before the scheduled start of the applicable activity. 1. Name and qualifications of person responsible for tunnel initial support system design. This work shall be prepared and sealed by a Professional Engineer licensed in the State of Texas. 2. Shop drawings and design calculations indicating arrangement of supports and construction sequence for proposed tunnel support system(s). Calculations shall include estimates of likely deflections or deformations of the supports and maximum tolerable values. 3. Breakout plans indicating type of support installed to transfer loads and maintain excavation support and stability of the excavation during tunneling. 4 . Provisions for protecting adjacent facilities and utilities . C . Submit 30 days prior to the beginning of excavation: 1.5 A. 1. Structural Steel Supports: a . Certifications that steel members comply with requirements of these specifications and the manufacturer's recommendations . b . Equipment and procedures for steel set installation. c. Sequence of installation. d. Type, details and arrangement of tie rods , blocking and wedges. 2. Miscellaneous: a . Certifications that accessories included in construction of ground support comply with requirements of these specifications and the manufacturer's recommendations . b . Type, material, size, and specification for lagging. c. Specify material that will be used to fill voids behind lagging. d . Certifications that grout materials comply wi th these specifications and the manufacturer's recommendations. e . Welder qualifications shall be in accordance with A WS D 1.1. SAFETY Method of construction shall be such as to ensure the safety of the work, project participants, the public , third parties, and adjacent property, whether public or private . All work shall conform to the requirements of all Federal, State , and local laws and regulations . The Contractor is solely and completely responsible for maintaining safe work 3181029 02440-2 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Tunn el Ground Support (Part II) conditions at the site at all times. PART 2: PRODUCTS 2. 1 STEEL A. B. C . 2 .2 A. Steel Sets: 1. Steel Ribs, Bearing Plates, and Tie Rods : ASTM A 36. 2 . Bearing plates shall meet load and deflection requirement of ASTM F 432 . 3. Bolts, Nuts, and Washers: a. High Strength Steel Bolts: ASTM A 325 . b . Nuts for High Strength Bolts: ASTM A 563. c. Washers for High Strength Bolts: ASTM F 436 . Welded Wire Fabric: 1. Welded Wire Fabric in accordance with ASTM A 185 . 2 . Size: 4 inches x 4 inches -W2.9 x W2.9. Lagging: Lagging between steel ribs shall be timber, steel plate, or reinforced concrete . 1. Timber Lagging: Timber lagging shall be of construction grade and shall be any species that provides a minimum allowable bending stress of 1,100 psi . 2. Reinforced Concrete Lagging: Reinforced concrete lagging shall be designed by the Contractor to safely resist design ground loads with an appropriate safety factor. As a minimum, design shall include evaluation of methods of connection between the panels and the steel ribs , and bending moments in the panels. 3 . Steel plate lagging shall be fabricated from A 36 steel, and shall have sufficient cross section to adequately resist anticipated bending moments developed from applied ground pressures . The lagging design shall include provisions for attaching securely to the steel ribs, and to each other, until held securely in place by backfilling behind the lagging. ACCESSORIES Foot blocks may be timber or concrete. Blocking and wedges may be timber or steel. Timber shall be Douglas-fir mining grade 2 or better as defined by Western Wood Products Association grading rules . PART 3 EXECUTION 3. 1 GROUND CLASSIFICATION AND GROUND SUPPORT A . Evaluation of ground conditions and of the appropriate tunnel ground support type shall be made immediately after exposure of ground conditions and in consideration of the anticipated subsurface conditions immediately ahead of the face. B . The approval of the proposed tunnel ground support typ e by the Engineer, or his failure to call attention to improper or inadequate ground support or to require respective change will not relieve the Contractor of his responsibility for the integrity of the tunnel excavation , the ground support, and the proper execution of the work. 3181029 02440-3 9/9/2010 City of Fort Worth -Village Creek Waste water Treatment Plant Part I -Mod ification s to Bar Screen Build ing N o . 3 and Part n -Junction Box Rehabil itation Proj ects Tunnel Ground Support (P art II) C . In shield excavated tunneling, installation of ground support shall be completed prior to excavating for the n ext cycle. At no time shall more than the equivalent of one-steel set spacing of tunnel be unsupported prior to the next advance unless otherwise approved by the Engineer. D . In hand mined tunneling, installation of ground support shall be made within no more than one and one half ring of liner plates in advance of the currently installed support . At no time shall more than the equivalent of one and one half liner plate ring spacing of the tunnel be unsupported prior to the next advanced unless otherwise approved by the Engineer. E. The Contractor shall install geotechnical instrumentation, at locations determined by the Engineer, to verify the effectiveness of the tunnel ground support type and to evaluate the potential for long-term movement of the tunnel invert. Based on instrumentation data and/or on observations of the performance of the ground support, the Engineer may direct the Contractor to install additional steel sets or other support measures as necessary. 3.2 A . B. C. D. STRUCTURAL STEEL SUPPORTS Place structural steel supports as required in accordance with the tunnel ground support type selected. Install blocking, spreaders, and wedges as required to support the excavated tunnel surface. Provide structural steel support, conforming to the sections shown on the Drawings . Provide timber, steel, or concrete lagging, approved on the Shop Drawings . + + END OF SECTION + + 3181029 02440-4 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Installation of Pipe in Tunnel (Part II) PART 1: GENERAL 1.1 DESCRIPTION A. Scope: SECTION 02450 INSTALLATION OF PIPE IN TUNNEL The CONTRACTOR shall furnish all labor, materials and equipment for transporting, installing, blocking, and joining centrifugally cast fiberglass-reinforced polymer-mortar (FRPMP) pipe in tunnels . B. Related Sections : 1. Section 02430: Tunnel Excavation 2. Section 02450: Installation of Pipe in Tunnel 3. Section 02460: Groundwater Control in Tunnel 4. Section 02461: Tunnel Grouting. 5. Section 03300: Cast-in-place Concrete . 6 . Section 15071 -Centrifugally Cast FFRPM Pipe 1.2 DEFINITIONS A. See Definitions as provided in Section 02430, l. l .C.Definitions .. 1.4 QUALITY ASSURANCE AND CONTROL A . Installer: The installer shall demonstrate experience installing fiberglass pipe in at least three tunnels using similar methods and procedures proposed for this project. B. Perform all work in the presence of the Owner's Inspectors, unless the Owner has granted prior approval in writing to perform such work in his absence. C . Perform all work in accordance with all current applicable regulations and codes of Federal, State, and local agencies. In the event of conflict, comply with the strictest or most restrictive applicable requirements. D. Installation tolerances shall be in accordance with Section 15071 -FRPMP Pipe. 1.5 SUBMITT ALS A . Submit the following in accordance with Section SS-01300, Submittals. B. General: Submittals for the installation of centrifugally cast fiberglass-reinforced polymer- mortar (FRPMP) pipe in tunnels shall be prepared and sealed by a Professional Engineer licensed in the State of Texas. C. Detailed fabrication and installation submittals for Centrifugally Cast FRPM pipe are required in Section 15071. In coordination with those drawings, the Contractor shall include the following installation information: 1. Pipe transportation, handling, installation, support and blocking procedures . 2 . Details of pipe carriers and tie-downs or other methods to prevent flotation. 3. Details of selected cradles . 3181029 02450-1 9/9/2010 City of Fort Worth -Village Creek Wastewater T reatment Pl ant Juncti on Box Rehabilitation In stallation of Pipe in Tunnel 4 . Details of internal supports to maintain pipe roundness . 5. Methods of grade control. 6. Pipe laying schedule for the FRPMP p ipe to be installed in the tunnels showing pipe deflection and shorts necessary to meet the a ctual excavated tunnel alignment. Demonstrate that proper clearances for pipe placement exist. D . Product Data: Manufacturers' technical information shall be provided for all other materials incorporated into the Work not covered by product data submitted under Section 15071 E . Quality Control Submittals. 1. Installer's Qualifications. Description of experience demonstrating required qualifications for installing similar type and size of pipe in tunnel. Submit project name and details, contract, and phone number for three projects, completed within the last 5 years. 2. Certification from the pipe manufacturer that proposed pipe transportation, internal and external pipe supports, blocking details to prevent flotation, and backfilling procedures are in accordance with manufacturer's recommendations and will not damage pipe. Provide calculations demonstrating that pipe will not be damaged during backfilling operations due to flotation. Calculations shall be prepared by and sealed by a Civil or Structural Engineer licensed in the State of Texas. 1.6 SAFETY REQUIREMENTS A. Method of construction shall be such as to ensure the safety of the work, project participants, the public, third parties, and adjacent property, whether public or private. All work shall conform to the requirements of all Federal, State, and local laws and regulations . The Contractor is solely and completely responsible for maintaining safe work conditions at the site at all times. PART2 PRODUCTS 2.1 A. 2.2 A. B . CENTRIFUGALLY CAST FIBERGLASS-REINFORCED POLYMER-MORTAR (FRPMP) PIPE Centrifugally cast FRPM pipe to be installed under this section shall be fabricated in accordance with Section 15071. MATERIALS Timber for stulls and braces shall be construction grade Douglas Fir, graded in accordance with WCLIB rules and especially selected for straightness. Timber need not be new but used lumber shall be of the same grade and species specified for new lumber and shall be sound, free from decay, tom grain or other defects which might impair the serviceability of the piece. Timber shall be stored where it can be easily inspected. Any evidence of excessive knots, bark, holes, splits or other defects will be cause for rejection of the piece. Blocking: Pre-cast concrete, treated timber, or other non-degradable material. PART 3 EXECUTION 3.1 PREPARATION 3181029 02450-2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Junc tion Box Rehab ilitation Installation of Pipe in Tunnel A. Preparation of the tunnel for pipe installation shall be inspected and approved by the Engineer prior to the work. B. Pipe installation shall not commence until the Engineer indicates that the tunnel excavation has been stabilized and that all ground deformations have been successfully controlled. C. Control groundwater inflows prior to installing pipe in tunnel in accordance with Section 02460 : Groundwater Control. D. All soil, nonessential timber lagging or blocking, and other wood or degradable materials shall be removed to provide the minimum thickness of concrete or grout indicated on the Drawings . E . Cleanup of the tunnel shall be completed in accordance with Sections 02430 and prior to pipe installation. Cleanup shall include the removal of material as follows: 1. All loose, disturbed soil or rock in the tunnel invert and along the tunnel sidewalls. 2. Timber spreaders or other timber supports which are required for stability shall be replaced with steel or concrete. Timber lagging, timber blocking, and timber wedges shall be removed as much as practical without endangering the stability of the excavation. Immediately prior to pipe installation, all blocking and lagging shall be checked and made tight. 3. Structural steel spreaders, steel pipe spreaders and steel tie rods used to brace the structural steel supports may be left in place and the backfill concrete placed about them as accepted by the Engineer. F. Pipe installation shall not commence until the Engineer confirms in writing that tunnel preparation and clean-up have been properly completed. 3 .2 INSTALLATION OF PIPE IN TUNNEL A. Temporary ventilation, lighting, and other utilities m the tunnel shall be maintained throughout the tunnel lining operations. B. Tunnel inflows shall be controlled by means of grouting , in stalling drainpipes, panning, backdrains, underdrains, channeling, or other means approved by the Engineer. C . The pipe shall be installed in the tunnel as indicated on the Drawings and approved submittals for pipe installation. The pipe shall be installed without sliding or dragging in a manner that would damage the pipe. Any damage to the pipe during transport and installation, for any reason, shall be repaired to the satisfaction of the Engineer or replaced with a new section of pipe at no additional expense to the Owner. D . The pipe in the tunnel shall be supported and braced to prevent buckling and flotation in accordance with recommendations of the pipe supplier and accepted submittals. E . Each section of pipe shall be blocked to the required line and grade without encroaching on the minimum annular space indicated on the Drawings . The blocking spacing shall be sufficient to preclude damage to the pipe due to excessive deflection . F . Ensure that each pipe segment is firmly secured, by providing tiedowns or blocking, or by other means to prevent flotation , settlement, or lateral or axial movement of the pipe during placement of concrete grout backfill . G. Stulling shall be installed as necessary to maintain pipe shape and to prevent buckling of the pipe during handling, installation, backfilling and grouting operations. Consult with pipe supplier regarding resistance of the pipe against buckling failure or flotation during installation and backfilling. H . The pipe shall be securely held in position by blocking between field joints in such manner as not to interfere with the required work at the joints. Blocking shall be placed near the ends of the section as indicated on Shop Drawings. 3 .3 INSTALLATION OF CENTRIFUGALLY CAST FRPM PIPE. 3 18 1029 02450-3 9/9/2010 City of Fort Worth -Village Creek Waste water Treatment Plant Junction Box Reha bilitation Installation of Pipe in Tunnel A. Cleaning: Before installation of any section of pipe, foreign matter of every nature shall be removed from all contact joint surfaces and the entire outer surface to leave thoroughly clean surfaces for contact in field joints and for bond of concrete backfill. B . The use of sledges for driving or hammering in such a manner as to injure any joint will not be allowed. Care shall be taken to prevent the pipe from being in any way subjected to heavy shocks. Sharp kinks , scars, chips, bends, or other injuries from hammering or other causes shall be cause for rejection wherever, in the opinion of the Engineer, the presence of such deformation indicates or where the removal of the same will cause damage to the pipe. C . Grouting of annular space between the FRPMP pipe and the initial tunnel support shall be in accordance with Sections 02461 Tunnel Grouting and Section 03300, Cast-in-Place Concrete. ++END OF SECTION + + 3 181029 02450-4 9/9/2010 City ofFort Worth -Village Creek Waste Water Treatment Plant Part II -Junction Box Rehabilitation Projects Ground Water Control in Tunnel (Pa rt II) PART 1: GENERAL 1.1 DESCRIPTION A. Scope: SECTION 02460 GROUNDWATER CONTROL IN TUNNEL 1. The CONTRACTOR shall furnish all material and labor to install and maintain pumps, piping, drains and other facilities for the control, collection and disposal of groundwater from inside the tunnel and shaft excavations. The CONTRACTOR shall also design tunnel groundwater control facilities as necessary. Maintain the excavation free from seepage and standing water at all times during excavation and construction. Remove all components of the tunnel groundwater control system when no longer required, as approved by the Engineer. B. Related Sections: 1. Section 02430: Tunnel Excavation 2. Section 02440: Tunnel Ground Support 3. Section 02450: Installation of Pipe in Tunnel 4 . Section 0246 l : Tunnel Grouting. 1.2 DEFINITIONS A. See Definitions as provided in Section 02430, 1.1 .C.Definitions . 1.4 JOB CONDITIONS A. Invert Protection: CONTRACTOR shall protect the excavated tunnel invert from construction equipment traffic deterioration and build up of water. 1.5 SUBMITTALS A. For submittal procedures refer to Section 01300: Submittals. B . The Contractor shall submit a tunnel groundwater control plan to the Engineer for review and approval at least 30 calendar days prior to the start of tunnel excavation activities . The plan shall be prepared by a qualified individual experienced in design, installation and operation of groundwater control systems in similar conditions. The plan shall also provide: the handling capacity of the system (water volume / release rates); release point location, layout, materials , and temporary erosion I sedimentation (E/S) controls; impacted stormwater system components (drain inlets, inc.), including location/type/size of temporary EIS controls; and other additional temporary E/S controls , if required due to other aspects of proposed groundwater dewatering system. The engineer responsible for development of the tunnel groundwater control plan shall have a minimum of 5 years experience in the development of si milar groundwater control plans for similar tunnel 3181029 02460-1 9/9/2010 C ity of Fort Worth -Vill age Creek Wastewater Treatment P la nt Junction Box Reha bilitatio n Ground Water Co ntro l in Tunnel projects . Approval by the Engineer of the tunnel and shaft groundwater control system proposed by the Contractor will only be with respect to the basic principles the Contractor intends to employ. Approval b y the Engineer does not relieve the Contractor of the full responsibility for the adequacy of the groundwater control system. C . The engineer responsible for the groundwater control plan shall be licensed in the State of Texas . The plan, working drawings , and calculations , including any revisions, shall be signed and sealed by the responsible engineer. D. Maintain and submit on a daily basis shift records of water disposal and records of unusual groundwater problems. E . The Contractor shall obtain and submit written permits from authorities where water will be disposed. Permits shall absolve the Owner from responsibility in connection with disposal of water. 1.6 SAFETY A . The method of construction shall ensure the safety of the work, project participants, the public, third parties, and adjacent property, whether public or private. All work shall conform to the requirements of all Federal, State, and local laws and regulations . The Contractor is solely and completely responsible for maintaining safe work conditions at the site at all times . PART 2 PRODUCTS (Not applicable to this Section) PART 3 EXECUTION 3.1 GENERAL A . B . C. 3.2 A. B . The Contractor shall review the available subsurface data for the project site. It shall be the Contractor's responsibility to evaluate the subsurface conditions at the project site with respect to all required groundwater control. For any groundwater control system, the Contractor is responsible for any additional geotechnical and site investigations, field testing, and laboratory testing necessary to allow the design to be completed to the current standard of practice . The Contractor shall, at all times during construction, provide ample means and devices to remove promptly and dispose of properly all water entering the tunnel or shaft excavation and keep the excavations firm and free of standing water. The operations shall be carried out in such a manner that no disturbance to or softening of the excavated surface of the tunnel or bottom of the shaft will result. Discharged water shall be piped to the shaft for disposal. INSTALLATION AND OPERATION The location of every element of the groundwater control system shall be such that interference with tunnel or shaft excavation and construction activity is minimized. Unless otherwise approved by the Engineer in writing, the groundwater control sy stem shall be operated continuously 24 hours per day, 7 days per week until all facilities and structures affected by the water inflows have b een satisfactorily constructed, including 3 181029 02460-2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Junction Box Rehabilitation Ground Water Control in Tunnel C. 3 .3 A. placement of fill materials. When the tunnel groundwater control system does not meet the specified requirements , and as a consequence damages the excavation, in the opinion of the Engineer, the Contractor shall supply all materials, labor, and equipment to perform all work required for restoration of the excavation to the satisfaction of the Engineer, at no cost to the Owner. REMOVAL All elements of the tunnel construction groundwater control system shall be removed from the site at the completion of the tunnel construction work. + + END OF SECTION + + 3181029 02460-3 9/9/2010 City of Port Worth -Village Creek Waste Wa te r Treatment Plant Part II -Jun ction Box Rehab ili tation Projects Tunne l Grouting (Pa rt JI) PART 1: GENERAL 1.1 DESCRIPTION A . Scope: SECTION 02461 TUNNEL GROUTING A . The CONTRACTOR shall furnish all labor, materials and equipment to install Grout or lean concrete backfill placed into the annulus between the initial supports or excavation limits and the final lining and between the final lining and the pipe in tunnel. B. Related Sections: 1. Section 03300: Cast-in-place Concrete. 1.2 DEFINITIONS A. See Definitions as provided in Section 02430, 1.1.C .Definitions . 1.3 Technical Submittals A. Shop Drawings: Submit details of equipment, grout mixes , and procedures for review by Engineer 30 days prior to any grouting. A separate submittal shall be made for each grouting operation which is required. B. Reports and Records : Maintain and submit to the Engineer daily logs of grouting operations, including water testing, pressure, v olume and grout mix pumped. PART 2 -PRODUCTS 2.1 Materials A. General: Conform to Contract Drawings and Section 03300 , Concrete, and Section 02430 Tunnel Excavation except as modified in the following paragraphs: B. Portland Cement: ASTM C 150, Type II . C. Sand : 1. General: Conform to ASTM C144-87 ; except as modified in the following subparagraphs. 2. Fineness Modulus: Between 1.50 and 2 .00. 3181029 02990-1 9/9/2010 City of Fort Worth -Village Creek Waste Water Treatment Plant Part II -Junction Box Rehabilitation Projects Tunnel Grouting (Part I!) 3. Grading Requirements a. General : Sieve Sizes No. 8 No. 16 No. 30 No . 50 No . 100 No. 200 Percentage Passing by Weight 100 95 -100 60 -85 20 -50 10 -30 0 -5 b. Consolidation and Cutoff Grouting: As above except 100 psi in 24 hours. D. Compressive Strength: Minimum strength of 100 psi in 24 hours . E. Fluidifier: 1. Holds the solid constituents of the grout in colloidal suspension and is compatible with the cement and water used in the grouting program . 2. Contains a shrinkage compensator. 3. Approved Fluidifiers: Calcium lingo-sulfonate and sodium lingo-sulfonate. 4. Bentonite or other clay-like substances are not acceptable. F. Pipe and Fittings: Standard weight (Schedule 40), conforming to ASTM A120-84 or Federal Specification WW-P-406, with malleable iron fittings, Type I, conforming to Federal Specification WWP-521. G. Admixtures: May be used subject to the approval of the Engineer to improve pumpability, control time of set, to hold sand in suspension and to reduce segregation and bleeding. Admixtures that promote steel corrosion will not be allowed. PART 3-EXECUTION 3.1 General A. Notify the Engineer at least 24 hours in advance of grouting operations. Grouting operations shall be carried out in accordance with approved shop drawings for each type of grouting employed. B. Carry out all hole washing, pressure testing, and grout injection operations in the presence of the Engineer or Resident Project Representative . C. For lean concrete and sand/ cement grout vary the grout mixes from neat grout to cement I sand grout to meet the characteristics of each hole, as specified herein or as directed by the Engineer. Sand/ cement ratio of the grout shall not exceed six to one , unless otherwise specified. D. Sanded grout mixtures shall contain fluidifier, as required. 3.2 Materials Storage 3181029 02990-2 9/9/2010 City of Fort Worth -Village Creek Waste Water Treatment Plant Part II -Junction Box Rehabilitation Projects Tunnel Grouting (Part II) A. B. C. 3.3 A. General: 1. Furnish in undamaged, moisture proof sacks or other containers bearing manufacturer's label. 2. Store adequate supply at site to prevent delays. 3. Protect and keep dry, observing all manufacturer's recommendations. Cement: Use 100 mesh screen to remove any cement lumps or other deleterious materials, if found in the cement. Fluidifier: Reject material which has become hard due to moisture adsorption. Equipment General: 1. Grouting Equipment a. Designed for grouting service for mixing and injecting grout, maintained in proper operating condition at all times, and capable of satisfactorily mixing and agitating the grout and forcing it into the grout holes in a uniform flow and at a constant pressure. b . On hand and in working order prior to start of tunnel and work shaft excavation. c. Clean equipment and tanks by constant recirculation of grout and by periodic flushing with water. d. Pipe system so that water flushing can be accomplished by closing grout injection valve , opening water supply valve and running grout pump at full speeds. e. Depending on type of grouting operation, the grouting equipment and fittings shall be capable of, and furnished and sufficient fittings to simultaneously grout up to five (5) grout connections. B. Pipe and Fittings: 1. Provide 1 Yi inch or larger grout pipe. 2. Place pipes to be embedded in the lean concrete or grout backfill, or through bulkheads for grouting operations. 3. Set the grout pipes so that grout can flow freely into the voids . 4. Provide suitable stop valve at end of pipe or at collar of hole for use in maintaining pressure required until grout has set. C. Mixers and Agitators 1. Provide mixer with transfer pump for transferring grout to agitator holding tank. 2. Deliver grout to injection point at a steady pressure without pulsation, using a grout pump at agitator tanks. 3. Provide sufficient tank capacity to insure an uninterrupted supply of slurry to grout pump . 4. Provide means to increase or decrease water-cement ratio. 5. Equip water supply connection with accurate meter. 3181029 02990-3 9/9/2010 City ofFort Worth -Village Creek Waste Water Treatment Plant Part II -Junction Box Rehabilitation Projects Tunnel Grouting (Part JI) D . Grout Hose and Connections : 1. Provide I-inch or larger grout hose capable of withstanding maximum anticipated water and grout pressures . 2. Make connections so as to prevent leakage. 3. Remove plugs on ends of grout holes or pipes to permit escape of air and water and the filling spaces with grout. 4. At point of injection, provide suitable valves and accurate pressure gauges so that pressure and grout flow at grout hole may be regulated and monitored by increasing or decreasing the flow in the grout return line . 5. Provide shutoff valve and flow-regulating diaphragm valve at each connection. E. Pressure Gauges : 1. Provide one gauge at the point of injection on the manifold. 2. Provide one gauge at the grout pump. 3. Provide each gauge with a seal preventing grout from entering gauge. 4 . Select gauge range so that maximum operating pressure is about two-thirds maximum gauge capacity. 5. Do not grout without appropriate gauges in place and in working order. 6. Provide calibrated check gauge and check operating gauges daily. 3.4 GROUT OR LEAN CONCRETE BACKFILL A . General: Portland cement grout or lean concrete shall be used to fill annular space between initial supports or excavation limits and lining and annular space between the final lining and the pipe in tunnel. Grout or lean concrete shall be placed through holes fabricated in the liner and pipe in tunnel by the pipe manufacturers, where shown on the Drawings, or by other methods as approved by the Engineer. B. Mixture: 1. Grout: Grout shall conform to Section SS-03300 Concrete . 2. Lean Concrete: Lean concrete shall conform to Section SS-03300 Concrete . C. Equipment: Equipment used shall be that which is normally used for this type of work and shall be approved by the Engineer. D. Procedures: 1. Submit grout or lean concrete backfill schedule, including mix, means, methods and details to the Engineer for approval prior to installation. 2. Grout or lean concrete backfill shall be installed after laying a maximum of 200 feet of pipe in the tunnel , unless otherwise approved by the Engineer. The lining system shall be set and secured in place prior to backfilling. 3. The pipe in tunnel manufacturer shall supply a 2" grouting hole for every 50 foot length of pipe. A 2" grouting hole shall be located at the most 3181029 02990-4 9/9/2 010 C ity of Fort Worth -Village Creek Waste Water Treatment Plant P art II -Jun ction Box Rehabili tat io n Proj ec ts Tunnel Grouting (Part II) downstream location of the pipe in tunnel to allow for air to escape while the first grouting operations occur. 4 . Final lining system located in the shaft / tunnel connection shall be backfilled with grout or lean concrete as soon as practicable after the pipe is installed, or as otherwise approved by the Engineer. The pipe shall be set and secured in place prior to backfilling. 5. Cement grout or lean concrete backfill shall be placed through the holes provided in the lining and pipe in tunnel, using the lowest pressure required to completely fill the annular space around the pipe, unless otherwise approved by the Engineer. 6. Clean all spills, slope , etc. from pipe before it hardens. Do not damage interior lining of pipe + + END OF SECTION + + 3181029 02990 -5 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box R ehabilitati on Projects Drilled Concrete Piers (Part II ) PART I-GENERAL 1.1 DESCRIPTION SECTION 02465 DRILLED CONCRETE PIERS A. Furnish all labor and materials required to construct drilled concrete piers complete including layout, excavation of shafts, steel casings, fabrication and installation of reinforcing steel, furnishing and placing concrete, setting anchor bolts and removal of spoil. B. RELATED WORK 1. Section O 1400 -Quality Control 2. Section 03200 -Concrete Reinforcement 3. Section 03300 -Cast-In-Place Concrete 1.2 REFERENCES A . ACI 336.1 -Standard Specification for the Construction of Drilled Piers . 1.3 SUBMITTALS A. Submit in accordance with Section 01300. B. Submittals for Review: 1. Shop Drawings : Indicate dimensioned plan layout, dowel and anchor bolt setting plans including templates, drilled pier shaft sizes, casing sizes, bell bottom sizes, and top elevation, and details of reinforcing steel. C . Submittals for Information: D . Pier Drilling Log: Report of drilled concrete pier construction including actual elevations of top and bottom of each pier, elevation of bearing stratum, penetration into bearing stratum, deviations of pier centerline and plumbness, shaft size, presence of water, use of temporary casing, placement of concrete, and time of start and finish of excavation . 1.4 QUALITY ASSURANCE A. The laboratory and OWNER representative shall monitor all pier drilling operations. CONTRACTOR shall give a minimum two days notice to the laboratory for services in conjunction with drilled piers. 3181029 02465-1 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Drilled Concrete P iers (Part II) B. Installer: Company specializing in performing the work of this Section with minimum three projects in similar soil and rock conditions, and with similar shaft sizes, depths , and quantities. 1.5 UNIT PRICES A. Contract price shall be based on base lengths of piers shown on the Drawings . Unit prices shall be as follows: 1. Unit prices established in the Contract shall apply for piers longer or shorter than base lengths. 2. The cost of casings shall be included in the base price for piers. Unit prices established in the Contract shall apply for piers longer or shorter than base lengths. Casings are anticipated at all piers. Casing shall remain in place; casing extraction shall not be permitted. 3 . Unit prices shall include all labor and materials including overhead and fees for drilled concrete piers . Adjustments to the Contract shall be based on total linear feet greater than or less than the sum of the base lengths of each pier size at the end of drilling operations. Additional penetration in the bearing stratum greater than the specified penetration shall not be included in determination of increases or decreases of pier lengths related to adjustments in the Contract. 1.6 JOB CONDITIONS A. Site Information: 1. Information regarding site conditions is provided for the convenience of the Contractor and is not a warranty that the information represents site conditions that may be encountered. The OWNER shall not be responsible for interpretations or conclusions drawn from the information provided by the CONTRACTOR. 2. Additional borings or other exploratory work may be conducted by the CONTRACTOR at no cost to the OWNER. B . Utilities : 1. Locate existing piping and utilities prior to the commencement of drilled concrete pier operations. Provide protection of piping and utilities during construction. 2. Do not interrupt piping and utilities serving existing facilities unless permitted in writing by the ENGINEER and OWNER. Provide temporary utility services to replace interrupted utilities. 3181029 02465-2 9/9/2 010 City ofFort Worth -Vill age Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part Il -Junction Box Rehabil itation Proj ects Drill ed Concrete P ie rs (Part II) PART2 PRODUCTS 2.1 MATERIALS A. Reinforcement: Refer to Section 03200. B. Concrete: Refer to Section 03300. C. Bar Supports: Furnish spacers to maintain required concrete cover to sides and bottom of excavation. 1. 2. Shaftspacer Systems, Foundation Technologies, Inc., Tucker, Georgia. "Centraligner" and "Hijacker", Pieresearch, Arlington , Texas. PART3 EXECUTION 3.1 INSTALLATION A . Drill pier shafts to diameters and depths indicated . B. Clean shaft and bottom of loose material. Maintain shafts free of water. Provide steel casing to the bearing stratum to prevent caving soil and to ensure a watertight seal. Required pier penetration in the bearing strata shall be below the bottom of any casing. C . Allow inspection of shaft prior to placement of reinforcement and concrete. D . Place reinforcing steel in accordance with Section 03200 . E . Place concrete in accordance with Section 03300 . 1. Concrete shall be placed within the time limit stated on the Drawings . 2 . Placing equipment shall be designed for vertical placement of concrete . Use tremies where a drop of more than 10'-0" is required. Use hoppers to keep the concrete from striking the reinforcing cage and casings. 3. Provide mechanical vibration for consolidation for the upper 5'-0" of each shaft. 4. Concrete slump for piers shall be 6-inches plu s or minus I -inch . F. Form top of shafts if cut off elevation is above ground ele vation. G. Remove excess concrete at the top of piers beyond the limits of the pier shaft diameter . Top of shaft shall be of the same diameter as shaft below . H. Excavated material shall be removed and disposed off site , or shall be depo sited and spread on site at locations as directed by th e OWN ER. 3181029 02465-3 9/9/2010 City ofFort Worth -Village Creek Wa stewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Drilled Concrete Piers (Part II) 3.2 TOLERANCES A. Maximum Variation From Vertical: One percent oflength. B. Maximum Variation From Design Top Elevation: Plus 1 inch to minus 3 inches. C . Maximum Out-of-Position: One twenty-fourth of the shaft diameter or 3 inches, whichever is less. ++END OF SECTION + + 3181029 02465-4 9/9/2010 PART II DIV1SION3 CONCRETE City of Port Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Concrete Forrnwork (Part II) SECTION 03100 CONCRETE FORMWORK PART I -GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete formwork. The Work also includes: a . Designing formwork systems in accordance with requirements of ACI 347 and the Contract Documents. b. Providing formwork to accommodate the Work under this and other Sections and building into formwork items such as sleeves, anchorage devices, inserts, pipe embedments, reinforcing, and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. c. Provide formwork to accommodate work under other contracts and assisting other contractors in building into formwork items such as sleeves, anchorage devices , inserts, pipe embedments , reinforcing , and all other items required to be embedded in concrete under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items that must be installed with or before concrete formwork Work. 2 . Notify other contractors in advance of the installation of concrete formwork to provide other contractors with sufficient time for installing items included in their contracts that must be installed with or before concrete formwork. 3 . Coordinate formwork Specifications with requirements for finished surfaces specified in Section 03300, Cast-in-Place Concrete . C . Related Sections: 1. Section 03251 , Concrete Joints. 2. Section 03300 , Cast-in-Place Concrete. 1.2 REFERENCES A . Standards referenced in this Section are : 3181029 03100-1 9/9/2 010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Forrnwork (Part II) 1.3 1. ACI 117 , Specifications for Tolerances for Concrete Construction and Materials and Commentary. 2 . ACI 301 , Specifications for Structural Concrete . 3. ACI 347, Guide to Formwork for Concrete. 4. ASTM C805 /C805M, Test Method for Rebound Number of Hardened Concrete. 5 . ASTM Cl074, Practice for Estimating Concrete Strength by the Maturity Method. 6 . NIST PS 1, Structural Plywood. QUALITY ASSURANCE A. Qualifications: 1. Professional Engineer: a. CONTRACTOR or formwork Supplier shall retain a registered professional engineer legally qualified to practice in same state as the Site. Professional engineer shall have at least five years experience designing form work and falsework of the type required. b . Responsibilities include: 1) Reviewing formwork and falsework performance and design criteria stated in the Contract Documents. 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to ENGINEER by CONTRACTOR. 3) Preparing or supervising preparation of design calculations verifying compliance of formwork and falsework with requirements of the Contract Documents. 4) Signing and sealing all calculations. 5) Certifying that: a) Design of formwork and falsework was performed in accordance with performance and design criteria stated in the Contract Documents, and b) Design conforms to all Laws and Regulations, and to prevailing standards of practice. c) In place formwork, prior to concrete placement, complies with the intent of the formwork design and complies with the Contract Documents. 1.4 SUBMITTALS A. Action Submittals: Submit the following : 1. Samples : 3181029 a. Plywood form material used for smooth form finish, four inches square mm1mum. 03100-2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificat ion s to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Fonnwork (Part II) b. Form liner section sufficiently large to show two full repeating patterns, at least 12 inches square . c . Controlled permeability formwork liner material , eight inches square , m1mmum. d . Form Liner Sample Panel : 1) Sample shall show texture and surface pattern, required backing, form tie treatment, and treatment at liner panel joints . Use form material to be used in the Work. 2) Minimum Size : Three feet by four feet. B . Informational Submittals : Submit the following : 1. Shop Drawings: When requested by ENGINEER, submit Shop Drawings showing and indicating general construction of individual forms, including: a. Jointing. b. Special formed joints or reveals . c. Location, pattern, and details of form tie placement, removal , and repair procedures . d. Location and details for temporary openings. e. Other items that would visually affect the finished concrete . 2 . Design of Temporary Measures: Design offormwork and falsework is CONTRACTOR's responsibility. Submit the following: a . Falsework layout drawings with the seal and signature of CONTRACTOR's or Supplier's professional engineer. Layout drawings shall show bracing details , waler arrangements, location of shores, joint forming details, and details at connections to previously placed concrete. ENGINEER's review will be for general conformance to the requirements of the Contract Documents and ACI 347, as indicated for delegated design in the General Conditions. b. Design calculations for formwork and falsework, when requested by ENGINEER. c. Certification letter from CONTRACTOR's or Supplier's professional engineer stating that in-place falsework was inspected and complies with the intent of the falsework design . 3. Product Data: Manufacturer's data for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 4. Manufacturer's Instructions: Installation instructions for proprietary materials, including form coatings, manufactured form systems , ties and accessones. 1.5 PRODUCT DELIVERY. STORAGE AND HANDLING A . Delivery and Storage: 1. Upon delivery to the Site , place materials in area protected from weather. 2. Store materials in accordance with manufacturer 's recommendations. 3181029 03100-3 9/9/2010 City ofFort Worth -Village Creek Wa stewater Treatment Pl ant Part I -Modifi cati ons to B ar Screen Bui ld ing No . 3 and P art II -Junct ion Box Rehab ilitation Projects Concrete Forrn work (P art II) 3 . Store materials abov e ground on framework or blocking. Cov er wood for forms and other acces s ory materials with protective, waterproof covering. Prov ide for adequate air circulation or ventilation under cov er. B. Handle material s in accordance with the manufacturers ' recommendations . Do not damage materials during handling. PART 2 -PRODUCTS 2.1 SYSTEM PERFORMANCE A. Design Criteria: 1. Design, erect, support, brace and maintain formwork in accordance with ACI 347 so that formwork safely supports vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by formwork system or in-place construction that has attained adequate strength for the purpose. Construct formwork so that concrete members and structures are of correct size, shape, alignment, elevation, and position. 2 . Design forms and falsework to include values of live load, dead load, weight of moving equipment operated on formwork , concrete mix, height of concrete drop, vibrator frequency, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent to safety of structure during construction. 3 . Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations , using wedges or jacks, or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. 4. Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection, in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. For long-span members without intermediate supports , provide camber in formwork as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads . 5. Design and construct formwork to be readily remov able w ithout impact, shock or damage to concrete surfaces and adjacent materials . 6 . Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placing. Solidly butt joints and provide backup material at joints as required to prev ent leakage and fin s . 2.2 FORM MATERIALS A. F orms fo r Smo oth Fini sh C oncrete: 3181029 031 00-4 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Forrnwork (Part II) 1. Unless otherwise shown or indicated in the Contract Documents, construct formwork for smooth concrete surfaces with plywood, metal, metal-framed plywood-faced, or other panel type materials acceptable to ENGINEER, to provide continuous, straight, smooth as-cast surfaces with no wood grain or other surface texture imparted by formwork. Provide in largest practical sizes to minimize number of joints and to conform to joint system shown or specified in the Contract Documents. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B . Forms for Standard Finish Concrete: 1. Form concrete surfaces designated to have standard formed finish with plywood, lumber, metal, or other acceptable material. Provide lumber that is dressed on at least two edges and one side . C . Forms for Architecturally Finished Concrete: 1. Form finish concrete surfaces with units of face design, size, arrangement, and configuration as shown or as required to conform to approved Project job mock-up. Provide solid backing and form supports to ensure stability of form liners . 2. Form Material: Overlaid plywood in accordance with NIST PS 1. Provide B-B high density overlaid concrete form, Class I. 3. Form Liners: Rigid PVC or fiberglass in pattern shown or indicated. 4. Form Reuse: To be determined by ENGINEER at time of installation. 5. Rustication Joints: Rigid PVC in profile shown or indicated. 6. Panel Joints: Conceal joints behind rustication joints, unless approved by ENGINEER in writing. F. Form Ties: 1. Provide factory-fabricated metal form ties, designed to prevent form deflection, and to prevent spalling of concrete surfaces upon removal. 2. Unless otherwise shown or indicated in the Contract Documents, provide ties so that portion of tie remaining within concrete after removal of exterior parts of tie is at least 1.5 inches from the outer concrete surface. Unless otherwise shown or indicated in the Contract Documents, provide form ties that will leave a hole no larger than one-inch diameter in concrete surface. 3. Ties shall have waterstops on all exterior, below-grade walls, and walls subject to hydrostatic pressure. 4 . Ties shall leave a uniform, circular hole when forms are removed. 5. Do not use removable ties unless accepted by ENGINEER. Removable ties are not allowed on exterior below-grade walls or walls subject to hydrostatic pressure. If removable ties are accepted, CONTRACTOR shall submit hole repair details for ENGINEER approval. 6. Wire ties are not allowed. 3181029 03100-5 9/9/2 010 City ofFort Wort h -Village Creek Wastewater T reatment P la~t Part I -Mo difications to Bar Screen Bui ld ing No. 3 and Part II -Junction Box Re hab ilitation P rojects Con crete Fo rmwork (P art II ) 7. Do not use reinforcing bars shown by the Drawings as part of the form tie system unless approved by ENGINEER. 8. Provide stainless steel form ties for areas with architectural fini sh . When used , tiebreak back point shall be at least one inch from outer concrete surface. G . Form Coatings: 1. Provide commercial formulation form-coating compounds that will not bond with , stain, nor adversely affect concrete surfaces , and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds . For concrete surfaces that will be in contact with potable water or water that will be treated to become potable , form coating shall be a mineral oil base coating . PART 3 -EXECUTION 3 .1 INSPECTION A. Examine substrate and conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 FORM CONSTRUCTION A. Construct forms in accordance with ACI 347 ; to the exact sizes , shapes, lines , and dimensions shown; as required to obtain accurate alignment, location, and grades; to tolerances specified; and to obtain level and plumb work in finish structures. Provide for openings, offsets , keyways , recesses, moldings , rustications , reglets , chamfers , blocking, screeds, bulkheads, anchorages and inserts , and other features required. Use selected materials to obtain required finishes. Finish shall be in accordance with approved mock-up or sample panel, when specified. B. Allowable Tolerances : 1. Construct formwork to provide completed concrete surfaces complying with tolerances specified in ACI 117, ACI 301 , and ACI 347 . a . Architectural finish formwork, and where shown or indicated on the Drawings , shall be Class A surface, 1/8-inch offset. b . Other surfaces exposed to view shall be Class B surface , 1/4-inch offset. c . Other surfaces shall be Class C surface, 1/2-inch offset. 2 . Tolerances apply to form offsets and to irregularitie s w ithin the fo rmed surface when measured w ith a straightedge ov er a five-foot di stance. 3181029 03 100-6 9/9/2010 City of Fort Worth -Vill age Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Concrete Formwork (Part II ) C. Install formwork and accessories for facilities in accordance with manufacturer's instructions , Laws and Regulations , and the Contract Documents . D. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways , reglets , recesses , and the like, to prevent swelling and assure ease of removal. E. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placing concrete . Brace temporary closures and set tightly to forms to pre vent loss of cement paste. Locate temporary openings on forms in locations as inconspicuous as possible, consistent with requirements of the Work. Form intersecting planes of openings to provide true , clean-cut comers, with edge grain of plywood not exposed as form for concrete. F. F alsework: 1. Erect falsework and support, brace , and maintain falsework to safely support vertical , lateral, and asymmetrical loads applied until such loads can be supported by in-place concrete structures . Construct falsework so that adjustments can be made for take-up and settlement. 2. Provide wedges , jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure ; make necessary adjustments to produce finished Work of required dimensions. G. Forms for Smooth Finish Concrete : 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean comers at intersecting planes , without visible edges or offsets . Back joints with extra studs or girts to maintain true , square intersections . 3. Use extra studs , walers , and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete . Do not use narrow strips of form material that will produce bow. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes , recesses , rustication joints and projections with smooth-finish materials , and install in forms with sealed joints to prevent displacement. H. Comer Treatment: 3181029 03100-7 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Concrete Formwork (Part II) 1. Form exposed comers of beams , walls , foundations, bases and columns to produce smooth, solid, unbroken lines, except as otherwise shown or indicated in the Contract Documents. Chamfer exposed comers. 2. Form chamfers with 3/4 -inch by 3/4-inch strips, unless otherwise shown or indicated in the Contract Documents, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Use rigid PVC chamfers for architecturally formed concrete. Extend terminal edges to required limit and miter chamfer strips at changes in direction. 3. Reentrant or internal and unexposed comers may be formed either square or chamfered. I. Joints: 1. For joint treatment, comply with Section ·03251, Concrete Joints. Locate joints as shown and specified. J. Openings and Built-In Work: 1. Provide openings in concrete formwork shown or required under other Sections or other contracts. Refer to Paragraph 1.1.B of this Section for coordination requirements. 2. Accurately place and securely support items to be built into forms . K . Sealing F ormwork: 1. Formwork joints shall be tight-fitting or otherwise sealed to prevent loss of cement paste. 2. Provide formwork resting against concrete surfaces with compressible gasket material between the concrete and edge of form, to fill irregularities and create tight seal. L. Cleaning and Tightening: 1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before concrete is placed. Retighten forms immediately after placing concrete, as required to eliminate cement paste leaks. M. Tie Hole Repair: 1. Repair tie holes in accordance with Section 03300, Cast-in-Place Concrete. 3.3 FORM COATINGS A. Coat form contact surfaces with non-stammg form-coating compound before installing reinforcing materials . Do not allow excess form coating material to accumulate in forms or come into contact with surfaces that will be bonded to fresh concrete . Apply in compliance with manufacturer's instructions. 3181029 03100-8 9/9/2 010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitatio n Projects Concrete Fonnwork (Part II) B. Coat steel forms with non-staining , rust-preventative form oil, or otherwise protect against rusting. Do not use rust -stained steel formwork . C. For concrete surfaces that will be in contact with potable water or water that will be treated to become potable , form coating shall be mineral-oil base coating. D. Do not use form coatings on form surfaces covered with CPF liner material. 3.4 INSTALLATION OF EMBEDDED ITEMS A. Set and build into formwork anchorage devices and other embedded items, shown, specified, or required under other Sections. Refer to Paragraph 1.1.B of this Section for coordination requirements. Use necessary setting drawings, diagrams, instructions, and directions . B. Edge Forms and Screeds Strips for Slabs: 1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units to support screeds . 3.7 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Before placing concrete , check ties , tie cones, tie waterstops, embedded items, form coatings, formwork stability, alignment, and tolerances. Make corrections and adjustments to ensure formwork complies with intent of the formwork design, proper stability of forming systems, and accurate size and location of concrete members . 2. During concrete placing, check formwork and related supports to ensure that forms are not displaced and that completed Work will be within specified tolerances . 3. If forms are unsatisfactory in any way, either before or during concrete placing, stop or postpone placing of concrete until defects are corrected as required by CONTRACTOR's or Supplier's professional engineer and accepted by ENGINEER. 3.8 REMOVAL OF FORMS A . Determination of time between placing concrete and removing forms is CONTRACTOR's responsibility. Requirements specified in this Section are minimum times and requirements intended to ensure that concrete will support its own weight, and do not consider additional effects of the construction. Additional effects of the construction shall be accounted for by CONTRACTOR when 3181029 03100-9 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junctio n Box Rehabilitation Projects Concrete Formwork (Part II) determining time for removing formwork . Time for removing of forms is subject to ENGINEER's acceptance. B. Comply with requirements of ACI 301 and ACI 347, except as indicated in the Contract Documents. C. Removal of Forms for Walls, Columns, Sides of Beams and Girders , and Slab and Foundation Edges: 1. Comply with requirements of Table 03100-A of this Section: TABLE 03100-A, REMOVAL OF FORMS Average Daily Ambient Air Temperature (deg F) Min. Concrete .. Compressive 60 Fto 50 F to Below Strength for Form Component Over70 F 70F 60F 50 F Removal Walls One day Two days Three days See 750 psi Columns Two days Three days Four days Para-1000 psi Side of beams One day One day Two days graph 500 psi and cirders 3.8.C.2 of Slab and One day One day Two days this 500 psi foundation edges Section 2 . When average daily ambient air temperature is below 50 degrees F, do not remove forms until concrete attains minimum compressive strength indicated in Table 03100-A for form removal , and comply with Paragraph 3.8.C.3 .b of this Section. 3 . Concrete Strength Requirements for Form Removal: a. For other than beams and elevated slabs, do not remove forms until concrete attains minimum concrete compressive strength indicated in Table 03100-A for form removal.. b. For beams and elevated slabs, do not remove supporting forms or shoring until concrete attains minimum of 90 percent of its specified compressive strength. D. Alternative Criteria for Removing Forms for Walls, Columns, Sides of Beams and Girders, and Slab and Foundation Edges : CONTRACTOR has the option of submitting an alternative removal of forms table, together with supporting data, for ENGINEER's acceptance. Supporting data shall include representative field data for each different placement ambient temperature condition and minimum of three tests per temperature condition to ensure that accurate correlation between concrete strength and placement temperature is obtained . E. Determination of In-place Concrete Strength: 1. Determine compressive strength of in-place concrete by compression test specimens cured at the Site under the same conditions of temperature and moisture as the concrete member under consideration. 3181029 03100-10 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Forrnwork (Part II) 2. Alternately, determine compressive strength of in-place concrete by maturity factor procedure in accordance with ASTM C1074 and approved by ENGINEER. Location of embedded thermistors or thermocouples shall be as approved by ENGINEER. F. When high-early strength concrete is used, time for removing the forms will be developed at the Site from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. G. Leave form facing material in place for minimum of four days after concrete placement, unless otherwise approved by ENGINEER. H. Continue curing, including bottom surfaces of slabs and beams, after form removal in accordance with Section 03300, Cast-in-Place Concrete. 3.9 PERMANENT SHORES A. Provide permanent shores in accordance with ACI 347 . B . Reshores are not allowed. 3.10 RE-USE OF FORMS A. Clean and repair surfaces of forms to be re-used in the construction. Do not use split, frayed, delaminated, or otherwise damaged form facing material. Apply form coating compound material to concrete contact surfaces as specified for formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces. Form surfaces are subject to ENGINEER's approval. + + END OF SECTION + + 3181029 03100-11 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Re inforcement (Part II) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 03200 CONCRETE REINFORCEMENT 1. CONTRACTOR shall provide all labor, materials , equipment, and incidentals as shown, specified, and required to furnish and install concrete reinforcing. 2. Extent of concrete reinforcing is shown and indicated in the Contract Documents . 3. Work includes fabrication and placement of reinforcing including bars, ties, and supports , and welded wire fabric for concrete, encasements, and fireproofing. B. Related Sections: 1. Section 03251, Concrete Joints . 2. Section 04201, Unit Masonry Construction . 3. Section 05051, Concrete Anchorages . 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 315 , Details and Detailing of Concrete Reinforcement. 2. ACI 318 , Building Code Requirements for Structural Concrete . 3. ACI 350, Code Requirements for Environmental Engineering Concrete Structures . 4 . ANSI/ A WS D 1.4, Structural Welding Code -Reinforcing Steel. 5. ASTM A82, Specification for Steel Wire, Plain , for Concrete Reinforcement. 6. ASTM A185, Specification for Steel Welded Wire Reinforcement , Plain, for Concrete . 7. ASTM A615, Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 8 . ASTM A 706, Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 10. ASTM E329 , Specification for Agencies Engaged in Construction Inspection and/or Testing. 11 . Concrete Reinforcing Steel Institute (CRSI), CRSI lMSP, Manual of Standard Practice. 12. ICC Evaluation Service (ES) AC 308 , Ac ceptance Criteria for Po st-Install ed Anchors in Concrete Elements . 3181029 03200-1 9/9/2010 City ofFort Worth -Vi ll age Creek Was te water Treatment Pl ant Part I -Mo difi cations to B ar Screen Build ing No. 3 an d Part II -Ju nctio n Box Reha b ili tation Projects Concrete Rein forceme nt (P art II ) 1.3 QUALITY ASSURANCE A . Qualifications : 1. Testing Laboratory: Shall meet requirements of ASTM E 329 and shall have exp erience in the testing welded splices of reinforcing steel and tension testing of reinforcing bars set in adhesive in hardened concrete . 2. Installer of Adhesive Dowels : Shall be experienced and certified by manufacturer of adhesive as possessing necessary training for installing manufacturer 's products. Distributors or manufacturer 's representatives shall not provide product training unless qualified as certified trainers by anchor manufacturer. B. Certifications 1. Weld Procedures : For types of splices and grades of reinforcing used in the Work, weld procedures for welded reinforcing steel splices shall be certified in accordance with ANSI/AWS Dl.4. 2. Welders : For types of splices and grades of reinforcing used in the Work, welders shall be certified for welding reinforcing steel splices in accordance with ANSI/AWS Dl.4. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 3181029 1. Shop Drawings: a. Drawings for fabricating , bending, and placing concrete reinforcing. Comply with ACI 315, Parts A and B. b . For walls, show elevations at minimum scale of 1/4-inch to one foot. 1) Elevations shall show all openings and reference details that identify additional reinforcing required around each opening. 2) Elevations shall denote each wall intersection and reference a detail that identifies additional reinforcing required at wall intersection. As an alternate to providing separate details for each wall intersection, provide overall plan detailing only the additional wall intersection reinforcing for each wall intersection. c . For slabs and mats , show top and bottom reinforcing on separate plan views . 1) Plans shall show all openings and shall reference details that identify additional reinforcing around each opening. d. Show bar schedules , stirrup spacing, diagrams of bent bars , location of bar splices , length of lap splices, arrangements , and assemblies , as required for fabricating and placing concrete reinforcing unless otherwise noted. e . Prov ide plans and el evations detailing location , spacing , and lengths of 03200-2 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ec ts Concrete Reinforcement (Part II) masonry wall dowels , where masonry is required. Coordinate location of dowels with masonry openings and with standard modular spacing. Submit masonry wall dowels with reinforcing submittal for element into which masonry dowel will be embedded. Coordinate with Section 04201 , Unit Masonry Construction. f. Splices shall be kept to a minimum . A void, when possible, splices in regions of maximum tensile stresses. g. Drawings detailing location of all construction and expansion joints, as required under Section 03251, Concrete Joints , shall be submitted and approved before Shop Drawings for reinforcing are submitted. h . Drawings detailing location, spacing, edge distance, and embedment depth of adhesive dowels . Adhesive system shall be submitted and approved before Shop Drawings with adhesive dowels are submitted . 2. Product Data: a. Manufacturer's product data for adhesive , if not submitted under other Sections . b. Adhesive manufacturer's test data and ICC ES report to verify specified capacity of adhesive dowels . B. Informational Submittals: Submit the following: 1. Certificates : a. Steel manufacturer's certificates of mill analysis , tensile , and bend tests for reinforcing steel. b. Certification of welders and weld procedures for splices . c. Adhesive manufacturer's certification verifying that installer is qualified and using proper installation procedures . 2. Manufacturer's Instructions: a. Installation instructions for adhesive systems . 3. Field Quality Control Submittals: a. Reports of all field quality control testing, where applicable . b. Results of required inspection of welded splices of reinforcing bars . c. Results of required tensile testing of adhesive dowels . Include size and location of bars tested . 4 . Special Procedure Submittals ; Description of reinforcing weld locations and weld procedures . 1.5 DELIVERY. HANDLING. AND STORAGE A . Deliver concrete reinforcing products to Site bundled, tagged , and marked . Use metal tags indicating bar size, lengths , and other information corresponding to markings on approved Shop Drawings . 3181029 03200-3 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Reinforcement (Part II) B. Store concrete reinforcing products to prevent damage and accumulation of dirt and excessive rust. Store on heavy wood blocking so that reinforcing does not come into contact with the ground. PART 2 -PRODUCTS 2.1 MATERIALS A. Reinforcing Bars: Shall be in accordance with ASTM A615, and as follows: 1. Provide Grade 60 for all bars, unless indicated otherwise. All reinforcing shall be epoxy coated. 2. At beams and columns forming frames and wall boundary elements, where shown on the Drawings, provide ASTM A 706 or ASTM A615, Grade 60, with tested actual maximum yield stress of 78,000 psi and ratio of actual tested tensile strength to tested yield strength not less than 1.25. B. Mechanical Couplers: Reinforcement bars may be spliced with mechanical connection. Connection shall be full mechanical connection that shall develop in tension or compression, as required, at least 125 percent of specified yield strength (fy) of bar in accordance with ACI 318 and ACI 350. Where splices at the face of wall are shown or approved by ENGJNEER, form saver-type mechanical couplers may be used. Form-saver couplers shall have integral plates designed to positively connect coupler to formwork. C . Steel Wire: Shall be in accordance with ASTM A82. D. Welded Smooth Wire Fabric: Shall be in accordance with ASTM A185. 1. Furnish in flat sheets, not rolls. E. Column Spirals: Hot-rolled rods for spirals, conforming to ASTM A615 . F. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting and fastening reinforcing in place. 1. Use wire bar type supports complying with CRSI 1 MSP recommendations , except as specified in this Section. Do not use wood, brick, or other unacceptable materials . 2. For slabs on grade, use precast concrete blocks , four inches square in plan, with embedded tie wire as specified by CRSI 1 MSP . Precast concrete blocks shall have same or higher compressive strength as specified for concrete in which they are located. 3. For concrete surfaces where legs of supports are in contact with forms , prov ide supports complying with CRSI 1 MSP as follows: 3 18 1029 03200-4 9/9/20 10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Reinforcement (Part II) a . At formed surfaces in contact with soil, weather, or liquid, or located above liquid, supports shall be CRSI Class 1 for maximum protection. Plastic coating on legs shall extend at least 0.5-inch upward from form surface. b. At interior dry surfaces (not located above liquid), supports shall be either Class 1 or Class 2 for moderate protection. c. At formed surfaces with an architectural finish, use stainless steel protected legs (Type B). 4. Over waterproof membranes, use precast concrete chairs. G. Adhesive Dowels: 1. Dowels: a. Dowel reinforcing bars shall conform to ASTM A615, Grade 60. 2. Adhesive: a. For requirements for adhesive, refer to Section 05051, Concrete Anchorages. 2.2 FABRICATION A . General: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI 1 MSP. In case of fabricating errors, do not re-bend or straighten reinforcing in manner that injures or weakens material. B. Unacceptable Materials: Reinforcing with one or more of the following defects is not allowed: 1. Bar lengths, bends, and other dimensions exceeding specified fabrication tolerances. 2. Bends or kinks not shown on approved Shop Drawings. 3. Bars that do not meet or exceed their ASTM specification requirements when hand-wire-brushed, with respect to cross section, nominal weight, or average height of deformations. PART 3-EXECUTION 3.1 INSPECTION A. Examine the substrate and conditions under which concrete reinforcing is to be placed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with Work until unsatisfactory conditions have been corrected. 3.2 INSTALLATION 3181029 03200-5 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Concrete Reinforcement (Part II) A . Comply with applicable recommendations of Laws and Regulations, applicable standards, and CRSI 1 MSP for details and methods of reinforcing placement and supports. B. Clean reinforcing to remove loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C . Position, support, and secure reinforcing against displacement during formwork construction and concrete placing. Locate and support reinforcing by metal chairs , runners, bolsters, spacers, and hangers, as required. 1. Place reinforcing to obtain minimum concrete coverages specified in ACI 318, AC I 350, and the Contract Documents. Arrange, space, and securely tie bars and bar supports together with 16-gage wire to hold reinforcing accurately in position during concrete placing. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placing concrete, using surveyor's level or string line, demonstrate to ENGJNEER that specified cover of reinforcing has been attained. 3. Do not secure reinforcing steel to forms with wire, nails, or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. D . Allowable Placing Tolerances : Comply with ACI 318, Chapter 7 -Details of Reinforcement, and ACI 350, Chapter 7 -Details of Reinforcement, except as specified in this Section: 1. Concrete surfaces in contact with liquid shall have minimum of two inches of concrete over reinforcing steel. E. Provide sufficient number of supports of strength required to carry reinforcing. Do not place reinforcing bars more than two inches beyond last leg of continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Lap Splices : 1. Provide standard reinforcing splices by lapping ends, placing bars in contact, and tying tightly with wire. Comply with requirements shown for minimum lap of spliced bars as shown on the Drawings. G . Install welded wire fabric in lengths as long as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps . H. Mechanical Couplers: 3181029 03200-6 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Reinforcement (Part II) 1. Mechanical butt splices shall be in accordance with recommendations of mechanical splicing device manufacturer. Butt splices shall develop 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Bars shall be flame-dried before butt splicing. Provide adequate jigs and clamps or other devices to support, align, and hold longitudinal centerline of bars being butt spliced in straight line. I. Welded Splices: 1. When field welding of reinforcing is required on the Drawings or allowed by ENGINEER in writing, welding of reinforcing bars shall conform to ANSI/ A WS D 1. 4. Preheating and rate of cooling requirements shall be based on bar steel chemistry and ANSI/ A WS D 1. 4. Welded splices shall be sized and constructed to transfer minimum of 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Unless otherwise allowed by ENGINEER in writing, welding of crossing bars (tack welding) for assembly of reinforcement is prohibited. 2. Welding of wire to wire, and of wire or welded wire fabric to reinforcing bars or structural steels, shall conform to applicable provisions of ANSI/ A WS D 1.4 and ENGINEER's requirements for the particular application. 3. After completing welding on coated reinforcing bars, repair coating damage as specified in this Section. Welds and steel splice members, when used to splice bars, shall be coated with same material used for repair of coating damage. J. Adhesive Dowels: 1. Adhesive dowels shall be reinforcing bar dowels set in an adhesive in hole drilled into hardened concrete. Comply with manufacturer's installation instructions regarding hole diameter, drilling method, embedment depth required to fully develop required tensile strength, and hole cleaning and preparation instructions. Unless more-stringent standards are required by adhesive system manufacturer, comply with the following. 2. Drill holes to adhesive system manufacturer's recommended diameter and depth to develop required tensile strength. Holes shall not be more than 1/4- inch greater than nominal bar diameter, and hole depth shall not be less than twelve times nominal bar diameter. Hammer-drill holes. Cored holes are not allowed. 3. Embedment depths shall be based on compressive strength of2,000 psi when embedded in existing concrete, and 4,000 psi when embedded in new concrete. 4. Determine location of existing reinforcing steel in vicinity of proposed holes prior to drilling. Adjust location of holes to be drilled to avoid drilling through or damaging existing reinforcing bars only when approved by ENGINEER. 5 . Before setting adhesive dowel, hole shall be made free of dust and debris by method recommended by adhesive system manufacturer. Hole shall be brushed, with manufacturer-approved brush and blown clean with clean, dry, oil-free compressed air to remove all dust and loose particles. Hole shall be dry 3181029 03200-7 9/9/2010 C ity ofFort Worth -V ill age Cree k Wastewater Treatmen t Pl ant Part I -Mo d ifications to B ar Screen Build ing No . 3 an d P art II -Junction Box Rehab ilitation P rojects Concrete Reinforcement (P art II ) as defined by adhesive system manufacturer. 6 . Inject adhesive into hole through injection system mixing nozzle and necessary extension tubes, placed to bottom of hole. Withdraw discharge end as adhesive is placed, but keep end of tube immersed to prevent forming air pockets . Fill hole to depth that ensures that excess material is ex pelled from hole during dowel placement. 7 . Twist dowels during insertion into partially filled hole to guarantee full wetting of bar surface with adhesive . Insert bar slo w ly to av oid d eveloping air pockets . 3.3 FIELD QUALITY CONTROL A. Site Inspections and Tests: l . Do not place concrete until reinforcing is inspected and permission for placing concrete is granted by ENGINEER. Concrete placed in violation of this provision will be rejected. 2. Do not close up formwork for walls and other vertical members until reinforcing is inspected and permission for placing concrete is granted by ENGINEER. Concrete placed in violation of this provision will be rejected. 3 . Testing of Adhesive Dowels: Employ testing agency to perform field quality control testing of drilled dowel installations. After manufacturer's recommended curing period and prior to placing connecting reinforcing, proof- test for pullout ten percent of adhesive dowels installed. Adhesive dowels shall be tensioned to 60 percent of specified yield strength . Where dowels are located less than six bar diameters from edge of concrete, ENGINEER will determine tensile load required for test. If one or more dowels fail , retest all dowels installed for the Work. Dowels that fail shall be reinstalled and retested at CONTRACTOR's expense. 4. Inspection of Welded Splices: Employ testing agency to perform field quality control testing of welded splices. All welded splices shall be visually inspected. Radio graphically test minimum of five percent of butt splice welds. Repair defective welds to be completely sound. B. Manufacturer's Services : 1. Provide qualified adhesive manufacturer's representative at the Site during initial installation of adhesive dowel systems to train installing personnel in proper selection and installation procedures. Manufacturer's representative shall observe to verify that installer demonstrates proper installation procedures for adhesive dowels and adhesive material. Each installer shall be certified in writing by manufacturer as qualified to install adhesive anchors . + + END OF SECTION + + 31 8 1029 0 3200-8 9/9/2010 City ofFort Worth -Village Creek Wastewater Trea tment Plant Part I -Modifi cations t o Bar Screen Building No . 3 and Part II -Junction Box Reh abilitation Projects Concrete Jo ints (Part II ) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 03251 CONCRETE JOINTS 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete joints. B. Related Sections: 1. Section 03100, Concrete Formwork. 2. Section 03600, Grout. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 301, Standard Specifications for Structural Concrete. 2 . ASTM D 1752, Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction 3 . CRD-C572, U.S. Army Corps of Engineers Specifications for Polyvinyl - Chloride Waterstop. 1.3 SUBMITTALS A . Action Submittals: Submit the following: 1. Shop Drawings: a . Layout of construction and expansion joint locations. Submit and obtain approval prior to submitting concrete reinforcement Shop Drawings. b . For construction and expansion joints that require waterstops , submit layout of locations showing waterstop details. Indicate waterstop type , waterstop joint conditions, and details on how joint conditions will be handled. c. Detail for joining PVC to steel waterstops. d . Layout of all control joint locations . 2 . Samples : 3181029 a. Submit Sample, at least six inches long each , of each type of waters top proposed for use . b. Submit Sample of foam rubber and cork ex pansion joint fillers . c . Submit Sample of each type of prefabricated PVC w aterstop joint. 03251 -1 9/9/2010 C ity of Fo rt Worth -Vi ll age Creek Wastewater Treatment Plan t Part I -M odifi cation s to B ar Screen Bui ld ing No . 3 an d Part II -Junction Box Reh ab ili tati on Projects Con crete Joi nts (P art II ) B . Informational Submittals : Submit the follo w ing: 1. Manufacturer 's In structions: Manufacturer 's specifications and in stallation instructions for all materials required. 1.4 DELIVERY, STORAGE AND HANDLING A. Transportation and Handling of Products : 1. Deliver materials to Site to ensure uninterrupted progress of the Work. 2. Comply with Section O 1651, Transportation and Handling of Products. B. Storage and Protection: 1. Store concrete joint materials on platforms or in enclosure s or covered to prevent contact with ground and exposure to weather and direct sunlight. Comply with manufacturer's storage and protection requirements . 2. Comply with Section 01661, Storage and Protection of Products. PART 2 -PRODUCTS 2 .1 WATERSTOPS A . Polyvinyl Chloride (PVC): 1. Material Requirements: a. Waterstops shall be extruded from elastomeric PVC compound containing plasticizers, resins, stabilizers, and other materials necessary to meet requirements of the Contract Documents and requirements of CRD-C572. Do not use reclaimed or scrap material. b . Tensile strength of finished waterstop : 1,400 psi, minimum. c. Ultimate elongation of finished waterstop: 280 percent, minimum. d . Minimum thickness shall be 3/8-inch over entire width ofwaterstop. e. Provide waterstops with minimum of seven ribs equally spaced at each end on each side. First rib shall be at the edge . Ribs shall be a minimum of 1/8-inch in height. f . Provide waterstops with hog rings or factory-installed grommets anchored to exterior ribs to facilitate tying waterstop in position. 2 . Split waterstops are not allowed. 3 . Construction Joints: Waterstops shall be flatstrip ribbed type, six -inch minimum width, unless otherwise shown or indicated in the Contract Documents. 4. Expansion Joints: Waterstops shall be centerbulb ribbed type , nine-inch minimum w idth , unles s otherwis e shown or indicated in the Contract Documents. Centerbulb shall have m inimum outside diameter of 7/8-inch. 5. Product and Manufacturer: Provide one of the following : 3 18 10 2 9 0 3251 -2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and P art II -Junction Box Rehabilitation Proj ects Concrete Joints (Part II) a. W.R. Meadows, Inc . b. Durajoint Concrete Accessories . c. Greenstreak Plastic Products Company. d . Paul Murphy Plastics Company. e. Vinylex Corporation. f . Or equal. B. Hydrophilic Waterstop Materials : 1. General Material Properties: a. Bentonite-free, and expandable by minimum of 80 percent of dry volume in presence of water to form watertight joint seal without damaging concrete in which material is cast. Provide only where shown or indicated in the Contract Documents . b. Material shall be composed of resins and polymers that absorb water and cause an increase in volume in completely reversible and repeatable process . Waterstop material shall be dimensionally stable afterrepeated wet-dry cycles with no deterioration of swelling potential. c. Select materials that are recommended by manufacturer for type ofliquid to be contained. 2. Hydrophilic Rubber Waterstop: a. Minimum cross sectional dimensions shall be 3/16 -inch by 3/4-inch. b . Product and Manufacturer: Provide one of the following : 1) Duroseal Gasket, by BBZ USA, Inc . 2) Adeka Ultraseal MC-2010M , by Asahi Denka Kogyo K.K. 3) Hydrotite, by Greenstreak Plastic Products Company. 4) Or equal. 3. Hydrophilic Sealant: a. Hydrophilic sealant shall adhere firmly to concrete , metal , and PVC in dry or damp condition. When cured sealant shall be elastic indefinitely. b. Product and Manufacturer: Provide one of the following : I) Duroseal Paste, by BBZ USA, Inc. 2) Adeka Ultraseal P-201, by Asahi Denka Kogyo K .K. 3) Hydrotite , by Greenstreak Plastic Products Company. 4) SikaSwell S, by Sika Corporation. 5) Or equal. 2.2 PREFORMED EXPANSION JOINT FILLER A. Provide preformed expansion joint filler complying with ASTM DI 752 , Type I (sponge rubber) or Type II (cork). 2.3 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Provide water-soluble non-flammable , surface-retardant roughener. 3181029 03251-3 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Ju nction Box Rehabilitation Projects Concrete Joints (Part II) B. Product and Manufacturer: Provide one of the following for the types of joints specified: 1. Rugasol-S, by Sika Corporation for horizontal joints only. 2. Concrete Surface Retarder-Formula S, by Euclid Chemical Company, for horizontal joints only. 3. Concrete Surface Retarder-Formula F, by Euclid Chemical Company, for vertical joints only. 4 . TK-6100 Concrete Form Surface Retarder, by TK Products. 5. Or equal. 2.4 EPOXY BONDING AGENT A . Provide a two-component epoxy-resin bonding agent. B . Product and Manufacturer: Provide one of the following: 1. Sikadur 32 Hi-Mod LPL, by Sika Corporation. 2. Eucopoxy LPL, by the Euclid Chemical Company. 3. Resi-Bond J-58, by Dayton Superior. 4 . Or equal. 2.5 EPOXY-CEMENT BONDING AGENT A. Provide three component epoxy resin-cement blended formulated as bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation. 2 . Duralprep A.C., as manufactured by the Euclid Chemical Company. 3 . Emaco P24, as manufactured by MBT/ChemRex . 4 . Or equal. 2 .6 JOINT SEALANT AND ACCESSORIES A. Provide Sikaflex 2C or approved equal at all joint sealants. 2.7 CONCRETE BOND BREAKERS A. Provide asphalt-saturated rag felt building paper, not less in weight than commercially known as 15 pound felt building paper, which weighs 15 pounds per 1 00 square feet. B. Chemical Bond Breaker: 1. Provide medium solids resin solution chemical concrete bond breaker complying with ASTM C309, Type I, Class B. 3181029 03251-4 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Scree n Building No . 3 and Part II -Jun cti on Box Rehab ilitation Projects Con crete Joi nts (Part II) 2 .8 NEOPRENE BEARJNG PADS A . Product and Manufacturer: Provide one of the following: 1. 65 Durometer, Sheet Neoprene No. 1200 , as manufactured by Williams Products Company. 2 . Or equal. 2.9 RUBBER BONDING AGENT A. Product and Manufacturer: Provide one of the following: 1. Scotch-Grip 1300 Rubber Adhesive, as manufactured by 3M Company. 2. Or equal. PART 3 -EXECUTION 3.1 INSPECTION A. CONTRACTOR and installing Subcontractor, if any, shall examine substrate and conditions under which the Work is to be performed and notify ENGINEER in writing of unsatisfactory conditions . Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 CONSTRUCTION JOINTS A . Comply with requirements of ACI 301 and the Contract Documents. B. Locate and install construction joints as shown or indicated on the Drawings. Where not shown or indicated, locate joints to not impair strength of the structure; position joints at points of minimum shear. Location of joints shall be approved by ENGINEER. In addition to joints shown or indicated on the Drawings, locate construction joints as follows: 1. In foundation mats , locate joints at spacing of approximately 40 feet. Joints shall be located within middle third of element span, unless otherwise shown or indicated on the Drawings. Element span shall be considered distance between piles or, as determined by ENGINEER, distance between bearing elements, such as columns, exterior walls and interior walls . Place concrete in strip pattern, unless otherwise shown or indicated on the Drawings. 2 . In walls, locate joints at a maximum spacing of 40 feet. Locate joints away from wall intersections a minimum of one-quarter of the clear span distance between wall intersections measured horizontally. 3 181029 03251-5 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatm ent Plant P art I -Modifi cations to Bar Sc reen Building No . 3 and P art TI -Junction Box Rehab ilitat io n P roj ec ts Concrete Joi nts (P art II) 3. In structural slab s and beams, joints shall be located w ithin middle third of element span and shall be located in compliance with ACI 301 , unles s otherwise shown or indicated on the Drawings. 4 . In slab s on grade, locate joints at spacing of approximately 40 feet. Place concrete in strip pattern, unless otherwise shown or indicated on the Drawings . C . Horizontal Joints: 1. Roughen concrete at interface of construction joints by abrasive blasting , hydroblasting, or using surface retardants and water jets to expose aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping, unless otherwise approved by ENGINEER. Immediately before placing fresh concrete, thoroughly clean existing contact surface using stiff brush or other tools and stream of pressurized water. Surface shall be clean and wet, and free from pools of water at time of placing fresh concrete. 2. Remove laitance, waste mortar, and other substances that may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placing or where dirt or other bond reducing contaminants are on surface, perform additional light abrasive blasting or hydroblasting to remove laitance and all bond-reducing materials just prior to concrete placement. 3 . Provide over contact surface of concrete a six-inch layer of Construction Joint Grout as specified in Section 03600 , Grout. Place fresh concrete before grout has attained its initial set. Placement of grout may be omitted if concrete mix has slump increased to at least six inches by addition of high range water reducer. D . Vertical Joints: 1. Apply roughener to the form in thin, even film by brush, spray, or roller in accordance with manufacturer's instructions . After roughener is dry, concrete may be placed. 2. When concrete has been placed, remove joint surface forms as early as necessary to allow for removal of surface retarded concrete. Forms covering member surfaces shall remain in place as required under Section 03100 , Concrete Formwork. Wash loosened material off with high-pressure water spray to obtain roughened surface subject to approval by ENGINEER . Alternately, surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate . Outer one-inch of each side of joint face shall be masked and protected from blasting to avoid damaging member surface. 3.3 EXPANSION JOINTS A. Comply with requirements of ACI 301 and this Section. 3 181029 03 2 51 -6 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Joints (Part II) B. Locate and install expansion joints as shown and indicated in the Contract Documents. Install joint filler in accordance with manufacturer's instructions . Install sealants as specified in this Section. 3.4 CONTROL JOINTS A. Provide control joints in non-water bearing slabs on grade as shown or indicated on the Drawings. Where control joints are not shown or indicated on the Drawings, space control joints at 24 to 36 times thickness of slab in both directions. Locate control joints only at places approved by ENGINEER. B. A groove , with depth of at least 25 percent of the member thickness, shall be tooled, formed , or saw-cut in concrete. Groove shall be filled with joint sealant. C . Where control joint is formed by sawcutting, make sawcut in presence of ENGINEER immediately after concrete has set sufficiently to support the saw and be cut without damage to concrete. Keep concrete continually moist during cutting. Joints shall be approximately 1/8-inch wide. D. Control joints may be formed with tool or by inserting joint forming strip. After concrete has achieved design strength, remove upper portion of joint forming strip and fill void with sealant. 3.5 ISOLATION JOINTS A . Provide isolation joint where sidewalk or other slab on grade abuts a concrete structure and slab on grade is not shown doweled into that structure . Form isolation joint by 1/2-inch joint filler with upper 1/2-inch of joint filled with sealant. 3.6 WATERSTOPS A. General: 1. Comply with ACI 301 and this Section. Make joints in accordance with manufacturer's instructions. 2. Provide PVC waterstops, except where otherwise shown or indicated on the Drawings. 3 . Provide waterstops in all joints where concrete construction is below grade or intended to retain liquid. Install waterstop to the higher of: at least 12 inches above grade , or 12 inches above overflow liquid level in tanks . 4. Waterstops shall be fully continuous for extent of joint and with waterstops in intersecting joints. Maintain waterstop continuity at transitions between waterstops in joints at different levels and orientations . 5 . In vertical joints in walls that are free at the top, waterstops shall extend no closer than six inches from top of wall. WSPEC07 03251-7 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Concrete Jo in ts (Part II) 6. In placing concrete around horizontal waterstops, with waterstop flat face in horizontal plane, work the concrete under waterstops by hand to avoid forming air and rock pockets. B. Polyvinyl Chloride Waterstop: 1. Waterstops shall be positively held from displacement during concrete placing. Tie waterstops to reinforcement or other rigid supports at maximum spacing of 18 inches so that waterstop is securely and rigidly supported in proper position during concrete placing. Continuously inspect waterstops during concrete placing to ensure proper positioning. 2. Perform splicing in waterstops by heat sealing adjacent waterstop sections in accordance with manufacturer's printed recommendations. The following is required: a. Material shall not be damaged by heat sealing. b. Splices shall have tensile strength of not less than 60 percent ofunspliced material's tensile strength. c. Maintain the continuity of waterstop ribs and of its tubular center axis. 3 . Only butt-type joints of ends of two identical waterstop sections shall be made while material is in forms. 4. Prefabricated PVC Waterstop Joint: a. Joints with waterstops involving more than two ends to be jointed together, and joints that involve an angle cut, alignment change, or joining of two dissimilar waterstop sections, shall be prefabricated by CONTRACTOR or manufacturer prior to placing in the forms. b. Prefabricated joints shall have minimum of 2.0 feet of waterstop material beyond joint in each direction. c. Install prefabricated joint assembly in the forms and butt-weld each two- foot end to a straight-run portion ofwaterstop in place in the forms. 5. Where centerbulb waterstop intersects and is jointed with non-centerbulb waterstop, seal end of centerbulb using additional PVC material as required. 6. Symmetrical halves of waterstops shall be equally divided between concrete placements at joints and centered within joint width, unless shown or indicated otherwise in the Contract Documents. Place centerbulb waterstops in expansion joints so that centerbulb is centered on joint filler material. 7. When waterstop is installed in the forms or embedded in first concrete placement and waterstop remains exposed to atmosphere for more than four days, implement suitable precautions to shade and protect exposed waterstop from direct rays of sun during entire exposure, until exposed portion of waterstop is embedded in concrete. 8. Protect waterstop placed in joints intended for future concrete placement from direct rays of the sun by temporary means until permanent cover is installed, so that waters top is not exposed to direct rays of the sun for more than four days total. D. Hydrophilic Rubber Waterstop and Sealant: 03251-8 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabil itation Projects Concrete Joints (Part 11) 1. Where a hydrophilic rubber waterstop or sealant is required in accordance with the Contract Documents, or where approved by ENGINEER, install waterstop or sealant in accordance with manufacturer's instructions and recommendations; except, as modified in the Contract Documents. 2 . When requested by ENGINEER, provide manufacturer's technical assistance at the Site. 3. Locate waterstop or sealant as near as possible to center of joint. Waterstop or sealant shall be continuous around entire joint. Minimum distance from edge of waters top to face of the member shall be three inches. 4. Where hydrophilic rubber waterstop is used in combination with PVC waterstop, hydrophilic rubber waterstop shall overlap PVC waterstop for minimum of six inches. Fill contact surface between hydrophilic rubber waterstop and PVC waterstop with hydrophilic sealant. 5 . Where wet curing methods are used, apply hydrophilic rubber waters top and sealant after curing water is removed and just prior to closing up of the forms for concrete placement. Protect hydrophilic rubber waterstop and sealant from direct rays of sun and from becoming wet prior to concrete placement. If material becomes wet and expands, allow material to dry until material has returned to original cross sectional dimensions before placing concrete. 6 . Install hydrophilic rubber waterstop in bed of hydrophilic sealant, before skinning and curing begins, so that irregularities in concrete surface are completely filled and waterstop is bonded to sealant. After sealant has cured, install concrete nails, with washers of a diameter equal to waterstop width, to secure waterstop to concrete at maximum spacing of 1.5 feet. 7. Prior to installing hydrophilic sealant, wire brush or sandblast the concrete surface to remove laitance and other materials that may interfere with bonding. Metal and PVC surfaces to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown or indicated in the Contract Documents, place sealant placed in built-up bead which has a triangular cross section with each side of triangle at least 3/4-inch long, unless otherwise indicated in the Contract Documents. Do not place concrete until sealant has cured as recommended by sealant manufacturer. 3.7 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days , and for bonding to existing concrete. B . Use epoxy-cement bonding agent for the following : 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days, and for bonding to existing concrete. 2. For locations where bonding agent is required and concrete cannot be placed within open time period of epoxy bonding agent. 3. Bonding of horizontal construction joints where joints are required in accordance with the Drawings or approved by ENGINEER for foundation mats that are five feet thick or greater. 03251-9 City ofFort Worth -Village Creek Wastewater Treatment Plant P art I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Joints (Part II) C. Use cement-water slurry as bonding agent for toppings and concrete fill to new concrete . Cement water slurry shall be worked into surface with stiff bristle broom and place the concrete before cement-water slurry dries . D . Handle and store bonding agent in accordance with manufacturer 's printed instructions and safety precautions. E. Mix bonding agent in accordance with manufacturer 's instructions. F. Before placing fresh concrete, thoroughly roughen and clean hardened concrete swfaces and coat with bonding agent not less than 1/16-inch thick. Place fresh concrete while bonding agent is still tacky (within its open time), without removing in-place bonding agent coat, and as directed by manufacturer. 3.8 BEARING PAD lNSTALLATION A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with manufacturer's instructions. + + END OF SECTION + + 03251-10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) SECTION 03300 CAST-IN-PLACE CONCRETE PART I -GENERAL 1.1 DESCRIPTION A . Scope : 1. Provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install cast-in-place concrete . 2. The Work includes providing concrete consisting ofportland cement, fine and coarse aggregate, water, and approved admixtures; combined, mixed , transported, placed, finished , and cured. The Work also includes: a. Providing openings in concrete to accommodate the Work under this and other Sections, and building into the concrete all items such as sleeves, frames, anchorage devices, inserts, and all other items to be embedded in concrete Work. b. Providing openings in concrete to accommodate work under other contracts, and building into concrete items such as sleeves , frames , anchorage devices, inserts, and all other items required to be embedded in concrete under other contracts . B. Coordination: 1. Review installation procedures under other Sections and coordinate installation of items to be installed in the concrete Work. 2. Notify other contractors in advance of placing concrete to provide other contractors with sufficient time for installing items included in their contracts that are to be installed in the concrete Work. C. Classifications of Concrete: 1. Class "A" concrete shall be steel-reinforced and includes the following: a. All concrete, unless otherwise shown or indicated. 2. Class "B" concrete shall be placed without forms or with simple forms, with little or no reinforcing, and includes the following, unless otherwise shown or indicated: a. Concrete fill within structures. b. Duct banks. c. Unreinforced encasements . d. Curbs and gutters. e. Sidewalks. f. Thrust blocks. 3. Class "D" concrete shall be unreinforced and used where required as concrete fill under foundations, filling abandoned piping, and where "lean concrete" or "mudmat" is shown or indicated in the Contract Documents . 3181029 03300-1 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabi litation Proj ects Cast-In-Place Concrete (Part II) D. Related Sections: 1. Section 03251, Concrete Joints. 2 . Section 03600, Grout. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AASHTO M 182, Specification for Burlap Cloth Made From Jute or Kenaf and Cotton Materials. 2. AASHTO TP23, Test Method for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 3. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and Commentary. 4. ACI 214R, Evaluation of Strength Test Results of Concrete. 5. ACI 301, Specifications for Structural Concrete . 6. ACI 302.lR, Guide for Concrete Floor and Slab Construction. 7 . ACI 304R, Guide for Measuring, Mixing, Transporting and Placing Concrete. 8 . ACI 305R, Specification for Hot Weather Concreting. 9. ACI 306R, Cold Weather Concreting. 10. ACI 309R, Guide for Consolidation of Concrete. 11. ACI 318, Building Code Requirements for Structural Concrete and Commentary. 11. ACI 350/350R, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 12 . ASTM C31/C31M, Practice for Making and Curing Concrete Test Specimens in the Field. 13. ASTM C33, Specification for Concrete Aggregates. 14. ASTM C39/C39M, Test Method for Compressive Strength of Cylindrical Con- crete Specimens . 15 . ASTM C42/C42M, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 16. ASTM C94/C94M, Specification for Ready-Mixed Concrete. 17 . ASTM C109/C109M, Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens). 18 . ASTM C138/C138M, Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete 19 . ASTM C143/C143M, Test Method for Slump ofHydraulic-CementConcrete. 20. ASTM Cl 50, Specification for Portland Cement. 21 . ASTM C 157 IC 157M, Test Method for Length Change of Hardened Hydraulic- Cement Mortar and Concrete. 22. ASTM Cl 71 , Specification for Sheet Materials for Curing Concrete. 23. ASTM Cl 72, Practice for Sampling Freshly Mixed Concrete. 24. ASTM C231 , Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 3181029 03300-2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) 25. ASTM C260, Specification for Air-Entraining Admixtures for Concrete. 26. ASTM C309, Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 27. ASTM C330, Specification for Lightweight Aggregates for Structural Concrete. 28. ASTM C494/C494M, Specification for Chemical Admixtures for Concrete. 29. ASTM C618, Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 30. ASTM C882/C882M, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 31. ASTM C989, Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. 32. ASTM C1064/C1064M, Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete . 33. ASTM C1077, Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. 34. ASTM C1240, Specification for Silica Fume Used in Cementitious Mixtures. 35. ASTM D1042, Test Method for Linear Dimensional Changes of Plastics Under Accelerated Service Conditions. 36. ASTM D3574, Standard Test Methods for Flexible Cellular Materials-Slab, Bonded, and Molded Urethane Foams. 37 . ASTM E96/E96M, Test ~ethods for Water Vapor Transmission of Materials 38. ASTM E329, Specification for Agencies Engaged in Construction Inspection and/or Testing. 39. ASTM E1643, Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs. 40. ASTM El 745, Specification for Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs . 41. NSF/ANSI 61, Drinking Water System Components -Health Effects. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Concrete Testing Laboratory: 3181029 a. Employ independent testing laboratory experienced in design and testing of concrete materials and mixes to perform material evaluation tests and to design concrete mixes. Employ different laboratories for design of concrete mixes and field testing. 1) Testing agency shall be in accordance with ASTM E329 and ASTM C1077. 2) Testing laboratory shall have been inspected and passed within previous two years by Cement and Concrete Reference Laboratory (CCRL) of NIST for: testing concrete aggregates, and for preparing and testing concrete trial batches with or without admixtures. Testing 03300-3 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buil d ing No. 3 and P art II -Junction Box Reh abilitation Projects Cast-In-Place Concrete (Part II ) laboratory shall provide documentation indicating how deficiencies, if any, in most recent CCRL inspection report were corrected. 3) Selection of testing laboratory is subject to OWNER's acceptance . 4) Submit written description of proposed concrete testing laboratory giving qualifications of personnel , laboratory facilities , and equipment, and other information requested by ENGINEER. 2 . Water Reducing Admixture Manufacturer: a. Water-reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. Submit copy of manufacturer's quality assurance handbook to document program existence. b . Manufacturer shall maintain a concrete testing laboratory approved by CCRL at NIST. c. Manufacturer shall be capable of providing services of qualified field service representatives at the Site. B. Laboratory Trial Batch: 1. Each concrete mix design specified shall be verified by laboratory trial batch, unless indicated otherwise. 2. For classes of concrete that require air-entrainment, test the trial batch at highest percentage of air allowed for that class of concrete. 3 . Perform the following testing on each trial batch: a. Aggregate gradation for fme and coarse aggregates. b. Fly ash testing to verify meeting specified properties, unless fly ash Supplier submits certification by an independent testing laboratory. c . Slump. d. Air content. e. Compressive strength based on three cylinders each tested at seven days and at 28 days. f . Shrinkage test in accordance with this Section, for Class "A" concrete and Class "AF" concrete. 4. Submit for each trial batch the following information : a . Project identification name and number (if applicable). b . Date of test report. c. Complete identification of aggregate source of supply. d . Tests of aggregates for compliance with the Contract Documents. e . Scale weight of each aggregate. f. Absorbed water in each aggregate. g. Brand, type, and composition of cementitious materials. h . Brand, type, and amount of each admixture . 1. Amounts of water used in trial mixes. J. Proportions of each material per cubic yard . k. Gross weight and yield per cubic yard of trial mixtures . 1. Measured slump. m. Measured air content. 3181029 03300-4 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) n. Compressive strength developed at seven days and 28 days, from not less than three test cylinders cast for each seven day and 28 day test, and for each design mix. o. Shrinkage test results where required and as specified in this Section. Report results and averages for original length and at zero, seven, 14, 21 , and 28 days of drying. C. Shrinkage Test: 1. Perform drying shrinkage tests for trial batch as specified in this Section. 2 . Drying shrinkage specimens shall be four-inch by four-inch by 11-inch prisms with effective gage length often inches; fabricated , cured, dried, and measured in accordance with ASTM C 157 modified as follows: remove specimens from molds at an age of 23 hours, plus-or-minus one hour, after trial batching; shall be placed immediately in water at 70 degrees F plus-or-minus three degrees F for at least 30 minutes; and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F plus-or-minus three degrees F. Measurement to determine expansion expressed as percentage of original length shall be made at age of seven days . Length at age of seven days shall be base length for drying shrinkage calculations (zero days drying age). Immediately afterward store specimens in humidity-controlled room maintained at 73 degrees F plus-or-minus three degrees F, and 50 percent (plus-or-minus four percent) relative humidity for remainder of test. Obtain measurements to determine shrinkage expressed as percentage of base length and report measurements separately for seven, 14, 21, and 28 days of drying after seven days of moist curing. 3. Determine drying shrinkage deformation of each specimen as the difference between base length ( at zero days drying age) and length after drying at each test age . Determine average drying shrinkage deformation of specimens to nearest 0.0001-inch at each test age. If drying shrinkage of a specimen departs from average of that test age by more than 0.0004-inch, results obtained from that specimen shall be disregarded. Report results of shrinkage test to nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from same concrete used for preparing drying shrinkage specimens. Tests shall be considered part of normal compression tests for the Work. Allowable shrinkage limitations shall be as specified in Part 2 of this Section. D. Component Supply and Compatibility: 1. Provide all admixture materials from a single manufacturer. E. Sample Panels: 1. Provide Sample panels of wall finishes, each at least 12 inches by 12 inches by three inches thick. Revise Sample panels to produce acceptable finished concrete surfaces. 3181029 a. Provide additional Sample panels as required if original results are unsatisfactory as determined by ENGINEER. 03300-5 9/9/2010 City ofFort Worth -Vi llage Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buil din g No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II ) 2 . Continuity of color and texture for exposed concrete surfaces is important. Maintain such controls and procedures, in addition to those specified, as necessary to provide continuous match of concrete Work with approved Samples. F . Mock-up Panels : 1. Provide mock-up panels representative of specified finished surfaces (--1--), at locations on the Site directed by ENGINEER. Form, reinforce, mix, cast, cure, and finish mock-up panels using selected materials and construction methods proposed for the Work. Provide mock-up panels as follows: a. Wall section of L-shaped panels, approximately four feet high by three feet each side by eight inches thick and set on an 18-inch wide by eight- inch thick base, unless otherwise shown or indicated. Form faces to represent each specified formed surface finish. Include not less than two form ties, two form panel intersections, one vertical construction joint, and one horizontal construction joint. Construction joints are in Section 03251, Concrete Joints. b. Column section, approximately four feet high and not less than 12-inch diameter for round sections, and not less than 12 inches in the least dimension for rectangular sections, for each specified formed finish, unless otherwise shown or indicated. Set column sections on a six-inch thick concrete base extending eight inches beyond column. Chamfer exposed edges of rectangular Sample columns. c. Slab-on-grade section, approximately four feet square and minimum of four inches thick for each applied finish, with at least one construction joint and one expansion joint, if used. d. Pan-formed section using at least two pan form units. Set units to illustrate method of blending exposed pan joints. 2. Reinforce mock-up panels as required to prevent cracking and to be structurally stable or as shown or indicated; reinforcing steel shall not be less than 0.25 percent of the gross concrete cross section in each direction. 3. Protect mock-up panels from damage and do not remove approved mock-up panels without written ENGINEER's permission. When directed by ENGINEER, demolish mock-up panels and remove from the Site. G. Existing Example Panels: 1. ENGINEER will identify sections of existing concrete that will serve as reference examples of acceptable concrete finishes. 2. If appropriate existing concrete members that adequately define required finishes do not exist, provide Sample panels as specified in this Article. H. Designated Finish Sample Areas: 1. ENGINEER will identify areas of concrete members, to serve as reference examples of acceptable concrete finishes , from first members constructed for each finish . 3181029 03300-6 9/9/2010 City ofFort Worth -Village C reek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Juncti on Box Rehabilitation Projects Ca st-In-Place Concrete (Part II ) 2. At each area so designated, complete the finish as specified. 3 . Where specified concrete finish is not obtained, repair the member to provide an acceptable finish . Adjust construction techniques to produce the required finish . 4 . Clearly mark each Sample area with name of specified finish to cause no damage to finish. 5. Protect Sample areas from damage and maintain access to view Sample areas. I. Concrete Coordination Conference : 1. Conduct concrete coordination conference to review detailed requirements of CONTRACTOR's proposed concrete design mixes, to discuss procedures for producing proper concrete construction, and to clarify roles of the parties involved . CONTRACTOR shall organize and schedule the conference , and prepare and distribute to all parties attending conference minutes of the conference. 2 . Conduct concrete coordination conference no later than 14 days after the date the Contract Times commence running. Conference shall be held at mutually agreed upon date and time; conference shall be held at the Site unless otherwise mutually agreed upon. Notify all parties to attend concrete coordination conference not less than five days prior to scheduled date of conference. 3 . All parties involved in the concrete Work shall attend concrete coordination conference including, but not limited to, the following : a. CONTRACTOR. b . Field testing services representative. c . Concrete Subcontractor (if any). d. Reinforcing steel Subcontractor (if any) and reinforcing steel Supplier and detailer. e . Concrete Supplier. f. Admixture manufacturer's representative. g. ENGINEER. h. Resident Project Representative (if any). 1.4 SUBMITTALS A. Action Submittals: Submit the following : 1. Shop Drawings : 3181029 a . List of concrete materials and proportions for the proposed concrete mix designs . Include data sheets, test results , certifications , and mill report s to qualify the materials proposed for use in the mix designs. Do not start laboratory trial batch testing until this submittal is approved by ENGINEER. b. Laboratory Trial Batch Reports: Submit laboratory te st reports for concrete cylinders , materials , and mix design tests . c. Ready-mixed Concrete : Submit the following information. 1) Physical capacity of mixing plant. 03300-7 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box R ehabilitation Proj ects Cast-In-Place Concrete (Part II) 2) Trucking facilities available . 3) Estimated average amount of the specified concrete that can be produced and delivered to the Site during a normal, eight-hour day, excluding output to other customers. 2. Product Data: a. Manufacturers' specifications with application and installation instructions for proprietary materials and items , including admixtures and bonding agents. 3. Samples: a. Submit Samples of materials as specified and as requested by ENGINEER. Include with each Sample names of product and Supplier, and description. b. Colored Cement Pigment Color Samples : Submit complete selection of manufacturer's standard and custom colors for final selection by ENGINEER. B. Informational Submittals: Submit the following: 1. Certifications: a. Notarized certification of conformance to reference standards used in this Section, when required by ENGINEER. 2 . Delivery Tickets: Copies of all delivery tickets for each load of concrete delivered to or mixed at the Site. Each delivery tickets shall contain the information in accordance with ASTM C94 along with project identification name and number (if any), date, mix type, mix time, quantity and amount of water introduced. 3. Field Quality Control Submittals: a. Report of testing results for testing of field concrete cylinders for each required time period. Submit within 24 hours after completion of associated test. Test report shall include results of all testing required at time of sampling. 1.5 PRODUCT DELIVERY. STORAGE. AND HANDLING A. Transportation, Delivery, and Handling: 1. Materials used for concrete shall be clean and free from foreign matter during transportation and handling, and kept separate until measured and placed into concrete mixer. 2. Implement suitable measures during hauling, piling, and handling to ensure that segregation of coarse and fine aggregate particles does not occur and grading is not affected. B. Storage: 1. For storage, provide bins or platforms with hard, clean surfaces. 3181029 03300-8 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box_Rehabilitation Projects Cast-In-Place Concrete (Part II) PART 2-PRODUCTS 2.1 GENERAL A. All cementitious materials , admixtures , curing compounds, and other industrial- produced materials used in concrete, or for curing or repairing of concrete, that can contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61 . 2.2 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement shall be Type II(MH) ASTM C150. Type IorTypellmaybe used in lieu of Type II(MH) when approved by ENGINEER. 2. Portland cement shall be produced by one facility. Alternate cement sources may be used provided that mix design has been approved and acceptable trial batch verifying performance has been made . 3 . Do not use cement that has deteriorated because of improper storage or handling . B. Fly Ash Mineral Admixture: 1. Mineral admixtures, when used, shall conform to the requirements of ASTM C618 Class F, except as follows: a. The loss on ignition shall be a maximum of four percent. b. The maximum percent of sulfur trioxide (S03) shall be 4.0. 2 . Fly ash shall be considered to be a cementitious material. 3 . Laboratory trial batches shall be tested to determine compliance with strength requirements, times of setting, slump, slump loss , and shrinkage characteristics . C. For all classes of concrete, when Type II(MH) Cement is used, fly ash may be used within the following percentages by weight: 1. When fly ash is used, material shall have minimum of 20 percent and maximum of 25 percent of total weight of cementitious material. 2. When GGBS is used, material shall have minimum of 40 percent and maximum of 50 percent of total weight of cementitious material. 2.3 AGGREGATES A . General: 1. Aggregates shall conform to ASTM C33 , and as specified in this Section. 2. Do not use aggregates containing soluble salts or other substances, such as iron sulfides, pyrite, marcasite , ochre , or other materials , that can cause stains on exposed concrete surfaces. B . Fine Aggregate: 3181029 03300-9 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) 1. Provide clean, sharp, natural sand free of loam, clay, lumps , and other deleterious substances. 2. Dune sand, bank run sand, and manufactured sand are unacceptable. C. Coarse Aggregate: 1. Provide clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter, as follows: a . Crushed stone, processed from natural rock or stone. b . Washed gravel, either natural or crushed. Slag, pit gravel, and bank run gravel are unacceptable. 2.4 WATER A . Water used in producing and curing concrete shall be clean and free of injurious quantities of oils, acids, alkalis, organic materials, and other substances that may be deleterious to concrete and steel. 2.5 CONCRETE ADMIXTURES A. Provide admixtures in accordance with product manufacturer's published instructions . Admixtures shall be compatible with each other. Admixtures shall not contain thiocyanates, shall not contain more than 0.05 percent chloride ion, and shall be non-toxic in the concrete mix after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise approved by ENGINEER. B. Air Entraining Admixtures: ASTM C260. 1. Air entraining admixture shall be vinsol resin or vinsol rosin-based. C . Water-Reducing Admixture: ASTM C494, Type A. 1. Proportion Class "A", Class "AF", Class "AS", and Class "B" concrete with non-air entraining, normal setting, water-reducing, aqueous solution of modified organic polymer. Admixture shall not contain lignin, nitrates , or chlorides added during manufacturing. D. High Range Water-Reducing Admixture (HRWR): ASTM C494, Type FIG. 1. Use high range water-reducing admixture in the concrete classifications so specified or indicated. Use of HRWR admixture is allowed at CONTRACTOR's option in all other classifications of concrete. When used, HRWR admixture shall be added to concrete in accordance with admixture manufacturer's published instructions. Specific admixture formulation shall be as recommended by admixture manufacturer for Project conditions . E. Set Control Admixtures: In accordance with ASTM C494. Use the following as required : 3181029 03300-10 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) 1. Type B, Retarding. 2. Type C, Accelerating. 3. Type D, Water reducing and Retarding. 4. Type E, Water reducing and Accelerating. 5. Type F, Water-reducing, high range admixtures. 6. Type G, Water-reducing, high range, and retarding admixtures. F. Calcium Chloride : Do not use calcium chloride . G. Shrinkage Reducing Admixture: 1. Shrinkage reducing admixture may be used in mix design when necessary to conform to specified shrinkage limitations, provided that specified strength requirements are complied with and there is no reduction in sulfate resistance in the concrete and no increase in concrete permeability. H. Colored Cement Pigments : 1. Provide the following , where shown or indicated: Commercial iron oxide, manganese dioxide, ultramarine blue, chromium oxide, or carbon black compounded for use in concrete. 2. Product and Manufacturer: Provide one of the following: a. Truetone Mortar Colors by Frank D Davis Company, subsidiary of Rockwood Industries, Inc . b. Sonobrite by Sonneborn Building Products , division of Rexnord Chemical Products, Inc. c. Or equal. 3. Do not exceed pigment-to-cement ratios, by weight, of one -to-35 for carbon black, and one-to-seven for other pigments . 4 . ENGINEER will select colors from manufacturer's full range of standard colors. 2.6 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes in accordance with Table 03300 -A: Concrete Class Class "A" Class "B" Class "D" 3 18 1029 TABLE 03300-A CONCRETE DESIGN MIX CRITERIA Coarse Aeeregate<1> Minimum Cementitious Max. Size A SizeB Obs/cu yd) W/CM<4> Slump<2> No.57 No. 8 564 0.42 4"max . No.57 or No. 517 0 .50 4" max . 67 AnyASTM -No requirements .... C33 03300-11 Air (%) 6 +/-I 6 +/-I > Min.Comp Strength<3> (psi) 4,000 3,000 2,500 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to B ar Screen Bu ilding No. 3 and Part II -Junction Box Rehab ilitati on Proj ects Cast-In-Place Concrete (Part II) Notes Applicable to Table 03300-A: (1) Coarse aggregate size numbers refer to ASTM C33 . Where Size A and Bare designated in Table 03300-A, it is intended that the smaller Size B aggregate is to be added, replacing a portion of the coarse or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with sand content not exceeding 41 percent of total aggregate. (2) Slumps indicated are prior to addition of high range water reducer (super plasticizer). (3) Mix designs shall be made for all but Class "D", which does not require trial batch, so that the compressive strength achieved for laboratory trial batches will not be less than 125 percent of specified design strength. (4) Quantity of water to be used in the determination of water-cementitious materials (W /CM) ratio shall include free water on aggregates in excess of SSD and water portion of admixtures . B. Adjustment to Concrete Mixes: Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, Site conditions, weather, test results, or other circumstances warrant; at no additional cost to OWNER and as approved by ENGINEER. Before using adjusted concrete mixes, laboratory test data and strength results shall be submitted to and approved by ENGINEER. C. Admixtures: 1. Use air-entraining admixture in concrete, unless otherwise shown or indicated. Add air-entraining admixture at admixture manufacturer 's prescribed rate to produce concrete at point of placement having air content within prescribed limits. 2 . Use water-reducing or high-range water-reducing admixtures in all Class "A" and Class "AF" concrete. 3. Use amounts of admixtures recommended by admixture manufacturer for climatic conditions prevailing at the Site at time of placing. Adjust quantities and types of admixtures as required to maintain quality. E. If adding water at the Site is desired, withhold water at the batch plant so that specified water-cement ( or cementitious material) ratio is not exceeded. Addition of water shall be accordance with ASTM C94. After high-range water-reducing admixture is incorporated into the batch, addition of water is not allowed. F. Slump Limits with High-Range Water Reducer: 1. Slump shall not exceed four inches prior to adding high-range water reducer and shall not exceed eight inches , measured at point of placement, after adding high-range water reducer. G. Shrinkage Limitation: 1. Concrete shrinkage for specimens cast in laboratory from trial batch with total water of 30.2 gallons per cubic yard or less , as measured at 21-day drying age 3181029 03300-12 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificatio ns to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitati on Projects Cast-In-Place Con cre te (Part II ) and at 28-day drying age shall not exceed 0.039 percent and 0.045 percent, respectively. For trial batch with total water of 32.7 gallons per cubic yard or greater respective limits shall not exceed 0.035 percent and 0.040 percent,. Limits in between shall be linear interpolated. Use mix design for construction that complies with trial batch shrinkage requirements . Shrinkage limitations apply to Class "A" concrete and Class "AF" concrete. 2. Trial Batch Does Not Comply with Shrinkage Limitation: a . If trial batch results do not comply with shrinkage limitation specified in the Contract Documents, redesign the mix to reduce shrinkage . b . After mix has been repeatedly redesigned and ENGINEER is satisfied that all reasonable means to provide concrete mix that complies with shrinkage requirement have been exercised; and mix design still fails to comply with shrinkage limitation in the Contract Documents, ENGINEER reserves the right to accept the higher-shrinkage mix, provided that the quantity of shrinkage reinforcing in structures is increased. c . "Reasonable means" will be construed as reducing the total water content to a maximum of 27 gallons per cubic yard, having the large aggregate blended so that eight percent to 18 percent of combined aggregate is retained on each sieve, using an alternate aggregate source, and a combination of these means . d . Basis for shrinkage reinforcing increase will be proportional to amount that shrinkage value is over the specified shrinkage limitation and will be determined by ENGINEER. The cost of providing additional shrinkage reinforcement will be paid by the Owner. H . Color: Provide colored concrete where shown and indicated. Incorporate pigments into concrete mix according to pigment manufacturer's written instructions. Match color of Sample approved by ENGINEER. 2.7 BONDING AGENT A. Provide epoxy and epoxy-cement bonding agents in accordance with Section 03251 , Concrete Joints. 2.8 CONCRETE CURING MATERIALS A . Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182 , Class 3. B . Curing Mats : Shall be heavy carpets or cotton mats , quilted at four inches on centers , and weighing minimum of 12 ounces per square yard when dry. C . Moisture-Retaining Cover: Provide one of the following , complying w ith ASTM Cl 71 : 3181029 03300-13 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ific ations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) 1. Waterproof paper. 2. Polyethylene film . 3. White burlap polyethylene sheet. D . Liquid Curing Compound: ASTM C309 Type 1-D (water retention requirements): 1. Provide fugitive dye. 2. Curing compound shall be applied by roller or power sprayer. 4. Product shall be listed in NSF/ANSI 61. 2.9 FINISHING AIDS A. Evaporation Retardant: 1. Product and Manufacturer: Provide one of the following: a. Confilm, by Master Builders. b. Eucobar, by Euclid Chemical Company. c. SikaFilm, by Sika Corporation . d. Or equal. 2.10 CRACK INJECTION MATERIALS A. Structural Crack Repair System : 1. Epoxy for Injection: Low-viscosity, high-modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following : a. Sikadur 35, Hi-Mod L.V. and Sikadur 31, Hi-Mod Gel, by Sika Corporation. b. Eucopoxy Injection Resin, by Euclid Chemical Company. c. Or equal. 3. Product shall be listed in NSF/ ANSI 61. B. Non-structural Crack Repair System: 1. Hydrophobic Polyurethane Chemical Grout: a. Provide hydrophobic polyurethane that forms a flexible gasket. b. Products and Manufacturers: Provide one of the following: 1) SikaFix HH LV, by Sika Chemical Company. 2) Hydro Active Flex SLY, by De Neef Construction Chemicals , Inc. 3) Or equal. c. Shrinkage limit shall not exceed 4.0 percent in accordance with ASTM D1042. d . Minimum elongation of250 percent in accordance with ASTM D3574. e. Minimum tensile strength of 150 psi in accordance with ASTM D3574. f. Product shall be listed in NSF/ ANSI 61. 2. Hydrophilic Acrylate-Ester Resin: 3181029 a . Hydrophilic crack repair system shall be acrylate-ester resin that forms a flexible gasket and increase in volume a minimum of 50 percent when in contact with water. 03300-14 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction B ox Rehabilitation Projects Cas t-In -Place Concrete (Part II ) b . Products and Manufacturers: Provide one of the following: 1) Duroseal Multigel 850 , manufactured by BBZ USA, Inc . 2) Or equal. c . Product shall be listed in NSF/ANSI 61. 2.11 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be pre-packaged, polymer-modified cementitious repair mortar with the following minimum properties : 1. Compressive Strength at One Day: 2,000 psi (ASTM C109). 2 . Compressive Strength at 28 Days : 6,000 psi (ASTM C109). 3. Bond Strength at 28 Days : 1,800 psi (ASTM C882 modified). 4. Material shall be listed in NSF/ANSI 61. B. Products and Manufacturers : Provide one of the following: 1. Five Star Structural Concrete, by Five Star Products, Inc . Use formulation recommended by manufacturer for the specific application conditions . 2 . SikaTop 122 Plus, SikaTop 123 Plus, SikaTop 111 Plus, or Sikacem 133, by Sika Corporation. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 3. Emaco S88 -CA or S66-CR, by Master Builders Inc. Use formulation from among those li sted in this paragraph recommended by manufacturer for specific application conditions . 4. Verticoat, Verticoat Supreme, or Euco SR-VO, by Euclid Chemical Company. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 5. Or equal. C. Cement Mortar: Shall consist of mix of one part cement to 1.5 parts sand with sufficient water to form trowelable consistency. Minimum compressive strength at 28 days shall be 4 ,000 psi. Where required to match the color of adjacent concrete surfaces, blend white portland cement with standard portland cement so that, when dry, patching mortar matches the color of surrounding concrete . 2.12 CHEMICALHARDENER A. Provide clear chemical hardener of fluosilicate famil y. B . Product and Manufacturer: Provide one of the following : 1. Lapidolith, by Sonneborn ChemRex Inc . 2. Homolith, by A.C . Hom, Inc . 3. Or equal. 2.13 SHAKE-ON METALLIC HARDENER 3181029 03300 -15 9/9/2010 City ofFo rt Worth -Vi ll age Creek Wastewater Treatment Pl ant Part I -Mod ificati on s to B ar Scree n Build ing No. 3 an d P art II -Junctio n Box Rehabilitation Projects Cast-In -Place Co ncrete (P art II ) A. Provide metallic hardener formulated , proces sed , and packaged under stringent quality control at metallic hardener manufacturer-owned and -controlled factory . Hardener shall be a mixture of specially-proces se d and -graded aggregate , selected portland cement, and plasticizing agents . B. Product and Manufacturer: Provide one of the following : 1. Euco-Plate H .D ., by Euclid Chemical Company. 2. Masterplate 200 , by Master Builders, Inc. 3. Or equal. 2.14 VAPORRETARDER A. Vapor Retarder: 1. Vapor retarder membrane shall comply with the following. a. Water Vapor Transmission Rate , ASTM E96: 0.04 perms or lower. b. Water Vapor Retarder, ASTM El 745: Meets or exceeds Class C. c. Thickness of Retarder (plastic), ACI 302 IR: Not less than 10 mils . 2. Products and Manufacturers: Provide one of the following: a. Stego Wrap 10-mil Vapor Retarder, by Stego Industries LLC . b. Griffolyn 10-mil, by Reef Industries. c. Moistop Ultra, by Fortifiber Industries. d. Or equal. B . Accessories: 1. Provide accessories by same manufacturer as vapor retarder. 2. Seam Tape : a. Tape shall have water vapor transmiss ion rate (ASTM E96) of 0.3 perms or lower. b. Products and Manufacturers : Provide one of the following : 1) Stego Tape by Stego Industries LLC . 2) Griffolyn Fab Tape by Reef Industries 3) Moistop Tape by Fortifiber Industries . 4) Or equal. 2. Vapor Proofing Mastic: a. Mastic shall have a water vapor transmission rate ASTM E96 , 0.3 perms or lower. 3 . Pipe Boots : a. Construct pipe boots from vapor barrier material , pressure sensitive tape , mastic, or a combination thereof, in accordance with manufacturer 's recommendations. 2.15 SOURCE QUALITY CONTROL 3 18 1029 03300-1 6 9/9/2 010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and P art II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) A. Concrete materials may require testing, as directed by ENGINEER, at any time during the Work if concrete quality is in question. Provide access to material stockpiles and facilities at all times . Tests shall be done at no expense to OWNER. PART 3 -EXECUTION 3 .1 INSPECTION A. Examine the substrate and conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected . 3.2 CONCRETE MIXING A . General: 1. Concrete may be produced at batch plants or by the ready-mixed process . Batch plants shall comply with recommendations of ACI 304R and have sufficient capacity to produce concrete of qualities required and in quantities required to comply with the accepted Progress Schedule. All plant facilities are subject to acceptance of ENGINEER. 2. Mixing: a. Mix concrete with a rotating type batch machine, except where hand mixing of very small quantities is approved by ENGINEER. b. Remove hardened accumulations of cement and concrete from drum and blades to ensure proper mixing action. c. Replace mixer blades upon loss of ten percent of mixer blades' original height. B . Site Mixing: 1. When Site mixing of concrete is approved by ENGINEER mix all materials for concrete in a drum-type batch mixer. a. For mixers of one cubic yard or smaller capacity, continue mixing at least 1.5 minutes but not more than five minutes after all ingredients are in the mixer, before any part of batch is released. b. For mixers of capacity larger than one cubic yard, increase minimum 1.5 minutes of mixing time by 15 seconds for each additional cubic yard or fraction thereof. 2. Do not exceed mixer manufacturer's published rating of the mixer, or mixer nameplate capacity, for total volume of materials used per batch . 3. Equip mixer with automatic controls for proportioning materials and proper, measured quantities . 4. Do not exceed 45 minutes total elapsed time between intermingling of damp aggregates and cement to discharge of completed mix . 3181029 03300-17 9/9/2010 City ofFort Worth -Vi ll age Creek Wastewater Treatment Pl ant P art I -Modifi cations to Bar Screen Build ing No . 3 and Part II -Junct ion Box Rehab ilitation Projects Cast-In-Pl ace Concrete (P art II) C. Ready-Mix Concrete : 1. Comply with ASTM C94 and the Contract Documents. a. Plant Equipment and Facilities: Conform to requirements of NRMCA certification. b. Mix concrete in revolving-type truck mixer s that are in good condition and produce thoroughly-mix ed concrete conforming to the Contract Documents . c . Do not exceed rated capacity of mix er. d . Mix concrete for minimum of two minutes after arri v al at the Site, or as recommended by mixer manufacturer. e . Do not allow drum to mix while in transit. f. Mix at proper speed until concrete is discharged from mixer. g . Maintain adequate facilities at the Site for continuous delivery of concrete at required rates . h. Provide access to mixing plant for ENGINEER upon request. D . Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery to prevent delay of placing concrete after mixing, or holding dry-mixed materials too long in mixer before the adding water and admixtures. 3.3 TRANSPORTING CONCRETE A. Transport and place concrete not more than 90 minutes after water has been added to the dry ingredients. B. A void spilling and separation of concrete mixture during transportation. C. Do not place concrete in which the ingredients have separated. D . Do not retemper partially set concrete. E . Use suitable equipment for transporting concrete from mixer to forms. 3.4 PREPARATION FOR CONCRETING A . Submit to ENGINEER laboratory trial batch test result s for proposed mixes at least 15 days prior to start of Work. Do not begin concrete production until associated laboratory trial batch test result submittal has been approv ed by ENGINEER. B . Notify ENGINEER a minimum of24 hours in adv ance o f placing concrete to allow for inspection of form work, joints, waters tops, reinforcement, embedded items , and vapor retarders . The section to be placed shall be fully prepared for concrete placement at the time of notice . Confirm inspection statu s w ith ENGINEER a 3 18 1029 03300-18 9/9/2 010 C ity o f Fort Worth -Village Creek W as tewater Treatment Plant P art I -Modification s to Bar Screen Build ing No. 3 and Part II -Jun ct io n Box R ehab ilitati on Projects Cast -In -Place Con crete (Part II) minimum of 4 hours prior to concrete placement. Do not begin placing concrete until Work is in conformance with the Contract Documents. C. Subgrade surfaces shall be thoroughly wetted by sprinkling , prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete . D . Reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds , dirt, or any other substance which would interfere with proper bonding with concrete . Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired . E . Do not place concrete until flow of water entering space to be filled with concrete has been properly stopped or has been diverted by pipes , or other means , and carried out of the forms, clear of the Work. Do not deposit concrete underwater, and do not allow water to rise on concrete surfaces until concrete has attained its initial set. Do not allow water to flow over concrete surface in manner and or velocity that will injure concrete surface finish . Provide temporary pumping or other dewatering operations for removing water as required. F . Prepare joint surfaces in accordance with Section 032 51 , Concrete Joints . G . Installation of Vapor Retarder: 1. Provide vapor retarder under slabs-on-grade and outside walls to receive resilient floor finishes, carpet, ceramic and slate tile, chemical resistant coatings , and where shown or indicated on the Drawings. 2 . Install in accordance with manufacturer's instructions, ASTM El 643 , and the following: a. Unroll vapor retarder with longest dimension parallel with direction of the pour. b . Lap vapor retarder over footings and seal to foundation walls. c. Overlap vapor retarder joints by six inches and seal with vapor retarder manufacturer 's tape . d. Seal penetrations , including pipes , in accordance with vapor retarder manufacturer's instructions . e. Penetration of vapor retarder is not allowed except for reinforcing steel and permanent utilities . f . Repair damaged areas of vapor retarder by providing, for each damaged area , patch of vapor retarder material and overlapping damaged area with the patch by six inches on each side , and securely and continuously taping all four sides of patch to undam aged vapor retarder. 3.5 CONCRETE PLACEMENT 3 181029 03300-19 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buildin g No. 3 and Part II -Junction Box Reha bilitation Projects Cast-In-Place Concrete (Part II ) A. General: 1. Place concrete continuously, so that no concrete will be placed on concrete that has hardened sufficiently to cause formation of seams or planes of weakness within the section. If section cannot be placed continuously, provide construction joints in accordance with Section 03251 , Concrete Joints. 2. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to action that may cause segregation. 3. Screed concrete that is to receive other construction to proper level to avoid excessive skimming or grouting. 4. Do not use concrete that becomes non-plastic and unworkable, or does not conform to required quality limits, or that has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the Site and dispose of it in conformance with Laws and Regulations. 5. Do not place concrete until forms, bracing, reinforcing, and embedded items are each in fmal position and secure . 6. Do not place footings in freezing weather unless adequate precautions are taken against frost action. 7. Do not place footings, piers or pile caps on frozen soil. 8. Unless otherwise instructed, place concrete only when ENGINEER is present. 9 . Allow minimum of three days between adjoining concrete placements. B. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free-standing water. b. For horizontal surfaces place a six-inch layer of Construction Joint Grout, as specified in Section 03600, Grout, over the hardened concrete surface. c. Place fresh concrete before the grout has attained its initial set. 2. Accomplish bonding of fresh concrete to fully cured, hardened, existing concrete by using a bonding agent as specified in Section 03251, Concrete Joints. C. Concrete Conveying: 1. Handle concrete from point of delivery at the Site, transfer to concrete conveying equipment, and transfer to locations of final deposit as rapidly as practical by methods that prevent segregation and loss of concrete mix materials . 2. Provide mechanical equipment for conveying concrete to ensure continuous flow of concrete at delivery end of conveyor. Provide runways for wheeled concrete conveying equipment from concrete delivery point to locations of final deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris , water, snow, ice , and other deleterious materials . 3181029 03300-20 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part TI -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) 3. Do not use chutes for distributing concrete, unless accepted by ENGINEER. 4. Pumping concrete is allowed , however do not use aluminum pipe for conveying concrete. D. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18 inches each and in manner that avoids inclined construction joints. Where placement consists of several layers, place concrete at such rate that concrete being integrated with fresh concrete while still plastic. 2. Do not allow concrete to free-fall within the form from height exceeding four feet. Where high-range water reducer is used to extend slump to at least six inches , maximum allowable free-fall of concrete is six feet. Use "elephant trunks " to prevent free-fall and excessive splashing of concrete on forms and reinforcing. Discontinue free-falls in excess of four feet if there is evidence of segregation. 3. Remove temporary spreaders in forms when concrete placing has reached elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures for consolidating concrete in accordance with applicable recommended practices in ACI 309. Vibration of forms and reinforcing is not allowed unless otherwise accepted by ENGINEER. 5. Where height of concrete placement in walls exceeds 14 feet, provide temporary windows in formwork to facilitate vibration. Properly close temporary windows when height of concrete approaches windows. Determine location, size, and spacing of temporary windows to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms . Insert and withdraw vibrators vertically at uniformly-spaced locations not farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate the layer of concrete and at least six inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcing and other embedded items without causing segregation of concrete mix . 7. Do not place concrete in beam and slab forms until concrete previously placed in columns and walls is no longer plastic. 8. Prevent voids in the concrete. Force concrete under pipes , sleeves , openings , and inserts from one side until visible from the other side. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in continuous operation, within limits of construction joints, until placing of a slab panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcing and other embedded items and into comers. 3181029 03300-21 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to B ar Screen Building No. 3 and Part II -Junction B ox Rehabilitation Proj ects Cast-In -Place Concrete (Part II) 3 . Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground , as specified in this Article for formed concrete structures. 4. Bring slab surfaces to correct elevation and level. Smooth the surface, leaving surface free of humps or hollows . Do not sprinkle water on surface while concrete is plastic. Do not disturb slab surfaces prior to commencing concrete finishing . 5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, provide evaporation retardant applied in accordance with retardant manufacturer's recommendations , when required by ENGINEER. F. Quality of Concrete Work: 1. Concrete shall be solid, compact, and smooth, and free oflaitance, cracks, and cold joints. 2 . Concrete for liquid-retaining structures, and concrete in contact with earth , water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to extent directed by ENGINEER, or repair to satisfaction of ENGINEER, surfaces with cracks or voids, that are unduly rough , or are defective in any other way. Thin patches or plastering are unacceptable. 4. Leaks through concrete that exhibit flowing water, and cracks, holes, or other defective concrete in areas of potential leakage, shall be repaired and made watertight. 5 . Repair, removal , and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to OWNER. G . Cold Weather Placing: 1. Protect concrete Work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures, in compliance with ACI 306 and the Contract Documents. 2 . When air temperature has fallen to or may be expected to fall below 40 degrees F, provide adequate means to maintain temperature in area where concrete is being placed between 50 degrees F and 70 degrees F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film . Maintain temporary heating and protection as necessary so that ambient temperature does not fall more than 30 degrees F in the 24 hours following the seven-day period. A void rapid dry-out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40 degrees F, uniformly heat water and aggregates before mixing for concrete as required to obtain concrete mixture temperature not less than 55 degrees F and not more than 85 degrees F at point of placement. 4. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen material s. 3181029 03300-22 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No. 3 and Part II -Junction Box Rehabil itation Proj ects Cast-In -Place Concrete (P art II ) Before placing concrete, verify that forms , reinforcing, and adjacent concrete surfaces are entirely free of frost, snow, and ice. 5. Do not use salt or other materials containing antifreeze agents. Do not use chemical accelerators or set-control admixtures unless approved by ENGINEER and tested in mix design proposed for use . H. Hot Weather Placing: 1. When hot weather conditions exist that would impair the quality and strength of concrete, place concrete in compliance with ACI 305 and the Contract Documents. 2 . When ambient air temperature is at or above 90 degrees F and rising , cool ingredients before mixing concrete to maintain concrete temperature at time of placement below 80 degrees F . When ambient air temperature is at or above 90 degrees F and falling , cool the ingredients before mixing concrete to maintain concrete temperature at time of placement below 85 degrees F. In no case shall the concrete temperature at time of placement exceed 90 degrees F . 3 . Mixing water may be chilled, or chopped ice may be used to control concrete temperature provided the water equivalent of ice is calculated in total amount of mixing water. If required, reduce the time from addition of mix water to placement, or use set-retarding admixture. 4. Cover reinforcing materials with water-soaked burlap if ambient air temperature becomes too hot, so that reinforcing material temperature does not exceed ambient air temperature immediately before embedment of reinforcing in concrete. 5. Wet forms thoroughly before placing concrete. 6. Do not place concrete at temperature that causes difficulty from los s of slump, flash set, or cold joints. 7. Do not use set-control admixtures unless approved by ENGINEER in mix design. 8. Obtain ENGINEER's approval of substitute methods and materials proposed for use . 3.6 FINISHING OF FORMED SURFACES A . Standard Form Finish: 1. Standard form finish shall be basically smooth and even, but is allowed to have texture imparted by the form material used. Repair defects in accordance with the Contract Documents. 2 . Use standard form finish for the following : a. Exterior vertical surfaces from foundation up to one foot below grade. b . Vertical surfaces not exposed to view. c . Other areas shown or indicated . B. Smooth Form Finish : 3181029 03300-23 9/9/2010 City ofFort Worth -Vi llage Creek Wastewater Treatment P lant P art I -Mod ifi cations to Bar Screen Build ing No. 3 and P art II -Junction Box Rehabilitation Projects Cast-I n-Pl ace Concrete (Part II) 1. Produce smooth form finish by selecting form materials that will impart smooth , hard, uniform te x ture . Arrange panels in orderly and symmetrical manner with minimum of seams . Repair and patch defective areas in accordance with the Contract Documents. 2 . Use smooth form finish for the follo w ing : a. Exterior surfaces ex po sed to vi ew. b. Surfaces to be covered with coating material. Coating material may be applied directly to concrete or may be a co vering bonded to concrete such as waterproofing, dampproofing, painting, or other similar system. c. Interior vertical surfaces of liquid-containers . d . Interior and exterior exposed beams and undersides of slabs . e. Surfaces to receive abrasive blasted finish. f. Surfaces to receive smooth rubbed or grout cleaned finish . g. Other areas shown or indicated. C . Smooth Rubbed Finish: 1. Provide smooth rubbed finish to concrete surfaces that have received smooth form finish and where defects have been repaired, as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b . Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until uniform color and texture is produced . Do not apply cement grout other than that created by the rubbing process . 2 . Use smooth rubbed finish for the following: a. Interior exposed walls and other vertical surface s. b . Exterior exposed walls and other vertical surfaces down to one foot below grade. c . Interior and exterior horizontal surfaces , except exterior exposed slabs and steps. d . Interior exposed vertical surfaces ofliquid-containing structures down to one foot below normal operating liquid level. e . Other areas shown or indicated. D. Abrasive Blasted Finish : 1. Provide abrasive blasted finish where shown or indicated . 2. Where abrasive blasted finish is required, apply finish to smooth formed finish after end of curing period, with defects repaired, to match approved fini sh provided on mock-up or Sample panel, as applicable. 3. Heavy Abrasive Blasted Finish : Abrasive blast to uniformly expose coarse aggregate. 4 . Light Abrasive Blasted Finish : Abrasive blast to uniformly expose fine aggregate . E . Related Unformed Surfaces : 1. At tops of walls , horizontal offsets, and similar unformed surface s occurring adjacent to formed surfaces, strike off sm ooth an d fini sh w ith te xtu re matching 3 18 102 9 033 00 -2 4 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) adjacent formed surfaces . Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces , unless otherwise shown or indicated. 3.7 SLAB FINISHES A . Float Finish: 1. After placing concrete slabs, do not work the surface further until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently. Check and level the surface plane to tolerance not exceeding 1/4-inch in ten feet when tested with a ten-foot straightedge placed on surface at not less than two different angles. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to uniform, smooth, granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid-containing structures, except those to receive grout topping. b. Exterior below-grade horizontal surfaces. c. Surfaces to receive additional finishes, except as shown or indicated . B. Trowel Finish: 1. After floating, begin first trowel finish operation using power-driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. 2. Consolidate concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would otherwise project through applied floor covering system. 3. Use trowel finish for the following: a. Interior exposed slabs, unless otherwise shown or indicated. b. Slabs that receive one of the following: resilient flooring, carpeting, or ceramic tile. C . Non-Slip Broom Finish: 1. Immediately after float finishing, slightly roughen concrete surface by brooming in direction perpendicular to main traffic route. Use fine fiber-bristle broom, unless otherwise directed by ENGINEER. Coordinate required final finish with ENGINEER before applying finish. 2. Use non-slip broom finish for the following: a. Exterior exposed horizontal surfaces subject to lightweight foot traffic. b. Interior and exterior concrete steps and ramps. D . Scratched Finish: 3181029 03300-25 9/9/2010 C ity of F ort Worth -Village Creek Wastewater Treatment P lant P art I -Mo di ficat ions to Bar Screen Bu ildin g No . 3 an d P art II -Jun ct ion B ox Reha bilita tio n P roj ects Cast-In-P lace Con crete (Part II ) 1. After providing float finish , roughen concrete surface with rake b efore concrete's final set. Amplitude of surface shall be minimum of 1/4-inch. 2 . Provide scratched fini sh for the following: a. Horizontal surfaces that will receiv e grout topping or concrete equipment pad. b . Surfaces so indicated on the Drawings or elsewhere in the Contract Documents 3.8 CONCRETE CURING AND PROTECTION A. General : 1. Protect freshly placed concrete from premature drying, excessive cold or hot temperatures, and maintain without drying at relatively constant temperature for period necessary for hydration of cement and proper hardening of concrete . 2 . Start curing after placing and finishing concrete, as soon as free moisture bas disappeared from concrete surface. Keep surface continuously moist during entire curing period. Cure for a minimum of 10 days and in accordance with ACI 301 procedures . For concrete sections over 30-inches thick, the curing period shall be for a minimum of 14 days . A void rapid drying at end of final curing period. 3 . For curing, use water that is free of impurities that could etch or discolor exposed concrete surfaces. 4. Confine water for curing to area being cured. B. Curing Methods : Curing methods are specified below. Curing methods to be used on each type of concrete surface are specified elsewhere in this Article. 1. Water Curing. Cure by one of the following methods: a . Keep concrete surface continuously wet. b. Ponding or immersion. c . Continuous water-fog spray. d. Covering concrete surface with curing mats , thoroughly saturating mats with water, and keeping mats continuously wet with sprinklers or porous hoses. Place curing mats to cover concrete surfaces and edges with four-inch horizontal lap over adjacent mats ; provide eight-inch lap over adjacent mats at vertical surfaces . If necessary, weigh down curing cover to maintain contact with concrete surface. 2. Form Curing: Cure by one of the following methods : a. Farms shall be maintained and loosened during curing period . b. Immediately after forms are loosened or removed, continue with the required curing method as applicable, for remainder of curing period. c . Where wood forms are kept in place, apply water to keep forms wet. 3. Moisture Retaining Cover Curing . Cure as follows: 3 18 102 9 a. Cover concrete surfaces with the required moisture retaining cover for curing concrete, placed in w ide st practica l w idth with sides and ends lapped at least three inche s and sealed u sing w aterproof tape or adhesive. 03300-26 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Reh abili tation Projects Cast-In -Place Concrete (Part II) Immediately repair holes or tears during curing period using cover material and waterproof tape . 4 . Liquid Compound Curing Cure as follows: a. Unless otherwise approved by ENGINEER, provide water curing or form curing. Request to use liquid curing compound will be considered by ENGINEER on case-by-case basis . Construction joints, formed surfaces prior to receiving specified form finish , and concrete to receive surface treatment where surface treatment will be bonded to concrete surface (such as, but not limited to grout fill , hardener, coatings, lining, water repellent, painting, resilient flooring , terrazzo flooring, ceramic tile, quarry tile , chemical resistant coatings, or other applications) shall be water-cured or form-cured . b. In liquid-retaining structures, provide water curing or form curing, unless other curing method is approved by ENGINEER. Requests to use liquid curing compound will be considered by ENGINEER on case-by-c ase basis. Request shall provide valid construction reason or safety reason for using liquid compound curing including reason why other curing methods are not viable. c . Apply curing compounds immediately after final finishing or after terminating water curing. Apply curing compound in continuous operation by power spray equipment in accordance with curing compound manufacturer's directions . If areas are subjected to rainfall within three hours after completing curing compound application , area shall be recoated. Maintain coating continuity and repair areas damaged during curing period. d . When liquid curing compound is used , apply first coat of liquid curing compound at compound manufacturer's recommended coverage rate, and subsequently apply second coat at identical rate, thus providing twice the curing compound manufacturer's recommended coverage. e. At end of curing period, remove liquid curing compound where required. C. Formed Surfaces: Use the following curing methods : 1. Walls That Will Retain Liquid or That are Under Ground Surface: a. If forms are wood, form curing is allowed for entire curing period. If forms are steel, form curing is allowed for maximum of three days after which forms shall be removed so that concrete is free of the forms for remainder of the curing process . b . Immediately after the forms are loosened or removed, continue with water curing for remainder of curing period. c. When wall surface will not receive surface treatment and when allowed by ENGINEER, use ofliquid curing compound is allowed . Before using liquid compound curing, use water curing or form curing for at least the first three days of curing . 2. Formed Slab Underside and Beam Surfaces Where Will Retain Liquid: a. Form curing is allowed for the full curing period . 3181029 03300-27 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) b. Immediately after forms are loosened or removed , continue with water curing for remainder of curing period. c . When slab surface will not receive surface treatment and when allowed by ENGINEER, use ofliquid curing compound is allowed . 3. Vertical Joint Surfaces and Surfaces to Receive Surface Treatment: a. Form curing is allowed for entire curing period. b. Immediately after forms are loosened or removed, continue with water curing for remainder of curing period. 4. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents. D . Unformed Surfaces: Treat with one of the following curing methods: 1. Slabs and Mats That Will Retain Liquid or are Below Ground Surface : a. Water curing. b . Moisture-retaining cover curing when allowed by ENGINEER. c. When slab or mat surface will not receive surface treatment and when allowed by ENGINEER, use of liquid curing compound is allowed. Before using liquid compound curing, use water curing or form curing for at least the first three days of curing. 2. Construction Joint Surfaces and Slab and Mat Surfaces to Receive Surface Treatment. a. Water curing. b. Moisture-retaining cover curing. 3. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents. E. Temperature of Concrete During Curing: 1. When ambient temperature is 40 degrees F or less, continuously maintain concrete temperature between 50 degrees F and 70 degrees F throughout curing period. When necessary, before concrete placing provide for temporary heating, covering, insulation, or housing as required to continuously maintain specified temperatures and moisture conditions throughout concrete curing period. Provide cold weather protection in accordance with ACI 306. 2. When the ambient temperature is 80 degrees F and above , or during other climatic conditions that would cause too-rapid drying of concrete, before starting concrete placing, provide wind breaks and shading as required, and fog spraying, wet sprinkling, or moisture retaining coverings as required. Continuously protect concrete throughout concrete curing period. Provide hot weather protection in accordance with ACI 305, unless otherwise specified. 3 . Maintain concrete temperature as uniformly as possible, and protect from rapid ambient temperature changes. A void concrete temperature changes that exceed five degrees F in one hour and 50 degrees F in 24-hour period. F . Protection: 3181029 03300-28 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Cast-In-Place Concrete (Part II) 1. During curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and damage by rain and flowing water. Protect fmished concrete surfaces from damage by subsequent construction operations. 3.9 CONCRETE INSTALLATION TOLERANCES A . Installation Tolerances: 1. Concrete placement tolerances, unless otherwise specified in the Contract Documents, shall be in accordance with ACI 117 . 2 . Notify ENGINEER in writing when concrete placement does not conform with required tolerances, as soon as the condition is known to CONTRACTOR. 3. When concrete installation does not conform to required tolerances, do not repair or correct by grinding unless specified in the Contract Documents or approved by ENGINEER in writing. 4. Verification Measurements: a. If surfaces where tolerances are in question, obtain measurements to verify conformance with tolerances in manner acceptable to ENGINEER. b . If surfaces tolerances are in question, cost of obtaining measurements shall be at no additional cost to the OWNER. c. Before obtaining measurements, obtain ENGINEER's acceptance of method proposed for obtaining measurements. d. After obtaining measurements, submit measurements to ENGINEER. 5. Submit with verification measurements submittal proposed method to rectify out-of-tolerance concrete. Do not start repair Work without obtaining ENGINEER's approval. 3.10 FIELD QUALITY CONTROL A. Field Testing Services: 1. CONTRACTOR shall employ an independent testing laboratory to perform field quality control testing for concrete. ENGINEER will direct where samples are to be obtained. 2. Testing laboratory shall make standard compression test cylinders and entrained air tests as specified in this Article, under direct observation by ENGINEER or Resident Project Representative. 3. Testing laboratory will provide all labor, material, and equipment required for sampling and testing concrete, including : scale , glass tray, cones , rods , molds , air tester, thermometer, and other incidentals required. 4. Refer to Article 1.3 of this Section for required testing laboratory qualifications. B. Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during placement of concrete , as follows: 3181029 03300-29 9/9/2010 City of Fort Worth -V ill age Creek Wastewater Treatment Plant P art I -M od ifi cati ons to B ar Screen B uil ding No. 3 an d P art II -Junction Box Rehabili tat ion Projects Cast-In -Place Concrete (Part II) a. Sampling Fresh Concrete: ASTM C 172 . b. Slump: ASTM CI43 ; one test for each concrete load at point of discharge. c. Concrete Temperature: ASTM CI064; one for every two concrete loads at point of di scharge , and when a change in the concrete is obs erved. Test each load when time from batching to placement exceeds 75 minutes . d . Air Content: ASTM C231 ; one for every two concrete load at point of discharge, and when a change in the concrete is observed . e. Unit Weight: ASTM CI38 ; one for every two concrete loads at point of discharge , and when a change in the concrete is observed . f. Compression Test Specimens: 1) In accordance with ASTM C31 ; make one set of compression cylinders for each 50 cubic yards of concrete, or fract ion thereof, of each mix design placed each day . Each set shall be four standard cylinders , unless otherwise directed by ENGINEER. 2) Cast, store , and cure specimens in accordance with ASTM C31 . 3) Test and record the following when cylinders are cast: slump , concrete temperature, air content, and unit weight. g. Compressive Strength Tests: 1) In accordance with ASTM C39 ; one specimen tested at sev en days , and three specimens tested at 28 days. 2) Adjust mix design if test results are unsatisfactory and resubmit for approval. 3) Concrete that does not comply with strength requirement s will be considered as defective Work. h. Water/Cementitious Materials Ratio : Perform test when required by ENGINEER in accordance with AASHTO TP23. 1. Submit test results, certified by testing laboratory, to ENGINEER within 24 hours of completion of test. C. Evaluation of Field Quality Control Tests : 1. Do not use concrete delivered to final point of placement having slump , concrete temperature, total air content or unit weight outside specified values. 2. Water/Cementitious Materials Ratio: 3 18 1029 a. When water content testing indicates water/cementitious materials ratio to exceed specified requirements by greater than 0.02 , remaining batches required to complete concrete placement shall have water content decreased in the mix and water reducing admixture do sage increased as required to bring subsequently-batched concrete within specified water/cementitious materials ratio. b. Perform additional testing to verify compliance w ith specified water/cementitious materials ratio . c. Do not resume concrete production for further concrete placement until CONTRACTOR ha s identifi ed cause of exces s water in the mi x and 03300-30 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificat ion s to Bar Screen Building No . 3 and Part II -Junction Box Rehabil itation Projects Cast-In-Place Co ncrete (Part II ) revised batching procedures , or adjusted the mix design (and obtained ENGINEER's associated approval) to bring water/cementitious materials ratio into conformance with the Contract Documents. 3. Compressive Strength: a. Compressive strength tests for laboratory-cured cylinders will be acceptable if the averages of all sets of three consecutive compressive strength tests results equal or exceed specified 28-day design compressive strength of the associated type or class of concrete , and no individual strength test falls below required compressive strength by more than 500 psi. b. Questionable Field Conditions During Concrete Placement: 1) Where questionable field conditions exist during concrete placement or immediately thereafter, strength tests of specimens cured under field conditions will be required by ENGINEER to check adequacy of curing and protecting of concrete placed. Specimens shall be molded at the same time and from the same samples as laboratory-cured specimens . 2) Provide improved means and procedures for protecting concrete when 28-day compressive strength of field -cured cylinders is less than 85 percent of companion laboratory cured cylinders . 3) When laboratory-cured cylinder strengths are appreciably higher than minimum required compressive strength , field-cured cylinder strengths need not exceed minimum required compressive strength by greater than 500 psi even though the 85 percent criterion may not be met. 4) If individual tests of laboratory-cured specimens produce strengths more than 500 psi below the required minimum compressive strength, or if tests of field-cured cylinders indicate deficiencies in protection and curing, provide additional measures to ensure that load-bearing capacity of the structure is not jeopardized or impaired. If likelihood of low-strength concrete is confirmed and evaluations indicate load-bearing capacity may have been reduced, perform tests of cores from the concrete in question at CONTRACTOR's expense . b. If compressive strength tests fail to indicate compliance with minimum requirements of the Contract Documents, concrete represented by such tests will be considered defective . D. Testing Concrete Structure for Strength : 1. When there is evidence that strength of in-place concrete does not comply with the Contract Documents, CONTRACTOR shall employ the services of concrete testing laboratory to obtain cores from hardened concrete for compressive strength determination . Cores and tests shall comply with ASTM C42 and the following: 3181029 a. Obtain at least three representati ve cores from each concrete member or suspect area of concrete at locations directed by ENGINEE R . 03300-31 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and P art II -Junction Box Rehabilitation Proj ects Cast-In-Place Concrete (Part II) b. Strength of concrete for each series of cores will be acceptable if average compressive strength is at least 85 percent of specified compressive strength and no single core is less than 75 percent of required 28-day required concrete compressive strength. c. Testing laboratory shall submit test results to ENGINEER on same day that tests are completed. Include in test reports Project name and number (if any), date of sampling and testing, CONTRACTOR name, name of concrete testing laboratory, exact location oftest core in the Work, type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength, and type of break ( corrected for length-diameter ratio), direction of applied load to core with respect to horizontal plane of concrete as placed, and moisture condition of the core at time of testing. 2 . Fill core holes solid with non-shrink grout in accordance with Section 03600, Grout, and finish to match adjacent concrete surfaces. 3 . If results of core tests are unacceptable or if it is impractical to obtain cores, perform static load test and evaluations complying with ACI 318 and ACI 350, as directed by ENGINEER. E. Concrete Tolerance Verification Measurements: Refer to Article 3.9 of this Section . F . Supplier's Services: 1. Water-Reducing Admixture Manufacturer: Furnish services of qualified concrete technician employed by admixture manufacturer to assist in proportioning concrete for optimum use of admixture. Concrete technician shall advise on proper addition of admixture to concrete and on adjustment of concrete mix proportions to meet changing conditions at the Site. 3.11 MISCELLANEOUS CONCRETE ITEMS A . Temporary Openings: 1. Openings in concrete walls and slabs required for passage ofW ork are allowed only upon approval of ENGINEER. 2 . Temporary openings made in concrete shall be provided with waterstop in below-ground or liquid-retaining members and structures. Reinforcement going through and around the opening shall be made continuous to provide continuity and shall be approved by the ENGINEER. 3 . Temporary openings that remain in concrete structures shall be filled with the same class of concrete as the adjoining construction, after the Work causing need for temporary opening is complete, unless otherwise shown or directed by ENGINEER. Mix, place , and cure concrete as specified in this Section to blend with in-place construction. Provide miscellaneous concrete filling shown or required to complete the Work. B. Bases or Pads for Piping, Panels , and Equipment: 3181029 03300-32 9/9/2 010 City ofFort Worth -Village Creek Wa stewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Cast-In -Place Concrete (Part II) 1. Unlyss specifically shown or indicated otherwise, provide concrete bases or pads for equipment, floor-mounted panels, and floor-mounted supports for piping and similar construction. Provide all concrete pad and base Work not specifically included under other Sections or other contracts. 2. Dimensions and Elevations: a. Coordinate and construct bases and pads to dimensions shown or indicated, or as required to comply with equipment, panel, or piping manufacturer's requirements and elevations indicated on the Drawing. b . Unless otherwise shown or indicated, place concrete bases for equipment up to one-inch below the equipment manufacturer's base or mounting plate. c. Where specific dimensions or elevations are not shown or indicated, bases and pads shall be six inches thick and extend three inches outside dimensions of the equipment, panel, or supports. 3. Finish: Bases and pads outside of areas to receive non-shrink grout shall have smooth trowel finish, unless special finish such as terrazzo, ceramic tile, quarry tile, or heavy-duty concrete topping is required. In such cases , provide appropriate concrete finish. Surfaces of bases and pads to receive non-shrink grout shall have broom finish. C. Curbs: 1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green followed by steel-troweling surfaces to hard, dense finish with comers, intersections, and terminations slightly rounded. 2. Exterior curbs shall have rubbed finish for vertical surfaces and broomed finish for top surfaces . 3.12 REPAIR OF CONCRETE PLACED UNDER THIS CONTRACT A. Repair of Formed Surfaces: 1. Repair the following defects in all formed finishes: a. Spalls, air bubbles, rock pockets, form depressions, and other defects that are more than 1/4-inch in depth. b. Holes from tie rods and other form tie systems . c. Fins, offsets, and other projections that extend more than 1/4-inch beyond designated concrete member surface. d. Structural cracks, as defined by ENGINEER. e. Non-structural cracks greater than 0.010-inch wide as defined by ENGINEER. In liquid-retaining structures, elevated slabs subject to the elements or washdowns, below-grade members, and cracks that evidence leakage. Where it is not possible to verify whether a crack is leaking, repair the crack. 2. Repair the following defects in smooth-finish surfaces , in addition to those listed above in this Section: 3181029 03300-33 9/9/2010 C ity ofFort Worth -Village Creek Wastewater Treatment P lant Part I -Modi ficat ions to Bar Screen Buildi ng No. 3 and P art II -Ju nction Box Rehabilitation Projects Cast-In-P la ce Concrete (Part II) a. Spalls , air bubbles, rock pockets , form depressions , and other defects that extend to more than 1/2 -inch in width in any direction, no matter how deep . b . Spalls , air bubbles, rock pockets , form depressions , and other defects of any size that ex ceed three in number in a 12-inch by 12-inch area, or 12 in number in a three-foot by three-foot area. c. Fins, offsets, and other projections shall be completely removed and smoothed. d . Scratches and gouges in concrete surface. e . Texture and color irregularities. In liquid-retaining surfaces , texture and color irregularities need not be repaired when greater than 12 inches below minimum normal operating liquid surface elevation, except where such defects are indicative of reduced durability. 3. Where smooth rubbed or grout cleaned finish is specified, minor surface defects repairable by the finishing process need not be repaired prior to finish application, when approved by ENGINEER. B. Method of Repair of Formed Surfaces: 1. Immediately after removing forms, repair and patch defective areas with cement mortar or concrete repair mortar as directed by ENGINEER. Make repairs made to liquid-retaining structures and below-grade surfaces with repair mortar only. Repair form tie holes in liquid-retaining or below-grade surfaces with non-shrink grout in accordance with Section 03600, Grout. 2 . Honeycombs, Rock Pockets, and Holes Left by Tie Rods and Bolts : a . Cut out honeycomb, rock pockets, voids , and holes left by tie rods and bolts, down to solid concrete but, in no case, to depth less than one-inch for cement mortar and 1/2-inch for repair mortar. Make edges of cuts perpendicular to concrete surface . b . Before placing cement mortar, thoroughly clean and brush-coat area to be patched with specified bonding agent. c . When using concrete repair mortar, use of bonding agent is optional; prepare the surface and place mortar in accordance with mortar manufacturer's recommendations . d . Repairs at exposed-to-view surfaces shall match the color of surrounding concrete, except color matching is not required for interior surfaces of liquid-retaining surfaces up to one foot below typical minimum liquid level. Impart texture to repaired surfaces to match texture of ex isting adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture, and color match before proceeding with patching. e . Compact mortar in place and strike off slightly higher than th e surrounding surface . 3 . Structural Cracks : Pressure-grout structural cracks using injectable epoxy installed using pressurized system. Apply in accordance w ith epoxy manufacturer 's directions and recommendations. 3 18 10 2 9 03300-34 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part Il -Junction Box Rehabilitation Projects Cast-In -Place Concrete (Part II) 4. Non-structural Cracks: Shall be pressure-grouted using hydrophobic or hydrophilic resin. Install in accordance with resin manufacturer's directions and recommendations. 5. Determination of the crack type shall be made by the ENGINEER. 6. Holes Through Concrete: a. Using plunger-type gun or other suitable device, fill holes extending through concrete from least-exposed face, using flush stop held at exposed face; completely fill the hole with specified repair material. b. At below-grade and liquid-containing members, fill holes with concrete repair mortar and use color-matched cement mortar for outer two inches at exposed-to-view surfaces. 7. Where powerwashing or scrubbing is not adequate, abrasive blast exposed- to-view surfaces that require removal of stains, grout accumulations, sealing compounds, and other substances marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 psi. C . Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs , for smoothness and to verify surface plane to specified tolerances for each surface and fmish . Correct low and high areas in accordance with this Section. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using template having the required slope. Correct high and low areas in accordance with this Section. 3. Repair finish of unformed surfaces containing defects that adversely affect concrete durability. Surface defects include crazing, cracks in excess of 0.01-inch wide, spalling, popouts, honeycombs, rock pockets , and other objectionable conditions. 4. Repair structural cracks in all structures and non-structural cracks in liquid- retaining structures . In liquid-retaining structures , where dry face of concrete member can be observed, repair all cracks evidencing any rate of water flow through crack. Where dry face of member cannot be observed , repair all cracks . D. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding , after concrete has cured sufficiently so that repairs can be made without damage to adjacent areas. 2. Correct low areas in unformed surfaces, during or immediately after comple- tion of surface finishing, by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Where repairs are required and concrete has already set, sawcut around perimeter of area to be repaired to depth of 1/2-inch and remove concrete so that minimum thickness of repair is 1/2-inch. Apply specified concrete repair mortar in accordance with repair mortar manufacturer's directions and recommendations. 3181029 03300-35 9/9/2010 C ity ofFort Worth -Village Creek Wastewater T reatment Pl a nt Part I -Mo difi cations to Ba r Screen Bui ldi ng No . 3 an d P art II -Junction B ox Rehabilitation Projects Cast-In -Pl ace Concrete (Part II ) 3. Repair defectiv e areas , ex cept random cracks and single holes not ex ceeding one -inch diameter, by cutting out and replacing with fresh concrete. Remo ve defecti ve ar eas to sound concrete with clean, square cuts , and expose reinforcing steel with at least 3/4-inch clearance all around . Minimum thickness of repair shall be 1.5 inches . Dampen concrete surfaces in contact with patching concrete and brush with specified bonding agent. Place patching concrete while bonding agent is tacky. Mix patching concrete of same materials and proportions to provide concrete of same classification as original, adjacent concrete. Place, compact, and finish as required to blend with adjacent finished concrete . Cure in the same manner as adjacent concrete . 4. Repair isolated, random , non-structural cracks (in members that are not below grade or liquid-retaining), and single holes not greater than one-inch diameter, by dry-pack method. Groove top of cracks , and cut out holes to sound concrete, and clean repair area of dust, dirt, and loose particles . Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry-pack before cement grout takes its initial set. Mix dry-pack, consisting of one part portland cement to 2 .5 parts fine aggregate passing No. 16 mesh sieve , using only enough water as required for handling and placing . Compact dry-pack mixture in place and finish to match adjacent concrete . Keep patched areas continuously moist for at least 72 hours . 5 . Structural cracks shall be pressure-grouted using injectable epox y . Apply in accordance with epoxy manufacturer's directions and recommendations . 6. Non-structural cracks in below-grade and liquid-retaining structures shall be pressure-grouted using hydrophilic resin. Apply in accordance with resin manufacturer's directions and recommendations. 7. Determination of crack type will be by ENGINEER. 8. Ensure that surface is acceptable for flooring material to be installed in accordance with flooring manufacturer's recommendations. E . Other Methods of Repair: 1. Repair methods not specified in this Section may be used when approved by ENGINEER. + + END OF SECTION + + 3 18 1029 03 300 -36 9/9/2010 C ity of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Grout (P art II ) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : SECTION 03600 GROUT 1. Provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install grout. 2 . The types of grout include the following : a. Non-Shrink Grout: This type of grout is to be used wherever grout is shown in the Contract Documents, unless another type is specifically referenced. Two classes of non-shrink grout (Class I and II) and areas of application are specified herein. b. Non-Shrink Epoxy Grout (Class ill). c. Grout Fill, Topping Grout. d. Construction Joint Grout. B . Related Sections : 1. Section 03251 , Concrete Joints. 2. Section 03300 , Cast-In-Place Concrete. 3. Section 05051 , Concrete Anchorages . 4. Section 05120, Structural Steel. C . Application: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless otherwise indicated , grouts shall be provided as listed below whether called for on the Drawings or not. Application Beam and column (1 or 2 story) base plates and precast concrete bearing less than 16-inches in the least dimension . Column base plates and precast concrete bearing (greater than 2 story or larger than 16- inches in the least dimension). Base plates for storage tanks and other non- motorized equipment and machinery less than 3181029 03600-1 Type of Grout Non-shrink Class II. Non-shrink Class I. Non-shrink Class I. 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabil ita tion Projects Grout (P art II) 50 horsepower. Machinery over 50 horsepower and equipment under 50 horsepower but subject to severe shock loads and high vibration. Filling blockout spaces for embedded items such as railing posts, gate guide frames , etc . Toppings and concrete fill less than 4-inches thick. Toppings and concrete fill greater than 4-inches thick. All anchor bolts and reinforcing steel set in grout. Applications not listed above, where grout is called for on the Drawings . 1.2 REFERENCES A. Standards referenced in this Section are : Non-shrink Class III . Non-shrink Class II (Class I where placement time exceeds 15 minutes). Grout Fill, Topping Grout. Class "A" Concrete in accordance with Section 03300, Cast-In-Place Concrete . Refer to Section 03200 , Concrete Reinforcement, and Section 05051, Anchor Bolts, Toggle Bolts and Concrete Inserts . Non-shrink Class I, unless noted otherwise . 1. ACI 211.1 , Practice for Selecting Proportions for Normal, Heavy-Weight and Mass Concrete. 2. ACI 301, Specification for Structural Concrete (Includes ASTM Standards referred to herein). 3. ASTM C33, Specification for Concrete Aggregates. 4 . ASTM Cl 09, Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2-in. or 50 mm. Cube Specimens). 5. ASTM C150, Specification for Portland Cement. 6. ASTM C230, Specification for Flow Table for use in Tests of Hydraulic Cement. 7 . ASTM C53 l, Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars , Grouts, and Monolithic Surfacings. 8. ASTM C579, Test Method for Compressive Strength of Chemical-Resistant Mortars , Grouts , Monolithic Surfacings and Polymer Concretes. 3181029 03600-2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grout (Part II) 1.3 9. ASTM C827, Test Method for Early Volume Change of Cementitious Mixtures. 10. ASTM C882, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete. 11. ASTM C937, Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 12. ASTM C939, Text Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 13 . ASTM C 1107, Specification for Packaged Dry, Hydraulic-Cement Grout (Non- shrink). 14. ASTM Cl 181, Test Method for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. 15. ASTM D696, Test Method for Coefficient of Linear Thermal Expansion of Plastics. QUALITY ASSURANCE A. Field Tests : 1. Compression test specimens will be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these Specifications. The specimens will be made by the ENGINEER or its representative. 2. Compression tests and fabrication of specimens for non-shrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by the ENGINEER. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the ENGINEER. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 4. The cost of all laboratory tests on grout will be borne by the OWNER, but CONTRACTOR shall assist the ENGINEER in obtaining specimens for testing. However, CONTRACTOR shall be charged for the cost of any additional tests and investigation on Work performed which does not conform to the requirements of the Specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. 1.4 SUBMITTALS A. Shop Drawings: Submit the following: 1. For Grout Fill and Construction Joint Grout, copies of grout design mix and laboratory test reports for grout strength tests. B. Reports and Certificates, submit for approval the following : 3181029 03600-3 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grout (Part II) 1. For proprietary materials , submit copies of manufacturer's certification of compliance with the specified properties for Class I, II , and III grouts. 2. Submit certified testing lab reports for ASTM C 1107, Grade B and Grade C (as revised herein) requirements for Class I and II grouts tested at a fluid consistency for temperatures of 45, 73.4, 90 °F with a pot life of 30 minutes at fluid consistency. 3 . Submit certification that materials conform to the Specifications requirements for nonproprietary materials. 4. Submit certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. 5. Manufacturer's specifications and installation instructions for all proprietary materials. 1.5 PRODUCT DELIVERY. STORAGE AND HANDLING A. Delivery of Materials: Grout materials from manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels . B. Storage of Materials : Store grout materials in a dry shelter and protect from moisture. PART 2 -PRODUCTS 2.1 GROUTS A. General: Non-shrink grout shall be a prepackaged, inorganic, flowable, non-gas- liberating, non-metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non-shrink grout specified herein shall be that recommended by the manufacturer for the particular application. B . Class I, Non-Shrink Grout: 1. Class I, non-shrink grouts shall have a minimum 28-day compressive strength of 7 ,000 psi. Grout is for precision grouting and where water-tightness and non-shrink reliability in both plastic and hardened states are critical. Refer to areas of application as specified in this Section. 2. Meet requirements of ASTM Cl 107 Grade C and B (as modified below)when tested using amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds) in accordance with ASTM C939. b. At temperatures of 45 , 73.4, and 95 degrees F. 3. Length change from placement to time of final set shall not have a shrinkage greater than amount of expansion measured at three or fourteen days. Expansion at three or fourteen days shall not exceed the 28-day expansion. 3181029 03600-4 9/9/2010 City of Fort Worth -Village Creek Wastewate r Treatment Plant Part I -Modific ations to Bar Screen Building No. 3 and P art II -Jun cti o n Box Rehabili ta t ion Proj ec ts Grout (Part II ) 4 . Non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Fluid grout shall pass through the flow cone , with a continuous flow , one hour after mixing . 6. Products and Manufacturer: Provide products of one of the following : a. Masterflow 928 , manufactured by Master Builders , Inc . b . Five Star Grout, manufactured by Five Star Products , Inc . c. Hi-Flow Grout, manufactured by the Euclid Chemical Company. d. Or equal. C. Class II Non-Shrink Grout: 1. Class II, non-shrink grouts shall have a minimum 28-day compressive strength of7,000 psi . Grout is for general purpose grouting applications as specified in this Section. 2. Meet requirements of ASTM C 1107 and the following requirements when tested using amount of water required to achieve the following properties: a. Flowable consistency (140 percent flow on ASTM C230 , five drops in 30 seconds). b . Fluid working time of at least 15 minutes . c. Flowable for at least 30 minutes . 3 . Grout when tested shall not bleed at maximum allowed water. 4. Non-shrink property is not based on a chemi cally generated gas or gyp sum expans10n . 5. Products and Manufacturer: Provide products of one of the following : a. Construction Grout, manufactured by Master Builders , Inc . b . NBEC Grout, manufactured by Five Star Products, Inc . c. NS Grout, manufactured by the Euclid Chemical Company. d. Or equal. D. Class ill Non-Shrink Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink, 100 percent solids system. Epoxy grout system shall have three components : resin , hardener, and specially blended aggregate , all premeasured and prepackaged. Resin component shall not contain non-reactive diluents . Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reacti ve diluents are not acceptable . Variation of component ratios is not allowed unless specifically recommended by manufacturer. Manufacturer's instructions shall be printed on each container in which products are packaged. The followin g properties shall be attained with minimum quantity of aggregate allowed by manufacturer. 2 . Products and Manufacturer: Provide products of one of the follow ing : 31 8 10 2 9 a. Euco High Strength Grout, manufactured by Th e Eu clid Chemical Company. b . Sikadur 42 Grout Pak, manufactured by Sika Corporation . 03600 -5 9/9/2010 City ofFort Worth -. Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Jun ctio n Box Rehabilitation Projec ts Grout (Part II) c. Five Star Epoxy Grout, manufactured by Five Star Products, Incorpo- rated. d . Or equal. 3 . Vertical volume change at all times before hardening shall be between zero percent shrinkage and 4.0 percent expansion when measured according to ASTM C827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0 .9 and 1.1 ). Alternately, epoxy grouts that maintain an effective bearing area of not less than 95 percent are acceptable. 4. Length change after hardening shall be less than 0.0006 inch per inch and coefficient of thermal expansion shall be less than 0.00003 inch per inch per degree F when tested in accordance with requirements of ASTM C53 l. 5 . Compressive creep at one year shall be less than .001 inch per inch when tested under a 400 psi constant load at 140 degrees F per requirements of ASTM Cl 181. 6. Seven-day compressive strength shall be a minimum of 14,000 psi when tested per requirements of ASTM C579 7 . Grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 70 degrees F. 8. Shear bond strength to portland cement concrete shall be greater than shear strength of concrete when tested per requirements of ASTM C882. 9. Effective bearing area shall be a minimum of95 percent. E . Grout Fill, Topping Grout: 1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. Materials and procedures specified for normal concrete in Section 03300, Cast- In-Place Concrete, shall apply except as otherwise specified in this Section. 2. Topping grout and concrete fill shall contain a minimum of 564 pounds of cement per cubic yard with a maximum water cement ratio of 0.45 . Where concrete fill is thicker than four inches, Class "A" concrete, as specified in Section 03300, Cast-In-Place Concrete, may be used when accepted by ENGINEER. 3. Coarse aggregate shall be graded as follows : U.S. Standard Percent by Sieve Size Weight Passing 1/2-inch 100 3/8-inch 90 to 100 No.4 20 to 55 No. 8 5 to 30 No. 16 0 to 10 No. 30 0 3181029 03600-6 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grout (Part II) 4. Final mix design shall be as determined by trial mix design under supervision of approved testing laboratory. 5. Strength: Minimum compressive strength of grout fill at the end of 28 days shall be 4000 psi. F. Construction Joint Grout: 1. Construction Joint Grout approximates Class "A" concrete, as specified in Section 03300, Cast-In-Place Concrete, with aggregate coarser than 1/2-inch removed. Mix shall be designed as flowable with high mortar content. It is intended to be placed over construction joints and mixed with Class "A" concrete as specified in Section 03300, Cast-In-Place Concrete. Mix requirements are: a. Compressive Strength: 4,500 psi minimum at 28 days . b. Maximum Water-Cement Ratio: 0.45 by weight. c. Coarse Aggregate : ASTM C33, No. 8 size . d. Fine Aggregate: ASTM C33, approximately 60 percent by weight of total aggregate . e. Air Content: eight percent (plus or minus one percent). f. Minimum Cement Content: 752 pounds per cubic yard. G. Requirements for Grout Fill and Construction Joint Grout: 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with ACI 211.1 and report to ENGINEER the following data: a. Complete identification of aggregate source of supply. b . Tests of aggregates for compliance with specified requirements. c. Scale weight of each aggregate . d. Absorbed water in each aggregate. e . Brand, type and composition of cement. f. Brand, type and amount of each admixture . g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard . 1. Gross weight and yield per cubic yard of trial mixtures. J. Measured slump . k. Measured air content. 1. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven-day and 28-day test, and for each design mix. 2. Submit written reports to ENGINEER of proposed mix of grout at least 30 days prior to start of the Work. Do not begin grout production until mixes have been approved by ENGINEER. 3 . Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301 , Section 4 -Proportioning. However, mixes need not be 3181029 03600-7 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grout (Part II) designed for greater than 125 percent of specified strength, regardless of standard deviation of production facility. 4. Field Experience Method : When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 5. Admixtures: Use air-entraining admixture in all grout. Use amounts of admixtures as recommended by grout manufacturer for climate conditions prevailing at time of placing. Adjust quantities and types of admixtures as required to maintain quality. Do not use admixtures that have not been incorporated and tested in accepted design mix unless otherwise authorized in writing by ENGINEER. 2.2 CURING MATERIALS A. Curing materials shall conform to Section 03300, Cast-in-Place Concrete, and as recommended by manufacturer of prepackaged grouts. 2.3 CONSISTENCY A. Consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that grout is plastic and moldable, but will not flow . Where "dry pack" is required per the Contract Documents, it shall mean a grout of that consistency; type of grout to be used shall be as specified in this Section for the application. B. Slump for topping grout and grout fill shall be adjusted to match placement and finishing conditions, but shall not exceed four inches. C. Slump for construction joint grout shall be seven inches (plus or minute one inch). PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine substrate and conditions under which grout is to be placed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 INSTALLATION A. General: 1. Place grout as shown and in accordance with manufacturer's instructions. If manufacturer's instructions conflict with the Contract Documents, request 3181029 03600-8 9/9/2010 Ci ty of Fort Worth -Village Creek Wastewater Trea tment Plant Part I -M odifi cation s to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Grout (P art II) clarification from ENGINEER and do not proceed until ENGINEER provides clarification. 2 . Manufacturers of proprietary products shall make available upon 72 hours notification services of qualified, full time employee to aid in assuring proper use of product under job conditions. 3. Placing grout shall conform to temperature and weather limitations in Section 03300, Cast-In-Place Concrete . 4. Cure grout per manufacturer's instructions for prepackaged grout and requirements of Section 03300, Cast-In-Place Concrete, for grout fill and topping grout. B. Columns, Beams and Equipment Bases: 1. Epoxy Grout: After shimming equipment to proper grade, securely tighten anchorages. Properly form around base plates, allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of base plate and top of concrete base to assure that void is completely filled with epoxy grout. 2 . Non-shrink, Non-metallic Grout: After shimming columns, beams and equipment to proper grade , securely tighten anchorages. Properly form around base plates allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of base plate and top of concrete base to assure that void is completely filled with non-shrink, non-metallic grout. C . Handrails and Railings : 1. After posts have been properly inserted into holes or sleeves, fill annular space between posts and sleeve with non-shrink, non-metallic grout. Bevel grout at juncture with post so that moisture flows away from post. D . Construction Joints: 1. Place a six-inch minimum thick layer of construction joint grout over contact surface of old concrete at interface of horizontal construction joints as specified in Section 03251 , Concrete Joints , and Section 03300, Cast-In-Place Concrete. E . Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. Base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing aggregates to ensure bonding to base slab. 2 . Minimum thickness of grout topping shall be one-inch. 3 . Thoroughly clean and wet base slab prior to placing topping and fill . Do not place topping concrete until slab is complete free from standing pools and ponded water. A thin coat of neat Type II cement slurry shall be broomed into surface of slab and topping or fill concrete shall be placed while slurry is wet. Topping and fill shall be compacted by rolling or tamping , brought to 3181029 03600 -9 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buil ding No . 3 and Part II -Junction Box Rehabilitation Proj ects Grout (Part II) established grade, and floated. Grouted fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to revolving mechanism of equipment in accordance with procedures recommended by equipment manufacturer after grout is brought to established grade . 4. Topping grout placed on sloping slabs shall proceed uniformly from bottom of slab to top, for full width of placement. 5. Surface shall be tested with a straight edge to detect high and low spots that shall be immediately eliminated. When topping has hardened sufficiently, it shall be steel troweled to a smooth surface free of pinholes and other imperfections . An approved type of mechanical trowel may be used as an assist in this operation, but last pass over surface shall be by hand-troweling. During finishing, do not apply the following to surface: water, dry cement, or mixture of dry cement and sand. 6 . Cure and protect grout topping as specified in Section 03300, Cast-In-Place Concrete. F. Grout Fill: 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03300, Cast-In-Place Concrete. 2. Minimum thickness of grout fill shall be one inch. Where finished surface of grout fill is to form an intersecting angle ofless than 45 degrees with concrete surface it is to be placed against, a key shall be formed in concrete surface at intersection point. Key shall be a minimum of3.5-inches wide by 1.5 -inches deep. 3. Surface shall be tested with a straight edge to verify that surface slopes uniformly to drain, and to detect high and low spots that shall be immediately eliminated. When grout fill has hardened sufficiently, it shall be steel troweled to a smooth surface free of pinholes and other imperfections. During finishing, do not apply the following to surface: water, dry cement, or mixture of dry cement and sand. + + END OF SECTION + + 3181029 03600 -10 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Modifications To Existing Concrete (Part II) SECTION 03740 MODIFICATIONS TO EXISTING CONCRETE PART l GENERAL 1.01 SCOPE OF WORK A . Furnish all labor, materials, equipment, and incidentals required and cut, remove, repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete . 1.02 RELATED WORK A. Section O 1045 -Demolition and Modifications. B. Section 03100 -Concrete Formwork. C. Section 03200 -Concrete Reinforcement. D . Section 03251 -Concrete Joints and Joint Accessories. E. Section 03300 -Cast-in-Place Concrete . F . Section 03600 -Grout. G. Section 03930 -Concrete Repair and Rehabilitation . G. Section 05500 -Miscellaneous Metal Fabrications. H . Section 07900 -Joint Sealers . 1.03 SUBMITT ALS A. Submit to the Engineer, in accordance with Section 01300 , and the detailed methods of demolition to be used at each location. B . Submit manufacturer's technical literature on all product brands proposed for use to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions . C. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 3181029 03740-1 9/9/2010 City ofFort Worth -V ill age Cree k Was tewater Treatment Plant Part I - Mod ific atio ns to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proj ects Modifi cation s To Existing Concrete (Part II ) 1. ASTM C881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete 2 . ASTM C882 -Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer 3. ASTM D570 -Standard Test Method for Water Absorption of Plastics 4. ASTM D638 -Standard Test Method for Tensile Properties of Plastics 5. ASTM D695 -Standard Test Method for Compressive Properties of Rigid Plastics 6. ASTM D732 -Standard Test Method for Shear Strength of Plastics by Punch Tool 7. ASTM D790 -Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials B . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer or where directed in the Drawings . B. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris . Unless otherwise permitted, shown, or specified, line drilling will be required in cutting existing concrete . C . Manufacturer Qualifications : The manufacturer of the specified products shall have a minimum of IO years experience in the manufacture of such products and shall have an ongoing program of training, certifying, and technically supporting the Contractor's personnel. 1.06 DELIVERY, STORAGE , AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name , labels, product identification, and batch numbers . B. Store and condition the specified product as recommended by the manufacturer. PART 2 PRODUCTS 2 .01 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. B . Epoxy Bonding Agent 1. General a. Provide epoxy bonding agent as sp ecified in Se ction 03251 . C . Epoxy Paste 3181029 0 3740-2 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Modifications To Existing Concrete (Part II) 1. General a . Epoxy Paste shall be a two-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts , dowels , anchor bolts, and all-threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Material a . Properties of the cured material: 1. Compressive Properties (ASTM D695): 10 ,000 psi minimum at 28 days 2. Tensile Strength (ASTM D638): 3 ,000 psi minimum at 14 days. Elongation at Break-0.3 percent minimum 3. Flexural Strength (ASTM D790 -Modulus of Rupture): 3,700 psi minimum at 14 days 4. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 5. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 6. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 7. Color: Concrete grey 3. Approved manufacturer's include: a. Overhead applications: Sikadur Hi-mod LV 31 , Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc ., Cleveland, Ohio; or W .R. Meadows . b . Sikadur Hi-mod LV 32, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438 , Master Builders, Inc ., Cleveland, Ohio; or W .R . Meadows . D . Non-Shrink Precision Cement Grout, Non-Shrink Cement Grout, and Non-Shrink Epoxy Grout are included in Section 03600, Grout. E . Repair Mortars: See Section 03930. PART 3 EXECUTION 3.01 GENERAL A. Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections . All work shall comply with other requirements of this of Section and as shown on the Drawings . B. All commercial products specified in this Section shall be stored, mixed, and applied in strict compliance with the manufacturer's recommendations . C . In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. D . When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop ifrebar is encountered. As approved b y the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations 3181029 03740-3 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part IT -Junction B ox Rehabil itation Projects Modifications To Existing Concrete (Part II) shall be identified prior to drilling so that drilled hole locations may be adjusted to avoid rebar interference. 3 .02 CONCRETE REMOVAL A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack-hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged . B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/2-in. Rebar shall be drilled and grinded to establish minimum cover requirements prior to application of the surface treatment as detailed in the Drawings. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the joint shall be grooved and grouted after the new concrete placement has fully cured as directed in the Drawings. D . Concrete specified to be left in place that is damaged shall be repaired by approved means to the satisfaction of the Engineer. E. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate . F . All demolished concrete and other demolished materials shall be removed offsite by the Contractor. 3.03 CONNECTION SURFACE PREPARATION A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. B . Remove all deteriorated materials, dirt, oil , grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc ., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth . Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to final inspection. C . If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc ., as approved by the Engineer. If any portion of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in. Reinforcing to be saved shall not be damaged during the demolition operation. D . Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion 3181029 03740-4 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Modifications To Existing Concrete (Part II) before proceeding with the repair . It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around. E. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03200 . a .. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/16-in layer of cement and water mixed to the consistency of a heavy paste . Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings . b . Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c . Where no method is specified or indicated, Method B shall be used. 3.04 GROUTING A . Grouting shall be as specified in Section 03600. ++ END OF SECTION++ 3181029 03740-5 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabil ita tio n Projects Concrete Repair and Rehabilitation (Part II) SECTION 03930 CONCRETE REPAIR AND REHABILITATION PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to repair or rehabilitate all existing concrete members and surfaces identified in the Contract Documents . 2. CONTRACTOR shall repair all damage to new concrete construction as specified herein, except that where such repairs are specified in Section 03300, Cast-in-Place Concrete. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be included with the repair and rehabilitation of concrete. C. Related Sections: 1. Section 01600, Deliver, Storage and Handling . 2. Section 02050, Demolition and Modifications . 3 . Section 03300, Cast-in-Place Concrete. 4 . Section 03740, Modifications To Existing Concrete. 1.02 QUALITY ASSURANCE: A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: 3181029 1. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars . 2. ASTM C 157, Test Method for Length Change of Hardened Cement Mortar and Concrete . 3 . ASTM C 882, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete. 4. ASTM D 412, Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic Elastomers -Tension. 5 . ASTM D 624 , Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 6 . ASTM D 903 , Test Method for Peel or Stripping Strength of Adhesive Bonds. 03930-1 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box R eh abilitation Projects Concrete Repair and Rehabilitation (Part II) 7 . ASTM G 109 , Test Method for Determining the Effects of Chemical Admixtures on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments . 8 . Al 85, Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 9. C596, Standard Test Method for Drying Shrinkage of Mortar Containing Portland Cement. 10 . C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. B . Construction Tolerances: Construction tolerances shall be as specified in Section 03300 and 03100 except as specified herein and elsewhere in the Contract Documents. C. Mockups: For each type of mortar system application, prepare an area of at least 10-feet by 10- feet by an average thickness required for the project. Mockup may be part of the work and if accepted can be left in place as part of the work. Any unacceptable in-place mockups shall be replaced at Contractor's expense. E. Repair mortar manufacturer's representative shall provide 5 (five) project site visits during construction at the following intervals: 1. At the start of construction to review the project scope and discuss preparation and application of the repair materials . 2 . During initial surface preparation for field review of the surface preparation and its conformance to manufacturer requirements. 3. During initial repair application for field review of proper mixing and application of the repair material. Also during the initial curing period for field review of proper curing procedures. 4. Two additional site visits as requested by the Engineer or Owner. 1.03 SUBMITT ALS A. Shop Drawings: Submit for approval the following: 3181029 1. CONTRACTOR shall submit the following: a . Repair mortar manufacturer's product information and recommended placement procedures for all repair materials. b . Submit letter from the repair mortar manufacturer stating that the specified coating or liner systems are compatible with the proposed repair materials . c. Repair mortar manufacturer's recommended fabric size for mesh reinforcement. d . Written description of equipment proposed for hydrodemolition surface preparation . e. Statements of Qualifications: 1) Shotcrete Nozzleman. f. Mortar system manufacturer's proposed modified test procedures for ASTM C109 and ASTM C882 test methods. g. Independent testing laboratory test report . 2 . CONTRACTOR shall submit Shop Drawings, when requested by ENGINEER, to show all methods for supporting existing structures, pipes , etc ., during demolition and repair activities . 03930-2 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant P art I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabil it ation Projects Concrete Repa ir and Rehabilitation (Part II) 3 . CONTRACTOR shall submit schedule of activities and flow diversion and shutdown requirements of existing facilities to be repaired. Coordinate shutdown and flow diversion requirements with required cure time of the repair mortars specified herein and the coatings and liners specified in Section 09800 and 09902. 1.04 PRODUCT DELIVERY. HANDLING AND STORAGE A. Delivery of Materials: 1. Conform to the requirements of Section O 1600 and supplementary requirements below. 2 . Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer 's name and label, and the following information. a . Name or title of material. b . Manufacturer's stock number and date of manufacture. c. Manufacturer's name. B . Storage of Materials: 1. Conform to the requirements of Section O 1600 and supplementary requirements below. 2. Store only acceptable project materials on project site . 3 . Store in a suitable location approved by ENGINEER. Keep area clean and accessible . 4. Restrict storage to repair materials and related equipment. 5 . Comply with health and fire regulations including the Occupational Safety and Health Act of 1970. C. Handling of Materials: 1. Conform to the requirements of Section 01600 and supplementary requirements below. 2 . Handle materials carefully to prevent inclusion of foreign materials. 3 . Do not open containers or mix components until necessary preparatory Work has been completed and application Work will start immediately. D . Repair material quantities are provided in the project bid form . Locations and size ofrepairs are generally indicated in the Structural Drawings. The actual size and extents ofrepairs will be determined during construction. The Engineer or Owner may choose to apply the quantities provided in the bid form to different areas within the specified structures not necessarily identified in the Drawings without additional expense to the Owner. Unit prices established in the Contract shall be based on the quantities provided and used as the unit cost for price addition or deduction to actual quantities utilized either above or below the quantities provided. The amount of actual quantities used will be determined during construction by an official count of repair material containers/bags used. The Contractor is responsible for maintaining the used bags for final count with the Owner field representative. PART 2 PRODUCTS 2.01 REPAIR MORTAR A. Trowel Grade Repair Mortar: Repair mortar shall be a prepackaged cementitious based product specifically formulated for the repair of deteriorated or damaged concrete . The repair mortar shall be a two-component polymer-modifie d , portland cement, fast setting, non-sag mortar. The repair mortar shall have the following properties : 1. Minimum Compre ssi ve Strength (ASTM C -109) 3 18102 9 03930-3 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Bo x Rehabilitation Projects Concrete Repair and Rehabilitation (Part II ) a. at 1 day: 4 ,500 psi b . at 7 day: 8,000 psi c. at 28 day: 10,000 psi 2 . Minimum Flexural Strength (ASTM C-293) at 28 days: 1,100 psi 3. Minimum Slant Shear Bond Strength (ASTM C-882) at 28-days: 4 ,500 psi B . Low Pressure Spray Mortar: Repair mortar shall be a prepackaged cementitious based product specifically formulated for the repair of concrete deterioration. The repair mortar shall be a one- component cementitious, silica fume enhanced, fiber-reinforced, high-strength, shrinkage compensated repair mortar. The repair mortar shall have the following properties : 1. Minimum Compressive Strength {ASTM C-109) a. at I day: 4,500 psi b . at 7 day : 8,000 psi c. at 28 day: 10,000 psi 2 . Minimum Flexural Strength (ASTM C-348) at 28 days : 1,100 psi 3. Minimum Slant Shear Bond Strength (ASTM C-882) at 28-days: 4,500 psi B. Where the least dimension of the placement in width or thickness, exceeds 4-inches, the repair mortar shall be extended by addition of aggregate as recommended by the manufacturer. C. Product and Manufacturer: Provide one of the following: 1. Trowel Grade: a. SikaRepair 224 Plus as manufactured by Sika Corporation . b. EMACO S88CI as manufactured by BASF. 2 . Low Pressure Spray Applied: a. SikaRepair 224 Plus as manufactured by Sika Corporation. b. EMA CO S88CI as manufactured by BASF . D . Alternate repair methods and materials will only be considered with written request by the Contractor and written approval provided by the Engineer during the bid period. E . The repair system including mortars, bonding agents and inhibitors must come from the same manufacturer. Contractor shall verify compatibility of the repair system with the specified coating/liner system prior to product data submittals. F. All repair mortar finishes shall be smooth trowel finish . Additional preparation of the finished surface shall be performed to accommodate the protective coating system surface preparation requirements. 2 .02 PRESSURE INJECTED CRACK REP AIR A. Hydrophilic Polyurethane Grout 3181029 1. Polyurethane grout shall be an acrylic-ester based resin with a maximum viscosity of 50 cps . It shall cure into a flexible rubber-like material that has the potential for unrestrained increase in volume in excess of 100 percent in the presence of water. 2. Products and Manufacturers : Provide one of the following : a. Duroseal Inject, as manufactured by BBZ USA, Inc . b. SikaFix HH, by Sika Corporation. c . Sealfoam by Deneef Construction Chemicals. 03930-4 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation (Part II) B. Pressure Injected Epoxy 1. Epoxy shall be two component 100% solids, moisture tolerant low-viscosity epoxy resin adhesive . 2. Provide one of the following products: a . Sikadur 35 by the Sika Corporation. b. Concresive Standard L VI by MasterBuilders. 2.03 EXISTING REBAR REPAIR A. The exposed reinforcing repair system shall consist of application of a protective bonding agent. B. Protective Bonding Agent: 1. Protective bonding agent shall be applied directly to the clean exposed steel and shall be a polymer-modified, cementitious bonding agent formulated to provide corrosion protection. Provide manufacturer recommended application thickness . 2 . Product and Manufacturer: Provide one of the following: a. Sika Armatec 110, 2 coats of 20 mil as manufactured by Sika Corporation. b . Emaco P22, 2 coats of 40 mil as manufactured by BASF . 2.04 WATER A. Clean and free from oil, acid, alkali, organic matter, chlorides or other deleterious substances, meeting federal drinking water standards. 2.05 ACCESSORIES A . Mesh Reinforcement: Welded wire fabric with spacing of wires, and wire size in accordance with ASTM Al85 and ASTM A82, and mortar system manufacturer's recommendations . Minimum mesh size and spacing shall be 6x6 -W6xW6. B. Tie Wire: 16-gauge galvanized . C. Mesh Anchors: 1. Stainless steel Type 304 tie wire anchors . 2. Manufacturer and Product: Hilti Fastening Systems; HKT-14 . D. Finishing Aid Manufacturer and Product: Master Builders Inc ., Cleveland, OH; CONFILM. PART 3 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine areas and conditions under which repair Work is to be installed and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 GENERAL A. Surface Preparation: 3181029 03930-5 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation (Part II) 1. The entire area to be repaired shall have all laitance, foreign material, and unsound concrete removed by chipping, abrasive blasting or hydroblasting . The surface shall be further roughened to a minimum amplitude of3/16-inch or as recommended by the manufacturer where larger amplitude is required. Where repair mortar is used, any additional surface preparation steps recommended by the manufacturer shall be performed. 2 . Where repair mortars are applied and a bonding agent is not required by the repair material manufacturer, or where the repair mortar manufacturer recommends wet or saturated surface dry condition, water shall be delivered to the surface continuously for a minimum of four hours. Where large surface areas are to be repaired, fog spray nozzles mounted on stands shall be provided in sufficient numbers such that the entire surface to be repaired is in contact with the fog spray cloud. The concrete shall be prevented from drying until after the repair operation is completed. Umepaired surfaces shall be rewetted by water spray on at least a daily basis. Should more than four days elapse without rewetting the unrepaired surfaces, the original saturating procedure shall be repeated . All standing water in areas to be repaired shall be removed prior to placement of repair material. Means to remove excess water from the structure shall be provided. 3. Where the repair material manufacturer recommends the use of a bonding agent, the recommendations of both the repair material and bonding agent manufacturers shall be followed. B. Care shall be taken to fully consolidate the repair material, completely filling all portions of the area to be filled. C. The repair surface shall be brought into alignment with the adjacent existing surfaces to provide a uniform, even surface. The repair surface shall match adjacent existing surfaces in texture and shall receive any coatings or surface treatments which had been provided for the existing surface or as specified. D. Curing: 1. Curing of repair mortar and non-shrink grout shall be according to the manufacturer's recommendations except that the minimum cure period shall be three days. 2 . Curing of other materials shall be according to Section 03300, Cast-in-Place Concrete. 3.03 TREATMENT OF SURFACE DEFECTS A. Surface defects are depressions in a concrete surface which do not extend all the way through the member. The depressions can result from the removal of an embedded item, the removal of an intersecting concrete member, physical damage, unrepaired rock pockets created during original placement, or spalls from corroded reinforcing steel or other embeds. B. Preparation: 3181029 1. All loose, damaged concrete shall be removed by chipping to sound material. 2. Where existing reinforcing bars are exposed, concrete shall be removed to minimum of 1- inch all around the bars. If the existing bars are cut through, cracked, or the cross sectional area is reduced by corrosion by more than 25 percent, the ENGINEER shall be notified immediately for review. 3. The perimeter of the damaged area shall be score cut to a minimum depth of 0 .5-inch and a maximum depth to not cut any existing reinforcing steel. Existing concrete shall be chipped up to the score line so that the minimum thickness ofrepair mortar is 0 .5-inch . 03930-6 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plan t Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation (Part II) C. Repair Material: 1. Repair of surface defects shall be made only with repair mortar specified in this Section. D . All miscellaneous projections, embedded metal projections , anchorages and other items not intended to remain as part of the functioning structure shall be removed to 2-inches below the final concrete surface. Apply bonding agent to the item prior to repair mortar application . 3.04 PATCHING OF HOLES IN CONCRETE A. For holes larger than 12-inches, refer to the Drawings for reinforcement details . 3 .05 PATCHING OF LINED HOLES A. This Section applies to those openings which have embedded material over all or a portion of the inside edge. Unless indicated to remain in place on the Drawings or by the ENGINEER, such embedded materials shall be removed and the remaining hole repaired as specified above. The requirements for repairing holes in concrete specified above shall apply as modified herein. B. Where embedded material is allowed to remain, it shall be trimmed back a minimum of 2-inches from the concrete surface . The embedded material shall be roughened or abraded to promote good bonding to the repair material. Any substance that interferes with good bonding shall be completely removed . C. Any embedded item that is not securely and permanently anchored into the concrete shall be completely removed . D. Embedded items which are larger than 12-inches in their least dimension shall be completely removed, unless they are composed of a metal to which reinforcing steel can be welded . Where reinforcement is required , it shall be welded to the embedded metal. E. The following additional requirements apply to concrete members which are in contact with water or soil. 1. Lined openings, which are less than 4-inches in their least dimension, shall be filled with epoxy grout. 2. Lined openings which are greater than 4-inches, but less than 12-inches in their least dimension, shall be coated with an epoxy bonding agent prior to being filled with Class I non-shrink grout. 3. Lined openings which are greater than 12-inches in their least dimension shall be coated with an epoxy bonding agent and shall have a hydrophilic rubber waterstop or bead of hydrophilic sealant installed to the interior of the opening at the wall centerline, as required by Section 03251, prior to being filled with any approved repair material. 3.06 REPAIR OF DETERIORATED CONCRETE A. This Section pertains to concrete which has been damaged due to corrosion of reinforcing steel, physical damage due to abrasion, and damage due to chemical attack. The only material acceptable for surface repair is repair mortar as specified herein . Where the repaired surface is 3181029 03930-7 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and P art II -Juncti on Box Reh abili tation Projects Concrete Repair and Rehab ilitation (Part II) to be subsequently covered with a liner material , the finishing detail s shall be coordinated with the requirements of installing the liner material. B. Surface Preparation: 1. All loose, broken, softened, deteriorated and contaminated concrete shall be removed by abrasive blasting and chipping down to sound, uncontaminated concrete. 2 When the removal of deteriorated concrete is completed, CONTRACTOR shall notify the ENGINEER, in writing . Two weeks shall be scheduled for the ENGINEER to inspect the surface, perform testing for acid contamination, determine if additional concrete must be removed , and to develop any special repair details that may be required . Should it be determined that additional concrete must be removed to reach sound, uncontaminated material, another two week period shall be scheduled for further evaluation after the end of the additional removal. 3 . Additional surface preparation shall follow the recommendations of the repair mortar manufacturer. 4. Isolated areas of exposed reinforcing bars shall be treated as required for repair of surface defects . If extensive areas of reinforcement are uncovered after removal of deteriorated concrete, repair methods shall be as specified. C. Installation of Mesh Reinforcement: 1. For large area spray applied repairs, provide mesh reinforcement when mortar application is more than 3 inches deep and when existing reinforcement is not exposed . 2 . Install mesh anchors in accordance with mesh manufacturer's instructions. 3. Fasten reinforcement to mesh anchors with tie wire. 4. Lap reinforcement a minimum of one mesh spacing and secure with tie wire at intervals no less than 12 inches . D. Repair Mortar Placement: 3181029 1. The procedures recommended by the manufacturer for the mixing and placement of the repair mortar shall be followed. 2 . After the initial mixing of the repair mortar, additional water shall not be added to change the consistency should the mix begin to stiffen. 3. Repair mortar shall be placed to a minimum thickness as recommended by the manufacturer, but not less than 0.50-inch. Where removal of deteriorated concrete results in a repair thickness ofless than 0.5-inch to return to original concrete surface location in isolated areas totaling less than ten percent of the total repair area , additional concrete shall be removed to obtain the 0.5-inch thickness. Where the area with repair thickness of less than 0.5-inch exceeds ten percent of the total repair area, notify the ENGINEER. In any case, repair mortar shall be added so that the minimum cover over existing reinforcing steel is 2-inches . CONTRACTOR shall not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need ofrepair, the repair mortar shall not be feathered at the transition . A score line shall be sawcut to not less than the minimum repair mortar depth and concrete chipped out to it to form the transition. Care shall be taken to not cut or otherwise damage any reinforcing steel. 4. The repair mortar shall be placed to an even, uniform plane to restore the member or surface to its original plane . Tolerance for being out of plane shall be such that the gap between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair mortar surface does not exceed 0.25-inch . This shall apply to straight edges placed in any orientation at any location. 03930-8 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation (Part II) E. Finishing: 1. The repair mortar shall receive a smooth, steel trowel finish. Additional surface preparation of the finished surface will be required to accommodate the protective coating surface preparation requirements. 2. When completed, there shall be no sharp edges. All exterior corners, such as at penetrations, shall be made with a I-inch radius . All interior comers shall be square except corners to receive PVC lining shall be made with a 2-inch repair mortar fillet. F. Curing: 1. Curing shall be performed as recommended by the repair mortar manufacturer, except that the cure period shall be at least 7 days and shall be by means of a continuous fog spray. If the manufacturer recommends the use of a curing compound, no material shall be used that would interfere with the bond of the protective coating system or adhesive used for placing PVC lining, where required. Do not membrane cure . 2 . Cure intermediate mortar layers, or lifts, in accordance with the repair mortar manufacturer recommendations . 3.07 EXISTING REBAR REPAIR A. Areas where specified surface preparation exposes the existing embedded reinforcing, apply the protective bonding agent directly to the reinforcing per manufacturers recommended thickness and application rates after proper cleaning of the reinforcement. Contractor shall coordinate the work such that repair mortar applications occur within the manufacturer specified period for the bonding agent. B. For repair mortar application refer to Paragraph 3.06. 3.08 CRACK REPAIR A. All structural cracks shall be repaired with a pressure injected epoxy application. Follow manufacturer instructions for surface preparation and application. The Engineer shall identify structural cracks to be repaired during construction . B . Concrete cracks identified by the Engineer as being non-structural may be injected with a pressure injected hydrophilic resin or polyurethane grout. C. All cracks shall be assumed to receive a pressure injected epoxy repair unless identified in the field by the Engineer during construction as being a non-structural crack. 3.09 FIELD QUALITY CONTROL A. OWNER shall employ a testing laboratory to perform field quality control testing. OWNER will direct the number of tests and specimens required. CONTRACTOR shall make standard compression test specimens as specified below, under the direct inspection by OWNER representative . CONTRACTOR shall furnish all necessary assistance required by testing agency. CONTRACTOR shall also provide all labor, material and equipment required including rods, molds, thermometer, curing in a heated storage box, and all other incidentals required . Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage, curing, and transportation required by the testing . 3181029 03930-9 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Concrete Repair and Rehabilitation (Part II) B . Field tests of repair mortar: 3181029 1. Compression test specimens will be taken during construction from the first placement of each type of mortar, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these specifications . The specimens will be made by the OWNER or its representative . 2. Compression tests and fabrication of specimens for repair mortar will be performed as specified in ASTM C 109. A set of three specimens will be made for each test. Tests shall be made at 7 days, 28 days , and additional time periods as appropriate . 3. All material , already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of CONTRACTOR. 4. CONTRACTOR shall be responsible for the cost of any additional tests and investigation on Work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. 5 . Perform adhesion bond test on the repair mortar after it is installed and fully cured in accordance with the International Concrete Repair Institute "Guide to Using In-Situ Pull- Off Tests to Evaluate Bond of Concrete Surface Materials", and ACI 503R. Number and location of tests shall be determined by the OWNER. ++ END OF SECTION ++ 03930-10 9/9/2010 PART II DIVISION 5 METALS City of Port Worth -Village Creek Wa stewater Treatm ent Plant Part I -Modific atio ns to Bar Scree n Buildi ng No. 3 and Part II -Junction Bo x Rehabilita tio n Proj ects Concrete Anchorages (Part II) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 05051 CONCRETE ANCHORAGES 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified, and required to furnish and install anchor bolts , toggle bolts and concrete inserts . B. This Section includes all anchor bolts, toggles and inserts required for the Work, but not specified under other Sections . C . The types of Work using the anchor bolts, toggles and inserts include, but are not limited to the following: 1. Rails. 2. Sluice and slide gates. 3. Hangers and brackets. 4 . Equipment. 5. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HV AC Work. 8. Metal, wood and plastic fabrications. 9. Shelf angles and masonry lintels. D. Related Sections: 1. Section 05501, Miscellaneous Metal Fabrications. 2. Section 05522, Aluminum Handrails and Railings. 3. Section 05532, Aluminum Grating and Checker Plate. 4 . Division 6, Wood and Plastics. 1.2 QUALITY ASSURANCE A. Reference Standards : Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified . 1. ASTM A 36, Specification for Carbon Structural Steel. 2 . ASTM A 123, Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products . 3 . ASTM A 153 , Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 4 . ASTM A 307 , Specification for Carbon Steel Bolts and Studs , 60 ,000 psi Tensile Strength. 5. ASTM A 484 , Specification for General Requirements for Stainless and Heat- Resisting Steel Bars , Billets and Forgings. 3181029 05051-1 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No . 3 and P art II -Junction Box Rehabilitation Projects Concrete Anchorages (Part II) 6. ASTM A 525, Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process . 7. ASTM A 536, Specification for Ductile Iron Castings. 8. ASTM A 570, Specification for Steel , Sheet and Strip, Carbon, Hot-Rolled, Structural Quality. 9. ASTM B 633 , Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10 ASTM F 593, Stainless Steel Bolts ; Hex Cap Screws, and Studs . 11. Federal Specification FF-S-325 for Concrete Expansion Anchors . 12. Federal Specifications WW-H-171E for Malleable Iron . 13 . ICBO , International Conference of Building Officials. 14. International Building Code. B. Inserts shall be ICBO, UL or FM approved. C. Toggle Bolts: Federal Specification FF-B-588C, Type I, Class A, Style 1. 1.3 SUBMITTALS A. Shop Drawings : Submit for approval the following: 1. Setting drawings and templates for location and installation of anchorage devices . 2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices . 3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and installation requirements for the anchorage devices . PART 2-PRODUCTS 2.1 DESIGN CRITERIA A . When the size, length or load carrying capacity of an anchor bolt, toggle bolt, or concrete insert is not shown on the Drawings, provide the following: 1. For anchor bolts (cast-in-place), provide the size, length and capacity required to carry the design load based on the values and requirements given in the International Building Code . 2. For concrete anchors (adhesive types) and concrete inserts, provide the size, length, type, and capacity required to carry the design load based on the values and requirements given in the ICBO Evaluation Report, or similar certifications by UL or FM, for the anchor to be used. Alternately the capacity may be based on independent testing lab capacities for tension and shear strength using a minimum safety factor of four. Consideration of reduced capacity due to spacing and edge distance shall be made. B . Determine design loads as follows : 1. For equipment anchors, use the design load recommended by the equipment manufacturer and approved by ENGINEER. 3181029 05051-2 9/9/2010 Ci ty of Fort Worth -Village Creek Wa stewater Treatment Plant Part I -Modifi cations to Bar Screen Building N o. 3 and P art II -Jun ction Box Re habil itati on Projects Concrete Anchorages (Part II) 2 . For pipe hangers and supports , use one half of the total weight of: pipe, fittings, and water contained in pipe, plus the full weight of valv es and accessories located between the hanger or support in question. 3. Allowances for vibration are included in the safety factor specified above . 4 . Concrete anchors shall develop ultimate shear and pull-out loads of not les s than the following values in 4,000 psi concrete : Bolt Diameter Min. Shear Min. Pull-Out Load (Inches) 1/2 5/8 3/4 7/8 1 2 .2 APPLICATION (Pounds) 5,000 8 ,000 11 ,500 15 ,700 20,500 (Pounds) 7,600 12 ,000 17 ,000 20,400 28 ,400 A. Where a concrete anchor is shown on the Drawings, install either an adhesive anchor or anchor bolt. In masonry, where a concrete anchor is shown on the Drawings, only anchor bolts and adhesive anchors shall be used. B. Anchor Bolts (cast-in-place): 1. Shall be used where indicated and may be used where concrete anchors are indicated. 2 . Where an anchor bolt is indicated, only a cast-in-place anchor bolt shall be used , unless another anchor type is accepted by the ENGINEER. 3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. C. Adhesive Anchors: 1. Use wherever concrete anchors are shown on the Drawings . 2. Use where subject to vibration or where buried or submerged. 3. Use for pipe supports. 4 . Use in concrete and masonry. 5. Shall not be used in ceilings . 6. Shall not be used for pipe hangers . D. Concrete Inserts : 1. Concrete inserts will not be allowed. E . Toggle Bolts: 1. Use for fastening brackets and other elements onto masonry units where approved by the ENGINEER. 2.3 MATERIALS 3181029 05051 -3 9/9/201 0 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabi litatio n Projects Concrete Anchorages (Part II) A. Anchor Bolts : 1. Provide stainless steel bolts and hardware complying with ASTM F 593, AISI Type 316 headed or non-headed type with nitronic 60 stainless steel nuts and locknuts, unless otherwise indicated. 2. For equipment, provide anchor bolts, which meet the equipment manufacturer's recommendations for size, material, and strength. Anchors shall be Type 316 stainless steel. 3 . Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. 4 . Locate and accurately set the anchor bolts using templates or other devices as required. 5. Protect threads and shank from damage during installation of equipment and structural steel. 6. Comply with manufacturer's required embedment length and necessary anchor bolt projection. B. Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593 , AISI Type 316 with nitronic 60 stainless steel nuts and locknuts . 2 . Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete or grout-filled masonry. The adhesive system shall use a two-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions . The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt, unless noted otherwise on the Drawings. 4. Product and Manufacturer: a. HIT RE 500, manufactured by Hilti Corporation. b. Acrylic-Tie or Epoxy-Tie ET, manufactured by Simpson. c. No substitutes will be considered. C. Sleeved Expansion Anchors for Installation in Concrete Masonry: 1. Provide Type 316 stainless steel anchors complete with nuts and washers . 2. Product and Manufacturer: Provide anchors by one of the following: a . Sleeve Anchors, as manufactured by Hilti Fastening Systems, Incorporated. b. No substitutes will be considered. D. Concrete Inserts: 1. For piping, grating, floor plate and masonry lintels, provide malleable iron inserts. Comply with Federal Specification WW-H-171E (Type 18). Provide those recommended by the manufacturer for the required loading. 2. Finish shall be black. 3. Product and Manufacturer: Provide inserts by one of the following: a. Figure 282, as manufactured by ITT Grinnell. b. No . 380, as manufactured by Hohmann and Barnard, Incorporated. 3181029 05051-4 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehabil itation Projects Conc rete Anchorages (Part II) E. Toggle Bolts : 1. Provide spring-wing toggle bolts , with two-piece wings . 2 . Provide Type 316 stainless steel bolts. 3. Product and Manufacturer: Provide toggle bolts by one of the following: a . The Rawlplug Company, Incorporated. b. Haydon Bolts, Incorporated. F. Powder activated fasteners and other types of bolts and fasteners not specified herein shall not be used, unless approved by ENGINEER. G. Expansion anchors will not be allowed. PART 3-EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine areas and conditions under which anchor bolts, toggle bolts and concrete insert Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work . Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 INSTALLATION A. Assure that embedded items are protected from damage and are not filled m with concrete. B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. C. Use toggle bolts for fastening brackets and other elements onto masonry units . D. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material. Refer to the Drawings for details. E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.3 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3181029 05051-5 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Pl ant P art I -Mod ifi cations to Bar Screen Buildi ng No . 3 and P art II -Jun ction Box Reh abilitation Projects Con crete An ch orages (P art II ) 3.4 FIELD QUALITY CONTROL A. CONTRACTOR shall employ a testing laboratory to perform field quality testing of installed anchors . Field engineer or OWNER inspector is to determine the level of testing which is required for the various types of adhesiv e anchors and anchor bolts. A minimum of ten percent of the adhesive anchors and reinforcing bars are to be tested to 50 percent of the ultimate tensile capacity of the adhesive anchor or reinforcing bar as published in the manufacturer's catalogue. B. If failure of any of the adhesive anchors or reinforcing bars occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C . CONTRACTOR shall correct improper workmanship, remove and replace, or correct as directed by the ENGINEER, all adhesive anchors or bars found unacceptable or deficient, at no additional cost to the OWNER. D . CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor or bar. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F . Provide access for the testing agency to places wher e Work is being produced so that required inspection and testing can be accomplished. + + END OF SECTION + + 3 181029 05051 -6 9/9/2010 City of Fort Worth -Village Creek Wa ste wate r Treatmen t Plant Part I -Modifications to Bar Screen Building N o. 3 and Part II -Junction Box Rehabilitation Projects Mi scellaneous Metal Fabrications (P art II ) SECTION 05501 MISCELLANEOUS MET AL FABRICATIONS PART I -GENERAL 1.1 DESCRIPTION A . Scope: 1. CONTRACTOR shall provide all labor, materials , equipment, and incidentals as shown, specified, and required to furnish miscellaneous metal fabrications including surface preparation and shop priming. 2. The Work also includes : a. Providing openings in miscellaneous metal fabrications to accom-modate the Work under this and other Sections, and attaching to miscellaneous metal fabrications all items such as sleeves , bands, studs, fasteners, and all items required for which provision is not specifically included under other Sections. b. Providing openings in and attachments to miscellaneous metal fabrications to accommodate the work under other contracts, and assisting other contractors in building on or attaching to miscellaneous metal fabrications items such as bands, fasteners , and studs , and providing all items required for which provision is not specifically included under other contracts . B. Coordination: 1. Review installation procedures under this and other Sections and coordinate the Work to be installed with, or attached to miscellaneous metal fabrications Work. 2. Notify other contractors in advance of installing miscellaneous metal fabrications Work to provide other contractors with sufficient time for installing items included in their contracts that are to be installed in conjunction with or before miscellaneous metal fabrications Work. 3. Hot-dip Galvanizing: Coordinate with steel fabricator detailing for and fabrication of assemblies to be hot-dip galvanized, to minimize distortion during galvanizing process . C. Related Sections : 1. Section 03600 , Grout. 2. Section 05051 , Concrete Anchorages. 3. Section 05522 , Aluminum Handrails and Railings . 4. Section 05532 , Aluminum Grating and Checker Plate. 5. Section 09900 , Painting, 3181029 05501-1 9/9/2010 City of Fort Worth -Vi ll age Creek Wastewater Treatment Plant P art I -Modificat ions to Bar Screen Building N o . 3 and P art II -Junction Box Reha bilitation P rojects Misce ll aneo us Metal Fabricat ions (P art II) 1.2 REFERENCES 1.3 A . Standards referenced in this Section are: 1. ANSI A14.3 , Ladders -Fi x ed -Safety Requirements. 2 . ANSI Z359.l , Safety Requirements for P ersona l Fall Arrest Systems, Subsystems, and Components . 3 . ASTM A36 /A36M, Specification for Carbon Structural Steel. 4 . ASTM A53/ A53M , Specification for Pipe Steel , Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 5. ASTM A123/A123M, Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products . 6 . ASTM A153/A153M , Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM A240/A240M, Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels and for General Aapplications. 8. ASTM A320/ A320M, Specification for Alloy-Steel and Stainless Steel Bolting Materials for Low-Temperature Service . 9 . ASTM A384/ A384M-02 Standard Practice for Safeguarding Against W arpage and Distortion During Hot-Dip Galvanizing of Steel Assemblies. 10 . ASTM A500, Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes . 11. ASTM A572/ A572M, Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 12. ASTM A992/A992M, Specification for Structural Steel Shapes. 13 . ASTM B209, Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 14. ASTM B211, Specification for Aluminum and Aluminum-Alloy Bar, Rod and Wire. 15. ASTM B221 , Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods , Wire, Profiles, and Tubes . 16 . ASTM B308/B308M, Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. 17. ASTM B429, Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 18 . A WS D 1.1 /D 1.1 M , Structural Welding Code -Steel. 19 . A WS D 1.2/D 1.2M, Structural Welding Code -Aluminum. 20. AWS Dl.6, Structural Welding Code -Stainless Steel. 21 . NAAMM, Metal Finishes Manual. QUALITY ASSURANCE A. Qualifications : 3 18 102 9 0 5501-2 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Miscellaneous Metal Fabrications (Part II) 1. Welding: a. Qualify welding processes and welding operators in accordance with AWS Dl.1/Dl.lM, Dl.2/Dl.2M, orDl.6, as applicable. b. When requested by ENGINEER, provide certification that each welder employed on or to be employed for the Work have satisfactorily passed AWS qualification tests within previous 12 months . Ensure that all certifications are current. B . Regulatory Requirements: Conform to the following : 1. 29 CFR 1910, Occupational Health and Safety Standards. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings : a. Fabrication and erection details for assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items . Include setting drawings and templates for locating and installing miscellaneous metal items and anchorage devices. 2. Product Data: a . Copies of manufacturer's specifications, load tables, dimension diagrams , anchor details, and installation instructions for products to be used in miscellaneous metal Work. 3. Samples: a. Sets ofrepresentative Samples of materials including nosings, rungs, and other finished products as requested by ENGINEER. ENGINEER 's review will be for color, texture , style, and fini sh only. Compliance with other requirements is exclusive responsibility of CONTRACTOR. B. Informational Submittals: Submit the following : 1. Test and Evaluation Reports: a . Mill test report that indicate chemical and physical properties of each type of material, when requested by ENGINEER. 2 . Qualifications Statements: a . Copies of welder's certifications , when requested by ENGINEER. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packing, Shipping, Handling and Unloading: I . Deliver products to Site to ensure uninterrupted progress of the Work. Deliver anchorage materials to be embedded in other construction in ample time to prevent delaying the Work. 3181029 05501-3 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Miscellaneous Metal Fabrications (Part II) PART 2-PRODUCTS 2.1 MATERIALS A. Steel: 1. W-Shapes and WT-Shapes: ASTM A992/A992M. 2. S-Shapes and Channels: ASTM A572/A572M, Grade 50. 3. Hollow Structural Sections: ASTM A500, Grade B. 4. Angles, Plates, Bars: ASTM A36/ A36M. 5. Steel Pipe: ASTM A53/A53M, Grade B. B. Aluminum: 1. Aluminum Shapes: ASTM B308/B308M, Alloy 6061-T6, ASTM B 221, Alloy 6061-T6. 2. Aluminum Tubes and Pipes: ASTM B429, Alloy 6061-T6. 3. Aluminum Bars and Rod: ASTM B211, Alloy 6061-T6. 4. Aluminum Plates: ASTM B209, Alloy 6061-T6. C. Stainless Steel: 1. Plates and Sheets: ASTM A240/A240M, Type 304L or Type 316 stainless steel. 2. Submerged or Intermittently Submerged: Type 316 stainless steel. 3. Non-submerged: Type 304L stainless steel. D. Stainless Steel Fasteners and Fittings: ASTM A 320/A 320M, Type 304L or Type 316 Stainless Steel. E. Zinc-coated Hardware: ASTM A153/A153M. 2.2 MISCELLANEOUS METAL ITEMS A. Shop Assembly: 1. Pre-assemble items in the shop to the greatest extent possible to minimize field-splicing and field-assembly of units at the Site. Disassemble units only to extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. B. Aluminum Ladders: 1. Fabricate ladders for locations shown or indicated with dimensions, spacing, details, and anchorages as shown and specified. Comply with OSHA 29 CFR 1910 and ANSI Al4.3, except as otherwise shown or specified . 3181029 a. Unless otherwise shown, provide 1.5-inch diameter continuous side rails, spaced at least 1.5 feet apart. 05501-4 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Screen Building No. 3 and Part II -Junction Box Rehabil itat ion Proj ects Miscellaneou s Metal Fabrications (Part II) b. Provide extruded square rungs, spaced maximum of 12 inches on centers , with non-slip surface on top of each rung. Adhesive strips for non-slip surfaces are not acceptable. 2 . Fit rungs in centerline of side rails , plug weld, and grind smooth on outer rail faces. 3. Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers. 4. Use welded or bolted brackets, designed for adequate support and anchorage , and to hold ladder clear of wall surface with minimum of seven inches between wall and centerline of rungs . 5 . Unless otherwise shown or approved by ENGINEER, extend rails 3.5 feet above top rung, and return rails to wall or structure, unless other secure handholds are provided. If adjacent structure does not extend above top rung, goose-neck extended rails back to structure to provide secure ladder access . 6. Use extruded aluminum conforming to alloy and temper 6061-T6 . C . Aluminum Stair Nosings : 1. Manufacturers: Provide products of one of the following: a . Supergrit Type 241 BF by Wooster Products , Inc . b . Or equal. 2. Fabricate extruded aluminum nosing of sizes and configurations as shown on the Drawings. a. Unless otherwise shown, provide ribbed abrasive filled type , using black abrasive filler. 3 . Provide anchors for embedding in concrete, either integral or applied to treads , as standard with manufacturer. D. Fall Prevention System: 1. Provide each ladder with a fall prevention system complying with 29 CFR 1910, ANSI A14.3 , and ANSI 2359.1. 2 . System shall consist of a carrier rail securely and permanently attached to ladder, over which travels a sleeve to which harnes s belt can be attached . 3 . Products and Manufacturers : Provide products of one of the following: a. Saf-T-Climb by North Safety Products. b. Or equal. 4. Rail: 3181029 a . Notched at six-inch intervals and constructed of Type 316 stainless steel. b . Provide ladder attachments/rail mounting brackets of same material as rail , and as required by Supplier. c . For all ladders, include provisions to secure safety sleeve to carrier rail at top of vertical ladder so that sleeve will not slide down rail when safety belt is unsnapped. 05501-5 9/9/2 010 C ity of Fort Worth -V i ll age Creek Wastewater Treatment P lant Part I -Mo difi cation s to Bar Screen Bu ilding No . 3 an d P art II -Ju nction B ox Rehabi li tation Projects Misce ll an eou s Metal Fabrica t io ns (P art II ) d. Ladders Below Hatches: Rail for ladder shall ex tend from bottom of ladder to top of ladder. Provide telescoping safety po st as specified in this Article . e. Ladders Not Below Hatches: Rail for ladder shall extend from bottom of ladder to above horizontal landing or roof at top of ladder, Provide removable extension section at top of ladder. Arrange rail to allow climber to land on landing or roof without unsnapping climber 's safety harnes s 5. Accessories : Provide with each ladder the following , all furnished by fall prevention system Supplier: a. One safety sleeve compatible for use with the rail. Sleeve shall be cast bronze with five zinc-plated steel roller bearings . Sleeve shall travel smoothly on straight or curved rail. b. One safety harness that attaches to sleeve. Harness shall be of woven, high-strength nylon, with padded straps and forged steel buckles and rings . Harness shall distribute impact forces of a fall over climber's thighs , buttocks, chest, and shoulders . c. One shock-adsorbing Y-lanyard no longer than six feet , complying with ANSI Z359.1. Lanyard shall be 5/8-inch diameter nylon rope with double-locking snap hooks at each end . E . Safety Post: 1. Provide safety post for each fixed access ladder located below an access hatch . Safety post shall be manufactured of high-strength structural material with telescoping tubular section that locks automatically when fully extended . 2. Products and Manufacturers: Provide products of one of the following: a. LadderUP Safety Post by Bilco Company b. Or equal. 3. Use upward and downward movement of post shall be controlled by stainless steel spring balancing mechanism. 4 . Safety post shall be hot-dip galvanized steel. F. Prefabricated Access Hatches : 1. Provide all 316 stainless steel access hatches with dimensions shown in the drawings . 2. Hatches shall be hinged with door leafs as indicated in the drawings. 3. Hatches shall have hinged safety grating beneath the primary access hatch. 4. Hatches shall provide clear opening dimensions specified when hatch and safety grating are in the fully open position. 5. Hatches shall be as fabricated by Flygt, Halliday, or Bilco. G. Bollards : 3 181029 05501-6 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects M isc ellaneous Metal Fabricati on s (Part II ) 1. Provide Schedule 80 galvanized steel pipe filled with concrete as shown on the Drawings. Paint as required in accordance with Section 09900, Painting. Unless otherwise shown or specified, finish-paint bollard "Safety Yellow." H. Miscellaneous Framing and Supports : 1. Provide miscellaneous metal framing and supports that are not part of structural steel framework and are required to complete the Work. 2. Fabricate miscellaneous units to sizes, shapes, and profiles shown on the Drawings or, if not shown, of required dimensions to receive adjacent grating, plates, tanks , doors, and other work to be retained by the framing. 3. Except as otherwise shown, fabricate from structural shapes, plates, and bars , of all-welded construction using mitered comers, welded brackets, and splice plates and minimum number of joints for field connection. 4. Cut, drill , and tap units to receive hardware and similar items to be anchored to the Work. 5. Furnish units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units are to be installed after concrete is placed. a. Except as otherwise shown, space anchors , 2.0 feet on centers, and provide units the equivalent of 1.25 -inch by 1/4-inch by eight-inch strips . b . Galvanize exterior miscellaneous frames and supports. c . Where shown or indicated, galvanize miscellaneous frames and supports that are not to be installed outdoors. 6 . Miscellaneous steel framing and supports shall be hot-dip galvanized and finish-painted , unless otherwise shown or indicated. 7. For railings , refer to Section 05522 , Aluminum Handrails and Railing. 8. For grating requirements refer to Section 05532 , Aluminum Grating and Checker Plate . 9. Surface preparation and painting of galvanized surface shall conform to Section 09900, Painting I. Fasteners and Hardware : Provide Type 316 stainless steel fasteners for aluminum fabrications and zinc-coated hardware for galvanized fabrications, unless otherwise shown or specified. 2.3 FINISHING A. Surface Preparation and Shop Priming: Perform surface preparation and apply primer coat to miscellaneous metal fabrications in the shop . Conform to surface preparation and shop priming requirements in Section 09900, Painting. B. Galvanizing: 1. Galvanizing of fabricated steel items shall comply with ASTM A123 /A123M. 3181029 05501-7 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Buil ding No . 3 and Part II -Junction Box Rehabilitation Projects Miscellaneous Metal Fabrications (Part II) 2. Details of fabrication of steel items and assemblies to be hot-dip galvanized shall conform to recommendations of ASTM A384/A384M to minimize the potential for distortion. C . Aluminum Finish: Provide natural mill finish for aluminum Work unless otherwise shown or specified. 2.4 SOURCE QUALITY CONTROL A . Tests and Inspections: 1. Materials and fabrication procedures shall be subject to inspection and tests in the mill, shop, and field , conducted by a qualified inspection agency. Such inspections and tests will not relieve CONTRACTOR of responsibility for providing materials and fabrication procedures complying with the Contract Documents. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine conditions under which the Work is to be performed and notify ENGINEER in writing of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected . 3.2 INSTALLATION A. Install miscellaneous metal fabrications accurately in location, alignment, and elevation, plumb, level, true, and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry, or other construction. B. Anchor securely as shown and as required for the intended use, using concealed anchors where possible. C. Fit exposed connections accurately together to form tight, hairline joints. Field-weld steel connections that are not to be exposed joints and cannot be shop-welded because of shipping size limitations. Comply with A WS D 1.1 /D l. lM, D 1.2/D 1.2M and Dl.6, as applicable to the material being welded. Grind steel joints smooth and touch-up shop paint coat. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication , and are intended for bolted or screwed field connections . D . Protection of Aluminum from Dissimilar Materials: 3181029 05501-8 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Miscellaneous Metal Fabrications (Part II) 1. Coat surfaces of aluminum that will contact dissimilar materials such as concrete, masonry, and steel, in accordance with Section 09900, Painting. + + END OF SECTION+ + 3181029 05501-9 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Aluminum Handrails and Railings (Part II ) SECTION 05522 ALUMINUM HANDRAILS AND RAILINGS PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : 1. CONTRACTOR shall provide all labor, materials, tools, equipment, and incidentals as shown, specified, and required to furnish and install aluminum handrail and railing systems . The Work also includes: a. Providing openings in, and attachments to, aluminum handrail and railing systems to accommodate the Work under this and other Specification Sections. Provide all items for aluminum handrails and railings, including anchorages, fasteners, studs, and other items required for which provision for is not specifically included under other Sections . b. Provide openings in and attachments to aluminum handrails and railings to accommodate work under other contracts. Assist other contractors in building on or attaching to aluminum handrails and railings all items such as fasteners and other items required for which provision is not specifically included under other contracts. 2. Aluminum handrails and railings Work shall include components and features shown and specified, and all components and features available from specified manufacturers required for providing complete aluminum handrail and railing system in accordance with the Contract Documents. B . Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before aluminum handrails and railings Work. 2 . Notify other contractors in advance of installing aluminum handrail and railings to provide them with sufficient time to install items included in their contracts that are to be installed with or before aluminum handrails and railings Work. 3. Aluminum handrail and railing locations shall conform with Laws and Regulations . C. Related Sections: 1. Section 03600, Grout. 2. Section 05051 , Concrete Anchorages. 3. Section 09900 , Painting. 3181029 05522-1 9/9/2010 City ofFort Worth -Vi ll age Creek Wastewater Treatment Pl ant Part I -Modifi cations to B ar Screen Building No . 3 and P art II -Ju nctio n B ox Rehab ilitation P roj ects Alu min um Hand rai ls and Rai li ngs (P art II ) 1.2 REFERENCES A. Standards referenced in this Section are : 1. Aluminum Association (AA), Aluminum Design Manual. 2. ASTM B26/B26M, Specification for Aluminum -Alloy Sand Castings . 3. ASTM Bl 17, Standard Practice for Operating Salt Spray (Fog) Apparatus . 4 . ASTM B 136 , Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 5. ASTM B137 , Standard Test Method for Measurement of Coating Mass per Unit Area on Anodically Coated Aluminum. 6. ASTM B221, Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 7. ASTM B241/B241M, Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. 8. ASTM B244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy-Current Instruments. 9 . ASTM B24 7, 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 . ASTM E 935 , Standard Test Methods for Permanent Metal Railing Systems and Rails for Buildings. 12. NAAMM/ Architectural Metal Products Division (AMP), Pipe Railing Manual. 13 . NAAMM/AMP AMP 501 Finishes for Aluminum . 1.3 QUALITY ASSURANCE A. Qualifications : 1. Manufacturer: a . Manufacturer shall be able to document at least five years successful experience in fabricating aluminum handrail and railing systems of scope and type similar to that required . b. Manufacturer shall be able to capable of providing custom detail drawings for the products required. 2 . Professional Engineer: 318 1029 a. CONTRACTOR or handrail and railing manufacturer shall retain a registered professional engineer legally qualified to practice in same state as the Site. Professional engineer shall have at least five years experience designing aluminum handrails and railings . b . Responsibilities include : 1) Rev iewing aluminum handrail and railing system performance and design criteria stated in the Contract Documents . 05522 -2 9/9/2 010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabili ta tion P roj ects Aluminum Handrails and Ra ilin gs (Part II) 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to ENGINEER by CONTRACTOR. 3) Preparing or supervising preparation of design calculations verifying compliance of aluminum handrail and railing system with requirements of the Contract Documents. 4) Signing and sealing all calculations. 5) Certifying that: a) Design of aluminum handrail and railing system was performed in accordance with performance and design criteria stated in the Contract Documents, and b) Design conforms to all applicable local , state , and federal Laws and Regulations , and to prevailing standards of practice . 3. Installer Qualifications: a. Retain a single installer trained and with record of successful experience in installing aluminum handrail and railing systems. b. Installer shall have record of successfully installing aluminum handrail and railing systems in accordance with recommendations and requirements of manufacturer, or shall provide evidence of being acceptable to the manufacturer. c . Installer shall employ only tradesmen with specific skill and successful experience in the type of Work required. d . When requested by ENGINEER, submit name and qualifications of installer with the following information for at least three successful , completed projects: 1) Names and telephone numbers of owner and architect or engineer responsible for each project. 2) Approximate contract cost of the aluminum handrail and railing systems for which installer was responsible . 3) Amount (linear feet) of aluminum handrail and railing installed. B. Component Supply and Compatibility: 1. Obtain all products included in this Section regardless of component manufacturer, from a single aluminum handrail and railing system manufacturer. 2 . Aluminum handrail and railing system manufacturer shall re view and approve or prepare all Shop Drawings and other submittals ( except for delegated design submittals, when professional engineer is retained by other than handrail and railing manufacturer) for all components furnished under this Section. 3. Components shall be specifically constructed for specified serv ice conditions and shall be integrated into overall assembly by aluminum handrails and railings manufacturer. C . Regulatory Requirements : Conform to Laws and Regulation s including : 3181029 05522-3 9/9/2010 City of Fort Worth -Village Creek W astewater Treatme nt Plant Part I -Mod ifi cations to Bar Screen Bu ild ing No . 3 an d P art II -Junction Box Rehab ili tatio n P rojects Aluminum Handrai ls and Railin gs (P art II ) 1. OSHA Part 1910.23 , Guarding Floor and Wall Openings and Holes . D. Certifications: 1. Furnish certification , signed by authorized officer of manufacturer and notarized, stating that handrail and railing systems conform to the design prepared by the professional engineer. 2. Furnish certification, signed by authorized officer of CONTRA TOR and notarized, stating that all components and fittings are furnished by the same manufacturer. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings : a. Drawings for fabrication and installation of aluminum handrail and railing systems with sizes of members, pipe wall thickness , information on components, and anchorage devices . Show all anchorages. Provide details drawn at scale of 1.5-inch equal to one foot. b. Indicate required location of posts . c. Indicate locations and details of all expansion joints, if any. d. Indicate locations and details of gaps across seismic joints, if any . e. Profile drawings of aluminum handrail and railing system components . f. Custom detail drawings. Details of forming , jointing, sections , connections, internal supports, trim and accessories. Provide details drawn at scale of 1.5-inch equal to one foot. 2. Product Data: a . Manufacturer's specifications, standard detail drawings , and installation instructions for aluminum handrail and railing systems . b. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by ENGINEER. 3. Delegated Design Submittals: a. Design Data: 1) Design computations or complete structural analysis of handrail and railing systems , signed and sealed by professional engineer. Professional engineer's seal shall be clearly legible , including state of registration, registration number, and name on seal. 2) Certification by professional engineer that professional engineer has performed design of aluminum handrail and railing systems in accordance with performance and design criteria stated in the Contract Documents , and that design conforms to all local, state , and federal Laws and Regulations , and to prevailing standards of practice . 4. Samples: 3 181029 05522-4 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Reh abilitation Projects Aluminum Ha ndrail s and Railings (P art II ) a. Full-size Sample, 2.0 feet long, of assembled railing system at post and rail intersections . Sample shall have all associated components including typical connections , mounted toeboard and sleeve, and handrail at wall return, complete with mounting brackets, all with specified controlled uniform metal finish . b. Color Samples : Maximum range of clear anodized aluminum that shall appear in finished Work. Prepare range Samples, to show highest level of color control feasible for actual handrail and railing systems, as determined by licensor of finishing process specified, on actual extrusions and castings of the Work. c . Samples will be reviewed for finish, color,joint tolerances, workmanship , and general component assembly only. Compliance with other requirements is the responsibility of the CONTRACTOR. 5. Test Procedure: Submit detailed description of proposed shop testing procedures. Do not perform shop testing until ENGINEER approves shop test procedure: B. Informational Submittals: Submit the following: 1. Certificates: a. Certification on source of supply, as specified in Article 1.3 of this Section. b. Manufacturer certification specified in Article 1.3 of this Section. 2 . Source Quality Control Submittals: a. Manufacturer's load testing report in accordance with ASTM E935 for completed aluminum handrail and railing systems, demonstrating compliance with applicable requirements of building codes, safety codes , and other Laws and Regulations. 3. Qualifications Statements: Submit qualifications for the following : a. Manufacturer, when requested by ENGINEER. b . Professional engineer. c. Installer, when requested by ENGINEER. Qualifications statement shall include record of experience with references specified. C. Closeout Submittals: Submit the following: 1. Maintenance Manuals : Furnish detailed maintenance manuals that include the following: a. Product name and number. b. Detailed procedures for routine maintenance and cleaning, including cleaning materials , application methods and precautions in use of products that may be detrimental to finish when improperly applied . c. Handrail and railings systems manufacturer's current catalog including individual parts . d . Conform to Section 01781, Operations and Maintenance Data. 2. Guarantee : Provide in maintenance manual the guarantee specified. 3181029 05522-5 9/9/2010 City ofFort Worth -V ill age C reek Wastewater Treatme nt P lan t Part I -Mo difi catio ns to Bar Screen Build ing No . 3 an d Part II -Ju nction Box Rehab ilitati on Proj ec ts Alumi num Han drai ls an d Railings (P art II ) D . Maintenance Material Submittals: Submit the following : 1. Extra Stock Materials: a . After completing installation, deli ver to OWNER ten percent of actual quantity of each handrail and railing system component used in the Work. b. Label each piece or sealed container with name and product number. c. Conform to Section 01783 , Spare Parts and Maintenance Materials. 1.5 DELIVERY, STORAGE AND HANDLING A . Packing, Shipping, and Unloading: 1. Prior to shipping, completely inspect products to assure that components are complete and comply with requirements of Contract Documents and recommendations of manufacturer. Box or crate products as required to prevent damage during shipment. 2. Deliver products to Site to ensure uninterrupted progress of the Work. Deliver anchorage products that are to be embedded in concrete in ample time to prevent delaying the Work. 3. Inspect all boxes, crates , and packages upon delivery to Site and notify ENGINEER in writing of loss or damage to products. Promptly remedy loss and damage to new condition per manufacturer 's instructions . 4 . Conform to Section O 1651 , Transportation and Handling of Products. B. Storage and Protection: 1. Keep products off ground using pallets, platforms , or other supports. Protect products from corrosion and deterioration. 2. Conform to Section O 1661 , Storage and Protection of Products . C . Handling of Products : 1. Do not subject handrail and railing products to bending or stress . 2 . Do not damage edges or handle products in a manner that will cause scratches, warping, or dents . 3 . Protect handrails and rail ings by paper or coating as acceptable to handrail and railing manufacturer, against scratching, splashes of mortar, paint, and other marring during transportation, handling, and erection. Protect until completion of adjacent work. 1.6 GUARANTEE A. Guarantee : Manufacturer shall provide written guarantee of availability of replacement parts and components for period of at least five years after completion of the Project. 3 18 102 9 05522-6 9/9/201 0 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Projects Aluminum Handrails and Rail ings (Part II ) PART 2 -PRODUCTS 2.1 SYSTEM PERFORMANCE A. System Description: Aluminum handrail and railing system shall consist of equally spaced horizontal rails with totally concealed mechanical fasteners, internally threaded tubular rivets and components fastened to posts spaced no more than 5.0 feet on centers and system of handrails supported from adjacent construction by mounting brackets spaced at no more than 5.0 feet on centers . B . Design Criteria and Performance Criteria: 1. Design, fabricate , and install aluminum handrail and railing systems to withstand the most critical effects resulting from the following loads (loads listed, below do not act concurrently): a . Uniform Load : 50 pounds per foot , applied at top in any direction . b. Concentrated Load : 200 pounds single load, applied at any point along the top in any direction. c. Components : Intermediate rails (all rails except the handrail), balusters , and panel fillers, if any, shall withstand horizontally-applied normal load of 50 pounds on an area equal to one square foot , including openings and space between rails. Reactions due to this loading are not required to be superimposed to loading specified for main supporting members of handrails and railings . d. Conform to requirements of AA Aluminum Design Manual for determining allowable stresses and safety factors for aluminum structural components . e. Limit deflection in each single span of railing and handrail to 1.5-inch maximum, and to 1.4-inch maximum on railing posts. Applied loads shall not produce permanent deflection in the completed Work when loads are removed. 2. Thermal Control: Provide adequate expansion within fabricated systems that allows for thermal expansion and contraction caused by material temperature change of 140 degrees F to -20 degrees F without warp or bow of system components . Distance between expansion joints shall be based on providing 1/4-inch wide joint at 70 degrees F, which accommodates movement of 150 percent of calculated amount of movement for specified temperature range . 3. Where handrail and railing systems cross expans ion joints in the building or structure, provide expansion joints in handrail and railings systems. 4 . For posts located at or near end of runs as shown , uniformly space intermediate posts as required to conform to loading and deflection criteria specified , at intervals no greater than maximum post spacing specified. Where posts are shown for handrails along both sides of walkways and other similar locations , locate posts opposite each other; do not stagger post locations. 3181029 05522-7 9/9/2010 C ity of Fo rt Worth -Village Creek Wastewater Treatme nt Plant Part I -Mo dificat ions to Bar Screen Bu ild ing No . 3 and P art II -Junction Box Rehab ilitation Projects Alumin u m Handrai ls and Railings (Part II ) 2.2 MANUFACTURERS A. Products and Manufacturer s : Provide one o f th e following: 1. W esrail by Moultrie Manufacturing C ompany. 2 . Alumaguard by Alumaguard -A di v is ion of Bettinger West, Inc . 3. Or Equal. 2.3 MATERIALS A . Extruded Aluminum Architectural and Ornamental Shapes: ASTM B221 , Alloy 6063-T52 . B. Aluminum Forgings: ASTM B247 . C . Extruded or Drawn Aluminum Pipe and Tube : 1. ASTM B429 or ASTM B241/B241M, Alloy 6063-T5, 6063 -T52, or 6063- T832 as required by loadings , deflections , and post spacing specified. 2. Provide Schedule 40 pipe, minimum, unles s conditions of detail and fabrication require extra-heavy pipe to comply with Specifications. Rail s and posts shall have minimum outside diameter of 1.90 inches. D. Reinforcing Bars: Urethane foam-filled, Schedule 80 , 23 inches long 6061 -T6 aluminum reinforcing bars or tubes with outside diameter same as inside diameter of post. E. Anchors and Fastenings : 1. For anchors and fasteners , use Type 316 stainless steel ; minimum 0.5-inch diameter. 2 . Provide minimum of four bolt fasteners per post where surface-mounted posts are shown. Components shall be in accordance with manufacturer's recommendations and as approved or accepted (as applicable) by ENGINEER on submittals. 3 . Anchors : As specified in Section 05051 , Anchor Bolts, Toggle Bolts, and Concrete Inserts. F . Castings : 1. Provide high-strength aluminum alloy brackets , flanges, and fittings suitable for anodizing as specified. 2 . Aluminum alloy sand castings: ASTM B26/B26M . G. Connector Sleeves : Schedule 40 , 5.0 -inch long by 1.610-inch diam eter. 3 181029 0552 2-8 9/9/2010 City o f Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Proj ects Alum inum Handrails and Ra ilin gs (Part II ) H. Sockets : Provide six-inch deep by 2.5-inch outside diameter aluminum sockets with 3.5-inch wide socket cover on bottom of each socket and on top and bottom of removable post sockets. I. Chain, Snaps, and Eye Bolts : Provide oblong 0.250-inch welded link, Type 316 stainless steel chain weighing 57 pounds per cubic foot , each link 1.25-inch by 7 /16- inch. Provide Type 316 stainless steel eye bolts, 1/ 4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring loaded latch . J. Custom Cover Flanges: 1/4 -inch high by 4 .0-inch diameter, aluminum . K. Non-shrink Grout: Refer to Section 03600, Grout. L. Toeboards: l. Provide extruded Alloy 6063-T5 or T52 aluminum alloy toeboards, unless railing is mounted on curbs or other construction of sufficient height and type to conform to OSHA 1910.23. Bars or plates are not acceptable. 2. Unless otherwise specified, toe boards shall conform to requirements of OSHA 1910.23, Section (e). M . System Components and Miscellaneous Accessories: Provide complete selection of manufacturer's standard and custom aluminum handrail and railing systems components and miscellaneous accessories required . Show type and location of all such items on Shop Drawings and other submittals as applicable. 2.4 FABRICATION A. General : Unless otherwise shown or specified, provide typical non-welded construction details and fabrication techniques recommended in NAAMM/ AMP Pipe Railing Manual and NAAMM/ AMP AMP 501. B. Fabricate handrail and railing systems true to line and level , with accurate angles surfaces and straight edges. Fabricate comers without using fittings. Provide bent- metal comers to smallest radius possible without causing grain separation or otherwise impairing the Work. 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 four-inch outside radius . C. Provide chains across openings in railings where shown. Attach one end of each chain to an eyebolt in post and other end attached by means of swivel eye snap book to similar eyebolt in opposite post. D . Remove burrs from exposed edge s . 3181029 05522-9 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant P art I -Modifi cations to Bar Screen Bu ild ing No . 3 and P art II -Ju nction Box Rehabil itatio n Proj ec ts A lumi nu m Handrail s and Railings (Part II ) E . Close aluminum pipe ends by u sing prefabricated fittings . F. Weep Holes : 1. Fabricate joints that will be exposed to weather to exclude water. 2 . Provide 15 /64-inch diameter weep holes at lowest possible point on each post in handrail and railing systems . 3. Provide pressure relief holes at closed ends of handrail and railing systems . G . Toeboards: 1. Provide manufacturer's standard toeboard, which accommodates movement caused by thermal change specified without warping or bowing toeboards . 2 . Provide manufacturer's standard toeboard, which accommodates storage for removable socket covers. 3. Coordinate and cope toe board as required to accommodate cover flanges at posts. 4 . Toeboards shall follow curvature of railing. Where railing is shown to have curved contours at comers, or other locations, toeboard shall likewise be curved to follow line of railing system. H . Reinforcing Bars : Provide reinforcing bar friction-fitted at each post in railing system. Extend reinforcing bars of tubes six inches into cast-in-place sleeves or other types of supporting brackets . I. Mechanically Fitted Component Pipe Handrail and Railing System: 1. Use non-welded pipe handrail and railing system with posts , top and intermediate rail( s ), and flush joints. 2 . Provide top and two intermediate horizontal rail(s), equally spaced . 3. Use Type 304/305 stainless steel blind rivets and Type 304/305 stainless steel self-tapping screws in assembling components of the Work. 2.5 FINISHES A . General: 1. Prepare surfaces for finishing in accordance with recommendation of aluminum producer and the finisher or processor. 2 . Adjust and control direction of mechanical finishes specified to achieve best overall visual effect in the Work. 3. Color and Texture Tolerance: Provide uniform color and continuous mechanical texture for aluminum components. ENGINEER reserves the right to reject aluminum materials because of color or texture variations that are visually objectionable, but only where variation exceed range of variations established by manufacturer prior to fabrication , by means of range of Samples approved by ENGINEER. 4 . Anodize aluminum components . 3 18 1029 05522-10 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Jun ction Box Rehabilitation Proj ects Alum inum Handrail s and Railings (Part II ) 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 ; AA 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 to even out and blend satin finishes produced by other means. C. Provide non-etching chemical cleaning by immersing aluminum in inhibited chemical solution, as recommended by coating applicator, to remove lard oil, fats, mineral grease, and other contamination detrimental to providing specified finishes. 1. Clean and rinse with water between steps as recommended by aluminum manufacturer. D . Exposed Aluminum Anodic Coating: Provide anodic coatings as specified that 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 obtain specified colors in compliance with designation system and requirements ofNAAMM/ AMP Pipe Railing Manual and NAAMM/ AMP AMP 501. Comply with the following : 1. Provide Architectural Class I high density anodic treatment by immersing the components in tank containing solution of 15 percent sulfuric acid at 70 degrees F with 12 amperes per square foot of direct current for minimum of sixty minutes; AA Designation A4 l Clear. 2. Physical Properties: a. Anodic Coating Thickness , ASTM B244 : Minimum of0.7-mils thick. b. Anodic Coating Weight, ASTM B137 : Minimum of32 mg/sq . in. c. Resistance to Staining, ASTM B136: No stain after five minutes dye solution exposure. d. Salt Spray, ASTM Bll 7: 30 ,000 hours exposure with no corrosion or shade change . 3 . Seal finished anodized coatings using deionized boiling water to seal pores and prevent further absorption. 4 . Products and Manufacturers: Provide one of the following: a. Alumiltie 215 Clear by Aluminum Company of America, Inc . b . Or equal. 2.6 SOURCE QUALITY CONTROL A . Allowable Tolerances: 1. Limit variation of cast-in-place inserts , sleeve s and field-drilled an chor and fastener holes to the following: a . Spacing: Plus-or-minus 3/8-inch . 3 181029 05522-11 9/9/2010 Ci ty of Fort Worth -Village C reek Wastewater T reatment P lan t Part I -Mo difications to Bar Screen Buil ding No. 3 and P art II -Ju nc tio n B ox Reha bilitation Projects Alum inum Han drai ls and Rai lings (P art II ) b . Alignment: Plu s-or-minus 1/4-inch. c. Plumbness : Plus-or-minus 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 .0 feet with posts set plumb to within 1/16-inch in 3.0 feet. 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-inch in 12.0 feet. 3. Provide "pencil-line" thin butt joints. B. Factory Testing: 1. Perform load test on completed handrail and railing systems. Extent of handrail and railing systems to be factory-tested shall be as shown and specified. 2 . Load test completed handrail and railing systems in accordance with requirements of ASTM E935. Provide written report to ENGINEER identifying and documenting testing methods used, magnitude and location of loads superimposed, and results of such tests on actual completed handrail and railing systems, including all anchors and fasteners to be used in the Work. Testing setup shall simulate actual conditions of installation to be used in the Work. 3 . Do not ship products from factory until ENGINEER accepts load testing report . PART 3 -EXECUTION 3.1 INSPECTION A . Examine conditions under which Work is to be performed and notify ENGINEER, in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. B. Verify to ENGINEER gauge of aluminum pipe railing posts and rails brought to the Site by actual measurement of on-Site material in presence of ENGINEER. 3.2 INSTALLATION A. General : 1. Do not erect components that have become scarred, dented, chipped, di scolored, otherwise damaged or defaced. Remove from Site railing and handrail system components that have holes , cuts , gouges , deep scratches , or dents of any kind. Repairs to correct such Work will not be ac cepted. Remove and replace with new material. 3181029 05522-12 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificat ions to Bar Screen Building No. 3 and Part II -Junction Box Reh abilitation Projects Aluminum Handrail s and Ra ilings (Part II) 2. Comply with installation and anchorage recommendations ofNAAMM/ AMP Pipe Railing Manual and NAAMM/ AMP AMP 501 in addition to requirements specified and approved or accepted (as applicable) submittals. B. Fastening to In-Place Construction: 1. Remove protective plastic immediately before installing. 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 or structure as follows : a. 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 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. b . Side-mount posts by fastening them securely in brackets attached to steel or concrete fascia as shown and in accordance with approved or accepted ( as applicable) submittals . 3. Use devices and fasteners recommended by handrail and railing systems manufacturer and as shown on approved or accepted ( as applicable) submittals. 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 surfaces of units that have been finished after fabrication , and are intended for field connections. 3. Make permanent field splice connections using stainless steel blind rivets and 5.0-inch minimum length connector sleeves . Tight press-fit field splice connectors and install in accordance with manufacturer's written instruction. Install two blind rivets per joint on 180-degree centers . 4. Make splices as near as possible to posts, but not exceeding 12 .0 inches from nearest post. 5. Field welding is not allowed . Make splices using pipe splice lock employing a single allen screw to lock joint. 6. Provide chain sections as shown. Provide one chain length with fastening accessories for top and each intermediate rail. 7. Secure handrails to walls with wall brackets and end fittings as shown . Drill wall plate portion of the bracket to receive one bolt, unless otherwise shown for concealed anchorage . Locate brackets as shown or, if not shown, at no more than 5.0 feet on centers . Provide flush type wall return fittings with same projection shown for wall brackets . Secure wall brackets and wall return 3181029 05522-13 9/9/2010 City of Fort Worth -V ill age Creek Wastewater Treatment Plant P art I -Modificatio n s to Bar Screen Bui ld ing No. 3 an d P art II -Junctio n B ox Rehab ilitation Projects A lumi num Handrails and Railings (P art II ) fittings to building or structure. Refer to Se ction 05051 , Anchor Bolts , Toggle Bolts , and Concrete In sert s. 8. Securely fasten toeboards in place with not more than 1/4 -inch clearance abo ve floor le vel. 9. Drill one 15 /64-inch diameter weep hole not more than 1/4-inch above top of location of solid reinforcing bar or tube in each post. D. Fastening to Existing Construction : 1. Provide heavy-duty floor flange and anchorage devices and fasteners where necessary for securing handrail and railing systems components to existing construction; including stainless steel threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts , lag bolts and other connectors as required. Refer to Section 05051, Anchor Bolts , Toggle Bolts, and Concrete Inserts. 2. Use devices and fasteners recommended by handrail and railing systems manufacturer and as shown on approved or accepted ( as applicable) submittals . E. Expansion Joints: I. Provide slip joint with internal sleeve extending 2.0-inch minimum, beyond joint on each side. 2. Construct expansion joints as for field splices , except fasten internal sleeve securely to one side ofrail only. 3. Locate joints within six inches of posts. F. Protection from Dissimilar Materials : 1. Coat aluminum surfaces in contact with dissimilar materials such as concrete , masonry, and steel, in accordance with Section 09900 , Painting. 2. Do not extend coating beyond contact surfaces. Remove coating where exposed-to-view in the finished Work. 3.3 CLEANING AND REPAIRJNG A. Cleaning: Installer shall clean exposed surfaces of handrail and railing systems after completing installation. Comply with recommendations of both handrail and railing system manufacturer and finish manufacturer. Do not use abrasives or unacceptable solvent cleaners . Test cleaning techniques on an unused section of railing before employing cleaning technique . 1. Remove stains , dirt, grease, and other substances by washing handrail s and railings systems thoroughly using clean water and soap; rinse with clean water . 2. Do not use acid solution, steel wool , or other harsh abrasives . 3. If stain remains after washing, remove defective sections and replace with new material meeting requirements of thi s Section. 3181029 055 22-14 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Aluminum Handrail s and Railings (Part II) B. Handrails and railings shall be free from dents , burrs , scratches, holes, and other blemishes . Replace damaged or otherwise defective Work with new material that conforms with this Section at no additional cost to OWNER. C. At Substantial Completion, replace adjacent work marred by the Work of this Section. + + END OF SECTION + + 3181029 05522-15 9/9/2010 City of Fort Worth -Village Creek Waste Water Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Aluminum Grating (Part II) PART I -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 05532 ALUMINUM GRATING 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install aluminum grating and frames. 2. The Work includes: a. Providing grating, frames, and appurtenances . b. Providing openings in aluminum grating to accommodate the Work under this and other Sections, and attaching to aluminum grating all items such as sleeves, bands, studs, fasteners, and items required for which provision is not specifically included under other Sections. c. Providing openings in and attachments to aluminum grating to accommodate work under other contracts, and assisting other contractors in building on or attaching to aluminum grating items such as bands, fasteners, and studs and all items required for which provision is not specifically included under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before aluminum grating Work. 2. Notify other contractors in advance of installing aluminum grating to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before aluminum grating Work. C. Related Sections: 1. Section 09900, Painting. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AA Aluminum Design Manual. 2. ASTM B2 l 0, Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. 4. ASTM B221, Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 5. NAAMM MBG 531, Metal Bar Grating Manual. 6. NAAMM MBG 533, Welding Specifications for Fabrication of Steel, Aluminum and Stainless Steel Bar Grating. 3181029 05532-1 09/23 /10 City o fFort Worth -Village Cre ek Waste Water Treatme nt Plant Part I -Modi fi cations to Bar Screen Bu ild ing N o. 3 and Part II -Jun ction Box Rehabilitati on Proj ect s Alu minum Grati ng (Part II) 1.3 QUALITY ASSURANCE A . Qualifications : 1. Manufacturer: Shall have at least five years experience manufacturing products substantially similar to those required and shall be able to submit documentation of at least five installations in satisfactory operation for at least five years each. B. Component Supply and Compatibility: 1. Obtain all products and materials included in this Section regardless of component manufacturer from a single aluminum-grating manufacturer. 2 . Aluminum grating manufacturer shall review and approve or prepare all Shop Drawings and other submittals for all products and materials furnished under this Section. 3 . Components shall be suitable for the specified service conditions and be integrated into overall assembly by aluminum grating manufacturer. 4 . Provide only one type of aluminum grating exclusively throughout the Project. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Fabrication and erection of all Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. b. Setting drawings and templates for location and installation of anchorage devices. 2. Product Data: Manufacturer's specifications, load tables, dimension diagrams, anchor details and installation instructions. 3. Samples: a . Representative Samples of grating, appurtenances and other finished products requested by ENGINEER. b. ENGINEER'S review will be for type and finish only. Compliance with all other requirements 1s exclusive responsibility of CONTRACTOR. 1.5 DELIVERY, STORAGE, AND HANDLING A. Shipping, Handling and Unloading: 1. Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices to be embedded in cast-in-place concrete in ample time to prevent delaying the Work. 2 . Comply with Section 01651 , Transportation and Handling of Products . B . Storage and Protection: 1. Protect material s from corrosion and deterioration . 3 18102 9 05532-2 09/23 /10 City of Fort Worth -Village Creek Waste Water Treatment Pl ant P art I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Reh abilitation Projects Aluminum Grating (Part II) 2 . Do not store materials in contact with concrete or other materials that might cause corrosion, staining, scratching, or damage materials or finish . 3. Comply with Section 01661, Storage and Protection of Products. PART 2 -PRODUCTS 2.1 SYSTEM PERFORMANCE A. Aluminum Grating: Provide aluminum grating complying with the following : 1. Grating Design Loads: Uniform live load shall be as shown or indicated in the Contract Documents. Where live load is not shown or indicated, uniform live and concentrated loads shall be as indicated in the table below, whichever results in the greater design stresses . Live Load Concentrated Load a . 100 psf 500 lbs. per foot of grating width at center of span 2 . Maximum Clear Span Deflection for Uniform Live Loads : 1/120 of span, but not more than 1/4-inch. 3 . Maximum Fiber Stress: 12 ,000 psi . 4. Do not install aluminum grating in areas subject to vehicular traffic . 5. Minimum Size of Members: a. Minimum size of bearing bars shall be within standard mill tolerance as indicated in load tables in NAAMM MBG 531 for applicable loading and deflection requirements . b . Minimum dimensions of cross bars shall be as indicated in tables of Minimum Standard Cross Bars and Connecting Bars in NAAMM MBG 531. 6 . Banding bar shall be 1/4-inch thick minimum . Top of banding bar shall be flush with top of grating, unless otherwise shown or indicated. Banding bar shall be 1/4-inch shorter than the bearing bar height. 7. Comply with requirements of AA Aluminum Design Manual. B. Stair Treads: Provide stair treads complying with the following: 1. Stair Tread Design Loads: Concentrated live load shall be: a. 300 pounds on front-most five inches of tread at center of tread of span up to 5 .5 feet. b. 300 pounds on front-most five inches of tread at the one-third points of tread of span greater than 5 .5 feet. 2. Maximum Clear Span Deflection for Concentrated Live Loads : 1/240 of span, but not more than 1/4-inch. 3. Maximum Fiber Stress: 12 ,000 psi . 4 . Minimum Size of Members : 3181029 a . Minimum size of bearing bars shall be within standard mill toleranc e as indicated in load tables in NAAMM MBG 531 for applicable loading and deflection requirements. 05532-3 09/23 /10 C ity ofFort Worth -Village Creek Waste Wa te r Treatment Plant Part I -Mo difi cations to Bar Screen Bu il ding No. 3 an d Part II -Junction Box Rehabil itation Projects A luminum Gr ating (Part II) b. Minimum dimension s of cross bars shall be as indicated in table s of Minimum Standard Cross Bars and Connecting Bars in NAAMM MBG 531. 5 . Carrier plate shall be 1/4-inch thick minimum. Top of carrier plate shall be flush with top of tread, unless otherwise shown or indicated. Provide carrier plate with hole and slot for attachment to stringer. 6 . Comply with requirements of AA Aluminum Design Manual. 2 .2 MANUFACTURERS A. Grating, Products and Manufacturers: Provide one of the following: 1. Swage-Locked I-Bar Grating, by 1KG Industries . 2. Swage-Locked I-Bar Grating, by AMICO. 3. Or equal. B. Stair Treads, Products and Manufacturers: Provide one of the following: 1. I-Bar Treads, by 1KG Industries. 2. I-Bar Treads , by AMICO. 3. Or equal. 2.3 MATERIALS A . Bearing Bars : Aluminum alloy 6061 -T6 or alloy 6063-T6, complying with ASTM B221. B. Cross Bars or Bent Connecting Bars : Aluminum alloy 6061-T6 or alloy 6063-T6 , complying with either ASTM B221 or ASTM B210. C . Frames : Aluminum alloy 6061 -T6 or alloy 6063-T6, complying with ASTM B221 . D. Stud anchors welded to steel supports and other fasteners shall be Type 316 stainless steel. 2.4 FABRICATION A . Use materials of minimum depth and thickness specified and required to comply with performance criteria in the Contract Documents. B. Provide grating as follows : 1. Grating Type: Aluminum I-bar with swage-locked cross bars at right angle s to bearing bars . 2 . Depth : One-inch minimum . 3 . Bearing Bars : Aluminum I-bar minimum of one -inch spaced at 1-3 /16 -inch on centers . 4 . Cross-Bars: Swage-locked to bearing bars at maximum spacing of four inche s on centers. 5. Surface : Grooved . 3 181029 05532-4 09 /23/10 City of Fort Worth -Vill age Creek Waste Water Treatment Plant Part I -Modi fication s to Bar Screen Building No. 3 and Part II -Junction Box Rehab ilitat ion Proj ects Alum inum Grating (Part II ) 6 . Finish: Mill. C . Provide stair treads as follow s : 1. Tread Type: Aluminum I-bar with swage-locked cross bars at right angles to bearing bars. 2. Depth: One-inch minimum. 3. Bearing Bars : Aluminum I-bar minimum one-inch spaced at 1-3/16-inch on centers . 4. Cross Bars: Swage-locked to bearing bars at maximum spacing of four inches on centers . 5. Surface: Grooved. 6. Nosing: Cast aluminum abrasive nosing. 7. Finish : Mill. D. Provide cutouts in grating for passage of piping, electrical conduit, valve stems , columns, ducts, and similar work. Where more than two bearings bars are included in a cut out, provide banding bars of same dimensions as bearing bars around opening welded to grating component parts . E . Gratings shall be accurately fabricated, free from warps, twists, and other defects that would affect grating appearance and grating serviceability. F. Welding shall conform to requirements of NAAMM MBG 533 . Welds shall be ground smooth at top surfaces and bearing surfaces . G . Openings in and edges of gratings sections shall be banded with banding bars. Weld bands to intersecting members. H . Size each section of grating to weigh not more than 100 pounds, unless otherwise indicated in the Contract Documents. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine conditions under which Work is to be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. B. Check all dimensions at the Site after piping and equipment are in place and determine exact locations of openings and cutouts. 3.2 INSTALLATION A. Fastening to In -Place Construction: 3181029 05532-5 09/23 /10 City ofFort Worth - V illage Creek Waste Water Treatment Plant Part I -Modifi cations to Bar Sc reen Buildi ng No. 3 and P art II -Junction Box Reh abili tation Projects Alu m inum Gratin g (Part II ) 1. Use anchorage dev ices and fa steners to secure aluminum grating to supporting members or prepared openings , as recommended by manufacturer. 2. Weld Type 316 stainless steel stud bolts to receive saddle clip or flange block anchors to supporting steel members . Drill for machine bolts when supports are aluminum . B. Cutting, Fitting, and Placing: I . Perform cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation, plumb , level , true, and free of rack. Do not use wedges or shimming devices . 2. Where gratings are penetrated by piping, electrical conduit, ducts , structural members , or similar protrusions , cut openings neatly and accurately to size and attach banding bar as specified. 3 . Divide panels into sections only to extent required for installation where aluminum grating is to be installed around previously installed piping , electrical conduit, ducts , structural members, or similar protrusions. C. Aluminum gratings in concrete floors shall be removable and arranged in sizes to be readily lifted. Provide aluminum gratings in concrete with aluminum angle frames with mitered comers and welded joints. Grind exposed joints smooth. Frames shall hav e welded anchors set into concrete. Angle size shall match grating depth selected for flush fit. D . Clearance at ends or between sections of grating shall be a maximum of 1/4-inch . E . Top s of aluminum gratings shall be set flush with surrounding construction . F. Aluminum gratings shall be set with full and uniform end bearing on frames to preclude rocking movement ; do not use wedges or similar shimming devices . G. Protection of Aluminum from Dissimilar Materials : Coat aluminum surfaces in contact with di ssimilar materials such as concrete , ma sonry, steel, or other metals, in accordance with Section 09900, Painting . + + END OF SECTION + + 31 81029 05532 -6 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi ca tion s to Bar Screen Building N o . 3 and P art II -Junction Box Rehab ili tat ion Proj ects Floor Access Hatch Covers (Part II) SECTION 05542 FLOOR ACCESS HATCH COVERS PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : 1. CONTRACTOR shall provide all labor, materials , equipment and incidentals as shown, specified and required to furnish and install floor access hatch covers. 2 . The types of floor access hatch covers include the following: a. Aluminum Floor Access Hatch Covers -Channel Frame Type. b . Aluminum Floor Access Hatch Covers (H-20 Loading) -Channel Frame Type. c. Galvanized Steel Floor Access Hatch Covers -Channel Frame Type . d . Galvanized Steel Floor Access Hatch Covers (H-20 Loading) -Channel Frame Type. e . Stainless Steel Floor Access Hatch Covers -Channel Frame Type . f. Aluminum Floor Access Hatch Covers -Angle Frame Type. g. Aluminum Floor Access Hatch Covers (H-20 Loading) -Angle Frame Type. h . Galvanized Steel Floor Access Hatch Covers -Angle Frame Type. 1. Galvanized Steel Floor Access Hatch Covers (H-20 Loading) -Angle Frame Type. j. Stainless Steel Floor Access Hatch Covers -Angle Frame Type. B . Coordination: 1. Review installation procedures under this and other Sections and coordinate the installation of items that must be installed with, or before the floor access hatch covers Work. 2 . Notify other contractors in advance of the installation of the floor acc es s hatch covers to provide them with sufficient time for the installation of items included in their contracts that must be installed with , or before, the floor access hatch covers Work. C . Related Sections: 1. Section 05501 , Miscellaneous Metal Fabrications. 2 . Section 09900 , Painting . 3181029 05 542-1 09/23 /10 City of Fort Worth -V ill age Creek Wastewater Treatment Pl an t Part I -Modi fi cations to Bar Screen B ui ld ing No . 3 an d P art II -Jun ction Box Re habi litation P rojects F loo r Access H atch Co vers (Part II ) 1.2 REFERENCES 1.3 A. Standards referenced in this Section are listed below: 1. Aluminum As s ociation Standards, (AA). 2 . American Association of State, Highw ay and Transportation Officials , (AASHTO). 3 . American Society for Testing and Materials, (ASTM). a. ASTM B 209 , Specifi cation for Aluminum and Aluminum-Alloy Sheet and Plate. b . ASTM B 210 , Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. c. ASTM B 221, Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods , Wire, Profiles and Tubes . 4 . National Association of Architectural Metal Manufacturers, (NAAMM). a. Metal Finishes Manual and Metal Box Grating Manual. QUALITY ASSURANCE A. Manufacturer's Qualifications : 1. Manufacturer shall have a minimum of five years experience producing substantially similar products and shall be able to show evidence of at least five installations in satisfactory operation for at least five years. B. Component Supply and Compatibility: 1. Obtain all products included in this Section regardless of the component manufacturer from a single floor access hatch covers manufacturer. Covers from more than one manufacturer will not be permitted. 2 . The floor access hatch covers manufacturer to review and approve or to prepare all Shop Drawings and other submittals for all components furnished under this Section. 3 . All components shall be specifically constructed for the specified service conditions and shall be integrated into the overall assembly by the floor access hatch cov ers manufacturer. 1.4 SUBMITT ALS A. Shop Drawings: Submit the following : 1. Dimension and location plans of all floor access hatch covers, quantity schedule, details of fabrication and erection, and anchorage . 1.5 DELIVERY, STORAGE AND HANDLING A. Shipping, Handling and Unloading: 1. Deliv er materials to the Site to ensure uninterrupted progress of the Work. Deliv er anchor bolts and anchorage devi ces which are to be embedded in cast-in-place concrete in ample time to prev ent delay of that Work. B . Storage and Protection: 3 18102 9 05542-2 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Jun ction Bo x Rehabilitation Proj ects Floor Access Hatch Covers (Part II) 1. Store materials to permit easy access for inspection and identification. Keep all material off the ground, using pallets , platforms , or other supports. Protect steel members and packaged materials from corrosion and deterioration. C . Acceptance at Site : 1. All boxes , crates and packages shall be inspected by CONTRACTOR upon delivery to the Site. CONTRACTOR shall notify ENGINEER, in writing, if any loss or damage exists to equipment or components. Replace loss and repair damage to new condition in accordance with manufacturer's instructions. 1.6 GUARANTEE A. CONTRACTOR shall furnish a written guarantee obtained from the manufacturer. Guarantee shall state the following : 1. Floor access hatch covers are to operate properly and be free of defects in material and workmanship for a period of five years from date of purchase. 2 . Should any part fail to function, or break in normal use during this period, manufacturer shall furnish a new part at no additional cost to OWNER. PART 2 -PRODUCTS 2.1 MATERIALS AND FABRICATION A. General: 1. Provide manufacturer's standard fabricated units , modified, if necessary, to comply with the requirements of the Contract Documents. Where standard units are not available for the sizes and types required, custom fabricate units to match manufacturer's similar units. 2. Fabricate each unit in the shop, complete with anchors, gaskets, hardware and accessory items, as required. B. Aluminum Floor Access Hatch Covers-Channel Frame Type : 1. Design Live Load: 300 pounds per square foot. 2. Material: Aluminum cover and frames shall be 1/4-inch thick, minimum. 3. Cover: Diamond-pattern aluminum plate. 4. Frame: Extruded aluminum channel frame with anchor tabs around the perimeter for anchorage to concrete. 5. Drain Coupling: 1-1/2-inch diameter drain coupling welded under the angle frame for connection of a drain pipe. 6. Gasket: EPDM gasket mechanically attached to the channel frame to reduce the amount of dirt and debris , which may enter the channel frame. 7. Hinges: Heavy-duty forged aluminum hinges with 1/4-inch Type 316 stainless steel pins. 8. Latch: Type 316 stainless steel slam type lock with fixed interior handle and removable exterior tum/lift handle. Latch release shall be protected by a 3181029 05542-3 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Floor Access Hatch Covers (Part II) flush, gasketed, removable screw plug. 9. Lift Assistance: Compression spring operators enclosed in telescopic tubes. Automatic hold-open arm with grip handle release. 10. Finish : Mill finish with a bituminous coating applied to the exterior surfaces of the frame that may come in contact with concrete or other dissimilar materials. 11. Hardware: Engineered composite compression tubes. Steel compression springs with electro-coated acrylic finish. 12. Provide sizes as shown. 13. Products and Manufacturers: Provide one of the following: a. Single Leaf Door Aluminum Access Hatch Cover: 1) B-FGA Series-Single Leaf, as manufactured by Babcock-Davis Associates, Incorporated. 2) Type J-AL, as manufactured by the Bilco Company. 3) Or equal. b. Double Leaf Door Aluminum Access Hatch Cover: 1) B-FGA Series-Double Leaf, as manufactured by Babcock-Davis Associates, Incorporated. 2) Type JD-AL, as manufactured by The Bilco Company. 3) Or equal. C. Aluminum Floor Access Hatch Covers (H-20 Loading)-Channel Frame Type: 1. Design Live Load: AASHTO H-20 Truck Loading. 2. Material: Aluminum cover and frames shall be 1/4-inch thick, minimum. 3. Cover: Diamond-pattern aluminum plate with stiffener plates, as required. 4. Frame: Extruded aluminum channel frame with anchor tabs around the perimeter for anchorage to concrete. 5. Drain Coupling: 1-1/2-inch diameter drain coupling welded under the channel frame for connection of a drain pipe. 6. Gasket: EPDM gasket mechanically attached to the channel frame to reduce the amount of dirt and debris, which may enter the channel frame. 7. Hinges: Heavy-duty forged aluminum hinges with 1/4-inch Type 316 stainless steel pins. 8. Latch: Type 316 stainless steel slam type lock with fixed interior handle and removable exterior tum/lift handle. Latch release shall be protected by a flush, gasketed, removable screw plug. 9. Lift Assistance: Compression spring operators enclosed in telescopic tubes . Automatic hold-open arm with grip handle release. 10. Finish: Mill finish with a bituminous coating applied to the exterior surfaces of the frame that may come in contact with concrete or other dissimilar materials. 11. Hardware: Engineered composite compression tubes. Steel compression springs with electro-coated acrylic finish. 12 . Provide sizes as shown. 13 . Products and Manufacturers: Provide one of the following: a. Single Leaf Door Aluminum Access Hatch Cover: 1) B-FGA Series-Single Leaf H-20, as manufactured by Babcock-Davis Associates, Incorporated. 3181029 05542-4 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I - M odification s to B ar Screen Building No. 3 and Part II -Junct ion Box Rehab ilit ati on Projects Floor Access Hatch Covers (Part II) 2) Type J-AL H-20 , as manufactured by the Bilco Company. 3) Or equal. b. Double Leaf Door Aluminum Access Hatch Cover: l) B-FGA Series -Single Leaf H-20 , as manufactured by Babcock-Davis Associates, Incorporated. 2) Type JD-AL H-20 , as manufactured by The Bilco Company. 3) Or equal. D. Galvanized Steel Floor Access Hatch Covers-Channel Frame Type : 1. Design Live Load : 300 pounds per square foot. 2. Material : Hot-dip galvanized cover and frames shall be 1/4-inch thick , mm1mum . 3. Cover: Diamond-pattern hot-dip galvanized steel plate . 4 . Frame: Hot-dip galvanized steel channel frame with anchor tabs around the perimeter for anchorage to concrete . 5. Drain Coupling: 1-1/2-inch diameter drain coupling welded under the channel frame for connection of a drain pipe. 6. Gasket: EPDM gasket mechanically attached to the channel frame to reduce the amount of dirt and debris , which may enter the channel frame . 7. Hinges: Heavy-duty forged stainless hinges with 1/4-inch Type 316 stainless steel pins. 8. Latch: Type 316 stainless steel slam type lock with fixed interior handle and removable exterior tum/lift handle . Latch release shall be protected by a flush, gasketed, removable screw plug. 9. Lift Assistance: Compression spring operators enclosed in telescopic tubes. Automatic hold-open arm with grip handle release . 10 . Finish: Hot-dip galvanized. 11 . Hardware: Engineered composite compression tubes. Steel compression springs with electro -coated acrylic finish . 12 . Provide sizes as shown . 13. Products and Manufacturers: Provide one of the following: a . Single Leaf Door Galvanized Steel Access Hatch Cover: 1) B-FGA Series-Single Leaf, as manufactured by Babcock-Davis Associates , Incorporated . 2) Type J-GALV , as manufactured by the Bilco Company. 3) Or equal. b . Double Leaf Door Galvanized Steel Access Hatch Cover: 1) B-FGA Series-Double Leaf, as manufactured by Babcock-Davis Associates , Incorporated . 2) Type JD -GALV , as manufactured by The Bilco Company. 3) Or equal. E . Galvanized Steel Floor Access Hatch Covers (H-20 Loading)-Channel Frame Type: 1. Design Live Load: AASHTO H-20 Truck Loading . 2. Material: Galvanized steel cover and frames shall be 1/4-inch thick , mm1mum . 3. Cover: Diamond-pattern galvanized steel plate with stiffener plate s, as 3181029 05542-5 09/23/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proj ects Floor Access Hatch Covers (Part II) required. 4. Frame: Galvanized steel channel frame with anchor tabs around the perimeter for anchorage to concrete. 5. Drain Coupling: 1-1/2-inch diameter drain coupling welded under the channel frame for connection of a drain pipe. 6. Gasket: EPDM gasket mechanically attached to the channel frame to reduce the amount of dirt and debris, which may enter the channel frame. 7. Hinges: Heavy-duty forged stainless steel hinges with 1/4-inch Type 316 stainless steel pins. 8. Latch: Type 316 stainless steel slam type lock with fixed interior handle and removable exterior tum/lift handle . Latch release shall be protected by a flush, gasketed, removable screw plug. 9. Lift Assistance: Compression spring operators enclosed in telescopic tubes . Automatic hold-open arm with grip handle release . 10. Finish: Hot-dip galvanized. 11. Hardware: Engineered composite compression tubes . Steel compress10n springs with electro-coated acrylic finish. 12. Provide sizes as shown. 13. Products and Manufacturers: Provide one of the following: a. Single Leaf Door Galvanized Steel Access Hatch Cover: 1) B -FGA Series-Single Leaf H-20, as manufactured by Babcock-Davis Associates, Incorporated. 2) Type J-GAL V H-20, as manufactured by the Bilco Company. 3) Or equal. b . Double Leaf Door Galvanized Steel Access Hatch Cover: 1) B-FGA Series-Single Leaf H-20, as manufactured by Babcock-Davis Associates, Incorporated. 2) Type JD-GAL V H-20, as manufactured by The Bilco Company. 3) Or equal. F. Stainless Steel Floor Access Hatch Covers-Channel Frame Type: 1. Design Live Load: 300 pounds per square foot. 2. Material: 316 stainless steel cover and frames shall be 1/4-inch thick, m1mmum. 3. Cover: Diamond-pattern stainless steel plate. 4. Frame: 316 stainless steel channel frame with anchor tabs around the perimeter for anchorage to concrete. 5. Drain Coupling: 1-1/2-inch diameter drain coupling welded under the channel frame for connection of a drain pipe. 6 . Gasket: EPDM gasket mechanically attached to the channel frame to reduce the amount of dirt and debris, which may enter the channel frame. 7. Hinges: Heavy-duty forged stainless hinges with 1/4-inch Type 316 stainless steel pins. 8. Latch: Type 316 stainless steel slam type lock with fixed interior handle and removable exterior tum/lift handle. Latch release shall be protected by a flush, gasketed, removable screw plug. 9. Lift Assistance : Compression spring operators enclosed in telescopic tubes . Automatic hold-open arm with grip handle release. 3181029 05542-6 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Build ing N o . 3 and Part II -Junction Box Rehabilitation Proj ects Floor Access Hatch Covers (Part II) 10 . Finish : 316 stainless steel. 11. Hardware: Engineered composite compression tubes. Steel compress10n springs with electro-coated acrylic finish . 12. Provide sizes as shown. 13 . Products and Manufacturers : Provide one of the following: a. Single Leaf Door Stainless Steel Access Hatch Cover: 1) B-FGA Series-Single Leaf, as manufactured by Babcock-Davis Associates , Incorporated. 2) Type J-SS , as manufactured by the Bilco Company. 3) Or equal. b . Double Leaf Door Stainless Steel Access Hatch Cover 1) B-FGA Series-Double Leaf, as manufactured by Babcock-Davis Associates , Incorporated. 2) Type JD-SS , as manufactured by The Bilco Company. 3) Or equal. G. Aluminum Floor Access Hatch Covers-Angle Frame Type: 1. Design Live Load: 300 pounds per square foot. 2 . Material: Aluminum cover and frames shall be 1/4-inch thick, minimum. 3. Cover: Diamond-pattern aluminum plate . 4. Frame: Extruded aluminum angle frame with anchor tabs around the perimeter for anchorage to concrete . 5 . Hinges: Cast steel cam-action hinges which are concealed from the exterior of the cover. 6 . Latch: Type 316 stainless steel slam type lock with fixed interior handle, and removable exterior tum/lift handle and removable key wretch with detent. 7. Lift Assistance : Compression spring operators enclosed in telescopic tubes . Automatic hold-open arm with grip handle release . 8. Finish: Mill finish with a bituminous coating applied to the exterior surfaces of the frame that may come in contact with concrete or other dissimilar materials. 9 . Hardware: Zinc plated and chromate sealed. 10. Provide sizes as shown. 11 . Products and Manufacturers: Provide one of the following: a. Single Leaf Door Aluminum Access Hatch Cover: 1) B-FHA Series-Single Leaf, as manufactured by Babcock-Davis Associates , Incorporated. 2) Type K-AL, as manufactured by the Bilco Company. 3) Or equal. b . Double Leaf Door Aluminum Access Hatch Cover: 1) B-FHA Series-Double Leaf, as manufactured by Babcock-Dav is Associates, Incorporated. 2) Type KD-AL, as manufactured by The Bilco Company. 3) Or equal. H. Aluminum Floor Access Hatch Covers (H-20 Loading)-Angle Frame Type : 1. Design Live Load: AASHTO H-20 Truck Loading. 2 . Material: Aluminum cover and frames shall be 1/4-inch thick, minimum. 3181029 05542-7 09/23 /10 City ofFort Worth -Village Cree k Wa stewater Treatment Pl ant Part I -Modifi cations to B ar Screen Bu ild ing No. 3 and P art II -Junction B ox Rehab ilitation Proj ects Floor Access Hatch Covers (P art II ) 3. Cover: Diamond-pattern aluminum plate with stiffener plates as required. 4. Frame: Extruded aluminum angle frame with anchor tabs around the perimeter for anchorage to concrete. 5 . Hinges: Cast steel cam-action hinges which are concealed from the exterior of the cover. 6. Latch: Type 316 stainless steel slam type lock with fixed interior handle, and removable exterior turn/lift handle and removable key wretch with detent. 7 . Lift Assistance: Compression spring operators enclosed in telescopic tubes . Automatic hold-open arm with grip handle release. 8. Finish: Mill fmish with a bituminous coating applied to the exterior surfaces of the frame that may come in contact with concrete or other dissimilar materials. 9. Hardware: Zinc plated and chromate sealed. 10 . Provide sizes as shown. 1 I. Products and Manufacturers: Provide one of the following : a. Single Leaf Door Aluminum Access Hatch Cover: 1) B-FHA Series-Single Leaf H -20, as manufactured by Babcock- Davis Associates, Incorporated. 2) Type K-AL H-20, as manufactured by the Bilco Company. 3) Or equal. b. Double Leaf Door Aluminum Access Hatch Cover: Provide sizes as shown. 1) B-FHA Series-Single Leaf H-20 , as manufactured by Babcock- Davis Associates, Incorporated. 2) Type KD-AL H-20, as manufactured by The Bilco Company. 3) Or equal. I. Galvanized Steel Floor Access Hatch Covers-Angle Frame Type: 1. Design Live Load: 300 pounds per square foot. 2. Material: Hot-dip galvanized cover and frames shall be 1/4-inch thick, mm1mum. 3. Cover: Diamond-pattern hot-dip galvanized steel plate . 4. Frame: Hot-dip galvanized steel angle frame with anchor tabs around the perimeter for anchorage to concrete. 5. Hinges: Cast steel cam-action hinges which are concealed from the exterior of the cover. 6. Latch : Type 316 stainless steel slam type lock with fixed interior handle, and removable exterior turn/lift handle and removable key wretch with detent. 7. Lift Assistance: Compression spring operators enclosed in telescopic tubes. Automatic hold-open arm with grip handle release . 8. Finish: Hot-dip galvanized. 9 . Hardware : Zinc plated and chromate sealed. 10. Provide sizes as shown. 11 . Products and Manufacturers: Provide one of the following: a. Single Leaf Door Galvanized Steel A cc es s Hatch Cover: 1) B-FHA Series-Single Leaf, as manufactured by Babcock-Davis As sociates, Incorporated. 2) Type K-GAL V , as manufactured by the Bilco Company. 3 181029 05542-8 09/2 3/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Floor Access Hatch Covers (Part II) 3) Or equal. b. Double Leaf Door Galvanized Steel Access Hatch Cover: 1) B-FHA Series-Double Leaf, as manufactured by Babcock-Davis Associates, Incorporated. 2) Type KD-GALV, as manufactured by The Bilco Company. 3) Or equal. J . Galvanized Steel Floor Access Hatch Covers (H-20 Loading) -Angle Frame Type : 1. Design Live Load: AASHTO H-20 Truck Loading. 2. Material: Galvanized steel cover and frames shall be 1/4-inch thick, m1mmum. 3. Cover: Diamond-pattern galvanized steel plate with stiffener plates as required. 4. Frame: Galvanized steel angle frame with anchor tabs around the perimeter for anchorage to concrete. 5. Hinges: Cast steel cam-action hinges which are concealed from the exterior of the cover. 6. Latch: Type 316 stainless steel slam type lock with fixed interior handle, and removable exterior tum/lift handle and removable key wretch with detent. 7. Lift Assistance: Compression spring operators enclosed in telescopic tubes . Automatic hold-open arm with grip handle release . 8. Finish: Hot-dip galvanized. 9. Hardware: Zinc plated and chromate sealed. 10. Provide sizes as shown. 11. Products and Manufacturers : Provide one of the following : a . Single Leaf Door Galvanized Steel Access Hatch Cover: 1) B-FHA Series-Single Leaf H-20, as manufactured by Babcock-Davis Associates, Incorporated . 2) Type K-GALV H -20, as manufactured by the Bilco Company. 3) Or equal. b. Double Leaf Door Galvanized Steel Access Hatch Cover: 1) B-FHA Series-Single Leaf H-20, as manufactured by Babcock-Davis Associates, Incorporated . 2) Type KD-GAL V H-20, as manufactured by The Bilco Company. 3) Or equal K . Stainless Steel Floor Access Hatch Covers-Angle Frame Type: 1. Design Live Load: 300 pounds per square foot. 2. Material: 316 stainless steel cover and frames shall be 1/4-inch thick, mm1mum . 3. Cover: Diamond-pattern stainless steel plate. 4. Frame: 316 stainless steel angle frame with anchor tabs around the perimeter for anchorage to concrete. 5. Hinges: Cast steel cam-action hinges which are concealed from the exterior of the cover. 6. Latch : Type 316 stainless steel slam type lock with fixed interior handle, and removable exterior tum/lift handle and removable key wretch with detent. 3181029 05542-9 09/23 /10 City o f Fort Wo rth -V ill age Creek Wastewate r Treatment P lant P art I -Modi fi cations to Bar Screen Build ing No . 3 and P art II -Ju nction B ox Reha bilitation Projects F loor Access Hatch Cove rs (P art II) 7. Lift Assistance: Compre ss ion spring operators enclosed in tele scopic tube s. Automatic hold-open arm with grip handle release. 8. Finish: 316 stainless steel. 9. Hardware: Zinc plated and chromate sealed. 10 . Provide sizes as shown. 11. Products and Manufacturers : Provide one of the following: a. Single Leaf Door Stainle ss Steel Acce ss Hatch Cover: 1) B-FHA Series-Single Leaf, as manufactured by Babcock-Davis Associates , Incorporated. 2) Type K-SS, as manufactured by the Biko Company. 3) Or equal. b . Double Leaf Door Stainless Steel Acces s Hatch Cover: 1) B-FHA Series-Double Leaf, as manufactured by Babcock-Davis Associates , Incorporated . 2) Type KD-SS , as manufactured by The Biko Company. 3) Or equal. PART 3 -EXECUTION 3 .1 INSPECTION A. CONTRACTOR shall examine the areas and conditions under which the Work is to be installed and notify ENGINEER, in writing , of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.2 INSTALLATION A. Install floor access hatch covers in accordance with approved Shop Drawings and manufacturer's instructions. B . Set floor access hatch covers level and true to line or grade, without warp or rack, for anchoring under other Sections of these Specifications C . Provide and install Schedule 40 PVC drain piping from the floor access hatch cover channel frame and route to the nearest floor drain or sump pit. D. Adjust cover leafs as necessary to confirm proper operations . E . Remove all stains , concrete splatter, oils , grease and other foreign materials necessary to provide a clean finished surface . F. Protection of Aluminum from Dissimilar Materials : Coat all surfaces of aluminum in contact with dissimilar material s such as concrete , ma sonry , steel and other metals as specified in Section 09900 , Painti ng 3.3 TOUCH-UP 3181029 05542-10 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Floor Access Hatch Covers (Part II) A. Galvanized Covers: Touch-up abraded areas, where zinc coating has been damaged, with a 2-mil coating of an approved high-zinc-dust content paint. + + END OF SECTION + + 3181029 05542-11 09/23/10 PART II DIVISION 6 WOOD AND PLASTICS City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabil ita tion Projects Anchored Plastic Lining for Concrete Structures and Pipe (Part II) SECTION 06640 ANCHORED PLASTIC LINING FOR CONCRETE STRUCTURES AND PIPE PARTl GENERAL 1.1 SCOPE OF WORK A . Furnish all labor, materials, equipment, and incidentals required for installation of premolded self-anchoring plastic sheet linings, to be applied to the surfaces of cast-in-place reinforced concrete structures and pre-cast manufactured concrete pipe where noted on the Drawings . B. The Contractor shall be responsible for obtaining the services of a qualified and authorized technical representative of the lining system manufacturer, to perform the duties as specified herein . C. Anchored plastic lining shall be installed at new interior concrete surfaces of structures and concrete pipes where noted on the Drawings, including application at the following structures : 1. Box 4B Junction Structure 2 . Concrete Pipes 1.2 RELATED WORK A. Concrete and concrete accessories are included in Division 3 . B. Concrete pressure pipe and fittings are included in Section 02613 . 1.3 SUBMITTALS A. Submit shop drawings and product data, in accordance with Section 01300, covering each of the materials to be furnished and the installation instructions and details for the lining system. Include manufacturer's recommended details of attachment of the linings to the forms, sealing or welding of the butt and comer joints, lining terminations , and terminations at metal embedments . B. Submit the name, summary of experience, and manufacturer's certification of the manufacturer's technical representative to be assigned to this project. C . Submit experience records and training certification for each applicator of the lining system . D. Submit certification upon completion of installation that the lining has been tested and is free of pinholes and holidays. E . Submit warranty certificate providing the warranty as specified herein . 1.4 QUALITY ASSURANCE 3181029 06640-1 09 /23 /1 0 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and P art II -Junction Box Rehab ilitation Projects Anchored Plastic Lining for Concrete Structures and Pipe (P art II ) 1.5 A. The anchored plastic lining system shall be the Amer-Plate T-Lock System as manufactured by Ameron Protective Linings Division . No substitutions will be permitted without prior written approval by the Engineer. B. The accepted plastic sheet manufacturer's standard printed specifications covering the installation of the lining in concrete structures and pipe shall be considered as being incorporated herein and all work for and in connection with said plastic lining installation shall be strictly in accordance therewith . Such manufacturer's specifications shall include and cover application of sheets to concrete forms, including preparation of forms, joint welding, and removal of forms ; miscellaneous requirements covering transportation, handling, storing, and inspection; and necessary precautions with respect to ventilation and protection of workmen. C . All work performed in connection with the installation of lining system, including the preparation of surfaces and the sealing and welding of joints, shall be performed by the manufacturer of the lining system or by a firm or individual who has been trained and certified by the lining system manufacturer. D . The Contractor shall provide the services of a qualified technical representative of the lining system manufacturer to review the project, the materials, and the procedures to be used, prior to installation; to certify each individual installing the lining; to direct and approve all lining installation. The manufacturer's representative shall be available for consultation during installation of the lining system and shall inspect the completed installation . Additionally, the manufacturer's representative shall be onsite at least 2 days during the first week of welding of lining joints. SYSTEM DESCRIPTION A . The lining system shall consist of a polyvinyl chloride (PVC) membrane that is anchored to the concrete in accordance with the lining system manufacturer's standard installation procedures, unless otherwise noted. The lining shall be free of pinholes and holidays. B . The lining system shall protect the concrete from damage when exposed to hydrogen sulfide, grit abrasion, and municipal wastewater and sludge from domestic and industrial sources . The lining shall be resistant to degradation due to exposure to ultraviolet light. The lining shall withstand exposure to atmospheric conditions and shall provide protection from the following : Chemical Solution Sulfuric acid Sodium hydroxide Ammonium hydroxide Nitric acid Ferric chloride Soap Detergent (linear alkyl benzyl sulfonate or LAS) Bacteriological * Volumetric percentages of concentrated reagents Concentration 20 percent* 5 percent 5 percent* I percent* 1 percent 0.1 percent 0 .1 percent Biochemical oxygen demand (BOD) not less than 700 parts per million (ppm) 3181029 06640-2 09 /23 /10 City of Fort Worth -Village Cre ek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabil ita tion Projects Anchored Plastic Lining for Concrete Structures and Pipe (Part II) 1.6 DELIVERY, STORAGE, AND HANDLING A. The material shall be delivered to the job in original unopened containers with labels intact. Lining system components shall be protected against direct sunlight, freezing, or excessive heat. Materials shall be stored in accordance with the labels on each material container and per the manufacturer's recommendations . Material temperatures shall be between 70 degrees F and 90 degrees F immediately prior to application . B. Lining for concrete pipe shall be installed at the factory with the joints being sealed and tested in the field. 1.7 WARRANTY A . The lining system shall be warranted against defects in materials and in lining performance for a period of2 years from the date of final acceptance by the Owner. Any defects found during the warranty period shall be repaired by the lining applicator using approved methods , at no additional cost to the Owner. PART2 PRODUCTS 2.1 MATERIALS A . All liner plates furnished shall be composed of chemically inert synthetic resin, pigments, and plasticizers suitably compounded and processed; formed under pressure into permanently flexible sheets; white in color, and shall conform to the following : 1. Premolded plastic sheet linings shall be Amer-Plate "T-Lock," not less than 0 .065 -in thick, as manufactured by Ameron, Protective Linings Division, Brea, California, or equal. 2 . Welding strip shall be Amer-Plate "T-Lock" welding strip, or equal. B. Polyvinyl chloride resin shall constitute not less than 99 percent by weight of the resin used in the formulation . Copolymer resins shall not be permitted . C . Liner plates shall have locking extensions integrally molded or extruded with the sheets . D. Termination strips and corner strips shall be in accordance with the manufacturer's standard details. PART 3 EXECUTION 3.1 INSTALLATION AT CONCRETE STRUCTURES A. Plastic sheets shall be set and properly secured to the concrete contact faces of the forms that form the surfaces to be lined. The sheets shall be placed with the smooth face next to the form and so that the line of tees on the back side of the sheets will be vertical in the walls . The sheets shall be butt jointed without more than 1/4-in opening in any joint between adjacent sheets and the sheets held in place with nails placed within 1/8-in of the edge of the sheets . After all sheets 3181029 06640-3 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitat ion Projects Anchored Plastic Lining for Concrete Structures and Pipe (Part II) are in place on the form being lined, the joints between sheets shall be sealed on the back side with a l-in wide welding strip heat-welded over the joints. B . Termination strips shall be provided at all discontinuous edges of the sheets and wherever plastic sheets adjoin surfaces which are not plastic lined, such as at metal embedments or pipe penetrations, as required to prevent liquid penetration behind the liner. Manufacturer's standard termination strips and comer strips shall be installed in accordance with the manufacturer's recommendations . C . Where possible, the form to be lined shall be set in place, the lining attached, and all lining joints covered before the reinforcing steel is installed. The outer form shall then be set in place and the form ties installed through the liner in the normal manner. The number of form ties used shall be held to the minimum. D. The lining installation and sealing shall be such that a continuous plastic lining is provided and that entrance of concrete or mortar between the lining and the form is prevented. E . Forms shall be removed in a careful manner and not before the concrete has attained sufficient strength and has been properly cured. Finishing nails used to hold the liners in place on the forms may pull out with the forms but if not, shall be removed afterwards . The small nail heads should come through the plastic liner sheet easily. F . After the forms have been removed, the exposed butt joints in the liner, including nail and form tie holes, shall be sealed with welding strip, heat-welded over the areas involved. Sealing shall be such that a continuous plastic lining is provided. Workmanship shall be neat and of the highest quality. G. Application of liner plate to concrete surfaces by means of adhesive shall be used only where approved by the Engineer and shown on approved shop drawings and shall be performed in accordance with the manufacturer's recommended procedures . 3.2 INSTALLATION AT CONCRETE PIPE A. The entire interior surface of concrete pipe shall be sealed and protected with plastic lining in accordance with the lining manufacturer's recommendations. Joints shall be kept at a minimum. The plastic lining for each length of pipe shall consist of a single sheet of material. Where joints occur between individual sheets or sections of plastic liner, they shall be continuously heat- welded, either by lapping adjacent sheets or by using welding strips . B . The plastic lining shall extend to the end of the interior concrete surface at both bell and spigot ends of the pipe. To facilitate field welding, a 3-in minimum joint strip extension may be molded integral with the plastic liner at the spigot end of the pipe . This joint strip shall have no T-lock ribs on the back of the strip and is intended to lap over the lining of the adjacent pipe for field welding. These joint extensions shall be made of the same material as used in the specified T-lock liner plates. The joint strip shall overlap the liner plate of the adjoining pipe a minimum of 1-in . All materials for field welding of joints shall be furnished by the lining material manufacturer. 3181029 06640-4 09/2 3/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Scree n Building No . 3 and Part II -Junction Box Rehabi li tation Projects An chored Plastic Lining for Concrete Structures and Pipe (Part II) C . Care shall be taken in handling and transporting plastic lined pipe sections to prevent damage to the liner. No interior hooks or other interior lifting device shall be used in handling the pipe; all handling requiring lifting or suspension shall be done by using exterior slings . No pipe with damaged lining will be accepted until and unless the damage has been repaired to the satisfaction of the Engineer. D . The joint between plastic lined pipe sections shall be prepared in the following manner before welding the lining joints: 1. The inside joint shall be filled and carefully pointed with cement mortar fo r the full circumference of the pipe. The mortar shall not, at any point, extend into the pipe beyond a straight line connecting the surfaces of the adjacent pipe sections. Mortar shall be allowed to cure for a minimum of 48 hours . 2 . No lining joint shall be welded until after the trench has been backfilled. Pipe joints must be dry before lining joints are made. All mortar and other foreign material shall be removed from lining surfaces adjacent to the joint. E . Field joints in the lining may be either of the following described types: 1. The joint shall be made with a separate 4 -in wide joint strip and two 1-in wide welding strips. The 4-in joint strip shall be centered over the joint, secured to the lining by approved means, and continuously welded along each edge to the adjacent liner sheets. The width of the space between the ends of the pipe lining material shall not exceed 2-in . The 4-in joint strip shall overlap the lining in each pipe a minimum of 1-in. 2 . Alternately, the joint shall be made with a lining extension shop-molded to the spigot end of the pipe. The lining extension shall overlap the lining in the adjacent pipe a minimum of 1-in and shall be welded using a welding strip. The lining extension shall be protected from damage during installation. Excessive tension and distortion in bending back the strip to expose the pipe joint during laying and joint mortaring shall be avoided. F . Where pipes penetrate lined concrete structures, the linings shall be continuously welded to each other in accordance with the lining manufacturer's recommendations . G . All welding of joints shall be in conformance with the recommendations of the lining manufacturer. 3.3 TESTING AND REPAIRING A. Repairs 1. All repairs to damaged portions of the linings shall be made and all holes in the linings sealed before final acceptance of the w ork in conformity with the lining manufacturer's instructions and recommendations. The requirement for neat, high quality work is emphasized. B. Inspection and Testing 31 8 1029 06640-5 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Jun ction Box Rehabilitation Projects Anchored Plastic Lining for Concrete Structures an d Pipe (Part II) 1. After initial repairs have been completed, all surfaces shall be cleaned and prepared as required to properly conduct the inspection and testing. 2. All surfaces covered with plastic lining shall be visually inspected by the manufacturer's field representative and the Engineer. Upon approval, spark testing and pull testing shall be performed as specified herein . 3 . All inspection and testing shall be witnessed by the Engineer. Inspection and testing shall be performed by individuals approved by the lining system manufacturer. 4 . After the structures and/or pipe are installed and backfilled, all surfaces covered with plastic lining, including welds, shall be tested with an electric holiday detector by trained personnel provided by the Contractor and performed under the direction the Engineer's site inspector. The voltage and specific methods of testing shall be as recommended by the manufacturer of the lining material. In addition, all welds shall be physically tested by nondestructive probing. All detected defects, pinholes, and holidays shall be marked for repair. 5 . Repair of defects and holidays . The lining applicator shall repair all defects, pinholes, and holidays in the lining system as recommended by the lining system manufacturer and approved by the Engineer. 6 . Each welding strip and all patches shall be tested for strength. The welding strip shall extend 2-in below the liner to provide a tab . The force shall be applied normal to the face of the structure by means of a spring balance. Liner adjoining the welding strip shall be held against the concrete during application of the force . The 10-lb pull shall be maintained if a weld failure develops, until no further separation occurs . Defective welds shall be retested after repairs have been made. Tabs shall be trimmed away neatly after the welding strip has passed inspection. Inspection shall be made within 2 days after joint has been completed. 7 . All lining surfaces shall receive a final cleaning in accordance with the lining manufacturer's recommendations . 3.4 ON-SITE TRAINING A. Travel and on-site requirements for Manufacturer's Representative. 3181029 1. One (1) trip with two (2) consecutive eight-hour days on site for training Owner's operating and maintenance personnel. ++ END OF SECTION ++ 06640-6 09 /23 /10 PART II DIVISION9 FINISHES City ofFort Worth -Village Creek Was tewater Treatment Plant Part I -Modifica t ions to Bar Scree n Building No . 3 and Part II -Junction Box Reh abili t at ion Projects Chemicall y Resistant Concrete Coatin g (Part II) SECTION 09800 CHEMICAL RESISTANT CONCRETE COATING [ALTERNATIVE 1] PART 1 GENERAL 1.1 SCOPE OF WORK A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to apply protective coatings as shown on the Plans or as specified herein. B. Protective coatings shall be applied to all interior wall surfaces and the bottom (interior surface) of upper level slabs of junction boxes . 1.2 QUALITY ASSURANCE A . Manufacturer's Qualifications 1. Certified in compliance with ISO 9001 Quality Standards for formulation (research and development), manufacture, and technical support. 2 . Manufacturer must have a local authorized technical specialist. 3. Products shall be manufactured in the United States . B. Applicator's Qualifications Applicators must be qualified in this line of work and have a minimum of five (5) years expenence in the application of the protectiv e coatings of the types specified herein. Submit a list of recent projects and names of references for those projects. C . Testing Protective coatings shall be applied under quality control procedures that include inspection of surface preparation before each coat. Do not proceed with the next step until the OWNER has approved the previous step . The CONTRACTOR shall be solely responsible for testing for this section, at no further cost to the OWNER. The ENGINEER shall also make such tests if it is considered necessary. Cooperate with the OWNER, providing equipment, scaffolds , and other equipment as requested by the OWNER. D. Repair Mortars Applicator 3181029 The coatings manufacturer shall be responsible for contracting the applicator to perform the substrate repairs and preparations for sub se quent coatings application and shall warranty the specified structural repairs a s part of the coatings warranty. All warranty related inquiries shall be executed through the coatings 09800 - I 9/9/2010 City ofFort Worth -Vi ll age Creek Wastewater Treatment Pl ant Part I -Mod ifi cati on s to Bar Screen Bui ldi ng No . 3 and Part II -Junctio n Box R ehabilitation Projects Chemicall y Resistant Co ncrete Coating (Part II) manufacturer. Refe r to Sec tion 03930 for concrete rep air and rehabilitation requirement s. 1.3 SUBMITTALS Submittals shall include: A. Manufacturer's product data sheet for each coating typ e, including surface preparation requirements , recommended spreading rates , application procedures , recommended primers, environmental limits (temperature , humidity , and dew point) and other instructions. B . Material Safety Data Sheets (MSDS) for all coatings, solvent s, etc . C . Applicator 's qualifications. D. Manufacturer's statement regarding applicator instruction on product use and application . 1.4 REFERENCE STANDARDS The publications listed below form a part of this specification to the extent referenced . The publications are referred to in the text by designation only . 3 18102 9 AMERICAN SOCIETY OF TESTING MATERIALS (ASTM) ASTMC307 ASTMC531 ASTMC579 ASTMC580 ASTMC884 ASTMCI028 ASTMD4060 2003 Standard Test Method for Tensile Strength of Chemical-Resistant Mortar, Grouts , and Monolithic Surfacings 2000 Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars , Grouts , Monolithic Surfacings , and Polymer Concretes 2001 Standard Test Method for Compressive Strength of Chemical-Resistant Mortars , Grouts , Monolithic Surfacings , and Polymer Concretes 2002 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars , Grouts , Monolithic Surfacings , and Polymer Concretes 1998 Standard Test Method for Thermal Compatibility Betw een Concrete and an Epoxy-Resin Overlay 1996 Standard Te st Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other Like Surface s by the Horizontal Dynamometer Pull -Meter Method 2001 Standard Tes t Method for Abrasion Re sistance of 09 800 - 2 9/9/2010 City of Fort Worth -Village Cree k Wastewater Treatme nt Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitat io n Proj ects Chemicall y Resi stant Concrete Coati ng (P art II) ASTMD4272 Organic Coatings by the Taber Abraser 2003 Standard Test Method for Total Energy Impact of Plastic Films by Dart Drop 1.5 JOB CONDITIONS A. Store coating materials at temperatures of between 50 and 90 °F. B. The OWNER shall approve surfaces for application of coating at each stage. Any material that is coated prior to the OWNER's approval shall be stripped back and recoated. C . Environmental Conditions 1. Do not apply under conditions that are unsuitable for the production of good results. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not confonn to the recommendations of coating·manufacturer. 2 . Coatings shall only be applied when conditions fall within the parameters listed in manufacturer's printed data. 3. Concrete shall be cured for 30 days minimum before coating is applied. D. Working Conditions 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results . Provide explosion-proof lighting when required . 2. Temporary ladders and scaffolds shall conform to applicable safety requirements . Erect temporary scaffolds where needed to cover large areas . Provide ladders or scaffolding during testing procedures . 1.6 GUARANTEES A. Corrosion-resistant lining shall be guaranteed for a period of five ( 5) years from the date of the OWNER's acceptance of the project. B. A warranty inspection shall be conducted annually for the entire warranty period with the manufacturer present. Any defective work discovered shall be corrected by the CONTRACTOR in accordance with specifications at no additional cost to the OWNER. Other corrective measures may be required during the warranty period. PART 2 PRODUCTS 2 .1 MANUFACTURERS 3181029 09800 -3 9/9/2010 City of Fort Wo rth -Vi ll age Cree k Wastewater Treatment Pl ant Part I -Mo d ifi ca tio ns to B ar Screen Bui ld ing No . 3 and P art II -Junction B ox Rehabili tati on Proj ects Chemicall y Resistant Concrete Coating (P art II ) Products which meet the specifications manufactured by A.W . Che sterton will be acceptable. 2 .2 MATERIALS A. General 1. All components of the coating system must have a flash point above 203°F. 2. Polymer matrix of the primer and top coat composite shall contain no chemicals classified by the National Toxicology Program (NTP), the International Agency for Research on Cancer (IARC), or the Occupational Safety and Health Administration (OSHA) as carcinogenic , nor suspected carcinogenic chemicals . 3. Raw materials of the primer and top coat composite shall not contain any non-reactive diluents or solvents . 4. To ensure correct mix ratios are achieved, the packaging of each component shall be pre-measured to the correct mix ratio and in the quantities that will be mixed on the job site. Each discrete batch size shall not exceed 1.25 cubic feet in volume. B. Primer: ARC 797 Primer 1. Two component primer. 2 . Primer must be chemically unique from the top coat matrix . 3. Primer must provide a recoat window of not less than 2 hours at 77°F. 4 . Primer shall be hydrophobic, moisture insensitive, have a low viscosity and be able to bond to wet concrete. C . Top Coat: ARC 791 V quartz reinforced composite 318102 9 1. Color: Gray 2. Matrix shall be a compounded epoxy resin reacted with modified aliphatic amine curing agent. 3 . Composite shall utilize quartz reinforcements that have been pre-treated with a polymeric coupling agent. 4 . Suitable for continuous immersion in the following chemicals at 70°F: Ferric Chloride, Carbon Tetrachloride, 50% Sulfuric Acid , 10% Nitric Acid, 50% Sodium Hydroxide and 28% Ammonium Hydroxide . 5. Composite must pass ASTM C884. 6. The linear coefficient of thermal expansion (ASTM C531) shall not exceed 15x10-6 in/in/°F . 7. Adhesion of composite system , even when applied to wet concrete, must exceed the tensile strength of concrete. 8. Compose, when wet or dry, must maintain a coefficient of friction (slip resistance) greater than dry concrete. Thi s must be confirmed by independent laboratory testing per ASTM C 1028 . 9. Weigh t los s when te sted by ASTM D4060 mu st be le ss th an 150 milligram s. 09800 -4 9/9/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part TI -Junction Box Rehabilitation Projects Chemically Resi stant Concrete Coating (Part TI) 10. The cured composite must meet the following physical requirements: a. Compressive Strength (ASTM C579): 10,800 psi b . Tensile Strength (ASTM C307): 2,600 psi c. Flexural Strength (ASTM C580): 3,900 psi 11. Composite shall be able to hold a minimum of 0.25 inches thick on vertical surfaces without sag at temperatures ofup to 80°F . 12. Composite must have a working time of at least 45 minutes at 77°F. 13. Maximum service temperature : a . Continuous: l 50°F b. Intermittent: 200°F PART 3 EXECUTION 3.1 PREPARATION A . Prepare surfaces in accordance with manufacturer's written recommendations. B. Thoroughly cure concrete surfaces prior to application of coatings . Allow a minimum of 30 days curing time to elapse before coatings are applied . C. Remove all grease, oils, and grime by washing with an emulsifying alkaline water-base cleaner. Follow with a thorough rinsing. D. Remove all surface contaminants including old coatings, chemical salts, dust, loose concrete, and the laitence layer by hydro-blasting, steel shot-blasting, scabbling, scarifying, or dry abrasive blasting. Abrasives used for cleaning shall be used one time without recycling. E . Resulting surface must be structurally sound and free of contaminants prior to coating application. F. Surface to be coated can be damp. There shall be no standing water. G . Pre-fill cracks in horizontal surfaces with mixed primer and cover with fiberglass or nylon mesh. For cracks in vertical surfaces, pressure inject with a suitable injection system per manufacturer's recommendations. H. For coatings to be applied to slab on grade, if no vapor barrier is present, check slab for vapor permeation. 3 .2 APPLICATION A. Primer 1. Properly mixed primer should be clear, not cloudy. 3181029 09800 - 5 9/9/2010 City of Fo rt Worth -Vi ll age Creek Wastewater Treatment Pl ant P art I -Modifications to Bar Screen Building N o. 3 and P art TI - Jun ction Box Rehabilitation Projects Ch emicall y R esistant Co ncrete Coat ing (P art II ) 3 18102 9 2. Apply primer with brush , roller, squeege e or with spray equipment to the freshly prepared concrete surfaces. 3. Primer coat shall be a uniform wet coat with a wet thicknes s of 7 to 10 mils. 4. Do not prime more surface area than can be top coated within 4 hours . 5. Double prime vertical surfaces and areas where the concrete is porous. 6. To reduce the chance for vapor blistering or disbondment, do not install overlayment when the temperature of the concrete is rising. This may require installation in the evening or at night. B. Top Coat 1. Mixing : a. Material temperatures shall be between 70 and 90°F to facilitate mixing and application. b. Premix Part A to disperse pigments. c. Thoroughly mix Part A and Part B in a suitable pail , using a slow speed mixer. d. Transfer the blended resins to a mortar mixer and gradually add the quartz reinforcement : 1) Vertical applications: 3 bags of vertical reinforcement 2) Horizontal applications : 3 bags of horizontal reinforcement e. Mix for 3 minutes or until uniformly blended 2. Apply top coat shortly after application of primer while primer is still wet or tacky . This is normally within appro ximately 4 hours of primer application. 3. If the area to be coated is not wet or tacky, reprime the area. 4. Minimum application temperature is 50 °F, recommended application temperature is 77°F. 5. Apply single coat at 250 mils dry film thickness (DFT). 6. Horizontal surfaces: a. Distribute over floor surface using screed guides and rigid bar , or screed box , not exceeding 4 feet win width . b. Rough screed a minimum of 0.25 inches and finish the surface using steel trowels. c. Large areas may be power troweled to achieve the required flatness and finish. 7. Vertical surfaces (includes bottom of upper slab): a. Apply to vertical surfaces using a hawk and trowel , pre ssing the top coat firmly onto the surface to promote contact with the primer. b. Finish the surface to the desired te xture with a trowel. 8. Remove all trowel marks and unevenne ss before the end of the "Working Time" (see curing schedule below). 09 800 -6 9/9/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 an d Part II -Junction Box Rehabilitation Projects Chemically Resistant Concrete Coating (Part II) 3.3 C. Curing Schedule: 50°F 60 °F 77°F 90°F Foot Traffic 16 hrs 9 hrs 6 hrs 4.5 hrs Light Load 24 hrs 19 hrs 11 hrs 8.5 hrs Full Load 72 hrs 42 hrs 24 hrs 19 hrs Full Chemical 19 days 13 days 7 days 5 days Note: Cure times are based on substrate temperature and thickness of 0.25 inches . Thicker films will cure more rapidly. FIELD QUALITY CONTROL A. Certified manufacturer 's representative shall be present to observe application of coating and after completion to inspect and certify that product was properly applied . B. Sound random areas where coating has been applied m accordance with manufacturer recommendations. 3.4 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from coating operation from the site . B. Use commercial solvents to clean tools immediately after use . Once cured, the material must be mechanically abraded. ++ END OF SECTION ++ 3181029 09800 -7 9/9/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I - M odificati ons to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitat io n Proj ec ts Painting (Part II) SECTION 09900 PAINTING PART l -GENERAL 1.1 DESCRIPTION A. Scope : 1. CONTRACTOR shall provide all labor, materials , tools, equipment, and incidentals as shown, specified, and required to furnish and apply paint systems . a. CONTRACTOR is responsible for surface preparation and painting of all new and existing interior and exterior items and surfaces throughout the Project areas included under this and other Sections . 2 . Extent of painting includes the Work specified below. Painting shown in schedules may not provide CONTRACTOR with complete indication of all painting Work. Refer to Article 2.2 of thi s Section where all surfaces of generic types specified are specified for preparation and painting according to their status, intended function, and location, using the painting system for that surface, function, and location as specified, unless specifically identified on the Drawings as a surface not to receive specified painting system. 3181029 a . All new and specifically identified existing surfaces and items except where the natural finish of the material is specified as a corrosion-resistant material not requiring paint; or is specifically indicated in the Contract Documents as a surface not to be painted. Where items or surfaces are not specifically mentioned, paint them the same as adjacent similar materials or areas . b . Mechanical and process items to be painted include: 1) Piping, pipe insulation, pipe hangers, and supports, including electrical conduit. 2) Motors, mechanical equipment, and supports. 3) Accessory items . c. Surface preparation and painting of all new and specifically identified existing items, both interior and exterior, and other surfaces, including items furnished by OWNER, are included in the Work, except as otherwise shown or specified. d . Removal of all substances, top coats, primers and all intermediate coats of paint and other protective or decorative coatings on those items and surfaces to remain that are identified to receive a painting system under thi s Section, to provide surfaces acceptable for application of painting specified. e . Approved stepped-down mock-ups for all painting systems showing all components of the surface preparation and paint system application b e fore start of Work. Check all dry film thicknesses ; demonstrate methods of surface preparation, and methods of application, and obtain ENGINEER's approval of colors and textures to be used in the Work. 09900 -1 09 /23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) B. Coordination : 1. Review installation, remo val , and demolition procedures under other Sections and coordinate them with the Work specified in this Section. 2. Coordinate painting of areas that will become inaccessible once equipment, laboratory furniture , lockers and similar fixed items have been installed. 3. Coordinate primers with finish paint materials to provide primers that are compatible with finish paint materials . Review other Sections and other contracts where primed surfaces are provided , to ensure compatibility of total painting system for each surface. CONTRACTOR is responsible for coordinating compatibility of all shop primed and field painted items in other Sections and in general contract and other contracts. 4. Furnish information to ENGINEER on characteristics of finish materials proposed for use and ensure compatibility with prime coats used. Provide barrier coats over incompatible primers or remove and repaint as required. Notify ENGINEER in writing of anticipated problems using specified painting systems with surfaces primed by others. Reprime equipment primed in factory and other factory-primed items that are damaged or scratched . C. Related Sections: 1. Section 09800, Chemical Resistant Concrete Coating. D . Work Not Included:The following Work is not included as painting Work, or are included under other Sections or in other contracts : 1. Shop Priming: Shop priming of structural metal, miscellaneous metal fabrications, other metal items and fabricated components such as shop-fabricated or factory - painted process equipment, plumbing equipment, heating and ventilating equipment, electrical equipment, and accessories shall conform to applicable requirements of this Section but are included under other Sections or in other contracts . 2. Pre-finished Items : a. Items furnished with such finishes as baked-on enamel, porcelain, and polyvinylidene fluoride shall only be touched up at Site by CONTRACTOR using manufacturer's recommended compatible field-applied touchup paint. b. Items furnished with finishes such as chrome plating or anodizing . 3. Concealed Surfaces: Non-metallic wall or ceiling surfaces in areas not exposed to view, and generally inaccessible areas, such as furred spaces, pipe chases, duct shafts, and elevator shafts. 4 . Concrete surfaces below ground elevation, unless otherwise shown or specified. 5. Concrete floors, unless specifically shown as a surface to be painted . 6. Face brick, glazed structural tile, and prefaced, ground-faced or split-faced concrete unit masonry. 7. Exterior face of architectural precast concrete. 8. Collector bearings, shafts and chains, wood flights, wood stop logs, and wood or fiberglass baffles. 9. Corrosion-Resistant Metal Surfaces : Where the natural oxide of item forms a barrier to corrosion, whether factory-or Site-formed , including such materials as copper, bronze , muntz metal , terne metal, and stainless steel. 10 . Operating Parts and Labels : 3181029 09900-2 09 /23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Jun ction Box Rehabilitatio n Proj ects Painting (Part II) a. Do not paint moving parts of operating units, mechanical and electrical parts such as valve and damper operators , linkage s, sensing devices , interior of motors , and fan shafts. b . Do not paint over labels required by governing authorities ha ving jurisdiction at Site , or equipment identification, performance rating , nameplates , and nomenclature plates. c . Cover moving parts and labels during the painting with protect ive masking . Remove all protective masking upon completion of Work. Remo ve all paint , coatings, and splatter that comes in contact w ith such labels. 11 . Structural and miscellaneous metals covered with concrete need not receive primers, intermediate, or finish coats of paint. 12 . Existing structures, equipment, and other exi sting surfaces and items unles s otherwise shown or specified. E. Description of Colors and Finishes: 1. Color Selection: a . A maximum of four ( 4) different colors will be selected by ENGINEER in addition to color coding of pipelines, valves, equipment , ducts, and electrical conduit. b. ENGINEER reserves the right to select non-standard colors for pa int systems specified within ability of paint manufacturer to produce such non-s tandard colors . Provide such colors at no additional expense to OWNER . 2 . Color Coding of Pipelines, Valves, Equipment, and Ducts : a . In general , color-coding of pipelines, valve s, equipment and duct s shall comply with applicable standards of ANSI Al 3.l , ANSI Z535.l and 40 CFR 1910 .144 . Provide color-coding for pipelines per Table 09900-B , P ipeline Color Table. b. For equipment on roofs or exposed to view, such as on exteri or building facades and in offices and lobbies , color shall be selected by ENGINEER. 3. Color Coding of Pipelines and Equipment : 3181029 a . Finish coats of paint for pipelines and equipment shall be coded in basic colors . Colors shall be brilliant, distinctive shades matching th e follo wing safety and pipeline colors per ANSI Z535.l , Recommended Standards for Water Works; Recommended Standards for Wastewater Facilit ies , color specifications for safety colors and other primary colors : TABLE 09900-A TABLE OF STANDARD COLORS Aqua Black Blue Brown Charcoal Dark Blue Dark Brown Designation* Aqua Sky: 1 OGN Black; 35GR True/Safety Blue; 11 SF Terra Cotta; 07RD Deep Space ; GR34 Old Glory Blue ; 78BL Medium Bronze ; 85BR 09900-3 09/23 /10 City of Fort Worth -Village Creek W astewater Treatment Pl ant Part I -Modifi cations to Bar Screen Bu ild ing No. 3 and P art II -Junction Box Rehabil itati on P rojects P aint in g (Part II ) 3181029 Dark Gray Gray Green Light Blue Light Brown Light Gray Light Green Olive Orange Red White Yellow Blackthorn; GR3 l Gray-ANSI 61 ; 33GR Sp earmint/Safety Green ; 09SF Fontainebleau; 25BL Twine; 68BR Light Gray; 32GR Misty Jade ; GB38 Clover; 11 OGN Tangerine/Safety Orange ; 04SF Candy Apple/Safety Red ; 06SF White ; llWH Lemon/Safety Yell ow; 02SF ·color designations are provided per Tnemec Company , Inc. paint color numbers and are provided as a standard of quality; equivalent colors matching these colors are acceptable. Provide with Shop Drawing submittal direct color comparisons of color numbers available from manufacturer submitted . b . General Color Code: Unless otherwise specified, use the following color code: TABLE 09900-B PIPELINE COLOR TABLE Pipeline WATER Air Conditioning Water Backwash Water Bearing Cooling Water Building Heating Water Chilled Water Return Chilled Water Supply Circulating Water City Water Clarified Water Cold Water Condenser Water Cooling Water Dangerously Hot Water Deionized Water Digester Heating Water Dilution Water Distilled Water Domestic Hot Water Drinking Water Effluent Water Engine Jacket Water 09900 -4 Color Blue Light Brown Blue Blue/Red Bands Blue Blue Blue Blue Aqua Blue Blue Blue Charcoal Blue Blue/Red Bands Blue Light Blue Blue/Red Bands Li ght Blue Light Blue Blue 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 3181029 Engine Cooling Water Filtered Water Finished Water Fire Water Flushing Water High Pressure Water Hot Water Return Hot Water Supply Hydraulic Control Water Ice Water Make-Up Water Non-Potable Water Plant Water Potable Water Pump Flushing Water Raw Water Return Chilled Water Supply River Water Seal Water Settled Water Sludge Heating Water Spray Water Sprinkler Water Standpipe Water Treated Water Unsafe Water Waste Water Well Water STEAM Exhaust Steam High Pressure Steam Low Pressure Steam Medium Pressure Steam AIR AND GAS Argon Acetylene Ammonia Blower Air Butane Carbon Dioxide Chlorine Gas City Gas Compressed Air Defoamant 09900-5 Blue Dark Blue Dark Blue Red Blue Blue Blue/Red Bands Blue/Red Bands Blue Blue Blue Blue/Black Bands Gray Dark Blue Gray Olive and Green Blue Gray Blue Aqua Blue/Red Gray Red Red Blue Red Gray Blue Yellow Yellow Yellow Yellow Red Red Red Green Red Red Yellow Red Dark Green Red 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No. 3 and Part II -Junction Box Rehabilitation Proj ects Painting (P art II) 3181029 Engine Air Exhaust Silencer Blowoff Freon Fuel Gas Furnace Stack Gas Helium High Pressure Air Hydrogen Inert Gas Instrument Air Intake Air Low Pressure Air Low Pressure Gas Mixed Gas Natural Gas Nitrogen Oxygen Ozone Propane Gas Service Air Sludge Gas, H.P . Sludge Gas, L.P. Soot Blower Air Starting Air Vacuum Waste Gas Water Gas FUELS AND LUBRICANTS Blower Lube Diesel Fuel Oil Engine Lube Fuel Oil Fuel Oil Fill High Pressure Lube Oil Hydraulic Fluid Gasoline Grease Kerosene Lube Oil Lube Oil Fill Waste Oil CHEMICALS Acetone Acid 09900-6 Green Green Red Red Yellow Red Green Red Red Green Green Green Red Red Red/Black Bands Red Red Yellow/Orange Bands Red Green Red Red Green Green Green Red Red White Yellow White Yellow Yellow White White Yellow White Yellow White White White Yellow Yellow 09 /23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehab ili tation Projects Painting (Part II) 3181029 Alum Ammonia Carbon Carbon Slurry Caustic Caustic Soda Chlorine Liquified Chlorine Solution Ferric Chloride Fluoride Hydrogen Peroxide Lime Lime Slurry Liquid Polymer "A" Liquid Polymer "B" Phosphate Polymer Feed Polyelectrolyte Solution Potassium Permanganate Soda Ash Sodium Hypochlorite Sulfur Dioxide Sulfur Dioxide Sulfuric Acid PROCESS Ash Conveying Air Ash Water Centrate Clarifier Drains Combined Sludge Concentration Tank Drains Concentration Tank Vent Digested Sludge Digester Tank Drains Digester Tank Overflow Disinfectant Excess Activated Sludge Filtrate Frit Floor Drains Fly Ash Gravity Thickener Overflow Grit 09900 -7 Orange White Black Black Yellow/Green Bands Yellow Yellow Yellow Yellow Light Blue/Red Bands Light Green Light Green Light Green Yellow Yellow Lt. Green/Red Bands Orange/Green Bands Yellow Violet Lt. Green/Orange Bands Yellow Lt. Green/Yell ow Bands (Water Treatment Plant) Yellow/Red Bands (Wastewater Treatment Plant) Yellow/Red Bands Black Black Gray Gray Brown Brown Brown Brown Brown Brown Gray Brown Gray Black Gray Black Brown Black 09/23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) Modified Sludge Mixed Liquor Mixed Sludge Primary Sludge Raw Sludge Recirculated Digester Sludge Return Activated Sludge Scavenger Waste Scrubber Drains Scum Settling Tank Drains Secondary Sludge Sewage Sewage Sampling Line Skimmings Sludge Sludge Drawoff Sludge Recirculation Discharge Sludge Supernatant Soda Ash Storage Tank Overflow Storage Tank Drains Storm Drains Sump Drains Thermal Cond. Thickener Overflow Thickener Effluent Line Thickened Sludge Thickener Tank Drains Waste Activated Sludge Waste Backwash Wet Ash VENTS Concentration Tank Vent Digester Tank Vent High and Low Temperature Thickener Tank Vent Brown Brown Brown Brown Brown/Black Bands Brown/Yell ow Bands Brown Brown Gray Black Gray Brown Dark Gray Dark Gray Black Dark Brown Brown/Orange Bands Brown Black Black Brown Gray Gray Gray Black Gray Brown Brown Brown Light Brown Black Brown Brown Yellow Brown c. Color of final coats shall match as closely as possible, without custom blending, color tabulated for specific pipeline service. 4 . After approval by ENGINEER of colors and Shop Drawings and prior to commencing painting Work, ENGINEER will furnish color schedules for surfaces to be painted . F. Abbreviations and Symbols: 1. Abbreviations and symbols used in painting systems are explained in Article 2.2 of this Section and provide information on generic composition of required materials, 3181029 09900-8 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) manufachrrers , number of coats and dry mil film thickness per coat (DMFTPC), and coverage for determining required number of gallons for the Work. 1.2 REFERENCES A. Referenced Standards: Standards referenced in this Section are : 1. ANSI A 13 .1, Scheme for Identification of Piping Systems . 2. ANSI 2535.1, Safety Color Code . 3. ANSI/NSF Standard 60, Drinking Water Treatment Chemicals -Health Effects . 4. ANSI/NSF Standard 61, Drinking Water System Components -Health Effects. 5. ASTM DI6, Terminology for Paint, Related Coatings , Materials and Applications. 6. ASTM D2200, Pictoral Surface Preparation Standards for Painting Steel Surfaces . 7. ASTM D4258, Practice for Surface Cleaning Concrete for Coating. 8. ASTM D4259, Practice for Abrading Concrete . 9. ASTM D4262, Testing Method for pH of Chemically Cleaned or Etched Concrete Surfaces . 10 . ASTM D4263, Test Method for Indicating Moishrre in Concrete by the Plastic Sheet Method. 11. ASTM D4285, Test Method for Indicating Oil or Water in Compressed Air. 12 . ASTM D4417, Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel. 13. ASTM D4541, Test Methods for Pull-Off Strength of Coatings Using Portable Adhesion-Testers. 14. ASTM E329, Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction . 15 . A WW A C652, Disinfection of Water-Storage Facilities . 16 . AWWA DI02, Coating Steel Water-Storage Tanks. 17 . Green Seal, Inc. Paint, (GS-11). 18 . Great Lakes Upper Mississippi River Board of Public Health and Environmental Managers (GLUMRB), Recommended Standards for Water Works . 19. GLUMRB, Recommended Standards for Wastewater Facilities. 20 . National Association of Piping Fabricators, NAPF 500-03, Surface Preparation Standard For Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings And/or Special Internal Linings . 21. Ozone Transport Commission, (OTC), OTC Model Rule for Architechrral and Industrial Maintenance Coatings. 22. SSPC PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 23. SSPC SP 1, Solvent Cleaning. 24. SSPC SP 3, Power Tool Cleaning. 25. SSPC SP 6, Commercial Blast Cleaning. 26. SSPC SP 10 , Near-White Blast Cleaning. 27. SSPC SP 11, Power Tool Cleaning To Bare Metal. 28 . SSPC VIS 1, Visual Standard for Abrasive Blast Cleaned Steel. 29 . SSPC VIS 2, Method of Evaluating Degree of Rusting/Painted Steel Surfaces. 30. SSPC Volume 2, Systems and Specifications. 31. U.S. Green Building Council, "LEED Reference Guide ," Version 2 .2, Credit 4 .2 . 1.3 DEFINITIONS 3181029 09900-9 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatm ent Plant Part I -Modification s to Bar Scree n Bui ldin g No . 3 and P art II -Juncti on B ox Rehab ilitation Projects Painting (Part II) A. Standard coating terms defined in ASTM D 16 apply to this Section , including: 1. Paint: Pretreatment and all painting system material s, such as primer, emulsion , enamel , organic/inorganic polymer coating, stain sealer and filler, and other applied materials whether used as prime , filler , intermediate , or finish coats . 2 . Exposed : All items not covered with cement plaster, concrete , or fireproofing . Items covered with these materials shall be provided with specified primer only , except where specified as a surface not to be painted. Exposed-to-view surfaces include areas visible after permanent or built-in fixtures , convector covers, ceiling tile, covers for finned tube radiation, grilles , and similar covering products are in areas scheduled to be painted . 3. LEED Compliant: As defined by the U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED), means interior field-applied coatings that shall have a maximum volatile organic compound (VOC) and chemical content as listed in Green Seal, Inc . Paints (GS-11). 4. Low VOC : All interior and exterior field-applied coatings that have maximum VOC content as listed in OTC Model Rule for Architectural and Industrial Maintenance Coatings. 5. OTC : Ozone Transport Commission, which recommends standard VOC content levels in several Northeastern and Mid-Atlantic states . 1.4 QUALITY ASSURANCE A. Applicator Qualifications: I . Engage a single applicator that regularly performs installation of paint materials , with documented skill and successful experience in installing types of products required and that agrees to employ only trained, skilled tradesmen who have successful experience in installing types of products specified . 2 . . Submit name and qualifications to ENGINEER along with following information for at least three successful , completed projects : a . Names and telephone numbers of owner and design professional responsible for project. b. Approximate contract cost of paint products. c. Amount of area painted . 3. Submit to ENGINEER proof of acceptability of applicator by manufacturer. B. Testing Agency Qualifications: Provide an independent testing agency for testing specified in this Section. Testing agency shall be selected by OWNER and paid for by CONTRACTOR. When requested , submit documentation demonstrating to satisfaction of ENGINEER, that te sting agency has experience and capability to satisfactorily conduct testing required without delaying the Work, in accordance with ASTM E329 . C. Source Quality Control: I . Obtain materials from manufacturers that will pro vide services of a qualified manufacturer 's representative at Site at commencement of painting Work, to advise on products, mock-ups , installation, and finishing technique s and , at completion of Work, to advise ENGINEE R on acc eptability of completed Work and during th e course of th e Work as may be re ques ted by ENGINEER . 3181029 09900 -10 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 2. Certify long-term compatibility of all coatings with surfaces . 3. Do not submit products that decrease number of coats, surface preparation , or generic type and formulation of coatings specified. Products exceeding VOC limits and chemical content specified will not be approved. 4. ENGINEER may review manufacturers' recommendations concerning methods of installation and number of coats of paint for each painting system. CONTRACTOR shall prepare construction costs based on painting systems, number of coats, coverage's and installation methods specified . 5. Submit "or equal" products, when proposed, with direct comparison to products specified, including information on durability, adhesion, color and gloss retention , percent solids , VOC's grams per liter, and recoatability after curing . 6. "Or equal" manufacturers shall furnish same color selection as manufacturers specified, including intense chroma and custom pigmented colors in all painting systems . 7. Color Pigments: Provide pure, non-fading, applicable types to suit surfaces and services to be painted . Comply with: a. Lead and Chromate: Lead and chromate content shall not exceed amount permitted by authorities having jurisdiction. b. Areas subject to hydrogen sulfide fume exposure will be identified by ENGINEER. Through CONTRACTOR, paint manufacturer shall notify ENGINEER of colors that are not suitable for long-term color retention in such areas. c. Manufacturer shall identify colors that meet the requirements of authorities having jurisdiction at Site for use in locations subject to contact with potable water or water being prepared for use as potable water. d . Comply with paint manufacturer's recommendations on preventing coating contact with levels of carbon dioxide and carbon monoxide that may cause yellowing during application and initial stages of curing of paint. 8. Obtain each product from one manufacturer. Multiple manufacturing sources for the same system component are unacceptable. 9 . Certify product shelf life history for each product source for materials manufactured by the same manufacturer, but purchased and stored at different locations or obtained from different sources . 10. Constantly store materials to be used for painting Work between 60 degrees F and 90 degrees F, and per paint manufacturer's written recommendations, for not more than six months . Certify to ENGINEER that painting materials have been manufactured within six months of installation and have not, nor will be, subjected to freezing temperatures . D. Regulatory Requirements: 1. Painting systems for surfaces in contact with potable water, or water being treated for potable use, shall not impart any taste or odor to the water or result in any organic or inorganic content in excess of the maximum allowable contaminant level established by authorities having jurisdiction at Site . Such painting systems shall be approved by the regulatory agency . Revise painting systems specified herein to provide manufacturer's regulatory agency approved painting sys tem( s) where required . 3181029 09900-11 09/23/10 City ofFort Worth -Vi ll age Creek Wastewater T reatment P lant P art I -Mo difi cation s to Bar Screen Buil di ng No . 3 and P art II -Junction Box Reha bilitation Projects Painting (P art II ) 2 . Comply with VOC content limits of OTC Model Rule for Architectural and Industrial Maintenance Coat ing s: a . Industrial Maintenance Coatings : 340 grams per liter. b. Interior and Exterior Non-Flat Coatings: 250 gram s per liter. 3. Comply with the follo wing : a . 29 CFR 1910.144 , Safety Color Code for Marking Physical Hazards . b . 40 CFR, Subpart D-2001 , National Volatile Organic Compound Emis sion Standards for Architectural Coatings. c . Resource Conservation and Recovery Act of 1976 (RCRA). d. SW-846 , Toxic Characteristic Leaching Procedure {TCLP). E. Stepped-down Mock-ups : 1. Demonstrate installation of specified painting systems on actual wall surfaces and building components at locations selected by ENGINE ER. 2 . Provide 4-foot by 8-foot stepped-down sample area for each painting system. Prior to application of painting system, but after ENGINEER's approval of the components of each painting system, apply a 4-foot wide sample of each operation and application step required by this Section and specified manufacturer 's written application recommendations. Show each application step as a 2-foot long section that shall remain exposed to demonstrate work performed in that step . Continue application procedures until topcoat is provided . Topcoat shall be a minimum of two feet long . When completed , finished mock-up for each paint system shall reveal each step and each coat of paint required for paint system with 2-foot wide strips revealing Work performed to prepare surface and apply each coat. Lengthen overall mock-up as required to completely demonstrate each painting sy stem. Use tinted shades differing from coat to coat for each component of each painting system. 3. ENGINEER may approve or disapprove each component of each painting system on an individual component basis . 4 . Painting Work that does not meet standard approved on sample areas shall be removed and replaced. 5. Painting Work advanced without approved mock-ups shall stop , and mock-up s prepared for approval by ENGINEER. 1.5 SUBMITTALS A. Action Submittals: 1. Shop Drawings : Submit the following : 3181029 a. Copies of manufacturer 's techni cal information and test performance data , including paint analysi s, VOC and chemical component content in comparison to maximum allowed by the Contact Documents, and application instructions for each product proposed for use . b. Submit proof of acceptability of proposed application techniques by paint manufacturer selected. c. Copies of CONTRACTOR 's propo sed protection procedure s in each area of the Work explaining methods of protecting adjac ent surface s from splatter, for confining applic ation proc edure s in a manner that allows other work adjacent to surface pre paration and painting Work to procee d safel y and 09900-1 2 09/23 /10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) without interruption, and for maintaining acceptable application, curing, and environmental conditions during and after painting systems application. d. List each material and cross-reference to the specific painting system and application, including a list of site-specific surfaces to which painting system will be applied. Identify by manufacturer's catalog number and general classification. State number of gallons of each product being purchased for delivery to Site and square foot area calculated to be covered by each painting system specified based on theoretical loss of 20 percent. Where actual area to be covered by paint system exceeds area submitted to ENGINEER for that system, proof of additional material purchase shall be provided to ENGINEER. Calculated coverage shall be as specified for each component of each painting system specified . This requirement does not take precedence over CONTRACTOR's responsibility to provide dry film thickness required for each component of each painting system. e. Identify maximum exposure times allowable for each paint system component before next coat of paint can be applied . Submit proposed methods for preparing surfaces for subsequent coats if maximum exposure times are exceeded. f. Information on curing times and environmental conditions that affect curing time of each paint system component and proposed methods for accommodating variations in curing time. Identify this information for each painting system in the Work. g. Specification for spray equipment with cross-reference to paint manufacturer's recommended equipment requirements . 2. Samples: Submit the following : a. Copies of manufacturer's complete color charts for each coating system. b . Mock-ups specified for the Site. B. Informational Submittals: 1. Certificates: Submit the following: a . Certificate from paint manufacturer stating that materials meet or exceed Contract Documents requirements . b. Evidence of shelf life history for all products verifying compliance with the requirements of the Contract Documents. c. CONTRACTOR shall provide notarized statement verifying that all painting systems are compatible with surfaces specified. All painting systems components shall be reviewed by an authorized technical representative of paint manufacturer for use as a compatible system . Verify that all painting systems are acceptable for exposures specified and that paint manufacturer is in agreement that selected systems are proper, compatible, and are not in conflict with paint manufacturer's recommended specifications . Show by copy of transmittal form that a copy of letter has been transmitted to paint applicator. 2 . Test Reports: Submit the following: 3181029 a. Certified laboratory test reports for required performance and analysis testing in compliance with ASTM E329. b. Adhesion testing plan and procedures . 09900-13 09/23 /10 City of Fort Worth -Vi llage Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Buil ding No . 3 and Part II -Jun ction Box Rehabil itation Projects Painting (Part II) c. Results of adhesion testing on existing surfaces containing paints or other coatings to be topcoated with paint systems specified . Prior to adhesion testing, submit a testing plan establishing methods, procedures and number of tests in each area where existing coatings are to remain and become substrate for painting Work. Based on results of adhesion testing , recommend methods, procedures , and painting system modifications , if necessary, for proceeding with Work. d. Locations of and test methods for soil sampling before beginning Work and after Substantial Completion. e . Proposed methods for testing, handling, and disposal of waste generated during Work. f. Results of alkalinity and moisture content tests performed in accordance with ASTM D4262 and ASTM D4263 . g. Results of tests of film thickness, holidays, and imperfections . 3 . Manufacturer's Instructions: Provide paint manufacturer's storage, handling, and application instructions prior to commencing painting Work at Site. 4 . Manufacturer's Site Reports: Provide report of paint manufacture's representative for each visit to Site by paint manufacturer's representative. 5. Special Procedure Submittals : Submit the following: a. Proposed protection procedures for each area of Work, explaining methods of protecting adjacent surfaces from splatter, for confining application procedures in a manner that allows other work adjacent to surface preparation and painting Work to proceed safely and without interruption . b. Site-specific health and safety plan. c. Procedures for maintaining acceptable application, curing and environmental conditions during and after painting systems application. d . Procedures for providing adequate lighting, ventilation, and personal protection equipment relative to painting Work. 6. Qualifications: Submit qualifications data specified in Article 1.4 of this Section for the following: a . Applicator. b. Testing laboratory C. Closeout Submittals: 1. Maintenance Manual: Upon completion of the pamtmg Work , furnish ENGINEER five copies of detailed maintenance manual including the following information: a. Complete and updated product catalog of paint manufacturer 's currently available products including complete technical information on each product. Identify product names and number s of each product used in the painting Work. b . Name, address, e-mail address and telephone number of manufacturer, local distributor, applicator and technical representative . c. Detailed procedures for routine maintenance and cleaning. d. Detailed procedures for light repairs such as dents , scratches and staining . 2. Statement of Application: Upon completion of the painting Work , submit a notarized statement to ENGINEER signed by CONTRACTOR and painting applicator stating that Work complies with requirements of the Contract 3181029 09900-14 09 /2 3/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) Documents and that application methods, equipment, and environmental conditions were proper and adequate for conditions of installation and use. 1.6 DELNERY. STORAGE. AND HANDLING A. Product Delivery Requirements : Deliver products to Site in original, new, and unopened packages and containers, accurately and legibly and accurately labeled with the following: 1. Container contents, including name and generic description of product. 2. Manufacturer's stock number and date of manufacture . 3 . Manufacturer's name . 4. Contents by volume, for major pigment and vehicle constituents. 5. Grams per liter of volatile organic compounds . 6. Thinning instructions, where recommended . 7. Application instructions. 8. Color name and number. B. Product Storage Requirements: 1. Store acceptable materials at Site. 2. Store in an environmentally controlled location as recommended in paint manufacturer's written product information . Keep area clean and accessible. Prevent freezing of products . 3. Store products that are not in actual use in tightly covered containers. 4 . Comply with health and fire regulations of authorities having jurisdiction at Site . C. Product Handling Requirements : 1. Handle products in a manner that minimizes the potential for contamination, or incorrect product catalyzation. 2 . Do not open containers or mix components until necessary preparatory work has been completed and approved by ENGINEER and painting Work will start immediately. 3. Maintain containers used in storing, mixing, and applying paint in a clean condition, free of foreign materials and residue . 1. 7 SITE CONDITIONS A. Site Facilities : 1. Supplemental heat sources, as required to maintain both ambient and surface temperatures within range recommended by paint manufacturer for paint system application, are not available at Site . 2. Provision of supplemental heat energy sources , power, equipment, and operating, maintenance and temperature monitoring personnel is responsibility of CONTRACTOR. 3. Do not use heat sources that emit carbon dioxide or carbon monoxide into areas being painted . Properly locate and vent such heat sources to exterior such that paint systems are unaffected by exhaust. B. Existing Conditions : 3181029 09900-15 09/23/10 City of Fort Worth -Vi ll age Creek Wastewater Treatment Plant P art I -Modifi cati ons to Bar Screen Building N o . 3 and P art II -Juncti on Box Reha bilitation Projects Painting (Part II) 1. Existing surfaces to receive painting Work shall be surface-prepared to meet requirements of painting systems specified . Prior to commencing painting Work, perform adhesion tests on existing surfaces to be painted . Perform testing per ASTM D454 l or other method acceptable to ENGINEER. Number and location of te st s shall be sufficient to determine condition of existing coatings and suitability of existing coatings to remain to provide acceptable substrate for new coatings. Submit testing plan prior to testing and provide ENGINEER a copy of adhesion test results . 2 . Provide abrasive blasting, scraping, or other abrading or surface film removal, or preparatory techniques accepted by ENGINEER. 3 . Before commencing painting in an area, surfaces to be painted and floors shall be cleaned of dust using commercial vacuum cleaning equipment equipped with high- efficiency particulate air (HEPA( filters and dust containment systems. 3181029 09900-16 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) C. Environmental Requirements: 1. Apply water-base paints when the temperature of surfaces to be painted and ambient air temperatures are between 55 degrees F and 90 degrees F, unless otherwise permitted by paint manufacturer's published instructions. 2 . Surfaces to be painted shall be at least 5 degrees F above dew point temperature and be dry to the touch . Apply paint only when temperature of surfaces to be painted, paint products, and ambient air temperatures are between 65 degrees F and 95 degrees F, unless otherwise permitted by paint manufacturer's published instructions. 3. Apply paint system within shortest possible time consistent with manufacturer's recommended curing instructions for each coat. If chemical, salt, or other contamination contacts paint film between coats, remove contamination per SSPC SP 1 and restore surface before applying paint. 4. Do not paint tanks or pipelines containing fluid without specific permission of ENGINEER and only under conditions where "sweating" of outside surface of vessel being painted is not likely to occur within 24 hours of paint application. 5. Do not apply epoxy paints if ambient temperature is expected to go below 50 degrees F within twelve hours of application. Follow manufacturer's instructions when manufacturer's published recommendations require a higher minimum ambient temperature . 6. Do not apply paint in snow, rain, fog, or mist; or when relative humidity exceeds 85 percent. Do not apply paint to damp or wet surfaces or when surfaces will reach dew point due to falling or rising temperatures and humidity conditions during course of paint application, unless otherwise permitted by paint manufacturer's published instructions . 7. Do not paint unacceptably hot or cold surfaces until such surfaces can be maintained within temperature and dew point ranges acceptable to paint manufacturer. Arrange for surfaces to be brought within acceptable temperature and dew point ranges as part of painting Work. 8 . Moisture content of surfaces shall be verified to ENGINEER as acceptable prior to commencement of painting using methods recommended by paint manufacturer. 9. Painting may be continued during inclement weather only if areas and surfaces to be painted are enclosed and heated within temperature limits specified by paint manufacturer for application and drying. 10. Provide adequate illumination and ventilation where painting operations are in progress. D. Protection: 1. Cover or otherwise protect finished work of other trades and surfaces not being painted concurrently, or not to be painted. 2. During surface preparation and painting, facility shall remain in operation. Use procedures that prevent contamination of process or cause or require facility shutdown. 3. Coordinate and schedule surface preparation and painting to avoid exposing personnel to hazards associated with painting Work. Provide required personnel safety equipment per requirements of authorities having jurisdiction at Site. 3181029 09900-17 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and P art II -Jun ction Box Rehabilitation Projects Painting (Part II) 4. Submit protection procedure s to be employed. Do not begin surface preparation and painting Work until ENGINEER accepts protection techniques proposed by CONTRACTOR. 5. When working with flammable materials, provide fire extinguishers and post temporary signs warning against smoking and open flame. 1.8 MAJNTENANCE A. Extra Materials : Furnish, tag , and store an additional one percent by volume of all coatings and colors installed. Provide a minimum of one gallon of each coating and color. Store in unopened containers as specified until turned over to OWNER. PART 2-PRODUCTS 2.1 PAINTING SYSTEM MANUFACTURERS A. Products and Manufacturers: Where referenced under painting systems provide products manufactured by the following: 1. Tnemec Company, Inc . {TCI). 2. The Carboline Company, part of StonCor Group, an RMP Company (TCC). 3. Sherwin-Williams Company (SWC). 4. Benjamin Moore & Company (BMC). 5. ICI Paints (ICI). 6. Righter Group Inc . (RGI) 7. Duron Inc . (DI) 2.2 PAINTING SYSTEMS · A. New and Existing Cast-In-Place Concrete Walls (except walls within height of chemical containment wall areas), Columns, Underside of Roof Slabs and Beams, Architectural Precast Concrete; Moderate Corrosion and Abrasion-Resistant, Non-Submerged, Interior: 1. Surface Preparation: Refer to Paragraphs 1.5.A .2, 3.2 .A ., 3.2.B .3., 3.2.B.5., 3.2 .B.6 ., and 3 .2.B.7 ofthis Section. 2. Filler, Surfacer and Patching Compound : 3181029 a. Generic Components : I) Minimum 100 percent solids, epoxy modified cement; 40 grams per liter voe, maximum. b. Products and Manufacturers: Provide one of the following: I) Series 218 MortarClad and Series 219 MortarCast {TCI); Carboguard 501 /510 (TCC); Cor-Cote Epoxy Polymer Concrete or TPM 721 Repair and Leveling Mortar (SWC): One coat, hand troweled-in-place up to two inches deep for patching and applied 1/16-inch thick continuously over all surfaces specified to receive this painting system, 20 square feet per gallon (excluding patched areas); and provided in sufficient additional quantity to bring all surfaces to a smooth, uniform continuously coated plane, of thickne ss specified . 09900-18 09 /2 3/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitatio n Projects Painting (Part II) 3. Primer/Intermediate: a. Generic Components: 1) Minimum 42 percent solids, waterborne acrylic epoxy; 240 grams per liter voe, maximum. b. Products and Manufacturers: Provide one of the following : 1) Series 113 H.B . Tneme-Tufcoat (TCI); Sanitile 255 (TCC); Epo-Plex Multi-Mil (SWC): Two coats , 5.0 dry mils , per coat. 4. Finish: Gloss : a. Generic Components : 1) Minimum 42 percent solids, waterborne acrylic or water-based epoxy; 285 grams per liter voe, maximum. b . Products and Manufacturers : Provide one of the following: 1) Series 114 Tneme -Tufcoat UR (TCI); Sanitile 255 (TCC); Waterborne Epoxy 3479 (SWC): One coat , 2.0 to 3.0 dry mils. B. New and Existing Cast-In-Place Concrete Walls (except walls within the height of chemical containment wall areas), Columns, Underside of Roof Slabs and Beams, Architectural Precast Concrete; Non-Submerged, Interior: 1. Surface Preparation: Refer to Paragraphs 1.5 .A.2., 3.2.A., 3.2.B.3 ., 3.2 .B.5., 3.2.B.6. and 3.2 .B.7 . 2. Filler, Surfacer and Patching Compound: a. Generic Components: 1) Minimum 100 percent solids, epoxy modified cement; 40 grams per liter voe, maximum. b. Products and Manufacturers : Provide one of the following: 1) Series 218 MortarClad and Series 219 MortarCast (TCI); Carboguard 501/510 (TCC); Cor-Cote Epoxy Polymer Concrete or TPM 721 Repair and Leveling Mortar (SWC): One coat, hand troweled-in-place up to two inches deep for patching and applied 1/16-inch thick continuously over all surfaces specified to receive this painting system, 20 square feet per gallon ( excluding patched areas); and provided in sufficient additional quantity to bring all surfaces to a smooth, uniform continuously coated plane, of thickness specified. 3. Primer/Intermediate: a. Generic Components: 1) Minimum 100 percent volume solids, low-odor, high-build , two - component polyamine or polyamido-amine catalyzed-epoxy primer; 28 grams per liter VOC, maximum . b. Products and Manufacturers: Provide one of the following : 1) Series 201 Epoxoprime (TCI); Carboguard 954 HB (TCC); Cor-Cote HP (SWC): a) Horizontal Surfaces: One coat, 6.0 to 12.0 dry mils. b) Vertical Surfaces : One coat , 4 .0 to 6 .0 dry mils . 4 . Finish: Gloss: 3181029 a. Generic Components: 1) Minimum 80 percent volume solids, high-build, chemical-resistant , high- gloss, modified, polyamine or polyamido-amine catalyzed-epoxy finish; 180 grams per liter VOC, maximum . 09900-19 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction B ox Rehab ilitation Projects Painting (Part II) b . Products and Manufacturers: Provide one of the following : 1) Series 280 Tneme-Glaze (TCI); Carboguard 890 LT (TCC); Cor-Cote HP (SWC): a) Two coats, 3.0 to 6 .0 dry mils, per coat. b) Two coats, 2 .0 to 4.0 dry mils , per coat. C . New and Existing Cast-In-Place Concrete Floors , Walls (Including Walls Within the Height of Chemical Containment Wall Areas, Starting 3.0 Above the Floor), Columns, Underside of Roof Slabs and Beams , Architectural Precast Concrete; In Secondary Containment Areas; Highly Corrosion and Abrasion Resistant, Non-Submerged, Interior: l. Surface Preparation: Refer to Paragraphs l.5.A.2 , 3 .2 .A., 3.2 .B .3 ., 3.2 .B.5 ., 3.2.B.6. and 3.2.B.7 . 2. Filler, Surfacer and Patching Compound: a . Generic Components: 1) Minimum 100 percent solids, epoxy modified cement, 40 grams per liter voe, maximum. b. Products and Manufacturers: Provide one of the following: 1) Series 218 MortarClad and Series 219 MortarCast (TCI); Carboguard 501/510 (TCC ); Cor-Cote Polymer Concrete (SWC): One coat, hand troweled-in-place up to two inches deep for patching and applied 1/16- inch thick continuously over all surfaces specified to receive this painting system, 20 square feet per gallon ( excluding patched areas); and provided in sufficient additional quantity to bring all surfaces to a smooth, uniform continuously coated plane, of thickness specified . 3. Primer: a. Generic Components: 1) Minimum 90 percent solids, fiber reinforced Novolac epoxy or two -part epoxy; 160 grams per liter VOC, maximum. b . Products and Manufacturers: Provide one of the following : 1) Series 275 Stranlok (TCI); Semstone 110 (TCC); Cor-Cote HCR FF (SWC): Two coats, 15 .0 to 20.0 dry mils , per coat. 4. Finish: Gloss: a . Generic Components: l) Minimum 100 percent solids, polyamine Novolac epoxy; 98 grams per liter, voe, maximum. b. Products and Manufacturers : Provide one of the following: 1) Series 282 Tneme-Glaze (TCI); Semstone 145 (TCC); Cor-Cote E.N. 7000 (SWC): One coat, 6.0 to l 0 .0 dry mils. D. New and Existing Concrete Unit Masonry Walls ; Moderate Corrosion and Abrasion Resistant, Non-submerged, Interior: l. Surface Preparation: Refer to Paragraphs 1.5.A.2 ., 3.2.A., 3.2 .B . l., 3.2.B.2 . and 3.2.B .8. 2 . Filler, Surfacer and Patching Compound: 3181029 a . Generic Components : l) Minimum 68 percent volume solids, high-build , three-component, waterborne cementitious acrylic block filler; 75 grams per liter VOC, maximum. 09900-20 09 /23 /10 C ity of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building N o . 3 and Part II -Junction Box Rehab ilit at ion Projects Painting (Part II) b. Products and Manufacturers: Provide one of the following : 1) Series 130 Envirofill (TCI); Sanitile 600 TG (TCC); Cement-Plex 875 (SWC): One coat, 10 to 14 dry mils . 3. Interrnediate/F inish : a Generic Components: 1) Minimum 80 percent volume solids, high-build , chemical-resistant, high- gloss, modified , polyamine or polyamido-amine catalyzed epoxy finish; 180 grams per liter VOC, maximum. b . Products and Manufacturers: Provide one of the following: 1) Series 280 Tn eme-Glaze (TCI); Carboguard 890 LT (TCC); Cor-Cote HP (SWC): a) Horizontal Surfaces: Two coats, 6.0 to 12.0 dry mils, per coat. b) Vertical Surfaces : Two coats , 4.0 to 8.0 dry mils , per coat. E . New and Existing Exterior Cast-In-Place Concrete, Including Water Storage Tanks, Concrete Unit Masonry, and Wood, Smooth Finish ; Above-Grade, Exterior: 1. Surface Preparation: Refer to Paragraphs 1.5.A.2., 3.2.A ., 3.2.B.l., 3.2 .B .2 ., 3.2.B.3 ., 3.2 .B.5 ., 3.2.B .6., 3.2.B.7., 3.2.B.8. and 3.2 .1. 2 . Cast-In-Place Concrete and Unit Masonry Primer: a. Generic Components: 1) Minimum 49 percent volume solids , flexible, high-build , single- component, modified waterborne acrylate coating that can fill and bridge minor hairline cracks ; 96 grams per liter VOC , maximum. b . Products and Manufacturers: Provide one of th e following: 1) Series 156 Enviro-Crete (TCI); Sanitile 100 (TCC); PrepRite Block Filler (SWC): One coat, 6.0 to 8.0 dry mils . 3. Wood Primer: a . Generic Components: 1) Minimum 17 percent volume solids, two-component , waterborne polyamide epoxy or cross-linked, water-based epoxy; 170 grams per liter voe, maximum. b . Products and Manufacturers: Provide one of the following : 1) Series 151 Elasto-Grip (TCI); Sanitile 255 HB (TCC); Loxon Conditioner-White (SWC): One coat, 0 .7 to 1.5 dry mils . 4 . Finish: Matt: a . Generic Components: 1) Minimum 36 percent volume solids , flexible, high-build , single- component, modified waterborne acrylate , acrylic epoxy, or waterborne acrylic coating that can fill and bridge minor hairline cracks ; 138 grams per liter voe, maximum . b . Products and Manufacturers: Provide one of the following: 1) Series 156 Enviro-Crete (TCI); Carbocrylic 3359 (TCC); Epo-Pl ex Multi- Mil Low-Lu ster (SWC): One coat , 6.0 to 8.0 dry mils . F. New and Existing Ferrous Metals , Structural Steel (With or Without Sprayed Fireproofing), Miscellaneous Ferrous Metal s, Exterior Surfaces of Valves, Ext erior Surfaces of Ferrous Piping, and Exterior Surfaces of All Ferrous Metal (Both Exposed and to be Later Covered With Insulation); Non -submerged, Interior: 3181029 09900-21 09 /2 3/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 1. Surface Preparation: Refer to Paragraphs 1.5.A.2 ., 3.2.A., 3.2 .C .1., 3.2.C.2. 2. Shop Primer: a. Generic Components: I) Minimum 67 percent volume solids, build , two-component, cycloaliphatic amine-catalyzed epoxy or polyamido-amine epoxy coating; 250 grams per liter voe, maximum. b . Products and Manufacturers : Provide one of the following : I) Series N69 Hi-Build Epoxoline (TCI); Carboguard 954 HB (TCC); Macropoxy HS Epoxy (SWC): One coat, 4.0 to 6.0 dry mils . 3. Field Primer and Touch-Up: a . Generic Components: 1) Minimum 100 percent volume solids, high-build, two-component, polyamide-catalyzed epoxy; 8 grams per gallon VOC, maximum. b. Products and Manufacturers: Provide one of the following: 1) Series 165 Epoxoline 100 (TCI); Carboguard 954 HB (TCC); Cor-Cote HP (SWC): One coat, 8.0 to 12.0 dry mils. 4. Finish: High-Gloss : a. Generic Components: I) Minimum 80 percent volume solids, high-build, chemical-resistant, high- gloss, modified, polyamine-or polyamidoamine-catalyzed epoxy finish; 25 grams per liter voe, maximum. b. Products and Manufacturers: Provide one of the following: 1) Series 280 Tneme-Glaze (TCI); Carboguard 890 LT (TCC); Cor-Cote HP (SWC): a) Horizontal Surfaces: One coat, 6.0 to 12.0 dry mils. b) Vertical Surfaces: One coat, 4 .0 to 8.0 dry mils. G. New and Existing Ferrous Metals, Structural Steel (With or Without Sprayed Fireproofing), Miscellaneous Ferrous Metals, Exterior Surfaces of Valves, Exterior Surfaces of Ferrous Piping, and Exterior Surfaces of All Ferrous Metal (Both Exposed and to be Later Covered With Insulation); Non-submerged, Interior: I. Surface Preparation: Refer to Paragraphs 1.5.A.2 ., 3.2.A., 3.2.C. l ., 3.2.C.2. 2. Shop Primer/Field Primer and Touch-Up: a. Generic Components: 1) Minimum 67 percent volume solids, build, two-component, polyarnido- amine epoxy coating; 250 grams per liter VOC, maximum . b. Products and Manufacturers: Provide one of the following: 1) Series V69 Hi-Build Epoxoline (TCI); Carboguard 890 LT (TCC); Macropoxy HS Epoxy (SWC): Two coats, 4.0 to 6 .0 dry mils, per coat. 3. Finish: Gloss: 3181029 a . Generic Components: 1) Same as specified above for this system, shop primer/field primer and touch-up. b. Products and Manufacturers : Provide one of the following: 1) Same as specified above for this system, shop primer/field primer and touch-up. a) Horizontal Surfaces: Two coats, 3 .0 to 6.0 dry mils, per coat. b) Vertical Surfaces: Two coats, 2.0 to 4 .0 dry mils , per coat. 09900-22 09/23 /10 City ofFort Worth -Village Creek Wastewater Treatment Pl ant Part I -M odifi cations to Bar Screen Building No . 3 and Part II -Junction B ox Rehabil itati on Projects Painting (Part II) H . New and Existing Ferrous Metals, Non-Ferrous Metals and Exterior Surfaces of Piping; Submerged or Intermittently Submerged, including up to 4.0 above liquid surface; Interior and Exterior: 1. Surface Preparation: Refer to Paragraphs 1.5 .A.2 ., 3 .2.A ., 3.2.C .l., 3 .2 .C.2 ., and 3 .2.E . 2 . Factory Primer: a. Generic Components : 1) Minimum 67 percent solids, two-component, cycloaliphatic amine- catalyzed epoxy or polyamido-amine epoxy ; 334 grams per liter VOC , maximum . b. Products and Manufacturers: Provide one of the following : 1) Series N69 Hi -Build Epoxoline {TCI); Carboguard 954 HB {TCC); Macropoxy HS Epoxy (SWC): One coat, 4 .0 dry mils. 3 . Shop Prime/Touch-Up/Finish, Satin: a . Generic Components: 1) Minimum 100 percent volume solids, high-build, two-component, polyamide-catalyzed epoxy or polyamido-amine epoxy; 10 grams per gallon voe, maximum. b . Products and Manufacturers: Provide one of the following : 1) Series N69 Hi -Build Epoxoline {TCI); Carboguard 890 LT {TCC); Dura- Plate UHS (SWC): Three coats, 8 .0 to 15 .0 dry mils, per coat. I . New and Existing Galvanized Metal , Non-Ferrou s Metal , and Fiberglass; Non - submerged , Interior: 1. Surface Preparation: Refer to Paragraphs 1.5 .A.2 ., 3.2 .A., 3 .2.D., 3.2 .E . and 3.2 .F . 2 . Primer: a. Generic Components: 1) Minimum, 39 percent volume solids single-component, self-cross linking acrylic primer-sealer, 140 grams per liter VOC, maximum . b . Products and Manufacturers: Provide one of the following : 1) Series 115 Uni -Bond DF {TCI); Galoseal Wash Primer (TCC); Pro-Cryl Universal Primer (SWC): One coat, 2 .0 to 4 .0 dry mils. 3 . Finish: Satin: a . Generic Components : 1) Minimum, 41 percent volume solids , single component, self-cross linking acrylic ; 208 grams per liter voe, maxi mum . b. Products and Manufacturers : Provide one of the follo wing : 1) Series 116 Uni -Bond (TCI); Carbocrylic 3359 {TCC); DTM Acrylic Coating (SWC): One coat, 2 .0 to 4 .0 dry mils . J . New and Existing Pipe and Duct Insulation, Cloth , Paper and Canvas Jacketed ; Non- submerged, Interior: I. Surface Preparation: Refer to Paragraphs 1.5 .A.2., 3 .2 .A. and 3 .2 .G . 2 . Primer: a . Generic Components : 3181029 09900-23 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 1) Minimum 38 percent volume solids single-component, self-cross linking acrylic primer-sealer; 159 grams per liter VOC, maximum. b. Products and Manufacturers: Provide one of the following: 1) Series 115 Uni-Bond DF (TCI); Sanitile 120 (TCC); Pro-Cryl Universal Primer (SWC): One coat, 2.0 to 4 .0 dry mils . 3. Finish: Satin: a . Generic Components: 1) Minimum 37 percent volume solids, single component, self-cross linking acrylic; 226 grams per liter VOC, maximum. b. Products and Manufacturers: Provide one of the following: I) Series 116 Uni-Bond (TCI); Carbocrylic 3358 (TCC); Pro-Cry! Universal Primer (SWC): One coat, 2.0 to 4 .0 dry mils. K. New and Existing PVC and CPVC Piping and Fiberglass Insulation Covering; Non- submerged, Interior: I. Surface Preparation: Refer to Paragraphs 1.5.A.2., 3.2.A. and 3.2.F. 2. Primer: a. Generic Components: 1) Minimum 37 percent volume solids single-component, self-cross linking acrylic primer-sealer; 226 grams per liter VOC, maximum. b. Products and Manufacturers: Provide one of the following: 1) Series 115 Uni-Bond DF (TCI); Carbocrylic 3358 (TCC); DTM Acrylic Primer/Finish (SWC): One coat, 2.0 to 4.0 dry mils . 3. Finish: Satin: a. Generic Components: 1) Minimum 37 percent volume solids, single component, self-cross linking acrylic; 226 grams per liter VOC, maximum . b. Products and Manufacturers: Provide one of the following: 1) Series 116 Uni-Bond (TCI); Carbocrylic 3358 (TCC); DTM Acrylic Primer/Finish (SWC): One coat, 2.0 to 4.0 dry mils . 2.3 CALKING AND SEALANTS A. Refer to Section 07920, Calking and Sealants . 2.4 INSTRUMENTS A. Instruments: 1. Provide one new dry-film thickness gauge for checking film thickness, one holiday detector to detect holidays or holes in the coating, and one set of visual standards to check surface preparation. Calibrate dry film thickness gauge at Site using Bureau of Standards standard shim blocks. After performing testing, furnish instruments and standards to OWNER. 2 . Provide one new dry-film thickness gauge for checking film thickness, one holiday detector to detect holidays or holes in the coating, and one set of visual standards to check surface preparation . Calibrate dry film thickness gauge at Site using Bureau of Standards standard shim blocks. 3181029 09900-24 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 3. OWNER will provide instruments and perform testing for checking film thickness and other tests on coatings. 4. Products and Manufacturers: Provide the following : 3181029 a. Film Thickness Testers: Model FM-ill manufactured by Mikrotest, or equal. b. Holiday detector shall be Model M-1 as manufactured by Tinker & Rasor, or equal. c. Visual Standards: ASTM D2200, Swedish Standards, SSPC VIS 1. 09900-25 09/23/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction Box Rehab ilitation Proj ects Painting (Part II) PART 3 -EXECUTION 3.1 INSPECTION A. Examine areas and conditions under which painting Work is to be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces , or conditions otherwise detrimental to formation of a durable paint film capable of performing in accordance with claims made in paint manufacturer's product literature for surfaces and conditions encountered. C. Do not paint over existing paint where there is no assurance that existing paint will provide an acceptable surface for long-term adherence and durability of painting systems specified or where paint manufacturer requires removal of all existing paint to recommend use of specified painting system. 3.2 SURFACE PREPARATION A. General: 1. Test for moisture content of surfaces before commencement of painting Work. Test for moisture in concrete in compliance with ASTM D4263. Report results to ENGINEER before commencing Work. 2. Prepare existing surfaces to be painted as specified for new surfaces. Submit substitute methods of preparing existing surfaces, when proposed, with Shop Drawing submittal. ENGINEER's acceptance of substitute surface preparation methods does not relieve CONTRACTOR of performance required under the Contract Documents . To provide surfaces acceptable for application of painting system specified: a . Clean and roughen surfaces of existing paint and other decorative or protective toppings on surfaces to remain that are to receive a painting system under this Section . b. Where existing surfaces to be painted have corrosion, peeling paint, or unacceptably adhering coatings, remove all topcoats , primers , and intermediate coats of paint, and other protective or decorative coatings . 3. Perform preparation and cleaning procedures as specified herein and in strict accordance with paint manufacturer's approved instructions for each surface and atmospheric condition. 4. Remove hardware , hardware accessorie s, machined surfaces, plates , lighting fixtures, and similar items already in place that do not require field painting, or provide effective surface-applied protection prior to surface preparation and painting. 5. Remove as necessary items that must be field-painted where adjacent surfaces cannot be completely protected from splatter or overspray . Following completion of painting of each space or area, the removed items shall be reinstalled by workers skilled in the trade s involved. 3181029 09900-26 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 6. Clean surfaces to be painted before applying pamtmg system components . Remove oil and grease with clean cloths and cleaning solvents prior to mechanical cleaning . 7. Prepare surfaces that were improperly shop-painted and abraded or rusted shop- painted surfaces as specified . B. Cast-In-Place Concrete, Precast Concrete and Masonry Surfaces: 1. Prepare surfaces of concrete unit masonry to be painted by removing all efflorescence, chalk, dust, dirt, grease, oils , and other contamination using soap and water . Surfaces shall be clean and dry at time of paint system application . 2. Concrete unit masonry that cannot be adequately cleaned using soap and water shall be acid etched with a commercial solution of 15 percent muriatic acid . 3. Prepare and clean cast-in-place concrete and precast concrete surfaces per ASTM D4259 to provide a uniform and continuous anchor profile of approximately one mil. Provide mechanical abrading and abrasive blasting per ASTM D4259 . Use 40 to 80-mesh abrasive and clean, dry , compressed air. Compressed air cleanliness shall be per ASTM D4285. Pressure at blasting nozzle shall not exceed 80 pounds per square inch. Do not concentrate blast on surface; instead, move at a fairly rapid rate to provide a surface free of laitants and contaminants . Provide post- surface preparation cleaning per ASTM D4258 to remove loose material. Surface preparation shall open all surface air holes by removing laitance shoulders surrounding air holes. Vacuum surfaces to remove dust and sand , and wash with potable water. 4. Where paint system is for chemical containment barrier protection, repair cracks and expansion joints in concrete and provide 2-inch radiused cove base fillets at equipment pads and containment walls as part of complete chemical containment paint system Work. Use materials and techniques recommended by manufacturers of the paint and concrete repair products. 5. Remove from cast-in-place concrete fins, projections, and other surface irregularities that would protrude above level of finished intermediate fillers and surfacers . Remove by chipping and scarification by mechanical abrasion . 6. Using specified filler and surfacer, patch cast-in-place concrete and precast concrete surfaces as required to completely fill surface air holes and honeycombing . Level all protrusions, grind filler and surfacing compounds smooth, and level with adjacent surfaces. 7. Perform tests per ASTM D4262 and ASTM D4263 to verify alkalinity and moisture content of surfaces to be painted, and report findings to ENGINEER. If, in ENGINEER's opinion, surfaces are sufficiently alkaline to cause blistering and burning of paint, correct the condition before applying paint. Provide suitable testing materials for alkalinity and moisture tests . Do not paint surfaces where the moisture content exceeds eight percent. 8. Where a concrete unit masonry block filler is specified, spot patch holes and cracks with a putty knife using specified block filler . Apply to large surfaces by airless spray and backroll uniformly using a roller with a synthetic nap cover. Follow with a rubber squeegee to provide a smooth finish . C . Ferrous Metals: 1. Ferrous Metals Except Ductile and Cast Iron : 3181029 09900-27 09/23/10 City of Fort Worth -V illage Creek Wa ste water Treatment Plant P art I -Modifi catio n s to Bar Screen Building No . 3 and Part II -Junct ion Box Reha bilitation Proj ects P ainting (Part II) a. Comply with paint manufacturer 's recommendations for type and size of abrasive to provide a surface profile that meets manufacturer's painting system requirement s for type , function , and location of surface. Verify that paint manufacturer-recommended profiles have been achieved on prepared surfaces. Report profiles to ENGINEER using Test Method C of ASTM D4417 . b . Clean non-submerged ferrous surfaces including structural steel and miscellaneous metal to be shop-primed, of all oil , grease , dirt, mill scale , and other contamination by commercial blast cleaning complying with SSPC SP 6 at time of paint system application, using SSPC VIS 1 as a standard of companson. c . Clean submerged ferrous surfaces including structural steel and miscellaneous metal to be shop-primed of all oil, grease , dirt, mill scale, and other contamination by near-white blasting complying with SSPC SP 10 at time of painting system application, using SSPC VIS 1 as a standard of companson. d . Clean non-submerged, ferrous surfaces that have not been shop-coated of all oil, grease, dirt, loose mill scale, and other contamination by commercial blasting complying with SSPC SP 6 at the time of painting system application, using SSPC VIS 1 as a standard of comparison. e . Clean submerged ferrous surfaces that have not been shop-coated or that have been improperly shop-coated of all oil, grease, dirt, mill scale, and other contamination by near-white blasting complying with SSPC SP 10 at time of painting system application, using SSPC VIS 1 as a standard of comparison. f . Touch-up shop-applied prime coats that have damaged or have bare areas with primer recommended by paint manufacturer after commercial blasting complying with SSPC SP 6 at the time of painting system application, using SSPC VIS 1 as a standard of comparison , to provide a surface profile of not less than one mil. g. Power tool-clean per SSPC SP 3 to remove welding splatter and slag . h. Remove all rust and contamination on exi sting ferrous metals to sound surfaces by power tool-cleaning complying with SSPC SP 11 to provide a surface profile of not less than one mil. 2. Ductile and Cast Iron : 3181029 a . Comply with paint manufacturer's recommendations and NAPF 500-03 for type and size of abrasive to provide a surface profile meeting paint manufacturer's requirements for type, function and location of surface . Verify that paint manufacturer-recommended profiles are achieved on prepared surfaces . b . Clean submerged and non-submerged ductile and cast iron surfaces to be shop-primed of all oil , grease, dirt, mill scale , and other contamination by solvent cleaning and abrasive blasting complying with NAPF 500-03-01 , NAPF 500-03-04 , and NAPF 500-03-05 at time of paint system application . c . Clean submerged ductile and cast iron that have not been shop-coated or that have been improperly shop -coated of all oil , greas e, dirt , mill scale , and other contamination by sol vent cleaning and ab ras ive bla sting complying 09900-28 09 /23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) with NAPF 500-03-01, NAPF 500-03-04, and NAPF 500-03-05 at time of paint system application . f. Touch-up shop-applied prime coats that are damaged or have bare areas with primer recommended by paint manufacturer, after power tooling complying with NAPF 500-03 at the time of painting system application. D. Non-Ferrous Metal Surfaces: Prepare non-ferrous metal surfaces for painting by light whip blasting or by lightly sanding with 60-to 80-mesh sandpaper. E. Galvanized (Zinc-Coated) Surfaces: Prepare galvanized surfaces for painting by lightly sanding with 60-to 80-mesh sandpaper or by light whip blasting. F. PVC and CPVC Piping and Fiberglass: Lightly sand and clean surfaces to be painted. Fiberglass surfaces shall be prepared by solvent washing to remove wax and other contaminants, before abrading surfaces with 60-to 80-mesh sandpaper to provide an anchor pattern with scratches no further apart than 1/16-inch. G. Covering on Pipe Insulation: 1. Remove all oil and surface contaminants as recommended by paint and insulation cover manufacturer for surface and application required. 2. Do not cut or damage insulation and covering. H . Gypsum Wallboard, and Plaster: 1. Patch, sand, and seal rough spots before applying prime coat. Remove all dust and other contaminants prior to painting. 2 . Touch-up suction spots and hot spots with primer before applying finish coats . I. Wood : 1. Clean wood surfaces to be painted of all dirt, oil , or other foreign substances using scrapers, mineral spirits, and sandpaper, as required . Use sandpaper to smooth finished surfaces exposed to view and dust off. 2. Prime, stain, or seal wood required to be painted at Site immediately upon delivery to Site. Prime edges, ends, faces , undersides, and backsides of such wood, including cabinets, counters, cases, paneling and similar items . 3. Backprime paneling or interior partitions only where masonry, plaster, or other wet-wall construction occurs on backside . 4. Seal tops, bottoms, and cut-outs of wood doors with a heavy coat of sealer as recommended by door manufacturer immediately upon delivery to Site . 5. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot sealer before applying priming coat. 6. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood-filler as recommended by manufacturers of paint and filler, sandpaper smooth when dried and dust off. 3.3 PROTECTION OF PROPERTY AND STRUCTURES A. Protect property and structures adjacent to the Work from waste residues resulting from cleaning, surface preparation and paint application . 3181029 09900-29 09 /23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) B. Use shrouding, vacuum blasting, or other approved methods for cleaning and surface preparation of exterior surfaces . C . During blast cleaning and surface preparation of interior and exterior surfaces, control discharge of dust and grit, using shrouding, negative-pressure containment/dust collection systems, or other means to protect adjacent property and structures and prevent dust/grit from escaping. Similarly control removal and temporary storage of residues to protect adjacent property and structures. D . For painting of exterior surfaces, use rollers, shrouding or other approved methods as required to protect adjacent property and structures from wind-blown paint residues. E . Submit proposed procedures for cleaning, surface preparation and paint application describing methods for protecting adjacent property and structures from residues. Do not proceed with cleaning, surface preparation or painting until proposed procedures are approved by ENGINEER. 3.4 MATERJALS PREPARATION A. General : I . Mix and prepare paint products in strict accordance with paint manufacturer's product literature . 2 . Do not mix painting materials produced by different manufacturers , unless otherwise permitted by paint manufacturer's instructions. 3. Where thinners are required, they shall be produced by paint system manufacturer unless otherwise permitted by paint manufacturer's product literature and submitted to and accepted by ENGINEER with Shop Drawings . B. Tinting: 1. Where multiple coats of the same material are to be provided, tint each undercoat a lighter shade to facilitate identification of each coat of paint. 2. Tint undercoats to match color of finish coat of paint, but provide sufficient difference in shade of undercoats to distinguish each separate coat. Provide a code number to identify material tinted by manufacturer. C. Mixing: I . For products requmng constant agitation, use methods in compliance with manufacturer's product literature to prevent settling during paint application. 2 . Mix in containers placed in suitably sized non-ferrous or oxide resistant metal pans to protect floors from slashes or spills that could stain the floor or react with subsequent finish floor material. 3 . Mix and apply paint in containers bearing accurate product name of material being mixed or applied. 4 . Stir products before application to produce a mixture of uniform density and as required during the application . Do not stir into the product film that forms on surface ; instead, remove film and , if necessary, strain product before using . 3181029 09900-30 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) 5 . Strain products requiring such mixing procedures. After adjusting mixer speed to break up lumps and after components are thoroughly blended , strain through 35 to 50-mesh screen before application. 3181029 09900-31 09/23/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Build ing No . 3 and P art II -Junction Box Rehabilitation Proj ec ts Painting (Part II) 3.5 APPLICATION A. General : 1. Apply paint systems by brush, roller, or airless spray per manufacturer's recommendations and in compliance with Paint Application Specifications No. 1 in SSPC Volume 2 , where applicable. Use brushes best suited for type of paint applied . Use rollers of carpet, velvet back, or high pile sheeps wool as recommended by paint manufacturer for product and texture required . Use air spray and airless spray equipment recommended by paint manufacturer for specific painting systems specified. Submit a list of application methods proposed, listing paint systems and location . 2 . Paint dry film thicknesses required are the same regardless of the application method . Do not apply succeeding coats until previous coat has completely dried. 3 . Apply additional coats when undercoats, stains, or other conditions show through final coat of paint, until paint film is uniform finish, color, and appearance, particularly for intense chroma primary colors. Ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners , receive a film thickness equivalent to that of flat surfaces . 4 . Surfaces of items not normally exposed-to-view do not require the same color as other components of system of which they are part, but require the same painting system specified for exposed surfaces of system. 5. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat , non-specular black paint before final installation of registers or grilles. 6. Paint backs of access panels and removable or hinged c overs to match exposed surfaces. 7 . Paint aluminum parts in contact with dissimilar materials with specified paint system . 8 . Paint tops , bottoms, and side edges of doors the same as exterior surfaces . 9. Omit field-applied primer on metal surfaces that have been primed in the shop. Touch-up paint shop-primed coats and pre-finished items only when approved by ENGINEER using compatible primers and manufacturer's recommended compatible field-applied finishes. 10. Welds shall be stripe-coated with intermediate or finish coat of paint after application of prime coat. B. Minimum/Maximum Paint Film Thickness : 1. Apply each product at not less than, nor more than, manufacturer's recommended spreading rate, and provide total dry film thickness as specified. 2 . Apply additional coats of paint if required to obtain specified total dry film thickness . 3 . Maximum dry film thickness shall not exceed 100 percent of minimum dry film thickness, except where more stringent limitations are recommended by paint manufacturer for a specific product. C . Scheduling Surface Preparation and Painting: 1. As soon a s practical after preparation, apply fir st-coat mat erial to surfaces that have been cleaned, pretreated, or otherwi se p repared for painting. Apply first-coat material before sub sequent surface deteri oration due to atmospheric conditions 3181029 09900 -32 09/23 /10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) existing at time of surface preparation and painting. Surfaces that have started to rust before first-coat application is complete shall be brought back to required standard by abrasive blasting. 2 . Allow sufficient time between successive coats to permit proper drying . Do not recoat until paint has dried to where it feels firm, does not deform or feel sticky under moderate thumb pressure and application of another coat of paint does not cause lifting or loss of adhesion to undercoat. 3. Scarify primers and other painting system components by brush-blasting if paint has been exposed for lengths of time or under conditions beyond manufacturer's written recommendations for painting systems required, intended use, or method of application proposed for subsequent coats of paint. 4. Schedule cleaning and painting so that dust and other contaminants from cleaning process do not fall on wet, newly painted surfaces. D. Prime Coats : Recoat primed and sealed walls and ceilings where there is evidence of suction spots or unsealed areas in first coat, to assure a finish coat with no burn-through or other defects caused by insufficient sealing. E. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance, and coverage . F. Brush Application: 1. Brush out and work all brush coats onto surfaces in an even film. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections are unacceptable. Neatly draw all glass and color break lines. 2. Brush-apply primer or first coats, unless otherwise permitted to use mechanical applicators. G. Mechanical Applicators: 1. Use mechanical methods for paint application when permitted by govemmg ordinances, manufacturer, and approved by ENGINEER. 2. Limit roller applications, if approved by ENGINEER, to interior wall finishes for second and third coats. Apply each roller coat to provide the equivalent hiding as brush-applied coats. 3. Where spray application is used, apply each coat to provide equivalent hiding of brush-applied coats. Do not double back with spray equipment for purpose of building up film thickness of multiple coats in one pass. H. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint Work not in compliance with specified requirements as required by ENGINEER. 3.6 FIELD QUALITY CONTROL A. ENGINEER may invoke the following material testing procedure at any time for a maximum of five times during field painting Work: 1. CONTRACTOR shall engage service of an independent testing laboratory to sample paints used, as designated by ENGINEER. Samples of products delivered 3181029 09900-33 09/23/10 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Painting (Part II) to Site shall be obtained, identified, sealed, and certified as to being products actually applied to surfaces in each area, in presence of CONTRACTOR. 2 . A testing laboratory selected by OWNER and paid for by CONTRACTOR shall perform appropriate tests for any or all of the following: a. Abrasion resistance . b . Apparent reflectivity. c. Flexibility. d. Washability. e. Absorption. f. Accelerated weathering. g . Dry opacity. h. Accelerated yellowness . 1. Recoating. J. Skinning. k. Color retention. 1. Alkali resistance. m. Quantitative materials analysis . 3. If test results show that products being used do not comply with specified requirements, CONTRACTOR may be directed to stop painting Work and remove non-complying paint, and shall prepare and repaint surfaces coated with rejected paint with material complying with the Contract Documents . B. Notify ENGINEER after completing each coat of paint. After inspection and checking of film thickness, holidays, and imperfections, and after acceptance by ENGINEER, proceed with succeeding coat. Perform testing using testing instruments specified in Article 2.4 ofthis Section. 1. ENGINEER will witness all testing and shall be notified of scheduled testing at least twenty-four hours in advance . 2. Apply additional coats, if required, to produce specified film thickness and to correct holidays and to completely fill all surface air holes. C. For magnetic substrates, measure thickness of dry film nonmagnetic coatings following recommendations of SSPC PA-2 . These procedures supplement manufacturers' approved instructions for manual operation of measurement gauges and do not replace such instructions. D. Record time, location, number of coats, dry film thickness, holidays, and other imperfections and submit testing results to ENGINEER; 3.7 PROTECTION OF NEW FINISHES A. Provide signs that read, "Wet Paint" as required to protect newly painted finishes . Remove temporary wrappings provided for protection of the Work and work of other contractors after completion of painting . 3.8 ADJUSTING AND CLEANING 3181029 09900-34 09/23 /10 Ci ty of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No. 3 and Part II -Junctio n B ox Rehab ilitation Projects Painting (Part II) A. Correct damages to work of other trades through cleaning, repairing or replacing , and repainting, as acceptable to ENGINEER. B . During progres s of Work, remove from Site all discarded paint material s, rubbish, cans, and rags at end of each workday . C. Upon completion of painting , clean paint-spattered surfaces . Remove spattered paint by proper methods of washing and scraping , while avoiding scratching or otherwise damaging finished surfaces. D . At completion of work of other trades, touch-up and restore damaged or defaced painted surfaces as determined by ENGINEER. + + END OF SECTION ++ 3181029 09900-35 09/23 /10 PART II DIVISION 11 EQUIPMENT City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Slui ce Gates and Appurtenances (Part II) SECTION 11289 SLUICE GATES AND APPURTENANCES PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install sluice gates and appurtenances complete and operational. 2. Included are sluice gates, anchorage systems, and all appurtenances . 3. Extent of the equipment is shown on the Stainless Steel Sluice Gate Schedule located at the end of this Section B. Coordination: 1. Review installation procedures under this and other Sections and coordinate the installation of items that must be installed with, or before the sluice gates and appurtenances Work. C . Related Divisions: 1. Division 3, Concrete. 2. Division 5, Metals. 3 . Division 9, Finishes. 4. Division 13, Applicable Sections on Instrumentation and Controls. 5. Division 15, Applicable Sections on Piping, Valves and Appurtenances. 6 . Division 16, Electrical. 1.2 REFERENCES A. Standards referenced in this Section are listed below: 1. American Bearing Manufacturers Association, (ABMA). 2. American Gear Manufacturers Association, (AGMA). 3. American Society for Testing and Materials, (ASTM). a. ASTM A 276, Specification for Stainless Steel Bars and Shapes . b. ASTM B 584, Specification for Copper Alloy Sand Castings for General Applications . c. ASTM D 2000 , Classification System for Rubber Products in Automotive Applications. d. ASTM D 4020, Specification for Ultra-High Molecular Weight Polyethylene. 4. American Water Works Association, (A WW A). a. A WW A C561, Stainless Steel Gates. 3181029conf. 11289-1 02/01/11 City o f Fort Worth - V ill ag e Creek Wastewat er Treatment Plant Part I -Modifi cations to Bar Scree n Build ing No . 3 and Part II -Junct io n Box Reh abilitat io n P rojects Sluice Gates an d Appu rtenances (Part II) 5 . National Electrical Code, (NEC). 6. National Electrical Manufacturers A ssociation , (NEMA). 1.3 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Manufacturer shall have a minimum of five years experience producing s ubstantially similar equipment and shall be able to show evidence of at least five installations in satisfactory operation for at least five years. B. Component Supply and Compatibility: 1.4 1. Obtain all equipment included in this Section regardles s of the component manufacturer from a single sluice gates and appurtenances manufacturer. 2 . The sluice gates and appurtenances equipment manufacturer to review and approve or to prepare all Shop Drawings and other submittal s for all components furnished under this Section. 3 . All components shall be specifically designed for the specified service conditions and shall be integrated into the overall assembly by the sluice gates and appurtenances equipment manufacturer. SUBMITTALS A. Shop Drawings: Submit the following: 1. Fabrication, assembly and installation diagrams . 2. Manufacturer's literature, illustrations, specifications and engineering data. 3. Setting drawings , templates , and directions for the installation of anchor bolts and other anchorages. 4 . Wiring diagrams for electric motor operators. 5. Deviations from the Contract Documents. B . Support Design Information: Submit for record purposes only weight of each sluice gate and expected opening and closing thrust loads on the supporting structure . C. Shop Test Results: 1. Submit results of required shop tests. D . Field Test Results : 1. Submit a written report gi v ing the results of required field te st s . E. Operation and Maintenance Manuals : 1. Submit complete Installation, Operation and Maintenance Manual s, including, test reports, maintenance data and schedules, description of operation, and spare parts information. 2 . Furnish Operation and Maintenance Manual s in conformance with the requirements of Divis ion 1, General Requirements. 3181029conf. 11289-2 02/01/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Slui ce Gates and Appurtenances (Part II) F. Lubricant Specification: Furnish a lubricant specification for the type and grade necessary to meet the requirements of the equipment. 1.5 DELIVERY, STORAGE AND HANDLING A. Packing, Shipping, Handling and Unloading: 1. Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices which are to be embedded in cast- in-place concrete in ample time to prevent delay of that Work. 2 . Handle all stainless steel sluice gates and appurtenances properly, in accordance with manufacturer's recommendations. Stainless steel slide gates, which are distorted or otherwise damaged , will not be acceptable . Protect all bolt threads and ends from damage. B. Storage and Protection: 1. Store materials to permit easy access for inspection and identification. Keep all material off the ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from corrosion and deterioration. 2. Store all mechanical equipment in covered storage off the ground and prevent condensation. C. Acceptance at Site: 1. All boxes, crates and packages shall be inspected by CONTRACTOR upon delivery to the Site. CONTRACTOR shall notify ENGINEER, in writing, if any loss or damage exists to equipment or components . Replace loss and repair damage to new condition in accordance with manufacturer's instructions. PART 2 -PRODUCTS 2 .1 EQUWMENTPERFORMANCE A. Description: 1. Gates shall be Type 316 stainless steel. 2. Design sluice gates for a minimum of 30 feet seating head and 30 feet unseating head, unless these heads are exceeded in the Sluice Gate Schedule. 3. Gates shall be substantially watertight with leakage not to exceed 0 .05 gpm of clear water per foot of gate perimeter at design seating head . In addition, leakage at design unseating head shall not exceed 0 .10 gpm of clean water per foot of gate perimeter. 4. The gate shall utilize self-adjusting seals. Gates that utilize adjustable wedges , wedging devices , or pressure pads are not acceptable. 5. Manual operators shall tum right to close, unless otherwise specified. Operators shall indicate the direction of operation. 6. Bolts, studs, cap screws, and adjusting screws shall be of ample section to withstand the force created by operation of the gate under a full head of water. 3181029conf. 11289-3 02/01/11 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar S cree n Building No. 3 and Part II -J unction Box Reh abilitation Projects Slu ice G ates and Appurtenances (Part II ) 7 . Downward opening stainless steel slide gates shall be capable of being lowered to an elevation below the invert of the channel or opening . 8. Stainless steel slide gates shall open to not less than 6-inches above the maximum water level in the channel in which they are installed 9 . Where shown or specified, provide sluice gate with a flush-bottom type closure . 2.2 MANUFACTURERS A. Manufacturers: Provide sluice gates of one of the following: 1. Waterman Industries . 2. Whipps Inc. 3. Fontaine 4. Hydro-Gate 5. Or equal. 2 .3 DETAILS OF CONSTRUCTION A . Materials of Construction: 1. Type 316 stainless steel: ASTM A 276 , Type 316 stainless steel for frame, slide, rail and yoke. All metal for stainless steel slide gate parts shall have a minimum thickness of 1/4-inch . 2. Type 316 stainless steel for adjusting screws and other fasteners . 3. Stainless Steel: For flush bottom retainer bar, ASTM A 276, Type 316. 4. Elastomeric Materials: For flush bottom seal, ASTM D 2000. B. Frames: 1. Frame shall be Type 316 stainless steel, constructed of formed stainless steel plate . 2. Frame design shall allow for mounting directly to a wall with stainless steel anchor bolts and grout or mounting to a wall thimble with stainless steel mounting studs and a mastic gasket material. Mounting style shall be as shown on the Contract Drawings 3. All wall mounted or wall thimble mounted gates shall have a flange frame. Flat frame gates are not acceptable . 4 . The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Guide members that consist of two or more bolted structural members are not acceptable. Guide member designs where water loads are transferred through the assembly bolts are specifically not acceptable. 5. Gussets shall be provided as necessary to support the guide members in an unseating head condition. The gussets shall extend to support the outer portion of the guide assembly and shall be positioned to ensure that the load is transferred to the anchor bolts or the wall thimble studs. 6 . The frame shall extend to accommodate the entire height of the slide when the s lide is in the fully closed or fully opened position. 7 . A rigid stainless steel invert member shall be provided across the bottom of the opening. The invert member shall be of the flush bottom type. 3181029conf. 11289-4 02/01/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Sluice Gates and Appurtenances (Part II) 8. A rigid stainless steel top seal member shall be provided across the top of the opening. C. Disc: 1. Disc shall be of Type 316 stainless steel, one-piece construction, rectangular with vertical and horizontal ribs. A reinforcing rib along each side shall be provided to ensure rigidity. 2. The disc shall be designed to limit its deflection tO 1/720 of the gate's span under the design head. D. Guides: 1. Guides shall be Type 316 stainless steel, one or two piece construction, or may be cast integrally with the frame, designed to withstand the total thrust caused by water pressure and wedging action. Two-piece guides shall have flanged upper and lower sections which shall be machine bolted and dowelled for perfect alignment of the guide grooves . 2. Guides shall be of such length as to retain and support at least two-thirds of the vertical height of the disc in the full open position. 3. Guides shall be integral or attached to the frame with Type 316 stainless steel studs and nuts, and shall be dowelled to prevent any relative motion between the guides and the frame . F. Seat Facings: 1. Lower Seals a. Mount a specially shaped resilient neoprene seal on the bottom of the disc to provide flush bottom closure for stainless steel slide gates. As an alternate, a poured urethane seal shall be mounted in the invert of the frame to form a flush bottom seal. b. Shape of the seal shall produce a seating surface having a minimum width of 3/4-inch, and the seal will extend beyond the seating surface of the frame. c. Vertical face of the seal shall be in contact with the seating surface of the guide to provide a proper seal at the comers. d. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage . e. All seals must be bolted or otherwise mechanically fastened to the frame or slide. Arrangement with seals that are force fit and/or held in place with adhesives are unacceptable. 2. Side and Upper Seals: a. Side and upper seals shall be fabricated from ultra high molecular weight (UHMW) polyethylene or UHMW polymer. UHMW bearing strips shall be mechanically retained to lock seat in place . b. The seal system shall have been factory tested to confirm negligible wear (less than 0.01 ") and proper sealing. The factory testing shall consist of an accelerated wear test comprised of a minimum of 25,000 open-close cycles using a well-agitated sand/water mixture to simulate fluidized grit 3181029conf. 11289-5 OWl/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifications to Bar Screen Building No . 3 and Part II -Junct ion Box Rehabilitation Projects Slui ce Gates and Appurtenances (Part II) 2.4 APPURTENANCES A. Wall Thimble: 1. Provide Type 316 stainless steel, one-piece, wall thimbles for all rectangular or square opening sluice gates. 2. Thimbles shall be flange and plain end with integral stainless steel water stop. 3. Thimbles shall be of adequate thickness and section to withstand all operational and installation stresses. 4 . Wall thimbles shall have a depth equal to the thickness of the wall in which the thimble is mounted. 5. Machine front flange with tapped holes for studs and metal stamped vertical centerlines and the word "top" for correct alignment. 6. Machine opposite end of thimble for correct depth. 7. Provide gasket between gate and thimble. 8. To permit entrapped air to escape as the thimble is being encased in concrete, cast or drill holes in each entrapment area formed by the reinforcing ribs or the flange and water stops. Holes shall be 1-1/2-inch in diameter and no more than two feet apart . C. Anchor Bolts, Bolts, Nuts and Studs: 1. Bolts, nuts and studs embedded in concrete and studs and nuts required for wall thimbles, special wall fittings , and wall pipes shall be of Type 316 stainless steel. Bolts shall have hexagon heads and nuts shall be hexagonal. D. Stem: 1. Operating stems shall be of minimum sizes shown or specified herein. 2. Design stem to transmit in compression at least 2-1/2 times the rated output of the operating mechanism with an 80 pound effort on the crank or handwheel. Determine the critical buckling load using the Euler column formula, using C = 2. Where hydraulic cylinder lifts are used , the stem design force shall not be less than 1.25 times the output thrust of the hydraulic cylinder with a pressure equal to the maximum working pressure of the hydraulic fluid supply. Where electric motor driven lifts are used the stem design force shall not be less than 1.25 times the output thrust of the unit in the stalled motor condition. 3. Stems shall have a slenderness ratio (L/R) less than 200. 4. Threaded portion of the stem shall have machined cut threads of the Acme type. The number of threads per inch shall be such as to work most effectively with the lift mechanism used . Join stems of more than one section by couplings threaded and keyed, or bored and pinned to the stems. All threaded and keyed couplings of the same size shall be interchangeable. Provide rising stems with an adjustable stop collar on the stem above the floor stand lift nut. E. Stem Guide: 1. Stem guides shall be Type 316 stainless steel, mounted on Type 316 stainless steel brackets. 3 l 81029conf. 11289-6 02/01/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Sluice Gates and Appurtenances (Part II) 2. Guides shall be adjustable in two directions and shall be spaced so that stems have a maximum unsupported length of 84-inches. F. Stem Cover: 1. Furnish all stems with a clear butyrate plastic pipe stem cover. Furnish covers with a cast aluminum adaptor for mounting covers to floor stands. Furnish stem covers with gasketing and breathers to eliminate water intrusion into operators and condensation within the covers. 2. Engrave covers with legible markings showing as a minimum the gate position at 1/4 open, 1/2 open, 3/4 open and full open. G. Motor-Operated Floor Stand: 1. Provide a motor operated floor stand where shown including electric motor, reduction gearing, stem nut, pedestal, torque and limit switches, reversing magnetic starter, pushbutton control, incoming disconnect switch, indicating lights, internal wiring, gear case, and handwheel operator for emergency hand operation. Provide auxiliary dry contact for remote alarm of motor failure. Provide control power transformer for 120 volt power. Operator shall be rated for continuous operation without motor overheating. Provide operator in a NEMA 4X enclosure. 2. Manufacturers: Provide motor-operated floor stand of one of the following: a. Rotork Corporation. b. AUMA Actuators Incorporated. c. Approved Equal. 3. Conform to requirements of A WW A C501 , unless otherwise specified. Mechanically design and manufacture the electric motor operator in conformance with standards of the American Gear Manufacturer's Association. Design and manufacture all electrical components in full conformance to the standards of the National Electrical Manufacturers Association. 4. Rate of Operation: Design operating mechanism to move the gate approximately 12-inches per minute under full load. 5. Electric Motor: Motor shall be high torque, with sufficient power to operate the gate through one complete cycle, open-close-open or close-open-close under the maximum unbalanced head when voltage to terminals is within ten percent of specified voltage. Motor shall be specifically designed for valve actuator service, and shall be totally enclosed, non-ventilated. The enclosure shall meet NEMA 4 requirements, minimum. Motor shall be capable of a running torque equal to 40 percent of the maximum motor torque required in a 40°C ambient temperature. Motor shall be suitable for operation on 480 volt, 3 phase, 60 Hz power with a +/-10% variation of the nominal voltage. Motor shall have a service factor of 1.15. 6. Torque Protection: Operating unit shall include an adjustable torque or thrust limiting switch capable of cutting off the power to the motor when the gate has reached the stops in the open or closed position or when an obstruction has been encountered in either direction of travel. Factory set torque switches to satisfy 3181029conf. 11289-7 02{)1/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Bu ilding No . 3 and Part II -Jun ction Box Rehabilitation Projects Sluice Gates and Appurtenances (Part II) the calculated value corresponding to the maximum operating conditions. Furnish detailed instructions by manufacturer for final setting after installation. 7. Limit Switches : Provide limit switches as shown in the Electrical Drawing Control Schematics in a NEMA 4X enclo s ure, suitable for use in NEMA Class 1, Group D, Division 1 hazardous area. Limit switches shall be geared to the drive mechanism and in step at all times whether the unit is operated electrically or manually. Switches shall be of the adjustable type capable of being set to trip at the fully open and closed gate positions or at any point between. All electrical interconnections between limit switches, torque switches, indicator lights , and so forth, shall be factory wired and ready for operation. All gearing used in connection with limit switches shall be factory lubricated. Provide auxiliary limit switches for remote indication, one to close when gate fully open and one to close when gate fully closed. 8. Operator: Power gearing shall be double reduction consisting of generated helical gears of heat treated steel and worm gearing. The worm shall be of hardened alloy steel. Worm gear shall be of alloy bronze. Power gearing shall be grease lubricated. Use ball or roller bearings throughout. Single stage gear reduction is not acceptable. Worm gears shall be independent, straddle mounted between two bearings. Worm gear shall not be mounted on the motor shaft. Output shaft shall have two bearings designed to carry gear loads and misalignment without appreciably affecting the gear tooth mesh. 9 . Provide thermostatically controlled space heater suitable for 120 VAC single phase operation in each gearbox and in each motor. 10. A handwheel shall be provided for manual operation. It shall not rotate during motor operation. The change from motor operation to handwheel operation shall be accomplished by a positive declutching device which shall disengage the motor and motor gearing mechanically, but not electrically. Hand operation shall not require more than 80 pounds of rim effort at maximum required torque. 2.5 SURFACE PREPARATION AND PAINTING A. Sluice gates, motors, frames, appurtenances, etc ., shall receive shop primer coating conforming to the requirements of Division 9, Finishes. B. Surface preparation and painting shall conform to the requirements of Division 9, Finishes. C. All gears , bearing surfaces, machined surfaces and other surfaces which are to remain unpainted shall receive a heavy application of grease or other rust-resistant coating. This coating shall be maintained during storage and until the equipment is placed into operation. D. CONTRACTOR shall certify, in writing, that the shop primer and finish coating system conforms to the requirements of Divi sion 9, Finishes. 3181029conf. 11289-8 02A)l/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Sluice Gates and Appurtenances (Part II) 2.6 ANCHOR BOLTS A. Furnish anchor bolts and nuts of ample size and strength for the purpose intended, sized by the equipment manufacturer. Provide hooked anchor bolts for direct embedment during placement of concrete. Anchor bolt materials shall be Type 316 stainless steel conforming to the requirements of Division 5, Metals. 2. 7 SPECIAL TOOLS A. Furnish two sets of any special tools required for normal operation and maintenance. B. Special tools shall be packed in sturdy containers with clear indelible identification markings and shall be stored in a dry, warm location until transferred to the OWNER at the conclusion of the Project. 2.8 LUBRICANTS A. Furnish lubricant and oil and grease as required for initial operation. Use products recommended by the manufacturer. PART 3 -EXECUTION 3.1 INSPECTION A. CONTRACTOR shall verify that structures, pipes and equipment are compatible. B. Make adjustments required to place system in proper operating condition. 3.2 INSTALLATION A. Manufacturer's representative shall check and approve the installation prior to operation. Manufacturer's representative shall field test and calibrate the equipment to assure that the system operates to the OWNER'S satisfaction. B. Provide minimum of 1-inch of non-shrink grout below all floor stands. 3.3 FIELD PAINTING A . Field painting shall conform to the requirements of Division 9, Finishes. 3.4 FIELD QUALITY CONTROL A. All equipment will be given running tests by CONTRACTOR at the Site following installation of the equipment and controls. Should the tests indicate any malfunction, 3181029conf. 11289-9 ()2A)l/11 City of Fort Worth -Vill ag e Creek Was te water Treatment Plant Part I -Modifi cati ons to Bar Scre en Building No . 3 and Part II -Junct ion Bo x Rehabil itat ion Proj ects Slu ice Gates and Appurtenances (Part II ) CONTRACTOR shall make any necessary repairs and adjustments . Such tests and adjustment s shall be repeated until, in the opinion of the ENGINEER, the installation is complete and the equipment is functioning properly and accurately, and is ready for permanent operation. B. Field Tests: 1. Functional Tests: Each sluice gate, with appurtenances, shall be field-tested. Tests shall demonstrate that each part and all parts together function in the manner intended. CONTRACTOR shall provide all necessary testing equipment and manpower at his expense. OWNER will furnish all power, incidental material and labor required for the tests. 2. Leakage Tests: Maximum permissible leakage shall be in accordance with this specification. Excess leakage shall be reduced to the A WW A standard by adjusting the gate and its wedges or removal and re-machining of faces, or replacement will be required. 3. In the event that the manufacturer is unable to demonstrate to ENGINEER that the equipment meets the requirements of the tests , the deficient equipment will be rejected and CONTRACTOR shall adjust and modify and retest the equipment as often as necessary to meet the specified requirements. No separate payments shall be made for adjustments and/or modifications. C. Submit report of te st results. D. A factory trained representative shall be provided for in stallation supervision, start-up and test services and operation and maintenance personnel training services . The representative shall make a minimum of 3 visits, minimum 4 hours on-Site for each visit, to the Site. The first visit shall be for assistance in the installation of equipment. Subsequent visits shall be for checking the completed installation, start-up of and training on the system. Manufacturer's representative shall test operate the system in the presence of the ENGINEER and verify that the equipment conforms to the requirements . Representative shall revisit the Site as often as necessary until all trouble is corrected and the installation is entirely sati sfactory . E . All costs, including travel, lodging, meals and incidentals, for additional visits shall be at no additional cost to the OWNER. 3.5 SLUICE GATE SCHEDULE A. Conform to type, size, frame, thimble, operation and other data specified, unless otherwise approved by ENGINEER. B . Identification Code: 1. Des ignation: a. Sluice gate s are identified b y a letter and number code. First two letters designate sluice gate (SG). Third letter designate s location of gate . La st number or last two numbers are the gate number de s ignation . 3181029conf. 11 2 89 -10 02/01/11 Ci ty of Fort Worth -Vill age Creek Wastewater Treatment Plant Part I -Mod ifi cation s to Bar Screen Building No . 3 and P art II -Junction Box Rehab ili tatio n Proj ects Sluice Gate s an d Appurtenances (Part II ) 2. Type: a. SC -Self Contained. b. CG -Conventional Gate. c . FB -Flush Bottom with resilient seal. 3. Frame: a . FGF -Flanged Frame. b . FTF -Flat Frame. 4. Mounting: a. WT -Wall Thimble. b. WP -Wall Pipe (Designate "F" or "E" Section). c. PFFWF -Prefabricated Flange Wall Fitting. d. FM -Face Mounted (Flush) 5. Operation: a. FSHW -Floorstand, Handwheel Operated. b . FSCO -Floorstand , Crank Operated. c. FSMO -Floorstand , Electric Motor Operated . d . FSHO -Floorstand , Hydraulic Cylinder Operated. e . FSPO -Floorstand, Portable Operator. f . BSHW -Benchstand, Handwheel Operated . g . BSCO -Benchstand, Crank Operated. h. BSMO -Benchstand, Electric Motor Operated . 1. BSHO -Benchstand, Hydraulic Cylinder Operated . J. BSPO -Benchstand, Portable Operator. 318102 9conf. 11289 -11 OWl/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Sluice Gates and Appurtenances (Part II) SCHEDULE 11289 SLUICE GATE SCHEDULE Location Junction Box H Junction Box Distribution Distribution 48 Box 21 Bo x 22 I. Quantity : 2 4 4 2 2. Size, (in.): 54"x54" 96"x96" 68"x68" 68"x68" 3 . Type: SGCG CG CG CG 4 . Frame: FTF FGF F<:WFTF F<:WFTF 5 . Mounting : W+FM WT W+-FM W+-FM 6 . Shape of Wall Opening: ReffilG Round Round Round Square 7. Invert Elevation , (ft.): 457.55 456.80 450.00 450.00 8 . Operating Floor Elevation, (ft.): 468.72 485.00 461.42 641.42 9 . Design Head from Centerline of Disc, (ft.): 20 20 20 20 Seating 20 20 20 20 Unseating 10. Minimum Stem I Y2" 2 lf.i" l Y2" l Yi'' Diameter, (in.): 11 . Operator : FSHW FSMO FSMO FSMO + + END OF SECTION + + 3181029conf. 11289-12 02/01/11 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Composite Stop Logs (Part II) PART I -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 11290 COMPOSITE STOP LOGS 1. CONTRACTOR shall provide all labor, material, equipment and incidentals as shown, specified and required to furnish and install composite (fiberglass reinforced plastic) stop log planks with appurtenant seals, guides, frame, lifting lugs and accessories in accordance with the details shown, and as specified herein. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate the installation of items that must be installed with, or before the composite stop logs Work. C. Related Sections: 1. Section 03300, Cast-In-Place Concrete. 2. Section 05501, Miscellaneous Metal Fabrications. 1.2 REFERENCES A. Standards referenced in this Section are listed below: 1. American Society for Testing and Materials, (ASTM). a. ASTM A 276, Specification for Stainless Steel Bars and Shapes. b. ASTM D 2000, Classification System for Rubber Products m Automotive Applications. 2. Society of the Plastics Industry Inc, (SPI). a. Quality Assurance Report for Reinforced Thermoset Plastic (RTP) Corrosion Resistant Equipment Type I, Grade 10 laminates shown in Appendix M-1. 1.3 QUALITY ASSURANCE A. Manufacturer's Qualifications: 1. Manufacturer shall have a minimum of five years experience producing substantially similar products and shall be able to show evidence of at least five installations in satisfactory operation for at least five years. B. Component Supply and Compatibility: 1. Obtain all products included in this Section regardless of the component manufacturer from a single composite FRP stop logs manufacturer. 3181029conf. 11290-1 2/1/2011 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Reh abi lit ation Projects Composite Sto p Logs (Part II ) 2. The composite stop logs manufacturer to review and approve or to prepare all Shop Drawings and other submittals for all components furnished under this Section. 3. All components shall be specifically constructed for the s pecified service conditions and shall be integrated into the overall assembly by the composite stop logs manufacturer. 1.4 SUBMITTALS A. Action Submittals: Submit the following 1. Shop Drawings: a. Detailed dimensional drawings, including calculations for sizing guides. b. Assembly and installation drawings. c. Location and details of stop log plank storage facilitie s. 2 . Product Data: a. Design calculations and supporting data for all log planks showing stresses, loads and deflection for critical parts under design head conditions. b . Material certification and specifications. B. Informational Submittals: Submit the following 1. Site Quality Control Submittals : a. Submit a written report giving the results of the field tests required. 1.5 DELIVERY, STORAGE AND HANDLING A. Packing, Shipping, Handling and Unloading: 1. Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices which are to be embedded in cast-in-place concrete in ample time to prevent delay of that Work. B . Storage and Protection: 1. Store materials to permit easy acces s for inspection and identification. Keep all material off the ground, using pallets, platforms, or other supports. Protect steel members and packaged material s from corrosion and deterioration. C. Acceptance at Site: 1.6 1. All boxes , crates and packages shall be inspected by CONTRACTOR upon delivery to the Site. CONTRACTOR shall notify ENGINEER, in writing, if any loss or damage exists to equipment or components. Replace lo ss and repair damage to new condition in accordance with manufacturer's instructions. JOB CONDITIONS 3181029conf. 11290-2 2/1/2011 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Composite Stop Logs (Part II) A. CONTRACTOR shall examine the locations of the stop log planks to verify all pertinent dimensions prior to fabrication of the stop log planks. B. CONTRACTOR shall have full responsibility for the proper fit of the furnished stop log planks at the locations designated on the Drawings. PART 2 -PRODUCTS 2.1 PERFORMANCE CRITERIA A. The stop log cover shall be fabricated so as to totally surround the internal structural matrix and protect it against corrosion from moisture or chemical deterioration. Stop logs shall be designed so that the maximum fiber stress (ultimate or yield, whichever applies) does not exceed 2.5 times the working stress. Stop logs shall be suitably reinforced to withstand the maximum seating head with a deflection less than .e/360 of the gate width, or 1/4 inch, whichever is less. Stop log covers that are fabricated from pressed or laminated sheet material and glued to a substructure shall not be acceptable. B. All stop logs shall be flat and level. W arpage throughout the entire stop log shall not produce a crown of more than 1/16 inch in any direction. Visual inspection for defects shall be made without the aid of magnification. Defects shall be classified as to type and level as shown in Table I of ANSI/ASTM D2563-0, approved 1977, or any subsequent revision. Allowable surface tolerances shall not exceed the following: DEFECT Cracks, crazing, chips, pits, blisters, dry spots, fish eyes, burned areas, or entrapped air Scratches depth Exposed glass, exposure of cut edges Wrinkles and solid blisters Surface porosity (pinholes or pores in the laminate surface) Foreign matter 3181029conf. 11290-3 ALLOW ABLE TOLERANCES None None more than 0.002 inches in None Maximum deviation: 10% of thickness, but not to exceed 1/8 inch None None 2/1/2011 B ll City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Bui lding No . 3 and Part II -Junction Box Rehabil itation Projects Composite Stop Log s (Part II) B. The stop log planks shall be designed for flow in either direction and seals shall be provided for this condition. C . Manufacturer maximum guaranteed leakage shall be 0.20 gallons per minute per linear foot of wetted seal length . 2.2 A. 2.3 A. MANUFACTURERS Products and Manufacturers: Provide one of the following: 1. Heavy Duty Composite Stop Log s, as manufactured by Plasti-Fab Inc. 2. Warminster 3. Glass Steel 4. Ashbrook 5. Or equal. MATERIALS OF CONSTRUCTION Composition of the stop log laminate shall be in accordance with the recommendations shown in the Quality Assurance Report for Reinforced Thermoset Plastic (RTP) Corrosion Resistant Equipment prepared under the sponsorship of the Society of the Plastics Industry, Inc. (SPI). And the Material Technology Institute (MTI) of the Chemical Process Industry for "Hand Lay-up Laminates," and shall meet the specifications for Type I, Grade 10 laminates shown in Appendix M-1 of said report . B. Stop Logs: Fiberglass Reinforced Polyester (FRP) totally encapsulating an internal-reinforcing structure. To assure maximum service life, the copolymer composite shall be ultraviolet stabilized and seamless to protect inner structural members from corrosion. Structural characteristics for an 1/8 inch glass mat laminate shall meet the following minimum physical properties. Tensile strength Flexural modulus Flexural strength Impact strength Water absorption 14,700 psi 800,000 p si 23,300 psi 9.0 ft-lbs.Jin . <0 .13 % (in 24 hours). C. Stop Log and In -Channel Seals : All seals shall be molded of extruded virgin neoprene per ASTM D-2 000 . The following physi cal characteri stics apply : Specific gravity 1.25 Hardnes s 55-65ShoreADurometer Tensile strength 1,500psi Elongation 300% Low temperature brittlenes s-40° F 3181029conf. 11290 -4 2/1/2011 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Composit e Stop Log s (Part II) D. Stop Log Lifting Beam: A lifting beam with automatic latching hooks shall be provided for stop logs that weigh more than 75 pounds. The lifting beam shall be built in such a manner as to automatically latch on to the stop logs when lowered into the guide frame. The lifting beam shall also have a tagline release mechanism. Hook pins shall be made of T -316 stainless steel. E. Guides, anchor bolts and miscellaneous hardware and lifting devices shall be of Type 316 stainless steel conforming to ASTM A 276. 2.4 STOP LOG PLANKS A. Each log shall be molded individually to the exact dimensions specified. Stop logs shall be manufactured of reinforced thermoset plastic containing ultraviolet absorbers . The surface shall be resin-rich to a depth of 0 .010 inches to 0 .020 inches and reinforced with C-glass or polymeric fiber surfacing material. The surface shall be free of exposed reinforcing fibers. The composition of these layers shall be approximately 95% (by weight) resin. The remaining laminate shall be made up of copolymer composite and reinforcing fibers in a form , orientation and position to meet the mechanical requirements. Structural reinforcing shall be utilized to attain the necessary stiffness to meet deflection requirements, and shall be well encaps ulated with a laminate not less than 1/4 inch thick on each side to insure against any permeation by water to the core area. 316 stainless steel lifting (pins/eyes) shall be fastened to the log with sufficient reinforcing to withstand the lifting force. B. End caps will not be allowed on the stop log planks. Planks shall be of sufficient weight to be submerged under their own weight. C. Provide two lifting lugs for each stop log plank. Lifting lugs shall be capable of withstanding the lifting load necessary to remove the stop log plank under the design head. 2.5 LIP TYPE SEALS A. The stop logs shall be equipped with elastomeric bottom seals to seal between the logs. A special labyrinth seal shall also be fastened to the guide to form a watertight joint with the stop logs . Seals shall be made of molded or extruded virgin neoprene having a hardness of 55 -65 Shore A Durometer, conforming to ASTM D-2000 , with a maximum compression set of 25 %, and low temperature brittleness to meet suffix F-17 (-40°F). 3181029conf. 11290-5 2/1/2011 City of Fort Worth -Village Creek W astewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Composi te Stop Logs (Part II ) B . The shape of the seal shall provide a seating surface having a minimum width of 1-inch. The vertical face of the seal shall be in contact with the seating surface of the guide or seal located on the frame to provide a proper seal at the comers. C. The bottom of the plank shall seal flush with the invert of the finished concrete channel or the stainless steel guide, as shown. 2.6 GUIDES A. Guides shall be styled for embedment, wall mounting or in-channel mounting as needed to meet project requirements. Guides shall be fabricated from 316 stainless steel and shall have a slot suitable for mating with the stop log. Guides to be bolted to the head wall shall be equipped with heavy duty mounting angle for ease of mounting to the channel wall by means of 316 stainless steel anchor bolts. Inverts shall be flush with the channel bottom. B. Guides shall be fitted with a neoprene seal having two raised seating points fastened to the guide with a UHMW clamping bar and stainless steel flat head machine screws. Seals shall be on each side of the guide groove. C. Guides and all necessary attaching bolts and anchor bolts shall be furnished by the stop log plank manufacturer. D . Guides shall not be less than 1/4-inch thick. 2.7 LIFTING DEVICE A. Provide lifting devices to remove and install the stop log planks as specified herein. One lifting device shall be provided for each stop log width. The lifting devices shall be extendible so that they will function with different stop log plank lengths . B. The lifting device shall be equipped with a suitable eyebolt for portable crane operation. The device shall be oriented in its position by the stop log plank guides and shall be capable of securing and releasing the stop logs with the use of a lanyard from the operating floor. PART 3 -EXECUTION 3.1 INSTALLATION A. Provide number, size and location of stop log planks, guides and lifting dev ic es as shown or specified. 3181029conf. 11290-6 2/1/2011 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Composite Stop Logs (Part II) B. Guides shall not be installed in the form work and cast in the concrete. A groove shall be formed in the concrete and the guide shall be grouted into the groove. 3.2 TESTING OF STOP LOG PLANKS A. CONTRACTOR shall demonstrate, using a stop log puller and lifting device, the ease of installation, removal and the proper fit of the stop log planks at the locations of use in the presence of and to the satisfaction of ENGINEER. B. Each stop log plank installation shall be tested for conformance to manufacturer's maximum guaranteed leakage. C. Any stop log planks that bind, do not fit or do not meet leakage limits shall be repaired and retested, at no additional cost to the OWNER. 3.3 STOP LOG PLANK STORAGE A. CONTRACTOR shall fabricate and install brackets, chains, angles, etc., on handrail or exterior/interior walls, as shown or as directed and approved by ENGINEER for storage of the planks. B. Storage brackets and stop log planks shall not overstress the structure to which they are attached. C. Bracket, chain, angles and hardware shall be of Type 316 stainless steel. + + END OF SECTION + + 3181029conf. 11290-7 2/1/2011 PART II DIVISION 15 MECHANICAL City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) SECTION 15051 BURIED PIPING INSTALLATION PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to install and test all buried piping, fittings, and specials. The Work includes the following: a. All types and sizes of buried piping, except where buried piping installations are specified under other Sections or other contracts. b. Unless otherwise shown or specified, this Section includes all buried piping Work required, beginning at the outside face of structures or structure foundations, including piping beneath structures, and extending away from structures. c. Work on or affecting existing buried piping. d. Installation of all jointing and gasket materials, specials, flexible couplings, mechanical couplings, harnessed and flanged adapters, sleeves, tie rods, cathodic protection, and other Work required for a complete, buried piping installation. e. Supports, restraints, and thrust blocks. f. Field quality control, including testing. g. Cleaning and disinfecting. h. Incorporation of valves, meters, and special items shown or specified into piping systems in accordance with the Contract Documents and as required. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before buried piping Work. 2. Coordinate with appropriate piping Sections of Division 15, Mechanical. C. Related Sections: 1. Section 02315, Earthwork and Excavation. 2. Section 03300, Cast-In-Place Concrete. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ASME Boiler and Pressure Vessel Code. 2. ASME B31.3, Process Piping. 3181029 15051-1 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No . 3 and Part II -Junction Box Rehabilitation Proj ects Buried Pipe In stallation (Part II ) 1.3 3 . American Society for Non-Destructive Testing (ASNT), ASNT-TC -lA, Recommended Practice, Personnel Qualification, and Certification in Non- destructive Testing. 4. ASTM B32, Specification for Solder Metal. 5. ASTM Cl2, Practice for Installing Vitrified Clay Pipe Lines. 6. ASTM C425, Specification for Compression Joints for Vitrified Clay Pipe and Fittings. 7. ASTM C828, Test Method for Low-Press ure Air Test of Vitrified Clay Pipe Lines. 8. ASTM C924, Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Test Method. 9. ASTM D2321, Practice for Underground Installation of Thermoplastic Pipe for Sewers and other Gravity-Flow Applications. 10 . ASTM D2774, Practice for Underground Installation of Thermoplastic Pressure Piping. 11. ASTM D417 4, Practice for Cleaning, Flushing and Purification of Petroleum Fluid Hydraulic Systems. 12. ASTM F1417, Test Method for Installation Acceptance of Plastic Gravity Sewer Lines using Low-Pressure Air. 13. ASTM F2164, Standard Practice for Field Leak Testing of Polyethylene (PE) Pressure Piping Systems Using Hydrostatic Press ure. 14. ANS I/ A WW A C 105, Polyethylene Encasement for Ductile-Iron Pipe Systems . 15. ANSI/A WW A Cl 11 , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 16. ANSI/A WW A C206, Field Welding of Steel Water Pipe . 17 . ANS I/ A WW A C600, Installation of Ductile-Iron Water Mains and Their Appurtenances. 18. ANSI/AWWA C603, Installation of Asbestos-Cement Pressure Pipe. 19 . ANSI/A WW A C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water. 20. ANSI/A WW A C606, Grooved and Shouldered Joints. 21. ANSI/ A WW A C651, Disinfecting Water Mains . 22. A WW A M9, Concrete Pressure Pipe. 23. A WW A Ml 1, Steel Water Pipe -A Guide for Design and Installation. 24. A WW A M23 , PVC Pipe -Design and Installation. 25. A WW A M41 , Ductile-Iron Pipe and Fittings. 26. A WW A M45 , Fiberglass Pipe Design . 27. A WW A M55, PE Pipe -Design and Installation. 28. ASCE 37, Design and Construction of Sanitary and Storm Sewers . 29. American Concrete Pipe A ss ociation, Concrete Pipe Handbook. 30. Chlorine Institute, Inc ., Piping Systems for Dry Chlorine, Pamphlet No . 6. 31. NFP A 24, Standard for the In stallation of Private Fire Service Mains and Their Appurtenances. QUALITY ASSURANCE 3181029 15051 -2 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) A. Regulatory Requirements: 1. Comply with requirements and recommendations of authorities having jurisdiction over the Work, including. a. Fort Worth Water Department b. Texas Commission for Environmental Equality (TCEQ) 1.4 SUBMITf ALS A. Action Submittals: Submit the following: 1. Shop Drawings: a . Laying schedules for concrete pipe and piping with restrained joints. b. Details of piping, specials, joints, harnessing and thrust blocks, and connections to piping, structures, equipment, and appurtenances. 2. Product Data: Manufacturer's literature and specifications, as applicable, for products specified in this Section. 3. Testing Procedures: Submit proposed testing procedures, methods, apparatus, and sequencing. Obtain ENGINEER's approval prior to commencing testing. B . Informational Submittals: Submit the following: 1. Certifications: Certificate signed by manufacturer of each product certifying that product conforms to applicable referenced standards. 2 . Field Quality Control Submittals: Results of each specified field quality control test. C. Closeout Submittals: Submit the following: 1. Record Documentation: a. Maintain accurate and up-to-date record documents showing modifications made in the field, in accordance with approved submittals, and other Contract modifications relative to buried piping Work. Submittal shall show actual location of all piping Work and appurtenances at same scale as the Drawings. b. Show piping with elevations referenced to Project datum and dimensions from permanent structures. For each horizontal bend in piping, include dimensions to at least three permanent structures, when possible . For straight runs of piping provide offset dimensions as required to document piping location. c. Include profile drawings with buried piping record documents when the Contract Documents include piping profile drawings. d. Conform to Section 01782, Record Documents. 1.5 DELIVERY. STORAGE. AND HANDLING A. Delivery: 1. Deliver materials to the Site to ensure uninterrupted progress of the Work. 3181029 15051-3 o:J/28/10 City o f Fort Worth -Vill age Creek Wastewater Treatment Plant Part I -Mod ificati o ns to Bar Scree n Build ing No . 3 and Part II -Juncti on Box Rehabi lit ati on Projects Bu ri ed P ipe In stall ation (P art II ) 2. Upon delivery inspect pipe and appurtenances for cracking, gouging, chipping, denting, and other damage and immediately remove from Site and replace with acceptable material. B. Storage: 1. Store materials to allow convenient acces s for inspection and identification. Store material off ground using pallets, platforms , or other supports. Protect packaged material s from corrosion and deterioration . 2. Cover FRPMP, PVC and CPVC pipe and fittings stored outdoors . C. Handling: 1. Handle pipe, fittings, specials , and accessories carefully in accordance with pipe manufacturer's recommendations. Do not drop or roll material off trucks. Do not drop, roll or skid piping. 2. A void unnecessary handling of pipe. 3. Keep pipe interiors free from dirt and foreign matter. 4 . Protect interior linings and exterior coatings of pipe and fittings from damage. Replace pipe and fittings with damaged lining regardle ss of cause of damage. PART 2 -PRODUCTS 2 .1 MATERIALS A. Piping material s are specified in the Buried Piping Schedule at end of this Section. Piping materials shall conform to Specifications for each type of pipe and piping appurtenances in applicable Sections of Division 15, Mechanical. B. General: 1. Pipe Markings: a. Factory-mark each length of pipe and each fitting with designation conforming to those on approved laying schedules. b. Manufacturer shall cast or paint on each length of pipe and each fitting pipe material, diameter, and pressure or thickness clas s . 2 .2 BURIED PIPING IDENTIFICATION A. Detectable Underground Warning Tape for Non-Metallic Pipelines: 1. Tape shall be of inert, acid-and alkali-resistant, polyethylene, five mils thick , six inches wide, with aluminum backing, and have 15,000 p s i tensile strength and 80 percent elongation capability. Tape shall be suitable for direct burial. 2. Message shall read , "CAUTION [insert customized name of pipe service, i.e., "POT ABLE WATER", "SANITARY SEWER", "CHLORINE GAS", or other appropriate service, as indicated in the Buried Pipe Schedule at the end of thi s Section] PIPE BURIED BELOW" with bold letters appro x imately two inches high. Mes sages shall be printed at max imum interval s of two feet. Tape shall 3181029 15051-4 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) be custom colored the same as the pipeline colors as specified for the associated pipe service in Section 09900, Painting. 3. Manufacturer: Provide products of one of the following: a. Brady Corporation b. Seton Identification Products c. Marking Services, Inc. d. Or equal. PART 3 -EXECUTION 3.1 INSTALLATION A. General: 1. Install piping as shown, specified, and as recommended by pipe and fittings manufacturer. 2. In event of conflict between manufacturer's recommendations and the Contract Documents, request interpretation from ENGINEER before proceeding. 3. ENGINEER will observe excavations and bedding prior to laying pipe by CONTRACTOR. Notify ENGINEER in advance of excavating, bedding , pipe laying, and backfilling operations. 4. Minimum cover over buried piping shall be 3 feet, unless otherwise shown or approved by ENGINEER. 5. Earthwork is specified in Section 02315, Excavation and Backfill. 6. Excavation in excess of that required or shown, and that is not authorized by ENGINEER shall be filled at CONTRACTOR's expense with granular material furnished, placed, and compacted in accordance with Section 02318, Crushed Stone and Gravel. 7 . Comply with NFPA 24 for "Outside Protection", where applicable to water piping systems used for fire protection. B. Manufacturer 's Installation Specialist: 1. Provide services of competent installation specialist of pipe manufacturer when pipe installation commences for: a. Concrete pipe . b. FRP pipe. c. Thermoplastic pipe. 2. Retain installation specialist at the Site for minimum of 3 day ( eight hours per day at the Site) or until competency of pipe installation crew has been satisfactorily demonstrated. C . Separation of Sewers and Potable Water Piping: 1. Horizontal Separation: 3181029 a. Where possible, existing and proposed potable water mains and service lines, and sanitary, combined, and storm sewers shall be separated horizontally by clear distance of at least ten feet. 15051-5 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buri ed Pipe In stal lation (Part II) b. If local conditions preclude the specified clear horizontal separation, installation will be allowed if potable water main is in separate trench or on undistributed earth shelf on one side of sewer and with bottom of potable water main at least 18 inches above top of sewer. c. Exception: 1) Where it is not possible to provide minimum horizontal separation described above , construct potable water main of cement-lined ductile iron pipe with restrained push-on joint or restrained mechanical joint pipe complying with public water supply design standards of authority having jurisdiction. Hydrostatically test water main and sewer as specified in this Section prior to backfilling. Hydrostatic test pressure at crossing shall be at least 150 psi . 2. Vertical Separation: a. Provide minimum vertical distance of 18 inches between outside of potable water main and outside of sewer when sewer crosses over potable water main. b. Center a section of potable water main pipe at least 17 .5 feet long over sewer so that sewer joints are equidistant from potable water main joints. c. Provide adequate structural support where potable water main crosses under sewer. At minimum, provide compacted select backfill for ten feet on each side of crossing . d. Exceptions: 1) Where it is not possible to provide minimum vertical separation described above, construct potable water main of cement-lined ductile iron pipe with restrained push-on joint or restrained mechanical joint pipe. Hydrostatically test water main and sewer as specified in this Section, prior to backfilling. Hydrostatic test pressure at crossing shall be at least 150 psi. 2) Encase either potable water main or sewer in watertight carrier pipe extending ten feet on each side of crossing, measured perpendicular to potable water main. D . Plugs: 1. Temporarily plug installed pipe at end of each day of work or other interruption of pipe installation to prevent entry of animals, liquids, and persons into pipe, and entrance or insertion of deleterious materials into pipe. 2. Install standard plugs in bells at dead ends, tees, and crosses. Cap spigot and plain ends. 3. Fully secure and block plugs, caps, and bulkheads installed for testing to withstand specified test pressure. 4 . Where plugging is required for phasing of the Work or subsequent connection of piping, install watertight, permanent type plugs, caps, or bulkhead acceptable to ENGINEER. E. Bedding Pipe: Bed pipe as specified and in accordance with details on the Drawings. 3181029 15051-6 00/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) I. Trench excavation and backfill, and bedding materials shall conform to Section 02315, Excavation and Backfill, as applicable. 2. Where ENGINEER deems existing bedding material unsuitable, remove and replace existing bedding with approved granular material furnished, placed, and compacted in accordance with Section 02318, Crushed Stone and Gravel. Payment for additional excavation and providing granular material will be made under the unit price payment items in the Contract. 3. Where pipe is installed in rock excavation, provide minimum of three inches of granular bedding material underneath pipe smaller than four-inch nominal diameter, and minimum of six inches of granular bedding material underneath pipes four-inch nominal diameter and larger. 4. Excavate trenches below bottom of pipe by amount shown and indicated in the Contract Documents. Remove loose and unsuitable material from bottom of trench. 5. Carefully and thoroughly compact pipe bedding with hand held pneumatic compactors. 6. Do not lay pipe until ENGINEER approves bedding condition. 7. Do not bring pipe into position until preceding length of pipe has been bedded and secured in its final position. F. Laying Pipe: I. Conform to manufacturer's instructions and requirements of standards and manuals listed below, as applicable: a. Ductile Iron Pipe: ANSI/AWWA C600, ANSI/AWWA CI05, AWWA M4I. b. Concrete Pipe: A WW A M9. c. Steel Pipe: ANSI/ A WW A C206, A WW A Ml I. d. Thermoplastic Pipe: ASTM D232I, ASTM D277 4, ANSI/ A WW A C605, AWWA M23, AWWA M45, AWWA, M55. e. Vitrified Clay Pipe: ASTM CI2. f. Sanitary and Storm Sewers: ASCE 37. 2. Install pipe accurately to line and grade shown and indicated in the Contract Documents, unless otherwise approved by ENGINEER. Remove and reinstall pipes that are not installed correctly. 3. Slope piping uniformly between elevations shown. 4. Keep groundwater level in trench at least 24 inches below bottom of pipe before laying pipe. Do not lay pipe in water. Maintain dry trench conditions until jointing and backfilling are complete. Keep clean and protect interiors of pipe, fittings, valves, and appurtenances. 5. Start laying pipe at lowest point and proceed towards higher elevations, unless otherwise approved by ENGINEER. 6. Place bell and spigot-type pipe so that bells face the direction of laying, unless otherwise approved by ENGINEER. 7. Place concrete pipe containing elliptical reinforcement with minor axis of reinforcement in vertical position. 3181029 15051-7 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Proj ects Buried Pipe In stallation (Part II ) 8. Excavate around joints in bedding and lay pipe so that pipe barrel bears uniformly on trench bottom. 9 . Deflections at joints shall not exceed 75 percent of amount allowed by pipe manufacturer, unless otherwise approved by ENGINEER. 10. For PVC and CPVC piping with solvent welded joints, 2.5 -nch diameter and smaller, and copper tubing, snake piping in trench to compensate for thermal expansion and contraction . 11. Carefully examine pipe, fittings, valves, and specials for cracks , damage, and other defects while suspended above trench before installation. hnmediately remove defective materials from the Site and replace with acceptable products. 12. Inspect interior of all pipe, fittings, valves , and specials and completely remove all dirt, gravel, sand, debris, and other foreign material from pipe interior and joint recesses before pipe and appurtenances are moved into excavation . Bell and spigot-type mating surfaces shall be thoroughly wire brushed, and wiped clean and dry immediately before pipe is laid . 13. Field cut pipe, where required , with machine specially designed for cutting the type of pipe being installed . Make cuts carefully, without damage to pipe, coating or lining, and with smooth end at right angles to axis of pipe. Cut ends on push-on joint type pipe shall be tapered and sharp edges filed off smooth. Do not flame-cut pipe. 14. Do not place blocking under pipe , unless specifically approved by ENGINEER for special conditions. 15. Touch up protective coatings in manner satisfactory to ENGINEER prior to backfilling. 16 . Notify ENGINEER in advance of backfilling operation s. 17. On steep slopes, take measures acceptable to ENGINEER to prevent movement of pipe during installation. 18. Thrust Re straint: Where required, provide thrust restraint conforming to Article 3.3 of this Section. 19 . Exercise care to avoid flotation when installing pipe in cast-in-place concrete, and in locations with high groundwater. G. Backfilling: 1. Conform to applicable requirements of Section 02315, Excavation and Backfill. 2. Place backfill as Work progresses . Backfill by hand and use power tampers until pipe is covered by at least one foot of backfill . H . Transitions from One Type of Pipe to Another: 1. Provide necessary adapters, specials, and connection pieces required when connecting different types and sizes of pipe or connecting pipe made by different manufacturers. 3.2 TRACER TAPE INSTALLATION 3181029 15051-8 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) A. Detectable Underground Warning Tape for Non-Metallic Pipelines: 1. Provide polyethylene tracer tape with aluminum backing for buried, non- metallic piping, which includes pipe that is PVC, CPVC, polyethylene, HDPE, FRP, ABS, and vitrified clay. 2. Provide magnetic tracer tape 12 to 18 inches below finished grade, above and parallel to buried pipe. 3. For pipelines buried eight feet or greater below finished grade, provide second line of magnetic tracer tape 2.5 feet above crown of buried pipe, aligned along the pipe centerline. 4. Tape shall be spread flat with message side up before backfilling . 3.3 WORK AFFECTING EXISTING PIPING A. Location of Existing Underground Facilities: 1. Locations of existing Underground Facilities shown on the Drawings should be considered approximate. 2 . Determine the true location of existing Underground Facilities to which connections are to be made, crossed, and that could be disturbed, and determine location of Underground Facilities that could be disturbed during excavation and backfilling operations, or that may be affected by the Work. B . Taking Existing Pipelines and Underground Facilities Out of Service: 1. Conform to Section 01143 , Coordination with Owner's Operations. 2. Do not take pipelines or Underground Facilities out of service unless specifically listed in Section 01143, Coordination with Owner's Operations , or approved by ENGINEER. 3. Notify ENGINEER in writing prior to taking pipeline or Underground Facilities out of service. Shutdown notification shall be provided in advance of the shutdown in accordance with the General Conditions and Section 01143, Coordination with Owner's Operations. C. Work on Existing Pipelines or Underground Facilities : 1. Cut or tap piping or Underground Facilities as shown or required with machines specifically designed for cutting or tapping pipelines or Underground Facilities, as applicable. 2 . Install temporary plugs to prevent entry of mud, dirt, water, and debris into pipe. 3. Provide necessary adapters, sleeves, fittings, pipe, and appurtenances required to complete the Work. 4. Conform to applicable requirements of Section 01143 , Coordination with Owner's Operations, Section 01723, Cutting and Patching, and Section 01724, Connections to Existing Facilities. 3.4 FIELD QUALITY CONTROL A. General: 3181029 15051-9 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Pl ant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junct ion Box Rehab il itation Proj ects Buried Pipe In stall ation (Part II) 1. Test all piping, except as exempted in the Buried Piping Schedule in this Section. 2. When authorities having jurisdiction are to witness tests, notify ENGINEER and authorities having jurisdiction in writing at least 48 hours in advance of testing. 3 . Conduct all tests in presence of ENGINEER. 4. Remove or protect pipeline-mounted devices that could be damaged by testing. 5. Provide all apparatus and services required for testing, including: a. Test pumps, compressors , hoses, calibrated gages, meters , test containers , valves, fittings, and temporary pumping systems required to maintain OWNER's operations. b . Temporary bulkheads, bracing, blocking, and thrust restraints. 6. Provide air if an air test is required, power if pumping is required, and gases if gases are required. 7. Unless otherwise specified, OWNER will provide fluid required for hydrostatic testing. CONTRACTOR shall provide means to convey fluid for hydrostatic testing into piping being tested. CONTRACTOR shall provide fluid for other types of testing required . 8 . Repair observed leaks and repair pipe that fails to meet acceptance criteria. Retest after repair. 9 . Unless otherwise specified, testing shall include existing piping systems that connect with new piping system. Test existing pipe to nearest valve. Piping not installed by CONTRACTOR and that fails the test shall be repaired upon authorization of OWNER. Unless otherwise included in the Work, repair of existing piping or Underground Facilities will be paid as extra Work. B. Test Schedule: 1. Refer to the Buried Piping Schedule in this Section for type of test required and required test pressure . 2 . Unless otherwise specified, required test pressures are at lowest elevation of pipeline segment being tested . 3. For piping not listed in Buried Piping Schedule in this Section: a . Hydrostatically test pipe that will convey liquid at a pressure greater than five psig. Provide process air pipe test for pipe that will convey air or gas under pressure or vacuum, except chlorine gas, which requires separate test. b. Use exfiltration testing, low-press ure air testing, or vacuum testing for other piping. c. Disinfect for bacteriological testing piping that conveys potable water. 4 . Test Pressure: 3181029 a . Use test pressures listed in Buried Piping Schedule in this Section. b . If test pressure is not listed in Buried Piping Schedule, or if test is required for piping not li sted in the Buried Piping Schedule, test pressure will be determined b y ENGINEER based on maximum anticipated sustained operating press ure and methods described in applicable ANSI/ A WW A manual or standard that applies to the piping system. 15051-10 00/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modificatio ns to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installati on (Part II ) C. Hydrostatic Testing: 1. Preparation for Testing: a. For thermoplastic pipe and fiberglass pipe, follow procedures described in Section 7 of ANSI/A WW A Standard C605. b. For HDPE pipe, follow procedures described in ASTM F2164. Test duration, including time to pressurize, time for initial expansion, time at test pressure, and time to depressurize, shall not exceed eight hours. If re- testing of a test section or pipeline is required, at least eight hours shall elapse between tests . c . For steel pipe, follow procedures described in ANSI/ A WW A Manual Ml 1. Wetting period is not required for pipe that is not cement-lined. d. For other piping follow procedures described in ANSI/ A WW A Manual M9, except that minimum wetting period required immediately prior to testing for asbestos cement pipe shall be 24 hours rather than the 48 hours prescribed for concrete pipe. Wetting period is not required for pipe that is not cement mortar-lined. e. Prior to testing, ensure that adequate thrust protection is in place and joints are properly installed. 2. Test Procedure: 3181029 a . Fill pipeline s lowly to minimize air entrapment and surge pressures. Fill rate shall not exceed one foot of pipe length per second in pipe being tested. b . Expel air from pipe as required . Obtain approval of ENGINEER prior to tapping pipe for expelling air. c . Examine exposed joints and valves, and make repairs to eliminate visible leakage. d. After specified wetting period, add fluid as required to pressurize line to required test pressure . Maintain test pressure for a stabilization period of ten minutes before beginning test. e. HDPE Pipe: After filling pipeline, gradually pressurize pipe to test pressure and maintain required test pressure for three hours for pipe to expand. During expansion, add fluid to maintain required test pressure. Begin timed test period after expansion period and other requirements are met. f. Timed test period shall not begin until after pipe has been filled, exposed to required wetting period, air has been expelled, and pressure stabilized . g. Timed Test Period: After stabilization period, maintain test pressure for at least two hours. During timed testing period, add fluid as required to maintain pressure within five psig of required test pressure. For HDPE pipe, after three hour expansion phase, reduce test pressure by ten psig and do not add liquid. Test pressure shall then remain steady for one hour, indicating no leakage. h . Pump from test container to maintain test press ure. Meas ure volume of fluid pumped from test container and record on test report. Record pressure at test pump at 15 minute interva l s for duration of test. 15051-11 09/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant P art I -Modific at ion s to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe In stallation (Part II) 3. Allowable Leakage Rates: Leakage is defined as the quantity of fluid supplied to pipe segment being tested to maintain pressure within five psi of test pressure during timed test period. Allowable leakage rates for piping are: a. No Leakage: Pipe with flanged, welded, fused, threaded, soldered, or brazed joints. b. Rates based on formula or table in ANSI/ A WW A Manual M41: 1) Metal and fiberglass pipe joined with rubber gaskets as sealing members, including the following joint types: a) Bell and spigot and push-on joints. b) Mechanical joints. c) Bolted sleeve type couplings. d) Grooved and shouldered couplings. c. Rates based on make-up allowance in ANSI/ A WW A Manual M9: 1) Prestressed concrete cylinder pipe and other types of concrete pipe joined with 0-ring rubber gasket sealing members . d. Rates based on formula or table in ANSI/A WW A C605: 1) Plastic pipe joined with 0-ring gasket sealing members. e. Rates based on formula or table in ANSI/ A WW A C603: 1) Asbestos-cement pipe. D. Exfiltration Testing: 1. Plug and bulkhead ends and lateral connections of pipe segment to be tested and admit fluid until the pipe is full. Admit fluid slowly to minimize air entrapment. Groundwater level shall be below the pipe during exfiltration test. 2 . Before measuring leakage, allow fluid to wet pipe interior for the following period: a. Concrete Pipe: 48 hours. b. Cement Mortar-lined Pipe: 24 hours. c. Asbestos-cement Pipe: 24 hours . d. Other Pipe: Wetting period not required. 3. Maintain hydrostatic head during test to equal an elevation two feet above present and future maximum groundwater elevation at pipe segment tested. ENGINEER will determine test water surface elevation for each pipe segment. 4. Provide minimum hydrostatic head during test of two feet above crown of upstream end of pipe segment tested. 5 . Add fluid from test container or from metered supply as required to maintain test water level within three inches of test head throughout the test. 6. Test duration shall be at least two hours . 7. Allowable Leakage Rates: 3181029 a. Leakage is defined as the quantity of fluid that must be supplied to pipe segment tested to maintain hydrostatic head within three inches of test head during the test after pipe has been filled and exposed to required wetting period, plus quantity required to refill to original head at end of test. b. Leakage shall not exceed that allowed by authority having jurisdiction. 15051-12 00/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) E. Vertical Deflection Test for Thermoplastic, FRP, and HDPE Pipe: 1. Conduct vertical deflection test at least thirty days after backfill has been placed. 2. Manually pull pin-type vertical gauge mounted on sled through pipe. Gauge shall be manufactured by Quality Test Products, or equal. Set gauge so that sled will stop if vertical deflection of pipe exceeds five percent. Excavate and re-install piping that fails deflection test, and retest. 3. Use rigid ball or mandrel for deflection test, which shall have diameter of at least 95 percent of base inside diameter or average inside diameter of piping, depending on which is specified in applicable ASTM standard, including appendix, to which pipe is manufactured. Perform test without mechanical pulling devices. Re-install and retest pipe segments that exceed deflection of five percent. 3.6 CLEANING AND DISINFECTION A. Cleaning, General: Clean pipe systems as follows: 1. Thoroughly clean all piping, including flushing with water, dry air, or inert gas as required, in manner approved by ENGINEER, prior to placing in service. Flush chlorine solution and sodium hypochlorite piping with water. 2. Piping 24-inch diameter and larger shall be inspected from inside and debris, dirt and foreign matter removed. 3. For piping that requires disinfection and has not been kept clean during storage or installation, swab each section individually before installation with five percent sodium hypochlorite solution. 3.8 SCHEDULES A. Schedules listed below, following the "End of Section" designation, are part of this Specification section. 1. Table 15051-A, Buried Piping Schedule. + + END OF SECTION + + 3181029 15051-13 09/28/10 Service WW WW City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Buried Pipe Installation (Part II) TABLE 15051-A, BURIED PIPING SCHEDULE Pressure Diameter Interior Exterior Class/ (inch) Material Linin2 Coatin2 Thickness Joint 96 FRPMP --Gravity FWC (25psi) 72 FRPMP --Gravity FWC (25psi) The following abbreviations are used in the Buried Piping Schedule. A. Service Abbreviations Service Abbrev Service Sanitary Sewer SAN B. Material Abbreviations Material Abbrev Material Centrifugally Cast Fiberglass Reinforced FRPMP Polymer Mortar Pipe C. Lining/Coating Abbreviations D. Joint Abbreviations Joint Type Abbrev Joint Type Filament Wound Coupling FWC E. Test Abbreviations Test Abbrev Test Low-pressure Air Sewer AIR Disinfection and Test Bacteriological Testing 3181029 15051-14 Test Remarks AIR AIR Abbrev. Abbrev. Abbrev. Abbrev. DBT (]J/28/10 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Centrifugally Cast FRPM Pipe (Part II) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 15071 CENTRIFUGALLY CAST FRPM PIPE 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, as specified and as required to furnish, install and test centrifugally cast, fiberglass-reinforced polymer mortar piping (FRPMP) as a tunnel carrier pipe. 2. The extent of centrifugally cast, fiberglass -reinforced polymer mortar pipe to be furnished as shown and in the piping schedule in Section 15051, Buried Piping Installation. B . Coordination: 1. Review installation procedures under this and other Sections and coordinate the installation of items that must be installed with, or before, the centrifugally cast, fiberglass-reinforced polymer mortar pipe Work. C. Related Sections: 1. Section 02315, Earthwork and Excavation . 2. Section 02450 , Installation of Pipe in Tunnel. 3. Section 15051, Buried Piping Installation. 1.2 REFERENCES A. Standards referenced in this Section are listed below: 1.3 1. American Society for Testing and Materials, (ASTM). a. ASTM D 2412, Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. b. ASTM D 3262, Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. c. ASTM D 3681, Test Method for Chemical Resistance of "Fiberglass" (Glass-Fiber-Reinforced-Thermosetting-Resin Pipe) in a Deflected Condition. d. ASTM D 4161, Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals QUALITY ASSURANCE A. Manufacturer's Qualifications: 3181029 15071-1 9/8/2010 City of Fort Wo rth -Village Creek Was tewater Treatment Plant Part I -Mod ificati o ns to Bar Screen Building No . 3 and P art II -Jun ct io n Box Rehab ilitat ion Proj ects Ce ntrifugall y Cast FRPM P ipe (Part II ) 1. Manufacturer shall have a minimum of five years experience of producing centrifugally cast, fiberglas s-reinforced polymer mortar pipe and fittings, and shall be able to show ev idence of at least five installations in satisfactory service for at least five years. B. Component Supply and Compatibility: 1. Obtain all pipe material included in this Section, regardless of the manufacturer, from a single centrifugally cast fiberglass-reinforced polymer mortar pipe and fittings manufacturer. 2 . The centrifugally cast, fiberglass-reinforced polymer mortar pipe and fittings manufacturer to review and approve or to prepare all Shop Drawings and other submittals for all components furnished under this Section. 3 . All components shall be specifically constructed for the specified service conditions and shall be integrated into the overall assembly by the centrifugally cast, fiberglass-reinforced polymer mortar pipe and fittings manufacturer 1.4 SUBMITf ALS A. Shop Drawings : Submit the following: 1. Details of construction, fabrication, and specifications for pipe laminate construction. 2. Details of piping system including : Location of supports, fittings, anchors , and all accessories necessary for piping system. 3. Pipe laying schedules. 4 . Submit these with Shop Drawings required under Section 15051, Buried Piping Installation. 5 . Test certifications B. A sample piece of pipe approximately three-foot long of each diameter, if reque sted by ENGINEER. C . Test Reports: Submit reports for tests required above with test specimens . D . Certificates: Submit certificates of compliance with Referenced Standards. 1.5 DELIVERY, STORAGE AND HANDLING A. Refer to Section 15051 , Buried Piping Installation . PART 2 -PRODUCTS 2 .1 SYSTEM PERFOMANCE A. Centrifugall y cast, fibergla ss-reinforced polymer mortar piping system shall be specifically des igned , constructed , and installed for the service intended and shall 3181029 15071 -2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Centrifugally Cast FRPM Pipe (Part II) comply with the following Service Conditions. B. Service Conditions: Location: VCWWTP Nominal Pipe Size: 72 and 96 inch Pipe Stiffness, (psi): 72 Joint Length, (ft): 20 Fluid Type: Raw Wastewater 2.2 MANUFACTURERS A. Manufacturers: Provide products of one of the following: 1. Hobas Pipe USA, Inc. 2. Or equal. 2.3 MATERIALS A. Resin Systems: The manufacturer shall use only polyester resin systems. B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of the highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98 percent silica with a maximum moisture content of 0.2 percent. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. E. Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturer and shall be suitable for the service intended. 2.4 DETAil.,S OF CONSTRUCTION A. Pipe shall conform to the requirements of ASTM D 3262 and shall be manufactured of glass-fiber-reinforced thermosetting polyester resin mortar with a non-reinforced thermoset liner and non-reinforced polyester resin and sand surface layer. Pipe shall have a minimum stiffness of 72 psi at 5 percent deflection when tested according to ASTM D 2412. Pipe shall meet Designation Code ASTM D 3262-1-2-3 and minimum of D. The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application . The historical data shall 3181029 15071-3 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifi cations to Bar Sc reen Building No . 3 and Part II -Junction Box Rehabilitation Projects Centrifugally Cast FRPM Pipe (Part II) have been acquired from a composite material of similar construction and composition as the proposed product. B. Pipe: Manufacture pipe by the centrifugal casting process to result in a dense, non- porous, corrosion-resistant, consistent composite structure. C. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings or bell-spigot joints , "flush", that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161. Joints at tie- ins, where required, may utilize fiberglass or 316 stainless steel gasket-sealed closure couplings. D. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber- reinforced overlays. Properly protected standard ductile iron, fusion-bonded epoxy- coated steel and stainless steel fittings may also be used. E. Diameters: The actual outside diameter of the pipes shall be in accordance with ASTMD 3262. F. Lengths: Pipe shall be supplied in nominal lengths of 20 feet. G. Wall thickness: The minimum wall thickness shall be the design thickness as specified on the Drawings. Pipe shall be designed for an external live 1oading, including impact, equal to AASHTO, H20 truck loading with earth cover as shown on the Drawings . H. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8-inch. I. Guides, Anchors and Supports: Guides, anchors and supports shall be as shown and in accordance with the manufacturer's recommendations. Provide saddle bands and FRP buildup. Support spacing shall not exceed six feet, unless otherwise shown. 2.5 MAINTENANCE TOOLS AND SP ARE MATERIALS A. Furnish and deliver the following tools and maintenance materials carefully boxed or packaged and plainly marked for recording: 1. Two set of special tools required to maintain and repair the piping. 2. Pipe and fittings equal to ten percent of the installed system. 3181029 15071-4 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Centrifugally Cast FRPM Pipe (Part II) 3. Names, e-mail addresses and addresses of all manufacturers of fiberglass reinforcements, resins, hardeners and components used to repair and maintain centrifugally cast, fiberglass-reinforced polymer mortar piping system. B. CONTRACTOR shall store and safeguard tools and materials until completion of the Work, at which time they shall be inventoried, delivered and placed in an area designated by OWNER. 2.6 MARKING FOR IDENTIFICATION A. All pipe line materials shall be permanently marked with the following: 1. Name or trademark of manufacturer. 2. Pipe class and specification designation. 3. Size and length dimensions. 4. Date and place of manufacture. 2.7 SOURCE QUALITY CONTROL A. Shop Tests: 1. Manufacturer shall maintain a continuous Quality Control Program and shall provide the ENGINEER with certified test reports. 2. Tests shall be witnessed by a Registered Professional Engineer or a member of ASTM, who may be an employee of the manufacturer. The Registered Professional Engineer shall seal and sign all test reports. 3. Cut a three-foot section from each 5,000 feet of each size pipe furnished, and perform the following tests using methods recommended by the ASTM: a. ASTM D 2412, Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. b . ASTM D 3262, Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. c. ASTM D 3681, Test Method for Chemical Resistance of "Fiberglass" (Glass-Fiber-Reinforced-Thermosetting-Resin) Pipe in a Deflected Condition. PART 3 -EXECUTION 3.1 INSTALLATION A. Refer to Section 15051, Buried Piping Installation for Direct Bury pipe . B. Refer to Section 02450, Installation of Pipe in Tunnel for installation of Tunnel pipe . C. Any field lamination, repair, or lay-ups shall be the responsibility of the 3181029 15071-5 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Centrifugally Cast FRPM Pipe (Part II) CONTRACTOR and performed to manufacturer's recommendations. Manufacturer's field representative shall certify any field modifications as acceptable. 3.2 LEAKAGE TESTS A. Refer to Section 15051 , Buried Piping Installation. + + END OF SECTION + + 3181029 15071-6 9/8/2010 PART II DIVISION 16 ELECTRICAL City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects General Provsions (Part II) SECTION 16050 GENERAL PROVISIONS PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, incidentals , testing, troubleshooting and training as shown, specified, and required to provide complete and operable electrical work. B. Coordination: 1. Review installation procedures and schedules under other Sections and coordinate with other trades the installation of electrical items that must be installed with or within formwork, walls, partitions, ceilings and panels. C . General: l . Interpretation of Drawings: a. Dimensions shown on the Drawings that are related to equipment are based on the equipment of one manufacturer. Conform the dimensions of the equipment furnished to the space allocated for that equipment. b: The Drawings show the principal elements of the electrical Work. They are not intended as detailed working drawings for the electrical Work, but as a complement to the Specifications to clarify the principal features of the electrical systems . c. It is the intent of the Drawings and Specifications that all equipment and devices, furnished and installed under this Contract, be properly connected and interconnected with other equipment and devices so as to render the installations complete for successful operation, regardless of whether all the connections and interconnections are specifically mentioned in the Specifications or shown on the Drawings. d. It also is the intent of the Drawings and Specifications that similar products be by the same manufacturer for uniformity on the Project. D. Temporary Power and Lighting: 1. Refer Division 1 requirements for requirements for temporary power during construction. 2. Refer to Division 1 requirements for requirements for temporary lighting during construction. 3181029 16050-1 9/8/2010 C ity ofFort Worth -Vi ll age Creek Wastewater Treatment Pl ant Part I -Mo d ifi cation s to Bar Screen Buildin g No . 3 and P art II -Ju nction Box Reha bil itation Proj ects Ge neral Provs ion s (Part II) 1.2 QUALITY ASSURANCE Permits: Refer to the Instructions to Bidders for respon sibilities for obtaining and paying for CONTRACTOR's permits, license s and in spection fees . Existing Conditions : CONTRACTOR shall visit proje ct site and make themselves aware of all existing conditions prior to submitting his bid. Testing Laboratory Labels: Electrical material and equipment shall be new and shall bear the label of the Underwriters' Laboratories , Inc., or other nationally-recognized, independent testing laboratory, wherever standards have been established and label service regularly applies. A . Utilities : 1. Power Company: Perform work in strict conformance with the requirements of the electric utility service serving the facility . B. Material, equipment and work shall be installed in accordance with the current standards and recommendations of the following publications at a minimum . Where discrepancies arise between codes, the most restrictive regulation shall apply. 1. 2008 National Electrical Code (NFPA 70). 2. 2007 National Fire Alarm Code (NFPA 72). 3. 2005 Standard for Emergency and Standby Power Systems (NFPA 110). 4. 2005. Standard on Stored Electrical Energy Emergency and Standby Power Systems (NFP A 111 ). 5. 2008 Standard for the Installation of Lightning Protection Systems (NFP A 780). 6. 2006 International Code Council Electrical Code. 7. 2007 National Electrical Safety Code. 8. City of Fort Worth TX Electrical Code 1.3 SUBMITTALS A. Refer to Division 1 requirements for submittals. B. Submit details of equipment identification as specified under Part 2. C . Submit submittals for each specification section individually under a unique Submittal Number. Submittals shall include shop drawings specific to the Specification section that the submittal number references. Any submittal that includes submittal material for material and equipment that is outside the Specification section referenced by the submittal shall be returned to CONTRACTOR without review. Material and equipment must be submitted under the section corre sponding to its section in the Specifications . 1.4 PROJECT CLOSEOUT 3181029 16050-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Build ing No. 3 and Part II -Junctio n Box Rehabi li tation Projects Ge ne ral Provsion s (Part II ) A . Operation and Maintenance Data: 1. Refer to Division 1 requirements for Operation and Maintenance Data. 2. Submit a separate O&M Manual for each Division 16 specification section for which an O&M Manual is required in accordance with Division 1 requirements . Any O&M Manual submitted that covers more than one specification section shall be returned to CONTRACTOR without review . B. Record Drawings: 1. Furnish record drawings in accordance with Division 1 requirements including: a. System Record Drawings: Include the following: 1) One line wiring diagram of the power distribution system. 2) Actual in place conduit and cable layouts with schedule of conduit sizes and number and size of conductors . 3) Layouts of the power and lighting arrangements and the grounding system. 4) Control schematic diagrams , with terminal numbers and all control devices identified, for all equipment. 5) Ductbank layouts , including installed locations of handholes and manholes, and interior elevations of each side of each handhole and each manhole which clearly indicates the conduit number and its location. b . Point-to-Point Interconnection Wiring Diagram Drawings : Include the following : 1) External wiring for each piece of equipment, panel, instrument and other devices and wiring to control stations , lighting panels and motor controllers. 2) Numbered terminal block identification for each wire termination. 3) Identification of the assigned wrre numbers for all interconnections . 4) Identification of all wiring by the conduit tag in which the wire is installed. 5) Terminal , junction, and pull boxes through which wiring is routed. 6) Identification of all equipment and the Shop Drawing transmittal number for equipment from which the wiring requirements and termination information was obtained. 2. The record drawings shall reflect final equipment and field installation information . 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: Advise manufacturers and v endors as to the maximum shipping sizes of equipment that can be accommodated at the Site . 3181029 16050-3 9/8/2010 Ci ty ofFort Worth -Vi ll age Creek Waste water T reatment Plant Part I -Modific ation s to Bar Screen Building No . 3 and Part II -Jun ction Box Rehabilitation Proj ects Gen eral Provsi ons (P art II ) B. Storage of Materials: Refer to Division 1 requirements . C . Handling of Materials: Refer to Division 1 requirements. PART 2 -PRODUCTS 2.1 NAMEPLATES A. Refer to Section 16075 , Electrical Identification. 2.2 WIREMARKERS A. Refer to Section 16075 , Electrical Identification. 2.3 CONDUITTAGS A. Refer to Section 16075 , Electrical Identification. PART3-EXECUTION 3 .1 EQUIPMENT IDENTIFICATION A. Provide identification of each electrical item, in addition to the manufacturer's nameplates, to identify the item's function and the equipment or system which it serves or controls. B. Identify equipment by means of nameplates . Relabel existing equipment whose designation has been changed . C . Color code and identify wires and cables by means of wire markers. Identify power conductors by circuit number and phase. Identify each control, signal and status wire by a unique number. Numbering system shall r eflect the actual designations used in the Work and shall be documented on the point-to-point wiring diagrams. Coil spare wiring neatly. Tag each spare wire and note its ongm. D . Identify pull, junction and terminal boxes with nameplates . Identify each box by a unique number. Numbering system shall reflect the actual de s ignations used in the field and as documented on wiring diagrams. + + END OF SE CTION + + 3 181029 16050-4 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Grounding Systems (Part II) PART 1 -GENERAL 1.1 DESCRIPTION SECTION 16061 GROUNDING SYSTEMS A. Scope: CONTRACTOR shall provide all labor, materials, equipment, testing troubleshooting and training and incidentals as shown, specified and required to furnish and install complete grounding for the electrical systems, structures and equipment. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified: 1. NEC Article 250, Grounding. 2. UL Standard #467, Electrical Grounding and Bonding Equipment. 1.3 SUBMITIALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's technical information for grounding materials proposed for use. 2 . Listing of grounding connector types identifying where they are to be used. 3. Layouts of each structure ground grid. 4. Test point construction details. 5. Results of ground resistance tests at each test point. PART 2-PRODUCTS 2.1 MATERIALS A. Tinned Bare Copper Ground Cable: 1. Material: Soft drawn tinned bare copper stranded cable conforming with ASTM B8 and B189. No. 4 AWG minimum size. 2. Manufacturer: Provide ground cable of one of the following: a. Cablec Corporation. b . General Cable Corporation. c. Or equal. 3181029 16061-1 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and P art II -Junction Box Rehabilitation Projects Grounding Systems (Part II) B. Ground Rods: 1. Material : Copperclad rigid steel rods, 3/4-inch diameter, 10 feet long. 2. Manufacturer: Provide ground rods by one of the following : a. Copperweld, Bimetallics Division. b. ITT Blackburn Company. c. Or equal. C. Ground Test Well: 1. Provide ground test well where shown on the Drawings to measure ground system resistance to ground. Provide per detail shown on the Drawings. 2. Test well casing shall be heavy duty steel and lid shall be traffic rated cast iron with "GROUND" cast letters. 3. Ground test well shall be 24" deep and 12" in diameter and shall be Advanced Lightning Technology model 3152 or approved equal. D. Grounding Connectors: I. Material: Compression connectors shall be heavy duty copper. Bolted connectors to be copper alloy castings, designed specifically for the items to be connected, and assembled with Durium or silicone bronze bolts, nuts and washers . Welded connections to be by exothermic process utilizing molds, cartridges and hardware designed specifically for the connection to be made. 2. Product and Manufacturer: Provide grounding connectors of one of the following: a. Pressure Connectors: 1) O.Z./Gedney, Division of General Signal Corporation. 2) Burntly Corporation. 3) Or equal. b. Welded Connections: 1) Cadweld by Erico Products, Incorporated. 2) Therm-0-Weld by Burntly Corporation. 3) Or equal. PART 3 -EXECUTION 3.1 STRUCTURE GROUND SYSTEM A. Provide complete grounding system as shown on Drawings and as specified herein. B. Ground the neutral on the secondary of dry transformers per the following: 1. Provide a % inch x 10 foot ground rod through a 1 inch diameter cored hole in the concrete floor at the location of each dry transformer. 2. Connect the transformer neutral to the ground rod with a #4 ground cable. 3. Extend a #4 ground cable to the closest accessible cold water pipe that extends below the concrete floor and attach cable to pipe with a ground 3181029 16061-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Reh abilitation Projects Grounding Systems (Part II) clamp. 4. Extend a #4 ground cable to the closest accessible steel building column and attach cable to column with an exothermic weld. 5. Bond the secondary of the dry transformer secondary neutral to the transformer ground bus and enclosure with a #4 ground cable. C. Do not ground neutrals at points other than those stated above. D. Weld all buried connections except at test wells. 3.2 EQUIPMENT GROUNDING A. Ground all electrical equipment in compliance with the National Electrical Code. B. Connect ground conductors to conduit with copper clamps, straps or with grounding bushings. C . Connect to piping with ground clamps . Use tinned copper bonding jumpers on gasketed joints. D. Connect to equipment by means of lug compressed on cable end. Bolt lug to equipment frame using holes or terminals provided on equipment specifically for grounding. Do not use anchor bolts . Where grounding provisions are not included, drill suitable holes in locations designated by ENGINEER. E. Connect to motors by bolting directly to motor frames , not to sole plates or supporting structures. F . Connect to service water piping by means of copper clamps. Use tinned copper bondingjumpers on gasketedjoints . G . Scrape bolted surfaces clean and coat with a conductive oxide-resistant compound. 3.3 TESTING A. Test the completed ground system at the ground test well of the ground mat for resistance to ground using an electrical ground resistance tester. The grounding system maximum resistance shall not exceed 5 ohms under normally dry conditions when measured by the resistance tester. Resistance values above 5 ohms shall be brought to the ENGINEER'S attention. B . Test all grounded cables and metal parts for continuity of connection. + + END OF SECTION + + 3181029 16061 -3 9/8/2010 City of Fort Worth -Village Creek Waste Water Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Supporting Systems (Part II) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: SECTION 16070 SUPPORTING SYSTEMS 1. CONTRACTOR shall provide all labor, materials , equipment, and incidentals as shown, specified, and required to furnish and install supporting systems for equipment, boxes, and devices. B . Related Sections: 1. Section 16050, General Provisions. 2. Section 16131 , Rigid Conduit. 1.2 REFERENCES A. Standards referenced in this section are: 1. ASTM Al23, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 2. ASTM AIOI I, Specification for Steel, Sheet and Strip, Hot Rolled, Carbon, Structural, High-Strength Low Alloy and High Strength Low Alloy with Improved Formability. 1.3 SUBMITT ALS A. Shop Drawings: Submit for approval the following: 1. Detail dimensions. 2 . Bills of Materials. 3. Manufacturer's name, product designation, and catalog number. B . Product Data: 1. Copies of manufacturer's specifications including material , dimensional and weight data, and load capacity for each supporting system component proposed. 2. Pictorial views and corresponding identifying text of each component proposed for installation. PART 2 -PRODUCTS 2.1 MATERIALS A . Strut, Fittings , and Accessories: 1. Provide 12-gauge Type 316 stainless steel at all locations. 2. Provide 316 stainless steel plates, fittings , bolts, nuts , w ashers , etc B. Hanger (all thread) Rods: 1. Provide 316 stainless steel minimum 3/8-inch diameter. 3181029 16070-1 9/8/2010 City of Fort Worth -Village Creek Waste Water Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box R ehabilitation Projects Supporting Systems (Part II) C. Beam Clamps for Attaching Threaded Rods or Bolts to Beam Flanges for Hanging Struts or Conduit Hangers : I. Provide 316 stainless steel beam clamps with 316 stainless steel bolts and other fastemers. D. Concrete Anchor Bolts: I. Provide 316 stainless steel minimum 3/8-inch diameter. 2.2 MANUFACTURERS A. Provide products of one of the following : 1. B-Line. 2 . Superstrut. 3. Unitstrut. 3. Or equal. PART 3 -EXECUTION 3.1 INSTALLATION A. Install supporting systems with all necessary channels, fittings, brackets, and related hardware for mounting and supporting equipment. Include anchor bolts, concrete anchor bolts and associated hardware for proper support of equipment. B . Equipment and devices shall be installed on supporting systems as shown on the Drawings, specified , or required . C. Install supporting devices level, parallel, and perpendicular to building walls and floors, such that the support system is installed in a neat and professional manner. D. Holes in suspended ceilings for support rods and other equipment shall be made adjacent to bars where possible to facilitate removal of ceiling panels. E. Installation of supporting systems shall be coordinated with equipment, cabinets, consoles, panels, enclosures, boxes , conduit, cable tray, wireway, busway, cablebus, piping, ductwork, lighting fixtures, and other systems and equipment, and located clear of interferences and access ways. F. Mounting of Conduit: 1. A minimum of 1/4-inch space shall be provided between conduit surfaces and abutting or near surfaces except struts, cable trays , steel beams , and columns. 2. Conduit shall be fastened to struts, cable trays, steel beams, and columns using specified clamps and straps as shown, specified, and required . G. Install conduit supports and fasteners per Section, 16131 , Rigid Conduit. H . Mounting of Cabinets, Consoles, Panels, Enclosures, and Boxes : 1. Freestanding: Unless otherwis e specified or shown on the Drawi ngs , floor mounted equipment, cabinets, consoles, panels , enclosures, and boxes shall be installed on 4-inch high concrete equipment base with a 45 degree chamfered edge. The base shall extend two inches beyo nd outside dimensions of equipment , all sides . 3181029 16070-2 9/8/2010 City of Fort Worth -Village Creek Waste Water Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Supporting Systems (Part II) 2. Wall Mo unted: a. A minimum 1/4-inch space shall be provided between cabinets, consoles, panels, enclosures, or boxes and the surface on which they are mounted. Non-metallic or stainless steel spacers shall be provided as required. b . Equipment, enclosures, panels, and boxes shall not be mounted directly to beams or columns. Struts shall first be mounted to beams or columns using beam clamps and equipment, enclosures, panels, and boxes shall be mounted to the struts. 3. Floor Stand Rack: a . Where equipment, cabinets, consoles, panels, enclosures, or boxes cannot be wall mounted, provide an independent floor stand rack. b . Rack shall consist of struts, plates, brackets, connection fittings, braces, accessories, and hardware assembled in a rigid framework suitable for mounting of intended equipment. c. Rack shall be equipped with brackets and bases for rigidly mounting the framework to the ceiling or floor, or equipped with beam clamps , angle plates, washers, and bolts for fastening to beam flanges . d. When the equipment, cabinets, consoles, panels, enclosures, and boxes weigh more than 100 pounds: 1) The main vertical supports of floor stand rack assemblies shall be back-to- back struts. 2) Bracing, clamping and anchoring of each rack shall be sufficient to ensure rigidity of the rack with the intended equipment, enclosures, conduit, cable tray, busway, cablebus, or wireway installed . Racks shall not be deflected more than 1/8 -inch by a I 00 pound force applied at any point on the rack in any direction . J. Drilling into beams or columns is not allowed except as authorized by ENGINEER. K . All nuts and bolts shall be tightened to the following values: B olt Size Torque (ft- l bs) 1/4" -20 6 5/16" -18 11 3/8" -16 19 1/2" -13 50 L. Field Cutting: I. Cut edges of strut and hanger rod shall have corners rounded, edges beveled and burrs removed. If field cutting the strut is required, use only clean, sharp, dedicated tools. Oil, shavings, and other residue of cuttings shall be removed prior to installation . + + END OF SECTION + + 3181029 16070-3 9/8 /2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Electrical Identification (Part II) SECTION 16075 ELECTRICAL IDENTIFICATION PART 1 -GENERAL 1.1 A. B . 1.2 A. 1.3 A. B. DESCRIPTION Scope : 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals shown, specified, and required to furnish and install identification for electrical apparatus. Related Sections: 1. Section 16121 , Instrumentation Cable . 2 . Section 16122, 600 Volt Cable. QUALITY ASSURANCE Regulatory Requirements: 1. NEC Article 110, Requirements for Electrical Installation . 2 . NEC Article 210, Branch Circuits. 3. NEC Article 215, Feeders. 4. NEC Article 504, Intrinsically Safe Systems. 5. NEC Article 700, Emergency Systems. 6. NEC Article 701, Legally Required Standby Systems. 7. NEC: _Article 702, Optional Standby Systems. 8. 40 CFR 1910.145 (OSHA) -Specification for Accident Prevention Signs and Tags. 9. NFPA 70E Chapter 1, Safety Related Work Practices. SUBMITTALS Shop Drawings: Submit for approval the following: 1. Provide a complete description and listing of proposed electrical identification and electrical identification devices on Shop Drawings for associated equipment or systems. 2 . Conduit and wire identification numbering system and equipment signage. Product Data: 1. Manufacturer's cut sheets, specifications, dimensions and technical data for all products proposed under this Section. 3181029 16075-1 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Electrical Identification (Part II) PART 2 -PRODUCTS 2.1 MANUFACTURED UNITS A. Engraved Identification Devices (Nameplates and Legend Plates): I. Nameplates: a. Laminated thermoset plastic, 1/16 -inch thick, engraved condensed block black lettering on white background, square comers, and beveled front edges, or match existing b. Size: As required . c. Letter Size: Minimum 3/16-inch. d. Nameplates one inch or less in height shall have one mounting hole at each end. Nameplates greater than one inch in height shall have mounting holes in the four comers . e. For outdoors, provide nameplates of the photo-metallic type with black lettering as described above . 2 . Legend Plates: a . Legend plates for pushbuttons, pilot lights , selector switches and other panel mounted devices shall be large size with dimensions of approximately 2-7/16 inches wide by 2-13/32 inches tall (Allen Bradley large automotive size), plastic, custom engraved with black letters on white background. 1) Standard size legend plates shall be provided where devices are mounted on motor control centers and spacing of the devices precludes the use of automotive size legend plates . b. Lettering size and line weight shall be the same for all legend plates on the same panel or enclosure. Maximum size shall be 1/4-inch and minimum size shall be 1/8-inch. c . For outdoors, provide legend plates of the photo-metallic type with black lettering as described above. B. Safety Signs and Voltage Markers: 1. Low voltage safety signs shall be pressure sensitive vinyl conforming to 40 CFR 1910.145, 5 inches by 3.5 inches in size , and shall read, "DANGER -480 VOLTS". a. Products and Manufacturers : 1) B-302-86060 by Brady. 2) Or equal. 2 . Low voltage markers shall be either pressure sensitive vinyl or vinyl cloth with black lettering on orange background and shall read, "120 VOLTS", "208 VOLTS", "120/208 VOLTS", or "240 VOLTS" as required . a . Products and Manufacturers: 1) CV442xx by Brady. 2) Or equal. 3181029 16075-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabil itation Projects Electrical Identification (Part II) C. Arc-flash Safety Signs: 1. Warning signs shall be adhesive-backed polyester. 2. Warning sign shall read , "Warning -Arc Flash Hazard . Appropriate PPE Required . Failure To Comply Can Result in Death or Injury. Refer to NFPA 70 E." 3. Products and manufacturers: a. 94914 by Brady. b . Orequal. D. Voltage System Identification Directories: 1. General: a. Directories shall be laminated thermoset plastic, 1/16-inch thick, engraved block black letters on white background, square comers, and beveled front edges. b. Directories shall identify all voltage systems within the building. c. Directories shall list the colors that identify ungrounded and grounded conductors of each system . d. Colors shall be per Section 16122 , 600 Volt Cable . e. Example Directory Text: V 0Ita2e System Identification System A,B,C Neutral 277/480 Brown, Orange, Yellow Gray 120/208 Black, Blue, Red White 2. Large directories for rooms shall have a rninimwn text height of 1/2-inch. 3. Small directories for equipment shall have a minimum text height of 1/4-inch . 4. For outdoors, provide voltage system identification directories of the photo- metallic type with black lettering as described above. E. Conduit Labels: 1. Provide the following for conduit identification: a. Round stainless steel conduit tags manufactured for the purpose stamped with conduit identification information. b . Stainless steel band manufactured for the purpose encircling the conduit and passing through an opening in the conduit tag . F. Wire Identification: 1. Heat Shrinkable Wire and Cable Labeling System: a. White heat-shrinkable irradiated polyolefin shrink-on sleeves . Labels shall be thermal printed . Labels shall be at least 2 inches wide. b . Products and Manufacturers : 1) B-341 PS-xxx-2W by Brady . 2) Or equal. 2. Wrap-Around Wire and Cable Labeling System : 3181029 a . Self laminating white/transparent self extinguishing vinyl strips. Length shall be sufficient to provide at least 2.5 wraps. Labels shall be thermally printed. Labels shall be at least 2 inches wide. b. Products and Manufacturers: 1) THT-XX-427 by Brady . 2) Or equal. 16075-3 9/8 /2010 City of Fort Worth -Village Creek Wastewater Treatment Pl ant P art I -Mo di fica tion s to Bar Screen Buildi ng No. 3 and Part II -Jun ction B ox R ehab ilitatio n Proj ects Electrical Identi fic ation (P art II) G. Detectable Underground Warning Tape : 1. Material: Polyeth ylen e or polyester with detectable metal core and polyes ter underlaminate . 2 . Width : 2 inches . 3 . Color and Labeling : Yellow or red with perman ently imprinted black letters: "CAUTION -Buried Ele ctri c Line ", repeated continuously over full length of tape. 4 . Products and Manufacturers: a . Indentoline by Brady . b . Or equal. H. Thermal Printing System: 1. Utilize a thermal transfer process to create non-smearing labels and markers. 2 . Wire and Cable Markers: a. Portable: 1) TLS2200 by Brady . 2) Or equal. b . Desktop : 1) 200M by Brady. 2) Or equal. 3 . Cable Markers: a . Portable: 1) Handimark by Brady. 2) Or equal. b . Desktop : 1) Labelizer PLUS by Brady . 2) Or equal. 2.2 FABRICATION A. Engraved Identification Devices (Nameplates and Legend Plates): 1. Nameplate and legend plate text is preliminary and subject to change pending final review and acceptance of the nomenclature by th e ENGINEER after start-up and testing. 3181029 16075-4 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Electrical Identification (Part II) PART 3 -EXECUTION 3.1 INSTALLATION A. Install electrical identification per manufacturer recommendations and as required for proper equipment identification . B . Engraved Identification Devices (Nameplates and Legend Plates): 1. Unless otherwise specified, permanent nameplates shall be attached with a permanent adhesive and with 3/16-inch diameter, round head, stainless steel machine screws into drilled and tapped holes. For nameplates I -inch tall and smaller, provide a machine screw at each end of the nameplate. For nameplates taller that I-inch, provide a machine screw at each comer of the nameplate, 2. A nameplate with 1.5-inch letters shall be provided to identify each console, cabinet, panel, or enclosure as shown or specified. 3. Nameplates shall be provided for field mounted motor starters, disconnect switches, manual starter switches, pushbutton stations, and similar equipment operating components and shall describe the motor or equipment function and the circuit number. 4 . Nameplates with 1/2 -inch letters shall be provided to identify each junction and terminal box shown or specified. 5. On switchgear, nameplates shall be furnished for all main and feeder circuits including control fuses and also for all indicating lights and instruments. a. A nameplate with 1.5-inch letters shall be provided giving switchgear designation, voltage rating, ampere rating, short circuit rating, manufacturer's name, general order number, and item number. b. The individual door for each compartment shall be identified with a nameplate giving item designation and circuit number. 6. Motor Control Centers: a. A nameplate with 1.5-inch letters shall be provided with the motor control center designation. b. The individual door for each unit compartment shall be identified with a nameplate identifying the controlled equipment. 7. Except conduit, all other electrical appurtenances including lighting panels, convenience outlets, fixtures, and lighting switches shall be provided with nameplates indicating the appropriate circuit breaker number(s). 8. Push Buttons : a. Legend plates shall be provided for identification of functions . b. Nameplates shall be provided for identification of controlled equipment. c. Red buttons shall be provided for stop function . d . Black buttons shall be provided for other functions . 3181029 16075-5 9/8/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No. 3 and Part II -Junction Box Reha bilitation Proj ects Electrical Id entification (Part II) 9. Pilot Lights: a. Legend plates shall be provided for identification of functions . b . Nameplates shall be pro vi ded for identification of controlled equipment. c . Shall have lens colors as shown or specified. Where no color is indicated , the following lens colors shall be provided: Color Green Red Amber Blue White Legend Running, Open Stopped, Closed Alarm Power Status 10 . Selector Switches: a . Provide legend plates for identification of functions . b . Provide nameplates for identification of controlled equipment. 11 . Panel Mounted Instruments: a . Provide nameplates for identification of function . 12. Interiors of Cabinets, Consoles, Panels, Terminal Boxes, and Other Enclosures: a. Provide nameplates for identification. b . Each item inside the cabinet, console, panel , terminal box, or enclosure shall be provided with a nameplate as shown on the Shop Drawings . Mount nameplates with adhesive. c . Interior items requiring nameplates include : 1) Terminal blocks and strips . 2) Bus bars. 3) Relays. 4) Rear of face-mounted items . 5) Rear of door-mounted items. 6) Interior mounted items that require identification when mounted externally. d. Circuit Breaker Directory: 1) A typewritten directory shall be provided for each panelboard listing the branch space location number and a description of the load served by the branch circuit breaker. 13 . Re-label existing equipment whose designation have changed. C. Safety Signs and Voltage Markers: 1. Safety signs and voltage markers shall be provided on and around electrical equipment as specified and where shown . a. Rigid safety signs shall be installed using stainless steel fasteners . b . Surfaces shall be cleaned before application of pressure sensitive signs and markers. 2 . Low voltage safety signs shall be mounted on equipment doors that provide access to uninsulated 480-volt conductors , including terminal de vice s. 3 . Low voltage markers shall be installed on each terminal box , safety disconnect switch , and panelboard installed, modified, or relocated as part of the Work and containing 120/208 volt conductors. D . Voltage System Identification Directori es 3181029 16075-6 9/8/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Electrical Identification (Part II) 1. Provide voltage system identification directories as required by NEC Article 210 and NEC Article 215. 2. In each electrical room provide a voltage system identification directory mounted on the wall or door at each entrance to the room. 3. For panelboards, switchboards, motor control centers, and other branch circuit or feeder distribution equipment that are not located in electrical rooms provide a voltage system identification directory mounted on the equipment. a . Directories shall be affixed using epoxy glue. No screws or bolts shall penetrate equipment enclosures. b. Directories shall be readily visible and not obscure labels and other markings on the equipment. E. Arc-flash Safety Signs: 1. Arc-flash safety signs shall be provided as required by NEC Article 110 . 2 . Provide signs for switchboards, panelboards, motor control centers, and industrial control panels. Provide signs for control panels that contain 480 volt equipment. F . Conduit Labels : 1. Conduits shall be provided with conduit labels unless otherwise specified. 2. Flexible conduit shall not be labeled. 3. Exposed single conduit runs of less than 25 feet between local disconnect switches and their associated equipment will not be labeled. 4. Conduit labels shall convey the following information: a. Contract Number: Alphanumeric, three or four digits, as applicable. b. Conduit Number: Alphanumeric as shown on the Drawings, as assigned by CONTRACTOR for unlabelled conduits, and per approved submittals. 5. Conduits that contain intrinsically safe wiring shall have an additional pipe marker provided that has blue letters on white background and reads, "INTRINSICALLY SAFE WIRING". a. Intrinsically safe pipe markers shall be installed per NEC Article 504 along the entire installation . Spacing between labels shall not exceed 25 feet. 6. Conduit labels shall be installed at the following locations: a . Where conduit enters or exits walls, ceilings, floors, or slabs. b . Where conduit enters or exits boxes, cabinets, consoles, panels, or enclosures, except pull boxes and conduit bodies used for pull boxes. c. At maximum intervals of 50 feet along the length of the conduit. 7. Conduit labels shall be oriented to be readable. G . Wire and Cable Identification : 1. Color-coding of insulated conductors shall comply with Section 16122, 600 Volt Cable. 2. Use heat shrinkable wire labels where wire or cable is terminated . Use wrap- around labels where wire or cable is to be labeled but is not terminated. 3. Provide wire and cable labels as follows: 3181029 a. New, rerouted, or revised wire or cable shall be labeled . b. Insulated conductors shall be labeled. c. Bare (uninsulated) conductors shall not be labeled unless otherwise shown or specified. d . Wire and cable terminations shall be labeled . 1) Wire labels shall be applied between 1/2-inch and one inch of the completed termination 16075-7 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabil itation Proj ects Electrical Identification (Part II ) 2) Cable labels shall be applied between 1/2-inch and one inch of cable breakout into individual conductors . a) Individual conductors in a cable shall be labeled after the breakout as specified for wires. e. Wire or cable exiting cabinets , consoles, panels , terminal boxes, and enclosures shall be labeled. 1) Wires or cables shall be labeled within two inches of the entrance to the conduit. f. Wire or cable in junction boxes and pull boxes shall be labeled 1) Wires or cables shall be labeled within two inches of the entrance to the conduit. g . Wire and cable installed in cable tray shall be labeled . I) Wire and cable shall have labels at maximum intervals of 20 feet. h. Wire and cable installed without termination in electrical manholes shall be labeled. 1) Wire and cable shall have wrap-around labels applied within one foot of exiting the manhole. 4. Wire and Cable Identification System: a. Wire and cable labels shall be imprinted with an identifying designator. 1) Wire and cable extending between two devices or items and that does not undergo a change of function shall be identified by a single unique designator as specified below. b . Field Wiring: 1) The wire or cable designator shall consist of: a) The three left-most characters shall consist of the Contract Number under which the wiring is installed. b) The fourth character from the left shall be an asterisk (*), a plus sign (+) or a hyphen(-). No other punctuation symbol shall be used in a wire designator. c) The remaining characters shall be alphanumeric and make the wire designator unique. d) The numbering shall reflect the actual designations used in the Work and shall be documented on the record drawings. c . Cabinet, Console, Panel and Enclosure Wiring, Internal: 1) New Cabinets, Consoles, Panels, and Enclosures: a) Wire and cable inside cabinets, consoles, panels, and enclosures shall have designators as specified in Section 13401, Instrumentation and Control Systems General Requirements. 5. Modified Cabinets, Consoles, Panels, and Enclosures: a . New or rerouted wire or cable in existing cabinets, consoles, panels , and enclosures shall be labeled as shown on the Drawings or be assigned a ten character designator that is equivalent to a field wire designator. H. Terminal Strip Labeling: 1. The panel side of the terminal shall be labeled to match the panel wire number. 2. The field side of the terminal shall be labeled to match the field wire number. The terminal number shall not include the contract number. + + END OF SECTION + + 3181029 16075-8 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant P art I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitatio n Projects In strumentation Cable (Part II) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : SECTION 16121 INSTRUMENTATION CABLE 1. CONTRACTOR shall provide all labor , materials, equipment, testing, troubleshooting and incidentals shown, specified, and required to furnish and install instrumentation cable . 2. Types of cable include the following : a. Shielded instrument cable. B. Related Sections: 1. Section 1607 5, Electrical Identification. 1.2 REFERENCES A. Standards referenced in this Section are : 1. UL 1581, Electrical Wires, Cables and Flexible Cords. 2. UL 13, Power-Limited Circuit Cables. 3. UL VW-1 , Vertical Wire Flame Test. 1.3 QUALITY ASSURANCE A. Regulatory Requirements: 1. NEC Article 725, Class 1, Class 2 , and Class 3 Remote-Control, Signaling and Power-Limited Circuits . 2. NEC Article 727, Instrumentation Tray Cable. 3. Tests by Independent Testing Agencies : Cable shall bear label of Underwriters' Laboratories , Inc . 1.4 SUBMITT ALS A. Action Submittals: Submit the following : 1. Product Data: Manufacturer's technical information for instrumentation cable proposed . 3181029 16121-1 9/8/2010 C ity o f Fort Wo rth -Village Creek Wastewater Treatme nt Pl ant Part I -Mo d ificati on s to B ar Screen Bu ild ing No. 3 an d P art II -Junctio n B ox Reh ab ilitation Projects Instrumentation Cabl e (Part II) PART 2 -PRODUCTS 2 .1 MATERIALS A . Single Shielded Pair Instrument Cable : 1. Tinned copper, XLPE insulated stranded conductors , No. 16 A WG minimum , twisted pair with ov erall shield, stranded tinned No. 16 A WG copper drain wire and overall PVC jack et. Rated for 600 v olts minimum and conforming to UL 15 81 . 2. Manufacturers: Provide products of one of the following: a . Belden Company. b. Okonite Company. c. Dekoron Wire and Cable Company. d. Or equal. 3 . This cable type shall be designated as "TSP" on the Drawings. 4. This cable is to be provided for process analog 4-20 mA DC signals and for RS-485 digital communications . D. Ethernet Cable : 1. 24 A WG stranded (7 x 32) bare copper conductors, bonded pairs, polyolefin insulation, polyester separator, aluminum polyester shield (100% coverage), drain wire , industrial grade sunlight and oil res istant PVC jacket. Sequential making at two foot intervals . 2. Manufacturers and model: Provide one of the following: a. Belden 7939A . b . or equal. 3 . This cable type shall be designated as "ENET CABLE" on the Drawings. E . Cable Terminals : 1. Fork type copper compression terminals with nylon insulation for termination of cable at terminal blocks. 2 . Manufacturers: Provide products of one of the following : a . T&B Sta-Kon. b. Bumdy Insulug. c. Or equal. PART 3 -EXECUTION 3.1 INSTALLATION A . General : 1. Install cable complete with proper terminations at both ends . 2. Install in conduit s eparate from power cables, unless specified otherwise. 3. Ground shield on shielded cables at the control panel end only . 4 . Identify conductors in accordance w ith Section 16075 , Electrical Identifica tion. 3181029 16121 -2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Instrumentation Cable (Part II) 5. Install and terminate Supplier-furnished cable in accordance with Supplier equipment requirements and cable manufacturer's recommendations. 6. Install in conformance with the National Electrical Code, and Laws and Regulations. 3.2 FIELD QUALITY CONTROL A. Site Testing: 1. Test shielded instrumentation cable shields with an ohmmeter for continuity along full length of cable, and for shield continuity to ground . 2. Connect shielded instrumentation cables to calibrated 4 to 20 mA DC signal transmitter and receiver. Test at four and twenty milliamp transmitter settings. 3. If a cable fails a test, replace the entire length of that cable. + + END OF SECTION + + 3181029 16121-3 9/8/2010 City of Fort Worth -Village Cree k Wa stewat er T reatment Plant P art I -Mod ifi cat ion s to B ar Screen Build ing No. 3 and Part II -Junction Box Rehabilitat ion Proj ects 600 Volt Cabl e (P art II) PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : SECTION 16122 600 VOLT CABLE 1. CONTRACTOR shall provide all labor, materials , equipment, testing troubleshooting, testing and incidentals as shown, specified and required to furnish and install 600 volt cable. 2. The types of cable required include the following : a. Insulated cable for installation in raceways . B. Related Sections : 1. Section 16121 , Instrumentation Cable. 1.2 QUALITY ASSURANCE A . Requirements of Regulatory Agencies : 1. Codes: Install cable in accordance with the National Electrical Code and applicable local codes. 2. Tests by Independent Regulatory Agencies : Cable shall bear the label of the Underwriters' Laboratories, Inc . B. Reference Standards : Comply with applicable provisions and recommendations of the following except where otherwise shown or specified: 1. ASTM B 3, Soft or Annealed Copper Wire . 2. ASTM B 8, Concentric-Lay-Stranded Copper Conductors , Hard , Medium-hard or Soft. 3. ICEA S-66-524 Cross -linked-thermosetting-polyethylene-insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. 4. National Electrical Code . 5. UL Standard No. 44, Wires and Cables , Rubber-Insulated. 6. UL Standard No. 83 , Wires and Cables , Thermoplastic-Insulated . 7. IEEE Standard 971. C. Factory Production Tests: 1. All wire and cable shall be factory tested m accordance with the requirements of Underwriters' Laboratories . 3181029 16122-1 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects 600 Volt Cable (Part II) 1.3 SUBMITT ALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's literature, specifications, and engineering data for 600 volt insulated cable proposed for use. 2. Manufacturer's literature for cable markers . B. Test Records: Submit for review copies of written records of field insulation resistance test results. PART 2 -PRODUCTS 2.1 MATERIALS A. Insulated Cable In Raceways: 1. Material: Single conductor copper cable conforming to ASTM B 3 and B 8 _with flame-retardant, moisture and heat resistant cross-linked polyethylene or thermoplastic insulation rated 90 C in dry locations and 75 C in wet locations. Provide the following types of wire insulation: a . All areas: THHN/THWN 2 . Manufacturer: Provide one of the following: a. American Insulated Wire Company. b. Encore Wire Corporation. c. General Cable Technologies Corporation. d. The Okonite Company. e. Southwire. f. Or equal. B. Cable Connectors, Solderless Type: 1. For wire sizes up to and including No. 6 AWG, use compression type. Alarm and control wire shall be terminated using forked type connectors at terminal boards. 2. Product and Manufacturer: Provide one of the following: a. T & B Sta-Kon. b. Burndy Hylug. c. Or equal. 3 . For wire sizes No. 4 AWG and above, use either compression type or bolted type with silver-plated contact faces. 4. For wire sizes No. 250 kcmil and larger, use connectors with at least 2 cable clamping elements or compression indents and provision for at least 2 bolts for joining to apparatus terminal. 5. Properly size connectors to fit fastening device and wire size. 3181029 16122-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects 600 Volt Cable (Part II) C. Cable Splices: 1. For wire sizes No. 8 A WG and larger, splices shall be made up with compression type copper splice fittings. Splices shall be taped and covered with materials recommended by the cable manufacturers, to provide insulation equal to that on the conductors. 2. For wire sizes No. 10 AWG and smaller, splices may be made up with preinsulated spring connectors . 3. For underground locations, splices shall be waterproofed. Compression type splices shall be waterproofed by a sealant-filled, thick wall, heat shrinkable, thermosetting tubing or by pouring a thermosetting resin into a mold that surrounds the joined conductor. Spring connector splices shall be waterproofed with a sealant-filler. 4. Products and Manufacturers: Provide one of the following: a. Compression-Type Splices: 1) Burntly Hylink. 2) T &B Color-Keyed Compression Connectors . 3) Or equal. b. Spring Connectors: 1) Buchanan B-Cap. 2) T &B Wire Connector. 3) Or equal. D . Wire Identification: 1. Provide in accordance with 1607 5 Electrical Identification. PART 3-EXECUTION 3.1 INSTALLATION A . Install all cables complete with proper terminations at both ends. Check and correct for proper phase sequence and proper motor rotation. B. Pulling: 1. Use insulating types of pulling compounds containing no mineral oil. 2. Pulling tension shall be within the limits recommended by the wire and cable manufacturer. 3. Use a dynamometerwhere mechanical means are used. 4. Cut off section subject to mechanical means. C. Bending Radius: Limit to a minimum of 6 times cable overall diameter. D. Slack: Provide maximum slack at all terminal points. E. Splices: 1. Where possible, install cable continuous , without splice, from termination to termination. 2. Where required , splice where indicated on the Drawings and also where required for cable installation. All splices below grade, in manholes , 3181029 16122-3 9/8/2010 City of Fort Worth -Vi llage Creek Was tewater Treatment Pl ant Pa rt I - Modifi cat ion s to Bar Screen Bu ild ing No . 3 an d P art II - Junction B ox R ehab ilitat ion Projects 600 Vo lt Cabl e (Part II ) handboles and wet locations shall be w aterproofed . 3. Splices are not allowed in conduits . F. Color code power cables as follows: 1. · No . 8 A WG and Smaller: Provide colored conductors. 2. No. 6 AWG and Larger: Apply general purpose, flame retardant tape at each end, wrapped in overlapping turns to cover an area of at least 2 inches . 3. Colors : System Conductor Color All Systems Equipment Grounding Green 208Y/120 Volts Grounded Neutral White Three-Phase, Four-Wire Phase A Black Phase B Red Phase C Blue 480Y /277 Volts Grounded Neutral Gray Three-Phase , Four-Wire Phase A Brown Phase B Orange PhaseC Yellow 3.2 TESTING A . Test each electrical circuit after permanent cables are in place to demonstrate that the circuit and equipment are connected properly and will perform satisfactorily and that they are free from improper grounds and short circuits. B. Individually test 600 volt cable mechanical connections after installation and before they are put in service with a calibrated torque wrench . Values shall be in accordance with manufacturer's recommendations . C . Individually test 600 volt cables for insulation resistance between phases and from each phase to ground. Test after cables are installed and before they are put in service with a Megger for one minute at a voltage rating recommended by the cable manufacturer or in accordance with NEMA and ICEA standards. D . The insulation resistance for any given conductor shall not be less than the value recommended by the cable manufacturer or in accordance with NEMA and ICEA standards. Any cable not meeting the recommended value or which fails when tested under full load conditions shall be replaced with a new cable for the full length. 3 181029 16122-4 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction B ox Reh abil itation Projects 600 Volt Cable (Part II) E. Where ex1stmg cables are spliced to cables provided under this Contract, the existing cables shall be tested prior to splicing. Test cables at 1,000 volts DC for one minute. The entire spliced cable installation shall be re-tested after the splice is completed. Any existing cable which fails or has a value less than 2 megohms shall be brought to the ENGINEER'S attention and the splicing shall not proceed. + + END OF SECTION + + 3181029 16122-5 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Mod ifi cations to B ar Screen Building No. 3 and Part II -Junction Box R ehab ilitation Projects Rig id Conduit (P art II) PART I-GENERAL 1.1 DESCRIPTION A. Scope: SECCTION 16131 RIGID CONDUIT 1. CONTRACTOR shall provide all labor, materials , equipment , and incidentals shown, specified, and required to furnish and install conduit and fittings to form complete, coordinated and grounded raceway systems. 2. When specific , detailed conduit routings for various systems within buildings and other areas are not shown on the Drawings, CONTRACTOR shall establish routings based on single-line , riser, and interconnection diagrams and other information on the Drawings. CONTRACTOR shall provide proper installation of conduits in each system . B . Coordination : 1. Conduit runs shown are diagrammatic. Coordinate conduit installation with piping, ductwork, light fixtures, and other system s and equipment and locate to avoid interferences . C . Provide conduit types as follows : 1. Underground : Schedule 40 PVC conduit, concrete encased as shown on the Drawings in Detail 1 on Drawing E9 . 2. Under concrete floor of buildings: Schedule 40 PVC conduit without concrete encasement. 3. Embedded in concrete floor of buildings : Schedule 40 PVC conduit. 4. Aboveground indoors ( exposed): Rigid aluminum conduit. 6 . Aboveground outdoors : Rigid aluminum conduit. 7. Aboveground indoors or outdoors beneath switchgear with an open bottom , e.g. motor control centers, switchboards , Instrument Termination Panels (ITPs), PLC cabinets , etc: Schedule 40 PVC conduit with a PVC bell terminator on each conduit end. D. Related Sections: 1. Section 16070, Supporting Systems . 2. Section 16075 , Electrical Identification . 1.2 REFERENCES A. Standards referenced in thi s Section are : 1. ANSI C80 . l , Standard for Rigid Electri ca l Stee l Conduit (ERSC ). 2 . ANSI/NEMA FBI , Fittings , Cast Metal Boxes, and Conduit Bodies for 3 181029 16131-1 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 an d Part II -Junction Box Rehabilitation Projects Rigid Conduit (Part II ) Conduit, Electrical Metallic Tubing and Cable. 3. NEMA TC2, Electrical Polyvinyl Chloride (PVC) Conduit. 4 . NEMA TC3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. 5. NEMA TC14, Reinforced Thermosetting Resin Conduit (RTRC) and Fittings . 6 . UL 6, Electrical Rigid Metal Conduit -Steel. 7. UL 514B, Conduit, Tubing, and Cable Fittings . 8. UL 651, Safety Schedule 40 and 80 Rigid PVC Conduit and Fittings. 9 . UL 886, Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations. 10. UL 1242, Electrical Intermediate Metal Conduit -Steel. 1.3 QUALITY ASSURANCE A. Regulatory Requirements: 1. NEC Article 344, Rigid Metal Conduit. 2. NEC Article 352, Rigid Nonmetallic Conduit. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. When requested by the Engineer, provide assembly details of conduit racks and other conduit support systems. b. When requested by the Engineer, provide layout drawings showing proposed routing of exposed conduits, conduits embedded in structural concrete, and conduits directly buried in the ground. Drawings shall show locations of pull and junction boxes and penetrations in walls and floors. Shop Drawings of embedded conduits shall include cross- sections showing thickness of concrete slabs and locations of conduits relative to reinforcing steel, waterstops, and other features of the slab. 2. Product Data: Manufacturer's catalog cuts and product data for conduit, fittings, and appurtenances. B. Informational Submittals: Submit the following: 1. Manufacturer's Instructions: When requested by ENGINEER, provide copies of manufacturer's recommendations for handling and installing products . 2 . Site Quality Control Submittals : When requested by ENGINEER, provide copies of results of specified Site quality control testing. C. Closeout Submittals : Submit the following: 1. Record Drawings: Show actual routing of exposed and concealed conduit runs in record documents in accordance with Section O 1782, Record Documents. PART 2 -PRODUCTS 3181029 16131-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Rigid Conduit (Part II) 2.1 MATERIALS A. Rigid Aluminum Conduit, Elbows, and Couplings: 1. Material: Rigid, heavy-wall aluminum, smooth interior, tapered threads and carefully reamed ends; 3/4-inch NPS minimum size. 2. Manufacturers: Provide products of one of the following: a. Allied Tube and Conduit. b. Wheatland Tube Company. c. Or equal. B. Rigid Aluminum Conduit Fittings, and Conduit Bodies : I. Material and Construction: Cast aluminum bodies and covers consistent with conduit material. Units shall be threaded type with five full threads. Conform to ANSI/NEMA FBI and be listed by UL. Provide conduit bodies stamped with permissible conductor combinations . Provide a conduit body rated for the conductor combination at the location where the unit will be installed. Conduit bodies shall be gasketed and watertight at all installation locations. 2. Rigid aluminum conduit fittings shall be of the threaded type only. Provide threaded couplings between each section of rigid aluminum conduit. Each rigid aluminum conduit that terminates into a box, enclosure, etc shall terminate into an aluminum threaded hub fitting. Threaded hub fittings shall have insulated throats and shall be Myers Scru-Tite or equal. Locknut terminations of rigid aluminum conduits will not be allowed. 3. Manufacturers: Provide products of one of the following: a. Crouse-Hinds Company. b. Appleton Electric Company. c. Or equal. C. Rigid Nonmetallic Conduit and Fittings: I. PVC Plastic Conduit: 3181029 a. Manufacturers: Provide products of one of the following: I) Cantex. 2) Carlon. 3) Certainteed. 3) Or equal. b. Material: Schedule 40 PVC, rated for 90 degrees C, conforming to NEMA TC3 and UL 514B and 651 . c. Fittings: Form elbows, bodies, terminations , expansions, and fasteners of same material and manufacturer as base conduit. Provide cement by same manufacturer as base conduit. 16131-3 9/8/2 010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Rigid Condu it (Part II) 2.2 ACCESSORIES A . Fasteners: Provide stainless steel fasteners only . B. Duct Sealing Compound 1. Soft, fibrous , slightly tacky, non-hardening sealing compound. 2. Remains workable at all temperatures . 3. Manufacturer: a . Type DUX by 0-Z/Gedney. b . Or equal. 2.3 IDENTIFICATION A. Conduit tags: 1. Provide conduit tags m accordance with Section 16075, Electrical Identification. B. Warning Tape: 1. Provide warning tape m accordance with Section 16075, Electrical Identification. PART3 -EXECUTION 3.1 INSPECTION A. Examine conditions under which the Work will be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. 3.2 INSTALLATION A . Provide threaded fittings and connections only for couplings, terminations, etc . Set screw type fittings will not be permitted for rigid aluminum conduit. Provide oxidation inhibitor, Noalox, Penetrox or equal coating on all threaded connections . B. Intermediate metal conduit (IMC) and rigid steel conduit shall not be installed on this project and shall not be present on the project site at any time. C . Install conduits in conformance with Laws and Regulations . D . Supports: 1. Rigidly support conduits by clamp s, hangers , or strut channel. Conduit supports and accessories shall be in accordance with Section 16070, Supporting Systems. 2 . Support single conduits by means of one-hole conduit straps in combination with clamp backs , to raise conduits from the support surface. Support multiple runs of conduits on strut channel. 3181029 16131-4 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modification s to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Rigid Conduit (Part II) E. Fastenings: Fasten raceway systems rigidly and neatly to supporting structures using specified materials . F. Exposed Conduit: 1. Install parallel or perpendicular to structural members or walls . 2. Where possible, run in groups . Provide conduit racks of suitable width , length, and height, arranged to suit field conditions. Provide support every ten feet , minimum . 3. Install on structural members in protected location s . 4. Locate clear of interferences. 5 . Provide six inches of clearance from hot fluid lines and 1/4-inch from walls . 6. Install vertical runs plumb. Unsecured drop length shall not exceed 10 feet. G. Conduit Embedded in Structural Concrete: 1. Embed horizontal conduits in concrete only where directed to do so on the Drawings. H. Underground Conduits: 1. Install individual, underground conduits in concrete encasement with a minimum of 18 inches from final grade to the top of the concrete encasement as shown in Detail 101 on Drawing E-08. 2. Perform excavation, bedding, backfilling, and surface restoration , including pavement replacement where required , in accordance with Division 2 of the Specifications . 3. Install warning tape 12 inches below finished grade over buried conduits. I. Empty Conduits : 1. Install nylon pull string in each empty conduit and cap each conduit not terminating in a box with a threaded coupling with a threaded aluminum plug. Pull string shall be rated for 500 lbs tension minimum. J. Field Bends: No indentations . Diameter of conduit shall not vary more than 15 percent at bends . K . Joints : 1. Apply oxidation inhibitor compound to joints before assembly. 2. Make up joints wrench tight and ground thoroughly. 3 . Use standard tapered pipe threads for conduit and fittings . 4. Cut conduit ends square and ream to prevent damaging wire and cable . 5. Use full threaded couplings . Split couplings are not allowed. 6. Use strap wrenches and vises to install conduit. Replace conduit with wrench marks . 3181029 16131-5 9/8/2010 C ity of Fort Worth -V illa ge Cree k Wastewater Treatment Plant Part I -Mod ifi catio ns to Bar Sc reen Buil d ing No. 3 and P art II -Junction B ox Rehab ilitation Projects Ri gid Co nduit (P art II ) L. Moisture Protection: 1. Plug or cap conduit ends at time of ins tallation to prevent entrance of moisture and foreign materi als. 2. Underground connection s shall be waterti ght. 3. Drainage : Conduit runs shall be fully drainable . Where possible install conduit runs sloped to drain to one end and away from building . A void pockets or depressions in conduit runs . 4. Seal conduit openings within control and instrumentation panels and distribution equipment with duct sealing compound to provide watertight seal. 5. Dissimilar Metals : a. Prevent occurrence of electrolytic action between dissimilar metals . b. Do not use copper products in connection with aluminum, and do not use aluminum in locations subject to drainage of copper compounds on bare aluminum . c. Back paint aluminum in contact with masonry or concrete with two coats of bituminous paint. M . PVC conduits shall exit a horizontal concrete slab in a vertical direction such that the conduit will be encased in a concrete curb above the concrete slab per the Drawings . The portion of the conduit that is exposed above the concrete curb shall transition to rigid aluminum conduit before exiting the concrete . The transition point for the change to rigid aluminum conduit shall be 4 inches below the top of the concrete curb. The portion of the rigid aluminum conduit embedded in the concrete shall be coated with a protective coating to prevent direct contact of the aluminum material with the concrete curb . The protective coating shall be either sprayed or brushed onto the rigid aluminum conduit. N . Do not use nylon pull ropes for pulling conductors into PVC conduits . Use manila pull ropes, or other type of pull ropes , to avoid cutting slots into the inside radii of the PVC conduit bends. 0 . Identify conduits , including spares , in accordance with Section 16075, Electrical Identification. 3.3 SITE QUALITY CONTROL A . Site Tests : 1. Test conduits by pulling through each conduit a cylindrical mandrel with length not less than two pipes inside diameters , having an outside diameter equal to 90 percent of conduit's inside diameter. 2. Maintain a record, by number, of all conduits successfully tested. 3 . Repair or replace conduits that do not successfully pas s testing , and re-test. + + END OF SEC T IO N + + 3181029 16 131 -6 9/8/2010 City of Fort Worth -Village Creek Waste water Treatment Plant Part I -Modification s to Bar Screen Building No . 3 and Part II -Junction B ox Rehabilitati on Proj ec ts Rigid Conduit (Part II) E. Where ex1stmg cables are spliced to cables provided under this Contract, the existing cables shall be tested prior to splicing. Test cables at 1,000 volts DC for one minute. The entire spliced cable installation shall be re-tested after the splice is completed. Any existing cable which fails or has a value less than 2 megohms shall be brought to the ENGINEER'S attention and the splicing shall not proceed. + + END OF SECTION + + 3181029 16131-7 9/8/2010 City of Fo rt Worth -V illage C reek Wa stewater Treatment Plant Part I -Modifi cat ion s to B ar Screen Building N o . 3 and Part II -Juncti on Box Rehabilitat ion Proj ects Fl exi bl e Condu its (Part II ) PART I -GENERAL 1.1 DESCRIPTION SECTION 16132 FLEXIBLE CONDUITS A . Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furni sh and install flexible metallic conduit and fittings . 1.2 QUALITY ASSURANCE A . Reference Standards : Comply with applicable provi sions and recommendations of the following except where otherwise shown or specified . 1. NEC Article 351 , Liquid-Tight Flexible Metal Conduit. 2 . UL Standard No. 360, Liquid-Tight Flexible Steel Conduit. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following : 1. Manufacturer's catalog cuts and technical information for flexible conduit and fittings proposed for use. PART 2-PRODUCTS 2.1 MATERIALS A . Flexible Conduit: 1. Material: Flexible aluminum core w ith smooth , abrasion resi stant , liquid-tight, polyvinyl chloride cover. Continuous copper ground built in for sizes 3/4-inch through 2 inch. Material shall b e UL listed. 2 . Product and Manufacturer: Provide one of th e following : a . Anaconda Sealtite EFL. b . Or equal. B . Flexible Conduit Fittings: 1. Material and Construction : Aluminum w ith standard finish . Fittings shall adapt the conduit to standard threaded connections, shall hav e an inside diameter not less than that of the corresponding standard conduit siz e and shall be UL listed . 3181029 16132-1 9/8/2 010 C ity ofFort Worth -Vi llage Creek Wastewater Treatment Plant P art I -Mod ifi cation s t o B ar Screen Building No. 3 and Part II -Junction Box Rehab ili tati on P roj ec ts Fl exibl e Conduits (P art II) PART3-EXECUTION 3 .1 INSTALLATION A. Install at motors, transformers and equipment which are subject to vibration or require mov ement for maintenance purposes. Provide necessary reducer where equipment furnished cannot accept 3/4-inch size flexible conduit. Limit flexible conduit length to three feet maximum . B. Install in conformance with National Electrical Code requirements. ++END OF SECTION + + 3181029 16132-2 9/8/2010 City of Fort Worth -Village Creek Wastew ater Treatment Plant Part I -Mod ifications to Bar Screen Building No. 3 and Part II -Junction Box R ehabil itation Projects Sealed Fittings (Part II ) PART 1 -PART 1 -GENERAL 1.1 DESCRIPTION A . Scope : SECTION 16133 SEALED FITTINGS 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install conduit sealing fittings with sealing fiber and sealing compound. 1.2 REFERENCES A. Standards referenced in this Section are: 1. UL 886 , Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations, Class 1, Groups A, B, C and D and Class II, Groups E , F and G. 1.3 QUALITY ASSURANCE A. Regulatory Requirements : Comply with the following : 1. NFPA 70 (National Electrical Code): Article 500, Hazardous (Classified) Locations . 2. NFPA 497: Recommended Practice for the Classification of Flammable Liquids, Gasses, or Vapors and of Hazardous (Classified) Locations for Electrical Installations in Chemical Process Areas . 1.4 SUBMITT ALS A . Action Submittals : Submit the following: 1. Shop Drawings: a . Listing of locations where fittings are to be used. 2 . Product Data: a. Manufacturer's literature and technical information for sealing fitting s, sealing fiber , and sealing compound proposed for use . PART 2 -PRODUCTS 2 .1 MATERIALS A . Manufacturers: Provide products of one of the following: 1. Crouse Hinds Company. 2. Appleton Electric Company. 3181029 16133-1 9/8/2010 City ofFort Worth -Village Creek Wastewater Treatment Plant P art I -Modifications to Bar Screen Building No. 3 and P art II -Jun ction Box Reh abilitation Projects Sealed Fittings (Part II) 3 . Or equal. B. Materials and Construction: 1. Copper free aluminum bodies with zinc electroplate and lacquer or enamel finish. 2. Ample opening with threaded closure for access to conduit hub for making dam. 3. Provide sealing fittings that allow minimum of40 percent cross-sectional fill. C . Sealing fiber for forming the dam within the hub and sealing compound shall be suitable for use with fittings furnished, and shall be products of fitting manufacturer. D. Sealing fitting, fiber, and sealing compound shall conform to UL 886. PART3-EXECUTION 3.1 INSPECTION A. Examine conditions under which the Work is to be installed and notify ENGINEER in writing of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. Install for hazardous locations as required by Laws and Regulations and as shown. B. Provide fittings for proper use relative to mounting position . C . Use oversized fittings with reducing bushings when necessary to maintain cable fill requirements of the conduit system. + + END OF SECTION + + 3181029 16133-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatm ent Plant Part I -Modifications to Bar Screen Building N o. 3 and Part II -Junction Box Rehabilitation Proj ects Pull, Junction , and Terminal Boxes (Part II) SECTION 16135 PULL, JUNCTION, AND TERMINAL BOXES PART 1 -GENERAL 1.1 DESCRIPTION A. Scope : CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install pull, junction and terminal boxes . 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified : 1. NEC Article 370, Outlet, Switch and Junction Boxes , and Fittings. 2. UL Standard No . 50, Electrical Cabinets and Boxes. 1.3 SUBMITT ALS A. Shop Drawings : Submit for approval the following : 1. Manufacturer's technical information for pull and junction boxes proposed for use. PART 2 -PRODUCTS 2.1 MATERIALS A. Pull, Junction and Terminal Boxes for all areas: Boxes shall be NEMA 4X 316 stainless steel at a minimum. 1. Material and Construction. a. Welded stainless steel sheets of USS gauge. b . Oil-resistant gasket. c. Lift-off hinges and quick-release latches . d. Boxes with any dimension 24 inches and smaller shall be 14 gauge. Boxes with any dimension larger than 24 inches shall be 12 gauge, except use 10 gauge on box es with any dimension of 36 inches or more . 2 . Manufacturer: Provide boxes manufactured by one of the following: a. Hoffman . b. Or equal. B . Terminal Blocks: 1. Material and Construction : a . NEMA rated nylon modular terminal blo cks. b . 600 volt rated . 3181029 16135-1 9/8 /2010 City o f Fort Worth -V ill age Cre ek Was tewater Treatment Pla nt Part I -Mod ifi cations to Bar Screen Bu ildin g No. 3 and Part II -Junction B ox R ehabi li tation Proj ects Pull , Ju nction , an d Terminal Boxes (P art II ) c. Control and alarm circuit terminal s shall be screwed type with permanently affi xe d numeric identifiers beside each connection . d. Power terminals shall be copper and rated for the circuit ampacity. 2 . Manufacturer: Provide terminal blocks of one of the following : a. Allen-Bradley Company, Bulletin, 1492. b. Or equal. PART 3 -EXECUTION 3.1 INSTALLATION A . Mount boxes so that sufficient access and working space is provided and maintain a minimum of 1/4-inch from walls . B . Securely fasten boxes to walls or other structural surfaces on which they are mounted. Provide electrical rack per the Detail number designated on the Drawings where no walls or other structural surface exists. If no Detail number is designated, provide electrical rack using stainless steel strut channel and W' aluminum plate . C . Install pull boxes where indicated on the Drawings , where required by the National Electrical Code , in conduit runs containing more than three 90 degree bends and in runs exceeding 200 feet. D. Provide removable , flame-retardant, insulating cable supports in all boxes with any dimension exceeding 3 feet. E . Size junction and pull boxes in accordance with the requirements of the National Electrical Code . F. Install terminal blocks in junction boxes where indicated on the Drawings or where cable terminations or splices are required. + + END OF SECTION + + 3 181029 16135-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Outlet Boxes (Part II) PART I -GENERAL 1.1 DESCRIPTION SECTION 16136 OUTLET BOXES A. Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install outlet boxes for mounting wiring devices and lighting fixtures. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified: I. NEC Article 3 70, Outlet, Switch and Junction Boxes and Fittings. 2. UL Standard No. 514, Electrical Outlet Boxes and Fittings. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: I. Manufacturers technical information for outlet boxes proposed for use . PART 2-PRODUCTS 2.1 MATERIALS B. Device Boxes for all areas: I. Material: Cast copper-free aluminum boxes shall be FD, hub type and include external mounting lugs. 2. Manufacturer: Provide device boxes of one of the following: a . Crouse-Hinds Company. b. Appleton Electric Company. c. Or equal. PART 3 -EXECUTION 3.1 INSTALLATION A. Fasten boxes rigidly and neatly to supporting structures . B. For units mounted on masonry or concrete walls, provide suitable 1/2-inch spacers to prevent mounting back of box directly against wall . C. Leave no open conduit holes in boxes . Close unused openings with capped bushings. 3181029 16136-1 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitation Projects Outlet Boxes (Part II) D. Label each circuit in boxes and identify with durable tag . E . Install in conformance with National Electrical Code. + + END OF SECTION + + 3181029 16136-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Reh abilitation Projec ts Receptacles (Part II) PART I -GENERAL 1.1 DESCRIPTION SECTION 16141 RECEPTACLES A . Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install receptacles . B. Related Sections : 1. Section 16136 , Outlet Boxes. 2. Section 16501 , Lighting Fixtures and Controls . 1.2 QUALITY ASSURANCE A. Reference Standards : Comply with applicable provisions and recommendations of the following except where otherwise shown or specified: 1. National Electrical Code. 2. UL Standard No. 498, Standard for Attachment Plugs and Receptacles . 3. UL Standard No. 514D, Cover Plates for Flush-Mounted Wiring Devices . 4. UL Standard No. 943 , Standard for Ground-Fault Circuit-Interrupters. 1.3 SUBMITT ALS A . Shop Drawings: Submit for approval the following : 1. Manufacturer's technical information for receptacles and cover plates proposed for use. PART 2 -PRODUCTS 2.1 MATERIALS A. Receptacles: 1. Grounding receptacle , two pole, three wire , 20 amp, duplex , industrial specification grade, NEMA 5-20R configuration. Provide gray color for all areas. Duplex receptacles shall be Hubbell HBL-5362 or approved equal. 2. Cover plates shall be stainless steel for gray receptacles installed indoors. 3181029 16141-1 9/8 /2010 City of Fort Worth -Vi ll age Creek Wastewater Treatment Pl ant P art I -Mo d ifications to Bar Screen Build ing No. 3 an d P art II -Junction Box Rehabilitation Projects Receptacles (P art II) B. Ground Fault Interrupting R eceptacle s: Two pole , three wire, 20 amp , duplex , industrial specification grade , NEMA 5- 20R configuration . Provide gray for all areas . Ground Fault Interrupting duple x receptacles shall be Hubbell GFR5362G or appro ved equal. D. Weatherproof Covers : 1. Use receptacles that comply with abo ve rec eptacl e paragraphs for receptacles denoted as "WP ". 2. Provide a cover that is UL listed weatherproof while the receptacle is in use and is of UV resistant construction suitable for outdoor use in accordance with National Electrical Code Article 406 and where denoted as "WP" on the Drawings. Cover depth shall be 4-3 /4 inches. 3. Material: a. Non-metallic box with hinged non-metallic cover. b . Sealing gaskets between box and cover. c. Stainless steel screws and hardware . d. Color: Grey finish 4. Products and Manufacturers: Provide one of the following: a. Hubbell Corp. b . Or equal. E. Power and Special Receptacles : Provide receptacles with number of poles and voltage and current rating as shown . Coordinate with equipment plugs. Provide matching plug for each receptacle. PART3 -EXECUTION 3.1 INSTALLATION A. This project has Class I, Division 1 and Class I, Division 2 locations . To eliminate the possibility of igniting flammable or explosive gasses, do not install the receptacles specified in this Section in areas other than those shown on the Drawings. Notify the Engineer if a receptacle cannot be installed at the location shown on the Drawings . B. Install receptacles at locations indicated on the Drawings m outlet or device boxes . C . Install receptacles with ground pole in the down position . D . Mount bottom of receptacles 18-inches abo ve fin ished floor unless otherwise indicated E . Install in conformance with the National Electri ca l Code . + + END OF SECTION ++ 3 181029 16141 -2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Snap Switches (Part II) PART I -GENERAL 1.1 DESCRIPTION SECTION 16142 SNAP SWITCHES A. Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install snap switches for the following: 1. Single pole, two pole or three-way types as shown on the Drawings for control of light fixtures and as specified Section 16501, Lighting and Controls for pole mounted fixtures. B . Related Sections: 1. Section 16136, Outlet Boxes. 2 . Section 16501, Lighting Fixtures and Controls . 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified. I . National Electrical Code. 2. UL Standard No. 20, General Use Snap Switches. 1.3 SUBMITT ALS A. Shop Drawings: Submit for approval the following : 1. Manufacturer's technical information for switches proposed for use . PART 2-PRODUCTS 2.1 MATERIALS A . Switches: 1. Single pole AC toggle switch, quiet type , 120/277 volt AC , 20 ampere, industrial specification grade. Provide gray color for all areas . a. Single pole shall be Hubbell HBL 1221 or approved equal. b. Two pole shall be Hubbell HBL 1222 or approved equal. c. Three way shall be Hubbell HBL 1223 or approved equal. d . Four way shall be Hubbell HBL 1224 or approved equal. B. Cover Plates: 1. Provide stainless steel cover plates for gray switches. C. Weatherproof Switches : 3181029 16142-1 9/8 /2010 C ity of Fort Worth -Village Creek Wastewater Treatmen t Pl ant Part I -Mo difications to Bar Screen Building No. 3 and P art II -Junc ti on B ox R ehabilitation Projects Snap Swi tches (P art II) 1. Prov ide switches in weatherproof cover. Covers shall be gray plastic with clear co v ers that permits v iew ing the switch toggle positions when covers are closed . Weatherproof covers shall be Hubbell or approv ed equal. PART 3 -EXECUTION 3.1 INSTALLATION A. This project has Class I, Division 1 and Class I, Divis ion 2 locations. To eliminate the possibility of igniting flammable or explosive gasses , do not install the snap switches specified in this Section in areas other than those shown on the Drawings . Notify the Engineer if a snap switch cannot be installed at the location shown on the Drawings ,. B. Install switches at locations indicated on the Drawings in outlet or device boxes in accordance with Section 16136. C. Mount wall switches 4 feet-6 inches above finished floor unless otherwise noted. D. Install switches in conformance with National Electrical Code. + + END OF SECTION + + 3181029 16142 -2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No . 3 and Part II -Junction Box Rehabilitatio n Projects Lighting Fixtures And Controls (Part II) SECTION 16501 LIGHTING FIXTURES AND CONTROLS PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: CONTRACTOR shall provide all labor, materials, equipment, testing and troubleshooting and incidentals as shown, specified and required to furnish and install complete and operable lighting fixtures . B. Coordination: A. This project has Class I, Division 1 and Class I, Division 2 locations. To eliminate the possibility of igniting flammable or explosive gasses , do not install the light fixtures in locations other than those shown on the Drawings. Notify the Engineer if a light fixture cannot be installed at the location shown on the Drawings. B. Related Sections: 1. Section O 1781, Operations and Maintenance Data. 2. Section 16130, Outlet Boxes. 1.2 QUALITY ASSURANCE A . Reference Standards: Comply with applicable provisions and recommendations of the following except where otherwise shown or specified : 1. National Electrical Code. 2. UL Standard #57 , Electric Lighting Fixtures. 3 . UL Standard #844, Electric Lighting Fixtures for Use m Hazardous Locations. 4 . UL Standard #1570, Fluorescent Lighting Fixtures . 5. UL Standard #1571, Incandescent Lighting Fixtures. 6. UL Standard #1572 , High Intensity Discharge Lighting Fixtures . 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following : 1. Manufacturer's catalog costs and technical information for lighting fixtures proposed for use. 2. Fixture construction details . 3. ETL photometric and iso-footcandle curves for each fixture proposed. 3181029 16501-1 9/8/2010 C ity of Fort Worth -Vi ll age Creek Wastewater Treatm ent P lan t Part I -Mo di ficatio n s to B ar Screen Bui lding No . 3 an d P art II -Junction B ox R ehabilitation Projects Lightin g Fixtu res An d Controls (Part II ) PART 2 -PRODUCTS 2.1 MATERIALS A. Type: Lighting fi xture s are noted in th e Fi xture Schedule. Fi xtures to be complete with support s, ballasts , lamps and incidental s as required. B . Lamps: 1. Fluorescent: Cool white, energy efficient type. 2. High Pressure Sodium: Clear. 3. Mercury Vapor: Color corrected. 4. Metal Halide: Phosphor coated. 5. Incandescent: Inside frosted . 6. Spare : Ten percent spare lamps of each type and wattage. C . Ballasts: 1. Fluorescent: High power factor , energy efficient type , equipped with thermal protectors (Type "P" ballast), compatible with the lamps installed. 2 . High Intensity Discharge: High power factor , constant wattage, stabilized autotransformer with line starting current the same or less than operating current. 3. Ballasts to have "C" sound rating (min.) and be ETL/CBM certified . D. Hardware : All necessary hangers , supports , conduit adaptors, reducers, hooks, brackets and other hardware required for safe fixture mounting shall be furnished . Hardware shall have a protective, non-corrosive finish. E . Light Fixture Schedules: Light fixture schedules are provided on the Drawings. PART 3 -EXECUTION 3.1 INSTALLATION A. General: This project has Class I, Division 1 and Class I, Division 2 locations. To eliminate the possibility of igniting flammable or explosive gasses, do not install the light fixtures in locations other than those shown on the Drawings . Notify the Engineer if a light fi xture cannot be installed at the location shown on the Drawings. B . Bo xes and Fixtures : 1. For unit s mounted again st masonry or concrete walls, provide suitable 1/2-inch spacers to prevent mounting back of bo x directly against wall. 2. Bolt units rigidly to bu ilding with expan sion anchor s, toggle bolts , hangers or strut channel. 3. No boxe s shall be inst alled with open co nduit holes . 31 8 1029 16501-2 9/8/2010 City of Fort Worth -Village Creek Wastewater Treatment Plant Part I -Modifications to Bar Screen Building No. 3 and Part II -Junction Box Rehabilitation Projects Lighting Fixtures And Controls (Part II) 4. Cable each circuit and identify with tag. C. Mounting Heights: Mounting heights or elevations are to bottom of the fixture. D. Relamp all fluorescent fixtures with new lamps at end of construction period, prior to final acceptance of the new facilities by Owner. E. Install fixtures in conformance with the National Electrical Code. + + END OF SECTION + + 3181029 16501-3 9/8/2010 APPENDIX A CHESTERTON PRICE AGREEMENT ~CHESTERTOM Global Solutions, Local Service. To: All Associates Re: City of Fort Worth, Village Creek Junction Box Rehab Project AGREEMENT The undersigned agrees to provide the stated materials and services to all bidding General Contractors for the Village Creek Junction Box Rehab Project. The following products and services will be in accordance with project specifications. Item Qty Description Unit Price Total ARC 791 Installed JB-4B Lump Sum $203,670.00 ARC 791 Installed JB-H Lump Sum $53,320.00 ARC 791 Installed DB-21 Lump Sum $45,105.00 andDB-22 Structural concrete 200 cf Installed and $150.00/cf $30,000.00 repair mortar per complete assuming Spec 03930 200 cf in JB-H Structural concrete 180 cf Installed and $150.00/cf $27,000.00 repair per Spec. complete assuming 03930 180 cf in DB-21 & 22 total for all Chemical grout 250 lf Installed and $45.00/lf $11,250.00 Urethane injection complete assuming per Spec 03930 250 If in JB-H, DB-21, & DB-22 total for all Misc exposed 100 sf Installed and $38.50/sf 3,850.00 reinforcing repair complete assuming per Spec. 03930 100 sf in JB-H, DB-21 & DB-22 total for all Total $374,195.00 Total lump sum price $302,095.00 pricing valid for 210 calendar days after this document is signed. Exceptions: 1. No bypass pumping to be supplied. 2. GC to provide crane, and crane operator, and skid pan 3. GC to provide dry and broom clean work area 4. GC to remove existing sludge form structures 5. GC to provide on-site disposal of construction debris The undersigned also agrees that the items listed above will not be included in a bid package to General Contractors with any other material or services for this project. Manufacturer.: A W Chesterton Inc. Installer: H&H Restoration Inc. ( / / Date: ~-2'1f llJ - liilil APPENDIXB OWNER FURNISHED EQUIPMENT INFORMATION 96-INCHFRP SPLICE CONNECTION SUBMITTAL REVIEW COMMENTS PROJECT: Village Creek WWTP Trinity River Pipeline Crossing (Parallel Siphon) Project 0515-55775 OWNER : City of Fort Worth, Texas S.J. Louis Construction CONTRACTOR: SUBMITTAL NUMBER: D-02613-003-B SUBMITTAL TITLE: Proposed 96" RCP to Hobas Splice Connection SHOP DRAWING REVIEW ENGINEER'S REVIEW RESPONSE REQUIRED OF CONTRACTOR Approved D Confirm D Approved as Noted ~ Resubmit D Not Approved D Comments Attached ~ Receipt Acknowledged D The Engineer's review of this shop drawing is limited to the review of dimensions, equipment and materials as presented In the Contract plans, specifications and for design concept. This review does not relieve the Contractor from errors or omissions In this submittal or from the Contractor's responsibility of addressing any deviations from the Contract Documents. The Contractor Is responsible for lhe detalls and dimensions of fabrication and manufacture, the means, methods, techniques, sequences or procedures of construction and perfonning this work In a safe manner. BY: Amv Robinson, P.E., Chris Story, P.E. DATE: 06/16/2009 Comment# Review :Comments 1 Design Conditions: Internal design pressure shall be a minimum 15 psi. 2 Contractor shall field verify dimension requirements by coordinating with Owner Supplied Hobas pipe and existina RCP connection. 3 Backfill requirements per specifications. 4 See attached comments. IIF1WSVR011Projects\0515,FVWVD\34653-55n5-VC Trinity River Slphon\Construction\Submlttals1Review Forms\O ivi slan_02\0 -02613-0038 .doc - City of Fort Worth (1) S.J. Louis (3) Field File (1) ··. :;''•'"'· ., ... , .. ·., ... :.. "} >1::GrnM ~F1le {:1 Page 1 of 1 ·it: S.J. WUIS CONSTRUCTION OF TEXAS LTD. 520 South 6th Ave., P.O. Box 834 Mansfield, Texas 76063 June 3, 2009 Camp Dresser & McKee Inc. 777 Taylor Street, Suite 1050 Fort Worth, Texas 76102 Phone-(817)-332-8727 Attn: Douglas L. Varner, P.E. Re: Trinity River Pipeline Crossing (Parallel Crossing) City of Fort Worth, Texas Shop Drawing No. D 02613-003-B Submittals of the Proposed 96" RCP to Hobas Splice Connection Enclosed are shop drawings of the 96" RCP to Ho bas Splice C01mection at Bar Screen Building No.-3, we are proposing to use on the above referenced project. If you have any questions, or require any additional information please do not hesitate to call. Sincerely, IS CONSTRUCTION OF TEXAS LTD. Gary Bohuslav Project Coordinator S.J. Louis Construction of Texas Ltd., LLP P.O. Box 834 Mansfield, Texas 76063 Contractor has reviewed submittal and determined it to be in compliance with the contract documents By:~if~ Date: & -.3-ocr �--- — --= - -------- . .. � . � , � ,— B Y fia� i .�-- - 56° �.--- - -- `d9' ,T.���—. dg� � ; , ; , P � " �,� �� �.+ � �� � I � i� � � '� ; � � �i � I�i � I � - _ � �` _ -� �= -_ --� -�,., � �. I �'� ; ,� �; �t1 � �z � - t � I, ; � °��. .._�. .�i -- _ — --b - �gi�° �_� _. � � . ,� , � i — ^ I � �i�° 9��0 i . i , I . i I � I , � i ! 1 I � I ; I � I' �I I 'I Im � _. ^,• _ _�n = . _— _ —_r.- ,, ��--, — � ' � �� — - -_ _ = �`c� ��R�I,,�� ' '�°i'� ' �l��� 4�e�a ���� `' I RE��Pda ���'A�' ' 9 �1�iY`Y�. tr� �, �dax�: �.���� r.x��j,� � to_e�.1 � ",��'�� �►Ibr� Y��f' e�9ptV55: _ � � � €`����: d �� Fi�;�P Cal'�:hGo ��"ra�, �SSN co�a�: �,� `P p , �h�:� � �t��n��°� �h�U,fic: �"A �'}�ql+� :�eL�oRP��,UP�: ��1 �E���a Y;e\ � �'�5' q7 �1e5�9lC; Pt � eil�ti�1 B.�'°�9: a,� , o�� i 6� �i�RP�!: �� =Y�_ 1p i �vh� a�°o q��J:� a�a� � w� � c���Ra�. P:�I�a �a �.F`e ��G���4dV �h9��`f '7�1i� S; ��2 ��. z. �� Q:��a��tas ia � f�z� �d���� �� . �PJ9�T0� C. �lY� • :'. - -� -.�-� �� m — _- - --�-"`�� � � -- o � �, � ��� p����y -- m° q'� �yfl {rya�7 Q, �i'btaYd'D g , � ' � � ��ur�ry��l.s Sta���r;nr��8�4t�Il��8trbe�plSSvhr= ��� t;+_ _ Cf A9� NU a _-�U ... � j . . _ �1 iiD�a� A � �v I �r �r ��ua�a�s��'va� — -_- ------�°��� _ -- i� 0@I9.Y Tt6T8 `a� �y�a�-� g r� �R6F°�7fi�t CP l6ad@ �C1s;�A3�3. L4,.. a7LP $'FalV�a`D� 4� 9P ��� � lL'� �ASt X4'd 9� ffi�OPU� OR 9i+lu^8 �9 '� �'� — � �eiiS9�'a 5�9l2 �� �t��S. _ ___ _ .�----- . k R�i#�� ��� 87�99d26 _, � gkiun�`9 Piut� _.. -- -- ---- - i R�F�3TiC� �1°�'4�` �R Pd/A.. _-.- _ - _' �_-. -.__ -�- `Sp��s9�1 h`i��E�d �.. - — -- � _ — - 1 � _ �..—__ �6J��ald�D_,�`�., a �—.� . ..� i- - »_�—_- �— �j'[�,E; q� �'�0y��7 q�77�v 5�a�v�v�a �—^ �' ` g� �i J'�E SSdT� . i:AYlL �% , � �� � I �o�7�DD �3'b!S e�.5" YJg40Ai F Il1Co�l.il��i _ _ ___ _ L �v � -- � tl AAaaarilC`aA'a �n�d�' �a' II4 � Y� !1 JS" aa,�,p.a�, 09/� ' ' �e �o ����� ����'�ll�jli�°�°g�� �, PRP.P„YV}�'N. .�',9/�' ---- 'I ' , I -- ---'-''lStlto Y'�-_ �aa� �.�as° — . , tc. : �' �$�& -������3 � � � i e. Bag.� s/u�jrra 8»�;e �aa� saos-sa Paa:. � ._ � - _ - - = --- �'� a_ e� a �J° , -- - -- - g�i'G9i'`� _� �6Y �• �?` bV1Y e@eB �a, C,d19� ' I{i' i €?��G�T�V __-_! -- -- — -�— _,�' �= -- .�.- - . .. .~ ... . 118}· 111'\1" REFERENCE CUSTDMER OIIAWmO NU"'8£R -------1""7""07-'-1--"9 ... & ___ _ R-CE CUSTOMER SPECIFICATION NUMBER N/A - ~ -=~---------~ -~ SIDE VIEW, (1} REO'D ENCINEER TDLEIWICES UNLESS C1111ERW1S£ Nl7TED ANOIIUR :ti/%' F'RACIIONAL :1/8° llo\TE $rut DECIIW. :1:,125" .¢. NBS PS15-fl9 PNt. jtl PFI STD. ES3 MAT 1181 """°' ,..,. r-11,\TE flt M4'[£RIA!, Pf CONSTRUCJ)QN PIPE: f'SJS-§9 CONTACT MQLDEQ RESIN: DERAKANE 4] J YltifL rm FITIINCS: P$JS::U JHJCKNE,W IQ MATCH etf'E WAll, SKOP WRAP JOINJS: ..1tiltta FIANGES: ..!NPllEL FIANCE: DRIWNG: .1Hllli.EL FINISH COLOR: DARK GREEN QESJGN CONDmONS PRESSURE: AlMQSPHERJC lEIIPERATURE: 8m SERVICE: WA]WWAsTEWAJER SIESMIC: JJ/! WIND LOAD: JilA EXTERNAL: J2'-t5' IQ TQP Of PIPE BURIAi, BURIAL:~ TIWflC LOAD: NONE / fOQJ GENERAL NOTES 1. LIFT EQUIPMENT EMPJY WITH SPRE'ADER SAR. 2. ALL DIMENSIONS TD BE FIWl VERIFIED BY CDNIRACTOR: S J IQUJS \F PJ Ff FRONTIER --:If PLASTIC FABRICATORS~INC. '<l../ v;;JY TULSAiOKLAHOMA -96" FRP SPlJCE PIECE VILLA.GE CREEK WWTP S. J. LOUIS CONSTRUCTION NONS r:w.-::001e1 1-mmr I OF I FIBERGLASS DUCTWORK & ACCESSORIES SUBMITIAL REVIEW COMMENTS PROJECT: Village Creek WWTP Trinity River Pipeline Crossing (Parallel Siphon) Project 0515-55775 OWNER: CONTRACTOR: SUBMITIAL NUMBER : SUBMITIAL TITLE : City of Fort Worth, Texas S.J. Louis Construction D-15891-001-A Fiberglass Ductwork & Acc essories SHOP DRAWING REVIEW ENGINEER'S REVIEW RESPONSE REQUIRED OF CONTRACTOR Approved 0 Confirm D Approved as Noted 18] Resubmit 181 Not Approved 0 Comments Attached 18] Receipt Acknowledged 0 The Engineer's review of this shop drawing is limited to the review of dimensions, equipment and materials as presented In the Contract plans, specifications and for design concept. This review does not relieve the Contractor from errors or omissions in this submittal or from the Contractor's responsibility of addressing any deviations from the Contract Documents. The Contractor is responsible for the details and dimensions of fabrication and manufacture, the means, methods, techniques, sequences or procedures of construction and performing this work in a safe manner. BY: John Rawls DATE: June 24, 2009 Comment# Review Comments 1 Volume dampers shall feature lockable actuators. 2 Gaskets and seals shall be Buna-N or Teflon . 3 Backdraft dampers not used on this project. IIF1WSVR01\Projec:ts\0515 -FV'YWD\34653-5577$-VC Trinity River Slphon\Conslruc Uon\Submillals\Review Forms\Oivl sion_015\D-15891 -001A .doc i/:§ity,·;gtF.ArtMI.C!~h.:(1) · -·· · · · · S.J . Louis (3) Field File (1) COM File (1) Page 1 of 1 E S.J. WUIS CONSTRUCTION OF TEXAS LTD. 520 South 6th Ave ., P.O. Box 834 Vlansfield , Texas 76063 June 5, 2009 Camp Dresser & McKee Inc. 777 Taylor Street, Suite 1050 Fort Worth, Texas 76102 Phone-(817)-332-8727 Attn: Douglas L. Varner, P.E. 817/477-0320 Office• 817/477-0552 Fax Equal Opportunity Employer / Contractor Re: Trinity River Pipeline Crossing (Parallel Crossing) City of Fort Worth, Texas Shop Drawing No . D-15891 -001-A, Fiberglass Ductwork & Accessoiies Enclosed is the product data for the Fiberglass Ductwork & Accessories which we are proposing to use on the above referenced project. If you have any questions, or require any additional infonnati on please do no t hesitate to call. Sincerely, ~t~NOFTEXASLTD. Gary Bohuslav Project Coordinator S.J. Louis Construction of Texas Ltd., LLP P.O. Box 834 Mansfield, Texas 76063 Contractor has reviewed submittal and determined it to be in compliance with the contract documents By:~~~ Date: &-S'-D 9 Project: Specijiclltion: Contractor:.· Engineer: Manufacturer.· SUBMITTAL DATA VILLAGE CREEK WASTEWATER TREATMENT PLANT TRINITY RIVER PARALLEL SIPHON CROSSING PROJECT CITY OF FORT WORTH, TEXAS SECTION 15891 FIBERGLASS DUCTWORK & ACCESSORIES S.J. LOUIS CONSTRUCTION, INC. 520 SOUTH 6TH A VENUE MANSFIELD, TX 76063 (817) 477-0320 CDM 777 TAYLOR STREET, SUITE 1050 FORT WORTH, TX 76102 (817) 392-4926 BELCO MANUFACTURING COMPANY 2303 TAYLOR'S VALLEY ROAD BELTON, TX 76513 (254) 933-9000 4518 West 55th Street South• P.O. Box 9666 (74157) • Tulsa, Oklahoma 74107 + 918/445 -5205 • FAX 918/446-8812 Belton , TX 76513 (254) 933-9000 (800) 251- Manufacturing Company 8265 FAX (254) 933-3159 E-Mail: belco@wm .com Internet: http ://www. belco - mfg.com TABLE OF CONTENTS i:IJ.elco ·l~f.~rf#ij'f!pij .i Contact Sheet Facilities/Capabilities Data Sheet Belco Brochure Manufacturer's Local Representative iQuct ·.fiµ'ij:tnJ:ffi:p'.Jf1;Jqf~fffi,ijf(glj _t~;;:ii,:~;:•:t~t[:'•!'.·1:~::!;J:ii;~i·t:)1(1 : Duct Shipping, Handling and Storage Resin Product Selction Guide AOC K022 Resin Data Sheet Resin Letter AOC K022 Belco Field Joint Procedures Belco Standard Color Chart Customer References Start-up Considerations Safety Considerations Cleaning Damper Brochure Operation and Maintenance for Dampers !Drawi.~Jg ~)~J~ff i~~I~lcµl~tipµ.s . · · ···· · ·· · Drawings Calculations :Qu~lity ~§~µt~pce QC Report (blank) 18 Month Warranty .:::if 1Hl~h ;l ! 'f'.a.b 4 · Belco Information Manufacturing Company 2303 Taylor's Valley Road Belton , TX 76513 · (254) 933 -9000 (800) 251~8265 FAX (254) 933-3159 E-Mail: belco@vvm.com Internet: http://www.belco-mfq .com BELCO CONTACT PERSONNEL Quality FRP . and , · ., ... •.· .•. ,:":;•..;;;,;,..;:::::;:c..'..'f,•;. )ii> STEVE MACY, PRESIDENT )ii> DOUGLAS PRESTON, ENGINEER )ii> LLOYD HOELSCHER, S ALES MANAGER ),> M~RLE WJI,,LIAMSON, SALES-INDUSTRIAL PRODUCTS •~ RICHAiw RAMiREZ, PRODUCTION & OPERATIONS MA NAGER ::,·.. . -........ ·····•·'.: .· ··: ·:·· \'.)(· i?f\. · . ~· ,R}9!1!W)1l.UNiV1$NT, $ALES-OILFIELD .. , •; -···.· ... ···· :-;-~ .. :· ··. . . ···: ;:.·.::.,-.' . ERSHIGS, Inc. --~ ir ~t~~ci~\~~;MS A DENA LI COMPANY • ) Manufacturing Company 2303 Taylor's Valley Road Belton , TX 76513 (254) 933-9000 (800) 251-8265 FAX (254) 933-3159 E-Ma il: belco@vvm .com Internet: http ://www .belco-mfg .com FACILITIES/CAPABILITIES DATA SHEET NAME/ADDRESS: Belco Manufacturing P. 0. Box 210 2303 TAYLORS VALLEY ROAD BEL TON, TX 76513 PERSONNEL: President: Steve Macy Engineering: Douglas Preston, P.E. Sales Manager: Lloyd Hoelscher Oil/Water Sales : Richard Dunivent Inside Sales Manager: Nelda Shipp TELEPHONE: 254-933-9000 FAX: 254-939-2644 E-MAIL: belco@vvm .com Environmental & Safety / Transportation Manager: Barry Sanders Operations Manager: Richard Ramirez Project Manager: Gayle Monahan Plant Supervisor -Tank: Victor Felix, Isidro Carrillo Plant Supervisor -Duct: Jose Jimenez Quality Control Manager: Mark Guenat Financial Manager: Theresa Bernhard ) PRODUCTION PERSONNEL: 110-EMPLOYEES GENERAL: A Tex~~ Corporation 198.0 Types of Fabrication: (FRP, Dual Laminate) Custom Equipment -65% Proprietary Products -10% Commodity Items-25% FIBERGLASS/ DUAL LAMINATE PRODUCTS MANUFACTURED -SCOPE OF MATERIALS: Tanks, Pipe, Duct, Scrubber, Towers, Manholes, Wet Wells, Metering Manholes, Flumes, Dual Laminate Tanks and Pipe FABRICATED IN ACCORDANCE WITH : ASTM D 3299 ASTM D4097 ASTM D 3753 ASTM D 2992 / 2996 SPl's Quality Assurance Report ASME RTP-1 AMCA Customer's Specifications RESINS UTILIZED: Hetron Resins by Ashland Chemicals Vipel Resins by AOC Corezyn Resins by lnterplastic Corporation Derakane Resins by Dow Chemical Company Belco Mfg. ) Others as my be specified SHAPES: Round, Vertical Vessels with: Flat, Cone Dished or Sloped Bottom & Tops Round, Horizontal Rectangular, Vertical or Horizontal Dual Wall I Secondary Containment METHOD OF FABRICATION: Contact Molded Hand Layup Filament Wound (Chop/Hoop) Filament Wound (Helical) Filament Wound Vessel Sidewall & Bottom Shells as an Integral Unit Dual Laminate TYPES OF FABRICATION: Towers -up to 24' Diameter Tanks -up to 24' Diameter and 60' Height / Length Stacks -up to 200' High VESSEL ACCESSORIES -FIBERGLASS Spargers Lifting & Hold Down Lugs Distributors Ladders, Cages & Platform Baffles Level Gauges Legs or Skirt Support Weirs Nozzles with Plate or Conical Gussets Steel: Ladders, Cages & Platforms Lugs & Clips Agitator Supports Saddles & Straps ENGINEERING CAPABILITIES: In -House P. E. DESCRIPTION OF SHOP AREA & EQUIPMENT Facilities/Capabilities Data Sheet VESSEL PRODUCTION: Approximately 65,000 sq. ft.; two filament-wind i ng areas with cantilevered molds from 4' dia. to 15' 6" dia. One area allows lengths up to 50ft. long to be wound; the second area allows for lengths up 25' long. Supportive top & bottom mold area includes four chopper gun bays , as well as 1 O' x 20' table for vacuum forming or sheet lay-up. 1993 Entec Computer controlled Helical winder. Capacity to 24 ' dia. x 42 ' length. DUCT & PIPE PRODUCTION: Approximately 35,000 sq. ft .; four turning stations and one pipe winder with molds from 1" to 72 ". FRP ASSEMBLY: Shop area includes approximately 15,000 sq. ft . for assembly. Other equipment includes nozzle molds from 1" dia. through 60" dia., post cure facilities, pressure and hydro testing facilities . Equipment for supportive physical testing is available. Two five-ton Demag Bridge cranes and additional monorail hoists facilitate ease of handling. ) Belco Mfg . Facilities/Capabilities Data Sheet CUSTOM STEEL FABRICATION: Including stands, mixer mountings, ladders, handrails, trailers, etc. SUPPORT PERSONNEL: Full in -house drafting available for custom fabrications. Engineering assistance for structural and mechanical design is available in-house as well as by associated consultants . TRANSPORTATION: Delivery is via our trucks and custom designed trailers or by outside contract carriers. UNION AFFILIATIONS: None AREA COMPETITIVELY SERVED: Continental United States Financial information: Available upon request - �-'tiv.� �^ A . i � hz ..� _ :: ., N .�� . . Sy'' 4� � s �, .� I �f � �'. ��' ,' � � `�� d c-r• �� � � J t h. aY i ��y�'� � 5 l � � �.� �. ��,- _,� �. � � �, `r' �.u�,�� �� • �. � � � ��%-- �.m; _ � a��': '��y', �''� � � '6 ' v;4 ... 3 v� � � � � # t'= � '1�.� .,� ��,�� u �`t2�:;�,'�G; :�c'.&`c,i;+,K' '..�'�"�"`.,��'i.�, a:u:� fx �`"" .�3 � �.r"`�Ra.. 1 � i , � ^ `f�;�` u� %�s "�'I �� � ; � --^ t....�. � , : .� � '� h�� j �,: _ <���j� t��,' t _ � � t�,� �f. _., �_ '� „ ti � ' } � y l �' ' . ��� ^'r�-„�+,r �• � � , f ,` � y� � '� `� r'� � I.e } 7 �t ,�. .i�� . j �.�..� S �� . t ��. .. j��.}�7 ,. _ t��y�iG�,i�y� �, �,'^r".�.. �a �� � p �;� G�u' .tt�j5�{��aa �AS � � . � ��5r � 3R _ {{ .:i� . n,•v� � �. ES .f' 9.N C S :}" �(. � Y � , �,� , ir., x`="�.6;r�- •'f:., � . " f�.5 � - -.t 'f � fa�i T1. A'I7' �4 •a - t,_ 1�, y� r.,� i r� r� �: ��'.`;%qia]';^jc�:l•,p,';fI �`�k.�� � ig � fy ,� "tif��v.•1� 4, ��V y �� f _ ,l` i?�' �` ;"`4',�c" :d%:'.�*. �r?-If._�ii, ,i� �f��; s'.,T� .Ur '✓.. � -'k.:tT' l��y'1��. :1� �; l��r.' ;`�% lf ��i�'''/f' 1�- y . 'E � '� n. � ��}s�. ij�'' Y' - r. Z�i. w L� iv� � :w:..;,, � .1f y���(�,, �y F� �� �,j���,;':�'�. r::, : ;,� ' ; ,'�r ��,-r`,'-k<��� . M .ar,� , ,1;n�'�y '3 4 �*-�� sl � �'"�4T'jLi�r:i:�;` � �r.s ij" �a,. �9 ;�; �„ I :�n,. Ty,fi� �'�? !:�� �?".���'.l;�l�K"�.��'r��2r}�f•"�f�i'�'�'r�'�l' # � t �s.i.�v r ��1 ��,�;-�'(+�x�� } �r� !j^. ;:'+ C;�,7�'t i%c i if� W1;� �> �� � � �' .l�it;° G• 4- .�T�,, � �t i, �� . t$ivry �E,N�, � � i�i i � •.Y =?� '��: � .�- - -.-e-,:�� :� . �, ��j-�i��`�b,�<x�7�i- r h°�t�� �;'i�ik", � - t .��' . �����y � � , n�� -y�i ` �i� -. �f ' � F�`�'';'� � �.� �, � �` ���' �i �ar. �����?�,�[ �- � f ! r`���r�'�-:`�,. ... �' ,eL'./ j y t t � � f �J'X,�.Yi7 �� , `� ! '?�i�3j�`''�-Tfi�j � �h� F �'�� .j; 51•' :� I �' � � '" +� ,'��� ��5�; f� � � � ,t�� � _ �r.vw :�y� ��z; j � � �'���� = �1F;�" ��� J p , �' c ' � � �v �.�'��r�;,i � S.:tF.,� �' �} .� � — _ e.• . (' r �. !l�}�.ui _ ' . n }+ IY ; 1^�Y, �+� ���K'�� ,�y��, p ,: • + � ��� � J ., , ���r.' ? }h L'�-I,i'i"L�,`y����1 ss�_ uf �,t .l1 r I^t �- • c u ��,' `T i � , � ,c�{;� b ' i _ ri �Z -� ylr� �� �, , y r 1 � t t. �� � I I �h !'�� k L i' y. y, ti �ti t� � ; _ f 1 „'��r 'S "� 'T` " L ��tl it.qry i _ i : . i�� �y , it ,� ,I�r; Y;., � ' _ — G , sy `: �-. i - � . _ _ � � �.'J'n li •ti,l . F 1 � i ...- -.� � i.l' �. '•• J Y �' .,/ Y�. _ . .` ^;�I'. ` f• �i.l f . � � ;j f c f� � _ _ _ _ Y t �t '�, ._ _ ,i.�.. �' � '4L.'! ,- f[ . , E�li � :� �;TS , �.., y i13y Id _ l, ' " �, � L '��.: ��:��, � J.<, `�kt.� � 'i :' #�a�,� ...�,r� � �, , � ' ` . _ _ � � r� ���� , . � � �'�` �£ ��; � � �. � � ; � �r;�. ���' � ; 3 - •r �`�� �� ����f��� �. ��i� .D,�� 'ii.,%y:;'r1i'�i•;:��i` i' f � i cr�J�� w ::,.: �„ x�'c, '�.rn.: .,. F ,; •�,,.�._�r; '�'���1 �� �� ti, �4'hRM �Y�� , , � � -�'_ � t���i:, � }{ �SX"t����r 1 ��� ��' �� ' �7. ^ r I { � • ?.�.. .4 1��. Y < � 5 ��,t r w.fS f.� } U � �+ a:.,J � r. 6S \.� �_,� �����f/11J� 4 f �� I`' '�ti 1 �4, � j� ` I T • N�{y ,' . ; . �,?� � I �__ " �,1' '•Q `"N��%.. �1k� ,. ���".int b '� ' 4 . .+ v �J i� � :�� �/.a� � ?a � . ' 1 �� - � �.t' --:��t. � �r"- � � .. p'1��,��` �n � .e'� . ����. � �� .S `� � . ,•�.� .���� . �1': � {}� f'k� jn `"�t��. i.'!k,. 'E u�, �r� �r iv' ��1��� � t� � �S I � r � ' N ':'�,"1 i; � kga ��' : { �'� �,� �' �i�., � _ �. k'°�'ti'�f�.!w'J.x-.K.«:, .. � i � -� � �t � �' � � ����r� i ''s i 'y }.Y� .,�. IG t ��' k ,i,� '� r c � �. �� _.� ' 1 (f 1 t�`�: ' y � � . �, -�. �` ��? 4 ,�:, r .,x x1 � `, ' �` `�''�� �� 4 � ,,; ,: �� a s,, , � C. :,. - 3�:. � i �}^ „ , S r �, ; '�Sa;t'�,f „ , ir �, � rW � • � � a,-ii . 1 - I ' � t fia �y� - r 4,,.: v -_� . yy . ��� ; ti�, u. -���.�7�� L �5. . �, t',+�'�:1.;,. „ � �L'` �_: t r��iS ��. (� � _ . � ,� ;.r,7P'i 4. �>.; • � � �t � . �4�.0 FL �*�•. � yA ,. � 1 � ti �. 1 t ii� ` n,.;,�;��� � t a-' y. �' .fa ,, 1� �' , ana:< i c �� ; � � . i.�r .xr� '��'�a'�. `E'� r< ��.�; � �, n ,, . f �: � f , �1t � . i � . . „x ,! ` r ,L� . � � i' j �'� � . � ,F � h�li,f�� l� b,J� � �» �ti i? S� � z.r : '� � � Y. -�.� a ( i ��4}r� ,� ?` i�. 1 � 4 .j� �*�i^4R F . . i . f �i ' Ji,.. . � � � 1t i � : i , G . '�� t ror �i Y�` � �,. � 1� r �t2� �:Y �' . � - '` �� �'� � � 5�:, � �' �.�-I�� t `! ��na'�,1.� : �� W 1 ��, .. • yr ."cXr i'�� � r ��Y,,��� il'r � ' 3 r �Y yl� �f f ��� �, � � ���� . �+-•.••'��—e:.�.i:..l:dF.u:,it;:iti ;:<%19 c, � ��'t��';:1�' � - ����' Y �r�al`',�h,,,�.? � ^� � ��. ���h� ��.�� ' �r ��'� :^�,. ��, ; - �. I S �. :�„ .yu-;��� _ �A`� •�r`.p��,�-4 � `? �T\ �f l�� 1'�..1 ,�t�' rY �f �� � � t / ._ r � r : . :�: , /�� �� � _ � ^Y � f , . r'� �'. -- ..tn, .y�..,. _ .,.....-., ; 3:.�—'� i, i� .. }:�c' �.... . DUCT&PIPE: BELCO manufactures and d~slgns custom, pre-fabricated duct and piping systems to minimize field fabrication and instailation costs. • 2 inch to 20 foot diameter, round or rectangular • Hand lay-up or filament wound • Full vacuum to 150 psi pressure • Multiple resins to handle a variety of corrosive environments • Fire retardant resins to achieve Class 1 flame spread • Design engineering, calculations, CAD drawings • Completed ASTM 29~2 testing to achieve 2996 and 2310 CONTROL DAMPERS & BACKDIUIFI DAMPERS: Used to regulate air flow or shut off and isolate a system, BElCO AMCA certified fiberglass dampers are corrosion resistant and designed to match operating conditions of the duct system . Premium vinyl-ester resins are used throughout the damper. Fire retardant resins are also available for a Class 1 flame spread. • Custom fabrication to minimize field installation costs • Available in 2" thru 120" standard sizes, round or rectangular • Dampers with or without actuators • Licensed to bear the AMCA seal • Models available for balancing or complete isolation • Available with: -Standard hand-quadrant FRP with 316SS handle -Worm gear with or withOut chain wheel drive -316 stainless steel or vinyl-ester shaft -Low leakage rate BELCO HAS COMPlmD :tRD PARTY CERTIFIED TESTING Per ASTM 2992 and is now manufacturing pipe/duct with a Hydrostatic Design Basis (HOB) Category U Rating (hoop stress of 12,500 psi or 86.2MPa) TANKS & VESSElS: BElCO manufactures tanks and process vess.els to meet Virtually every storage requirement. FRP tanks and vessels are lightweight, corrosion resistant and virtually maintenance free . • Highly corrosion resistant to most chemicals • Greater strength-to-weight ratio than steel • Resistant to ultra-violet light and corrosive plant environments • Provide excellent thermal insulation with low heat loss when insulated and/or heat traced • Manufactur~d to national standards including ASTM D3299 , 4097 , PS 15-69, SPl's Quality Assurance Report, RTP-1 Specification and more • Wide assortment of fittings, configurations, and accessories available TANK DESIGN FEATURES: • Diameters from 2' to 20' • Full in-house drafting capabilities for custom fabrications • Available with FDA approved or NSF-61 certified liners • Manufactured in accordance with ADTM D-3299, NBS -PS 15-69 and ANSI/AWWA 0120 where applicable DUAl·UMINA'D'E PIPE, DUCt TANKS, & VESSELS BELCO offers a full line of polyester or viny ester fiberglass rein- forced plastic pipe , duct, fittings, tanks, and process vessels with vinyl polymer, polyolefin, and fluoropolymer liners. ODOR & AIR DlTRATION VESSElS: Odor-control system suppliers have made BUCO a leading source of scrubber vessels, carbon adsorbers, and biofiltration vessels for odor control market applications. Available in 2'-20' diameters tor wet or dry systems . STACKS & TOWERS: BElCO Stacks and Tower package systems offer chemical resistance and are lightweight for easy handling and installation. They are weather resistant and easy to maintain with a gel-coat exterior that never needs pa inting . MfflRING MANHOLES: Designed specifically for the water and wastewater Industry, BHCO metering manholes feature integral Parshall (or other) flumes for flow measurement, top cover or manhole reducer, end adapters for quick connection to pipe, internal ladder and mounting brackets for flow sensors and other monitoring equip - ment. Constructed completely from fiberglass reinforced polyester, BELCO metering manholes are one piece , lightweight, and easy to install. .t� t `�j�y�� ��` l _��,P.- 1� �S-...� C� �4 �ti� i�� �� '.- ., i ' '� ,;;,i f ti�� H i� sli�J � .. ��9 � � �-',�}"d_ •t ' � . r hi; � �, �` I r��.:: i . �{ �' � �; � � �;� � , : ,.:.:. �r ��- ' ' � - `' -� , �: � ttrF�.. -�{t. . N ' _ � / _ . \ ' � �'�`t ��� (F ��'� � . . 5` �*—�"h��: . `c '� " 0 ��� l't. ' �' 1 � `� � ri; ���''ti'�`,ti l` �� ' X�� • i� ` T � ., i � }�.*t`!il`j ccy � _ ._ -. . �� c � r3l � } � . �� , i � a � - . -�4 f� * y ���,; , f. -- ' ' �• _ — �, � _ - . +;� �,...,.— x.-Y � � L.s.� � - - , t � ,. � � 8�`LCO'f � � — z 24 dlan7ei�r��nkdaUverad,bY '? _ .:.^:tcr.'.`�r.h; " - _ _ _ - _ _ _ - ... . �. '- . —� , .,-� , .. � �0�� ��ih,����t�1-��`�.�,Lj�� � (7�a'x '� � "��'� �� VI(�8S j�� ;����'���''.. ' �(-:.r.�.,, 4:. . �n � �Y�_s �f0 ,� ;;�`���-�- ..i:>' ; `? .�-� `-'� � dependable, cost-eifective, � ' � ��r�4 '������''� �r:. -:.; r , f ; � ,-, . �_� i n ' -]Vb n.0 � � �`�?' � ;.,;�- � . � �`�?.� integrated solutions for the � � P� �. .G y':t7". . � l:'�ii: i�+�f �' � f' 3' �t�i1:� ;��� r . . �,, chemical processing, pulp � �,: . �. •��..�. j �b � ,::��� vy � & paper ti�+ater & �rdaste- � -�:,:<.�• ���:��;`==� - : _-,,.� _ � . ���ater metai & mining, t(t �i i�`Gjy �� • '��� ,'L .fi Y �� � � � F - � •: IJ1 '� ��'� � ���'�F�fi � L �� electronics, ancl po���er � ' � ��y��- � �y.. r, r � � �7r'fi C?.ly� ��Z� r i � � 4Y . �:. `r ��. :�� }��,_��E.�<.�..o::�.�� �.,_��:� . � . �. industi�ies. - ,� -- - . — . f- :;��: generating i�:��y�. .^. ,�{,, �r+.j-�r�� >F`-i+"•: �. I•��'�{:�s e' :�t.�-�Xt'� . . �'�� � F�.s�:. ' <�� �. ..:x . '�.1 . .��`jY'� !1`;I _ �i � �� ��i�^ �� �151r'-`T -� � �:� (Vletering , -''�`�•3 =.3 � - ' rc �Yh � ' _ �-�y, � fi � ..:;�_� �: . - ��2 � _ � ��� �' �; ' ; ; � � Manhole:;. t_i:s'��.;��. ��j�` �� y�tr� � � �if` _ , f ,:/� r� ; '''' '� .:1 '�' -Jl _.r..� / �- 1 �Yi� f;�+� ,y . �� � i ��'y � ,.a"�'T"^,-�.: - � '` � _- ---- — � i .! � / •' ^ � � �� �`'4 �•.q.�,�� �� �� �;� � �� 4 :� ' ...� � : • . � .� 4� .� I - . _! � `� � ���"'1�..' "`�.}-.�- ���� � � ' �� J � � � Y �. �'/1 y 9 , S � � � .����., ��Z `� -•yy�„�,a1.r� t�y �1��'c �. ��4r�i� xS'i�ra� � h 3 x. �✓ a�ry�"� u�-'° ~� � . '3�� � rE ; ����^�=Y`� 2ca s�. � � � � _ ` _ �`�'� r [i'^�'a��Jxs�� � �+ �h`� � •)'`Y "t: �.c� , :��,�s;�S� .o♦ �,�� :✓ - ,,`�i . � - �`�_ r i � � .:�},-,.t, `�'� _ . '�. :.n.. ->.h.a.:+� _� : a�-...�_, ..� . . . ' ^t �. �. . . . - ��,sf;.i: � �' ?���C ''3� .. �}��oe `•`N_� r� f �4•. ` 1 : yav � '�f . ,Y} .,i7 : Q rr _s,�,`1h�k1F�r; ,�, �. , ,,, ��`5.-, �' �'� �`�^"�\ � �" , � 2 � � Zi. � ;�'�,`: �'Jy -�J� , ' ~ ?1ti S�; � � � � ! . $,_ C :,±� -a �y 4'.0�.i .. i,h . r ;�''k-`> '�c `=-."�'�"•,,t• � "I � � ��,y��'�` �`�4.�.: `�Fn F �� / ��,'�'�.� ��-�,�. � � d ����.yt! i �.<, 3�?'r, R s��,'y�s, h� ��, �,� '`�S� z�.: �.;. -� : c*� �ak'�� ��Q �, � � _ ' � ' �w �. - _'`.,,'`i�� � t .. ' n%FYe;i- r`'�a�''-µ"r� � V_ � y��,�'�?tK' �t��' �� f � t�`�l.� �-.� ._ 9� J� \ � � � � '�y i;�1�. r �3,�� s �-c-• ��.� �/ � � � , � . "�. , _� ; c�•',��'� �` 5i�t. ._ ,�"Y - a �c�s.�i3.I�,L.c-�l. �'.t:-, �('�' �s`. �'t— �.�. �-� ;.-��K,��� _� . _ . . ,1. ��.SF N�� ��� 7��'-a' '1 �.,�)��• ��F�'�k:i�f�;:l � . .. ,.._ . . - .. .. .. _� * i � l i� ^r�:a" � l,y�.' ��' p i: : 3� � r3�`�i,�'i;�`�'`�.'"6'-ti ' - 11 „ . . .� �� ��Y� �.. .c t< i Y'.' � '�� ti .. 4 i� � t yc ny . �5��=.. �ir 4Z�- 1 [ - . .,t ,��.��,.��:,��''�'t�i,-.� 7''� -,�S,S�� a .� _ ...e�.z - :�� .]�S� �r'`-i�vY��,, ;'� � ���r'+C��.y'v'Y.�ri_J.'. .��. �; j;` �, �r' �'ii`,�F.�,�'�� 5L� r �'.� �'`� �� �r�r -�-�`:;.� ,� . at y� �� -� �� '.c"�i?F�: t:,js;;� i _:� , £ �T� `�. � � .v. ysi+aJ Sc-'���ir F �-'� y.P �N� > 'i,' � yy�r y�f� {^ry- cc� j _ � �i` . �� �ll v y�-�T��Ci� ��[� 3� :� „vi e o`S t `.�t�Y"f;""�-` ;`� u+E''.Jy9t'� 1� � ' ` � - � a. 'aY :,�`r/.� � :1�� " ,�.y`:d.i;t •;c:� � . _i ,y,�a -Qip[3.' IC<` T'rtl ,.� `y �� �J:ar`'.j;,:,_`J.� ' " �i-, -.J _ � �+F�t ��t..�;�� r?::. e �:-1�,,�- .-+r__,... i��j �� ";J'•')�;�? j{r la t3� - F.��` .���;� rC'f.c.:'"�'4?.. t ..35 - �1' � - - � : . r.,F _ � �i y `� Y t�a - y F. �=�• �, x; � . ; j� '•. 't "� m s ' � r�''• - ��. �� .. r _,-' �' �A . : Li l 'ro i > , � -'-rz'�:��{� t �� "`� �f'� ,� : �-�-� » a t t f_ � , � Q ,S � P" .Y '., �i A`�r�� ?,' . tiY � �•! � �5 � r. ` � 7'�' `` '-. �. s - � ' - < <.�. � 1 `.�'. r,a�.� : - ��.: �` xr' �-. �-•�r- . - � � � � -�- q�i[x.A °��fP�� �" Y r� tti T Y. � � . . � :; � `r � ,. . i �1p. � ?2} S�=�y S�'r�'3� JF"" 4� l;..��} _(��� ' -_ _ ' : --' .• , ' � .._ . �. '' . ' 7 ' �hL"`s��� \ � .. .:i =��.1 ), '�' �';� 2303 Tay.ior's �'lalley..Roatl A�'� .�,. Nr � ��'�F�:- ° � >,�„ °'� - 1'.'VF WO/�,��1i' ' !. � �� -� cl ' • t �'� F`Z � _ ' . - �,] � . . � �-- Belton; �i� r�5�'�-O�iD ,: ' } f��a���s� �>� �{ I� �j�} �1� t s Y I�} `�� �� � a, � ��`�V11ri��`T`��+�4�l�7� I� ,'• . 2, rt� � 5,``''� f . r �!� - �.�5���=., ' ` 1 (v� �� j . �ui � 'i � �'�i �7�v ,Y{Ci�� :�:`•?:. }�� �J� j� � TA�! K �;: � jv �,,,� ..�^ 3�i �: ��f��� .. �, � ,�;,: �. sY �. „` ^'>:Y�� 'i � '� ��S'ra.��� � � ^ ~ � i �- ^i , Q11 �-�� -8265 �7.. \ 'N J7 � :�,,,j �_ � _,n� � � V �/.. .I � 1 c �.. ' 3 �" I �. t� "' X ��'' � �� Fax: 254-939�2649 ' �� � ;� F -� T� � f � � �;;�..�.���,�� x�_, �.,;� E-mail: belco@vvm:com � n �� ����.>?� ;�_�,,.�_< �s :, � L � � � �� �"'k h� `� _ .'. ��, _ - � Ll�.u��iw��i I.� . � _ ,.�. �S r ,L. i� �� ����: �� f i 7� �.�.t .� .1 � t r < !ti t`1 � tiv�t�+n!:belra-mft�.com . s� , � ..: �r. __ -�•.. �4�� : :Puh I+Io,,B��CU2001 9i43 ..._,. ....� - _ ..�z,' _ _ "t�i;'_�,..fa �•�;� �: ,9�. r -----··-·-·-··--·-·-·····-··-·-- ·r:-::J .. ............ Manufacturing Company -·-· --············· ·····-···········-···· -···--.. ···········-··-·---···----········-······- 2303· Taylor's Valley Road Belton , TX 76513 (254) 933-9000 (800) 251-8265 FAX (254) 933-3159 E-Mail : belco@vvm.com Internet: http://www.belco-mfg.com Manufacturer Local Representative Belco is the sole representative concerning parts and repairs of our products. Upon receiving a request we .will send a field representative to your location, or authorize a local company for repairs . Belco Mfg. Co., Inc. P.O. Box 210 Belton, Texas 76513 (800) 251-8565 • . ·:~~-. PLASTICON TM . FLUID SYSTEMS A DENA LI COMPAN Y . ................. . --. -···----·----··--- Duct and Dampers Information ) Manufacturing Company 2303 Taylor's Valley Road Belton, TX 76513 (254)933-9000 (800)251-8265 FAX (254)939-2644 E-Mail Address: jsjones@belco-mfg.com Internet: http://www.belco-mfg.com Shipping, Handling, Storage and Safety Guide For Belco FRP Duct / Pipe Products » Shipping Prior to shipping the duct, Belco cleans the interior and exterior of the duct removing dust particles from the duct. The duct is wrapped and/or padded to protect it during shipping. ) Receiving Regardless of the mode of transportation used, certain procedures should be followed upon receipt of the materials. It is crucial to verify the condition of each piece as it is unloaded. The pieces should be checked against the packing list. ) Inspection Inspect the shipment upon delivery. Examine materials to see if the load bas shifted or shows signs of unusually rough handling. A shifted load or other signs of rough treatment is cause for careful inspection of each piece. Note damaged or missing items on the Bill of Lading and notify the carrier's agent (truck driver), Belco cannot be held responsible for future repairs or replacement. Get a signed acknowledgement of the of the damage or shortage at the time of unloading. Do not dispose of damaged pieces; hold them until notified by the carrier of the procedure to be followed for replacement or repair. ) Unloading Small parts may be unloaded by hand. They should not be thrown off the truck. Handle parts carefully, being sure not to scratch the interior surface or damage the ends. Do not use hooks to lift duct. If slings are to be used, they must be a minimum of 4" wide webbed nylon. > Storage Materials should not be stored in an area where they will have to be relocated frequently or become damaged because of interference with traffic or other trades. It is particularly important that the resin and glass materials be stored out of the weather in a cool, dry place. If they must be stored outside, cover all product with a protective tarp. The glass materials, in particular, should be covered to protect them from rain and snow. If a drum of resin is received, store it on its side. Keep resin out of the sun and store in an area where the temperature will not fall below 75oF. (Never allow resin, hardener or any additives to freeze). » Safety, Health, & Environmental Read the labels on the resin containers carefully. They contain information about safety and health considerations, storage, and environmental impact. MSDS' are available upon request. Our product is not harmful when properly handled. If you have any questions, please call Belco Manufacturing Phone: 800-251-8265 ERSHIGS, Inc. Manufacturing Compan)' I J ) BEico MANUFACTURING COMPANY " PROCEDURES FOR FIELD JOINTS AND REPAIRS FOR FRP EQUIPMENT . ALTHOUGH TIIE PROCEDURES _DESCRIBEQ .HEREfN fNVOLVE RELAT_IVELY QUICK AND SIMPLE PROCESSES FOR FIELD (OR SHOP) WORK, A CERTAfN AMOUNT OF KNOW-HOW IS REQUIRED FORA SATISFACTORY JOB. THEREFORE, BELCO RECOMM~NDS THAT PROPERLY TRAINED PERSONNEL PERFORM ALL WORK. ~URFACE PREPAIµTION: THOROUGHLY WASH DOWN THE AREA TO BE JOINED OR REPAIRED 11'{ ORDER:TO REMOVE . . SURF ~CE CONT A,MINATION. REMOVE ANY DAMAGED AREAS UNTIL ONLY SOUND, CLEAN MATERL<\L REMAINS . TIIOROUGHLY SAND AND ROUGHEN THE AREA TO BE COVERED WITH A POWER SANDER. MAKE SURE THAT ALL GLOSSY FINISH HAS BEEN REMOVED . THOROUGHLY CLEAN ROUGHENED AREAS WITH A StnTABLESA:FETI' SOL VENT AND ALLOW TO DRY. APPLY JOINT MATERIAL AS SOON AS POSSII3LE AFTER PRE!' ARA TION TO PREVENl~ POSSIBLE RE-CONTAMINATION Of THE PREPARED AREA. MlXING RESIN: IF A PROMOTER IS TO BE USED, UNDER NO CIRCUMSTANCES SHOULD CATALYST AND PROMOTER BE MIXED IN TIIE SAME CONTAINER, OR POURED INTO THE RESIN AT THE SAME TIME. CATALYST AND PROMOTER CAN REACT EXPLOSIVELY WHEN MIXED TOGETIIER . . .. RESIN USED FOR REPAIRING OR JOINING SHOULD BE THE SAME TYPE AS THE RESIN US°ED IN THE ORIGINAL EQUIPM~NT.. . . . . . . . .. . . ·: .. ··.· .. . . .. WEIGH SUFFICIENT RESIN INT9 A SUITABLE CONTAINER(NO MORE TIL~N ONE QUART AT A TIME RECOMMENDED). USE nus WEIGHT TO DETERMINE THE AMOlJlllT OF PROMOTER AND/OR CATALYST TO BE USED. . . IF FLAME RETARD AN CE IS REQUIRED, THE MA TERJAL USED FOR JOINT OR REPAIR SHOULD CONTAIN THE SAME PERCENTA~E OF ANTJMONY TRIOXIDE (OR PENTOXID~) AS. THE O~GINAL . EQUIPMENT. M~AsURE urn REQUIRED . AMOUNT oF PROMOTER cir-REQmREripmo A:·cLEAN -10 -cc: .... . . . ·. . ·.·: . . . . . . . GRADUATE AND MIX WELL INTO THE RESIN. . . . MEASURE TIIE REQUIRED AMOUNT OF CATALYST INTO A CLEAN IO c~:ORADUATE AND MIX . · WELL INTO THE RESIN • . TIIEREQUIRED AMOUNTS OF CATALYST AND PROMOTER (WHEN PRE-PROMOTED RESINS ARE . USED, USE CATALYST ONLY) SHALL BE AS RECO~ENDED BY THE RESIN ~l!\.NUFACTIJRER. ) · ... : . . ~ ' . - PROCED~R.J!:S FOR FIELD JOINTS AND REP Am.S.FOR FRP EQUIPMENT PAGE 9 . . . · . · HARDEN[NG OR CURE: RESIN MUST BE ALLOWED TO HARDEN OR CURE FOR ABOUT 24 HOURS . TI-ITS WILL VARY ACCORDING TO WEATHER CONDITIONS, TEMPERA TURES AND EXACT AMOUNT OF PROMOTER AND/OR CATALYST USED . IF WORK IS PERFORMED AT TEMPERA TUR.ES BELOW ss°F AN EXTERNAL HEAT SOURCE SUCH t . • . AS AN INFRARED HEAT LAMP MAY BE NECESSARY TO DECREASE HARDENING TIME OR AFFECTING _A PROPER CURE . SINCE MO_STRESINS ARE FLAMMABLE LIQUIDS, EXTERNAL HEAT SOURCES SHOULD BE USED WITH CAUTION.. ALSO WHEN USING AN EXTERNAL HEAT SOURCE, CARE MUST BE . EXERCfSED TO PREVENT OVERHEATCNG, .WHICH CAN CAUSE CRACKING, CRAZING, OR DJSCOLORA TION OF THE MATERIAL . ... ACETONE RUBBED LIGHTLY ONTO THE ijXPOSED RESIN SURFACE WILL INDICATE IF THE . . SYSTEM IS ADEQUATELY CURED. IF THE SURFACE SOFTENS OR BECOMES TACKY, AN EXTERNAL HEAq> SOURCE CAN BE APPLIED TO COMPLETE THE CURE . IF CURE IS STILL NOT ATIAINED, THE ENTIRE PROCESS FROM SURF ACE PREPARATION MUST BE ~PEA TED . JOINING PIPE OR DUCT: 1. CUT PIPE OR DUCT-TO DESIRED LENGTH MAKING SURE THAT ENDS ARE SQUARED . AND BUTT CLOSELY TOGETHER . ROUGHEN EDGES AND PREPARE SURFACE AS PREVIOUSLY DESCRIBED ._ SUPPORT SECTIONS IN POSITION JN SUCH A WA YT.HAT NO MOVEMENT OCCURS WHILE MAKING THE JOINT OR DURING CURE .. 2. COAT ALL ROUGH~NED EDGES WITII RESrN MIX , COMP LETELY FILLING TI-IE JOrNT AND SLIGHTLY SQUEEZfNG THE SECTIONS TOGETHER . IT MAY BE PREFERABLE TO ADD FUMED;-. . . · SILICA TO PRODUCE A PASTE OR LIGHT . RESCN PUTTY WHICH WILL FILL--SMALL VOIDS AND . IRREGULARJTIES OF I/8'.' OR LESS. BUTTEo·sEcTioNs MAY .BE "TABBED '; OR "HOT "PATCHED "·ro · HOLD ALIGNMENT UNTIL COMPLETE JOINT CAN BE MADE . A HOT PATCH JS MADE OF 2-3 SQUARE INCHES OF FIBERGLASS MAT SATURATED WITII RESIN MIX. PLACE TABS ACROSS THE JOINT £N · .SUFFICIENT QUANTITY TO HOLD THE PARTS IN ALIGNMEN_T. ITIS OFTEN DESIRABLE TO SPEED UP . . . ' . THE HARD~NING TIME Of THE '(ABS BY INCREASING THE CATALYST REQUIRED BY l T.O 2 CC PER POUND . . . 3. PREPARETHEFIBERGLASSREINFORCEMENTSBY ARRANGINGTHEPRE-CUTFABRIC · . . . ·oR CUTIJ:NG ·SUFFICIENT _QUANTITY ACCORDING '.fO SIZE AND PLY REQUIREMENTS . TABLE 1 -SHOULD BE USED ONLY AS A GUIDE .FOR THE M~MUM WIDTH OF PLY OVERLAYS AND MINiMUM_ _JOINT THICKNESS . JOJ;NT THICKNESS AND WIDTH SHOULD BE AS SHOWN ON THE DRAWING . IN NO . CASE SHOULD TIIE JOINT THICKNESS BE OF LESSE~ THICKNESS THAN THE PARTS TO BE JOINED . . LAY THE WIDEST SECTION OF FIBERGLASS MAT ON A FLAT SURFACE OR TABLE TREATED . ·. --. -· ........ ···wirII"RELEASE"AGENT ·oR·c;:oVEREDWlTH ·RELEASING ·FILM , WET--niE-WET -SURFACE WITH .RESTh.L .... . . . • . ·······-·· ··-·· ·CX..·--........... , .• _., ............ . ) • .. ' PRO~EDURES FOR FIELD JOINTS AND REPAIRS FOR FRP EQUIPMENT PAC3E 10 . · . . · · MIX, USfNG A BRUSH AND/OR ROLLER. POSITIONTIIE NEXTPLYOFFIBERGLASS OFFSETirNG ABOUT 1/2" ON THE LENGTH. THE OFFSE~S AT SIDES OF THE STRIP SHOULD BE EQUAL OR ONLY SLIGHTLY OFFSET FROM CENTER. WE,T O.UTTHE .LA YER WITil RESIN MIX. REMOVE AS MUCH AIR AS POSSIBLE WITH THE BRUSH OR ROLLER MOVING TOW ARD THE EDGES OF THE LAMrNATE SECTION. AVOID EXCESSIVE PRESSURE WHICH-WOULD REMOVE TOO MUCH RESIN FROM TIIE AREA. REPEAT WITH DESCENDING WIDTHS OF FIBERGLASS UNTIL ALL. PLIES HA VE BEEN SATURATED WIJ'H RESIN~ FORMED INTO ONE INTEGRAL UNIT . 1/2" OffSET EACH PLY-t!!'- .11111 'EQUAL EACH SIDE ; . TYPICAL LAYUP OF FIBERGLASS MAT IMPREGNATEQ WITH RESIN TO FORM AN INTEGRAL PNlT FOR FIELD JOINT OR REPAIR, ON VERY LARGE OR THICK DIAMETER JOINTS, IT MAY BE EASIER TO SATURATE TWO OR THREE PLlES OF FIBJ;RGLASS WITH TWO OR THREE PLIES OF FIBERGLASS WITH RESIN AT A TIME . THIS HELPS TO ENSURE REMOVAL . OF . . TRAPPED AIR AND FACILlTA TES APPLICATION OF THE STRAPPING . . . . ' BLEND EDGES \ I . -. . ' .,· . .,, ~ ----- 4: APPLY RESIN MIX WITH BRUSH AND/OR ROLLER OVERALL PREPAREDAREAS.OFTilE · JOINT. TAKE ;HE ENTIRE STRAPPING AS PREPARED ~ov~ AND PLACE ON THE RESIN COATED . . . . . . ·JOINT\l{JTIITIIENARROWESTPLYTQTIIEINSIDE,TOWARDTIIEJOlNT. MAKESVR,ETOCENTERAND POSITION IT PROPERLY OVER THE BUTT SEAM. WRAP AROUND THE JOfNT USING AN EVEN FORWARD PRESSURE TO FORM ENTIRE JOINT WITH OFFSETENPS OVERLAPPING SMOOTHLY. :------------------- ) PROCEDURES FOR FIELD JOINTS AND REPAIRS FOR FRP EQUIPMENT PAGE 1J · · RQLL OUT AS SMOOTII AS POSSIBLE BLENDING THE EDGES OF STRAPPING INTO PIPE . REMOVE ALL WRINKLES A'!'ID ENTRAPPED AlR-ROLLING FROM CENTE~ OF JOINT TO THE OUTSIDE EDGE. ADDITIONAi,. RESIN MAY BE APPLIED TO PROVIDE A RESIN-RICH SURFACE. CARE MUST BE TAKEN TO PREVENT IBE STRAPPING FROM SAGGING AT TIIE BOTTOM OF TI{E JOINT DURING HARDENING. ON LARGE DIAMETER ~QUIPMENT, IT MAY BE EASIER TO SATI,JRATE ONLY A FEW FIBERGLASS PLIES AT A TIME AND APPLY STRAPPING IN TWO, THREE , OR FOUR SECTIONS AROUND THE CIRCUMFERENCE TO COMPLETE THE WRAPPED JOINT . AFTER THE JOINT HAS HARDENED, A TOP COAT OF RESIN MIX SHOULD BE APPLIED . WAX MAY BE ADDED TO THIS LAYER IN PROPORTIONS LISTED IN TAB LE I . IF UJ,.TRA VIOLET SCREENE~ IS REQUIRED, APPROXIMATELY 1 % UV-9 (AMERICAN CYANAMID) OR UV-5411 MUST BE ADDED Tb THIS FINAL COAT OF RESIN. UV ADDITIVES, IF USED SHOULD BE PREDISSOLVED IN S1YRENE MONOMER BEFORE BErNG INTRODUCED INTQ THE RESfN . TABLK·l. ADDING WAX TO TOP COAT. A SMALL AMOUNT OF HIGH-MELTING PARAFFIN WAX (140°-150°F MELTfNG POINT} IS USED lN TH.e FINAL RESIN SURF ACE OR TOPCOAT. DO NOT USE WAX IN THE BUILD -UP OF LAMINATE . ~ . . BECAUSE ADHESION OF LAMINATE LAYERS WILL SUFFER . TIIE FOLLOWlNG QUANTITIES APPLY FOR l GALLON OF RESIN . WAX STYRENE TYPICAL RESIN WAX FORMULATION 20GRAMS I80GRAMS ADD WAX TO WARM STYRENE AND MIX UNTIL DISSOLVED . ADD THEW AX SOLUTION TO ONE GALLON OF RESIN. MIX WELL . . · . GUIDELINES FOR CATALYST: . . THE FOLLOWING IS SUGGESTED AS A GUIDE . QUANTITIES MAY BE INCREASED OR DECREASED AS . EXPERIENCE DICTATES . THIS PROPORTION WOUI..D GIVE A WORKING TIME OR POT LIFE AT 60-70 DEG .F OF 15-30 MINUTES. _FOR ~VERY 10 DEG .F BELOW THIS TEMPERATURE, INCREASE C~TAl,,Y~T BY l CC PER POUND. ADD CATALYST ( 9% ACJIVE OXYGEN MEK PE~OXIDE) AT 5 CC _PER POUND OF RES_IN ._ .Tl:IE ·· CATALYST SHOULD BE TIIOROUGHLY STIRRED INTO THE RESIN ~EFORE t]S1N9 . REPAIR OF INTERIOR AND EXTERIOR SURFACES: THE SAME PROCEDURES AS FOR JOINTS GENERALLY APPLY. PREP ARE SURFACE AS SHOWN . . UNDER 'SURFACE PREP ARA Tl ON ". APPLY RESIN MlX PREPARED ACCORDING TO .THE DTRECTI01'1S IN'MIXING RESIN' WITH A BRUSH . PLACE FIRST, SMALLEST, LAYER OF FIBERGLASS MA TO VER AREA •.·. '• ( I PROCEDURES FOR ~I:~LD .JOINTS AND REPAIRS FOR FRP EQUIPMENT · PAGE 12 · . . .• AND SA 11JRA TE WITII llESINl:JSINGBRUSHAND/ORROLLER. MAKESURETHA TALL ENTRAINED AIR . . IS REMOVED. REPEAT WITH StraSEQUENT LAYERS OF FIBERGLASS MAT. EACH LA YER MUST BE LARGER THAN THE UNDERLYING LA YER BY 1/2"-l" ALL AROUND. FOR THE LAST LA YER, USE ONE PLY 1YPE "C" GLASS VEIL {OR SYN'IBETIC VEIL, DEPENDING ON MAKEUP OF ORIGINAL SURFACE). COVER THIS WITH A WAX CONTAINING TOP COAT. USE UV SCREENER IF REQUIRED. ALLOW TO .. HARDEN AS PREVZOUSLY DESCRIBED . PIPE WALL THICKNESS, INCHES 1/8 .. 3/16 .~, . 1/4 5/16 3/8 7/16 . 1/2 9/16 518 11/16 MINZMUM WZDTHOF OVERLAYS, INCHES 3 .4 5 6 7 8 9 10 11 TABLE2 NUMBER OF PLIES OF S'fRAPPING :· AND SEQUENCES* 3M,V 4M,V 3M,IWR,2M,V 3M,IWR,3M,V 3M,IWR,2M,IWR,2M,V 3M,! WR,3M,l WR ,2M,V 3M,IWR,3M,1WR,2M,IM,V 3M,IWR,3M,l\\'R,2M,IWR,1M,V 4M,lWR,4M,lWR,3M,IWR,lM,V 4M,l WR,4M,l WR,4M,IWR,1M,V u M == 1 1/2 OZJSQ.FT .. : CHOPPED STRJ\ND M~ T . WR=.24 OZ./SQ.YD.;. WOVEN ROVING . ·, V = TYPE "C"·, IO MIL GLASS SURF ACZNG V~IL OR SYNTiiETIC VEIL {IF SPECIFIED) . . *SEQUENCE SHOWN IS .FROM INNER LAYERS (NEXT TO SURFACE) TOWARD OUTSIDE. . . . . . . . : THIS TABLE G.IYES. MINIMUM VALUES ONLY. WORK SHALL BE AS SPECIFIED DY CUSTOMER OR O.N DRAWING~. . NOTE: JOINTS ABOVE 1/2" lN TIUCKNESS SHOULD BE MA.DE IN TWO LA. YUPS TO PREVENT ~A.GAW . · .OVERHEATING OF THE RESIN DURING HARDENING. . . . . . . . . . . . . .· ~PAIR OF HOLES, LEAK$, CRACKS, ETC. . . . THE CONTENTS CAN BE DRAINED OR PLUGGED IF NECESSARY AND TH~N REJ;>AIRED WITH _ A NEW SECTION OR BY "PATCH" TECHNIQUE. PREPARE SURF ACE AS SHOWN lJNDER 'SURFACE PR]:PARA TION". --·--··--. ... .. . . .. -. . ... . . ... PROCEDURES ~OR, FIELD JOINTS AND ·REPAIRS FOR FRP EQUIPMENT PAGE ·J3 · · . · · · FOR PIPE AND OTHER EQUIP~IENT OF SIMILAR DIAMETER, THE PROCEDURES OUTLrNED UNDER JOINING ARE DIRECTLY APPLICABLE, I.E .. THE WRAP OR STRAP TECHNIQUE IS USED, EITAER TO ?OIN-IN THE NEW SECTION, OR TO "PATCH " TIIE DAMAGED AREA . FOR LARGER DIAMETERS AND LARGER DAMAGED AREA , IT MAY BE NECESSARY TO APPLY A TEMPORARY BACKING OF SHEET METAL OR: CARDBOARD WITH A REL~ASE AGENT BEFORE PROCEEDING WITH THE REPAIR. CLEAN-UP: ALL EQUIPMENT SHOULD BE CLEANED IMMEDL-'\ TELY AFTER USE WITH A SAFE1Y SOLVENT. SOLVENT CAN BE USED TO CLEAN WORK AREAS OR RESIN SPILLS . GENERAL AND SAFETY INFORMATION: 1 .. 2 .... 3 . ,:.."' 4 . 5. 6 . 7 . 8. 9 . ·10 . 1.1.. SERRATED ALUlv!INUM ROLLERS ARE FAR SUPERIOR TO COMMON MOHAIR OR PAINT ROLLERS . RAPID DABBING WITH A SOFT BRUSH <;:AN BE US ED TO REMOVE ENTRAPPED AIR . FOR M~UM SH~LF . LIFE, STORE RESIN , PROMOTER , CATALYST, ETC . SEPARATELY AT AMBIENT ROOM TEMPERA TIJRE . ALL MATERIALS AND WORK PERFORMED MUST BE AT 65°-ss°F . . . NO WORK SHOULD BE DONE IN RAIN, SNOW , OR EXCESSIVELY HIGH HUMIDITY . Fil3ERGLASS REINFORCEMENT MATERIAL MUST BE CLEAN AND DRY. ALL MATERIALS MUST BE KEPT AWAY FROM ALL IGNITION SOURCES , SPARKS , AND OPEN FLAMES . DO NOT SMOKE IN THE WORK AREA . SAF-ETY GLASSES MUST BE WORN AT ALL TIMES . RUBBER OR pµsirc GLOV~S MUST BE WORN AND PROTECTIVE HAND CREAMS ARE RECOMMENDED, IN ADDITION TO WEARINQ GLOVES . · WORKERS MUST WASH IMMEDIATELY AFTER EACH JOB . . ·.VENTILATIONMl)STBEADEQUATETOMAINTAINAI~OR.NECONCENfRATJQNOF . . ·. . . . ... ······· ............ ····· ... -......... · ..... . .Y APORS BELOW THRESHOLD LIMIT VALUES . · . . . . . . . . . . T R OUBLES.HOOTING: POORBOND CHECK FOR SURFACE CLEANLINESS , CONTAM~ATION.ANI;> · PREPARATION .· GLASS REINFORCEMENT MUST BE DRY . RESIN, CATALYST, PROMOTER AND . . . . . . . . QTHER ADDITIVES MU.ST BE FRESH AND MUST NOT HA VE BEEN CONTAMrNA TED WHfi ANY FOREIGN MATERIALS SUCH AS WAX . AIR BUBBl.,ES OR BLISTERING CURE SYSTEM . CHECK FOR IMPROPER ROLLING OR TOO "HO T" A WHITE BLUSH WHITE CAST OR Af PEA RANCE AFTER CURING . GLASS . . . REINFORCEMENT MA y HA VE CONTAINED MOISTURE OR nm JO TNT OR REPAIR WAS MADE TN A I \ / .. PJWCEDURES FOR. FI_ELD JOil'lTS AND RE~AIRS FOR fRP E.QUIP.MENT PAGE 14 . · . . VERY HUMID ENVIRONMENT. SURFACE RESIN MAY NOT HAVE BEEN PROP~RLY CURED BECAUSE OF HIGH HUMIDITY . POOR GLASS WET-OUT CHECK FOR IMPROPER ROLLING . RESIN MAY HA VE BEEN TOO THICK OR TOO THIN (CAUSING DRAINAGE OF RESIN). TACKY OR WET RESIN CHECK FOR PROPER CONCENTRATIONS OF CATALYST AND PROMOTER. CHECK CURE TEMPERATIJRE . CHECK TO SEE THAT WAX WAS ADDED TO FINAL · . . LMUNATE LA YER , CRACKING AND CRAZING CHECK FOR PROPER CONCENTRATIONS OF CATALYST AND PROMOTER. CHECK WORK AREA TEMPERATURE AND THICKNESS OF LAY-UP. HOT SPOTS AND SPOTTY CURE CHECK MIXING PROCEDURES . ALL MATERIALS MUST BE THOROUGHLY MIXED BEFORE USE . LOW BARCOL HARDNESS LEVELS CHECK CONCENTRA TrbN OF CATALYST AND PROMOTER. MAKE SURE RESTN, CATALYST AND PROMOTER ARE FRESH . CHECK C~ TEMPERATURE . EQUIPMENT REQUIRED: RESIN,PROMOTERS (SOME RESINS ARE PRE-PROMOTED AND DO NOT REQUIRE PROMOTER), CATALYST, SOLVENT, FIBERGLASS MAT , WOVEN ROVING, SURFACING VEIL OR MAT, FUMED SILICA, STYRENE, WAX, UV SCREENER (IF REQUIRED), RELEASE AGENTS AND/OR FILMS , t{AC~ SAWS, SABER SAWS, CUT-OFF WHEELS OR SIMILAR EQUiPMENT, DISC SANDERS, . . FILES , ABRASIVE PAPER, WORK BENCH OR OTHER FLAT SURFf.CE FOR PREPARING LAYUPS , SCISSORS, ST~FF BRlSTLED BRUSHES, SERRA TED ALUMINUM AND COMMON PAINT ROLLERS, PAPER UNW AXED lyfEASURING CUP.SOR TUBS, MIXfNG STICKS (TONGUE DEPRESSORS ARE MOST COMMONLY USED) MATERIAL SUPPLIERS: MATERIALS CAN USUALLY BE PURCHASED AT A FRP MATERUL AND SUPPLY . _._D_ISTRIBUTOR, WHO CAN OFfEN PROVIDE COMP~ETE JOINING AND ~PAIR KITS. THE RESIN TO BE USED SHOULD BE THE SAME AS ·usEo IN THE PARTS To BE ASSEMBLED ·oR REPAIRED·. nm SUPPLIER CAN USUALLY PROVIPE ADDITIONAL INFORMATION OR ADVISE ON MATERIAL~· . WHICH MAY NOT BE INCLUDED HEREIN . ') PROPERTIES CYASDRa·uv-•~ 1YPICALPROPERTIES Chemlcal Formula MolecularWelght Specific Gravity {2500) Metting Point, 00 SPECIFICATIONS 0,4H1a~ 228.2 1.32 62.0 DeecdJ)110n Pale Cl88ffl to white powder with friable lumps Oorv,a1 Point, 00 fnso(ubles ti Toluene, % coror1110% Sofutlon Pllfly from congeal pt., % Molature, % · PERFORMANCE BENEFITS • ~al color oontrlbulfon • E>ccellent lght atabl\y • SUparb compatibility with po1ymem and other additives IYTEC 62.0mJn 0.05max ·4ma>< 98.0min 0.1 max "-OOH 0-c ~ I ~ OCHs 2-~~ OAS NUMBER 000131-fil-7 HEALTH AND SAFE1Y &FEOTS OF OVERE)(POSURE: Acute oral (rat) and dermal (rabbit) values an, ealfmafed to be greaterthan 6.0 glkg and 2.0 gncg, respectlvely. 1he 4-hoLr LOa, (lal) value Is esttmated to be greater 1hen20mg/L Diect oonl8ct v.1tn 'Ihle material may cause minimal eye and~ lnifalion. ec,rore handling 1hls materfaJ, reed the conspondlng o,tie Jndusfrles rno. Matelfal Safelyoata Sheet (MSDS) for safety, health, enc:1 enwonmenfal data. FDASTATUS · OYASORB UV-9 Hght st.abll;lzerls aanclfoned by Seclfon 1 Tl.1010 of the Food Ad<ltNes Regwdlons as a stabl1aer In semrfgtd, rigid, and modlfled aayllc p1aa11cs Intended for use In contact with food • .. . ·:-...rpp1ng Clasalflcalion: 01erriceJ NOi .Shipping Container. S2-gallon fiber drum, 100 lb net . . . CVTECHlUIIAESINC. . SpeclaftyReelns http://www.OJfSC.com CRT-761 ) CUSTOMER SERVICE Unlteclmat,I 800-2~74 800-se5-5722 Fax canacla 800-668-2724 905-470-1511. 906-470-2817 Fax IMPORTANT NOTICE 1he lnfannailon and etaternerd8 heraln are bellwed to be ralable but are not to be COl'l8JMd as a wan&nl¥ or rep-~ forWhlch wa asaume legal ~ores an aaunptfCJn of a duty on our part. U.. should ~ auflldent verlllcetlon and testing to determine the ~forthar own particular puipose of any Infor-mation. pro.ducla orvandora llfened to henil. NO WARRANTY OFFJTNESS FORAPARTlOULAR PUR-POSE IS MADE. Nolhlng herein la to be takBn aa perml&-···· ·: · · · ·. · · ·· ·· · · · · · ·· · . · .. · ·alon.-lncllcement CII' racommenclallon to pracUoe any · · patented lnwntlon without a Uoenae. TRADEMARK NOTICE . . . · . The e·lndtcates a ~ered Tractemarkln the United States The 11181k may also be reglstncl, the smJeol af . . an appllcatlOn for regletr8"°"1 or:.a tra(iemark In OU. courrtrte&. ' . . . . . . . . Ot~o,tsohislree~ M~Aleelwd ·CYTEC . .. :. . • AllalPaclllc-~fndustllee Pie. Lid..~ tel f35-78S-8788, fax. e&-736-7788 • Bnpe-0,.4eo hfuable8 B.V., BollEi(, 1heNelharlands, 1el. SM81-295400, fa'i(. S1-181.a5401 • l.ain Amedca-o.,,tec do Bra811, L1DA, Sao PauQ, tel, 65-11-6506-4588, fax. 66:-11-6606,,4666 • U'liflldStata&-OJtec~m, Vet~NJ, U.s.A, 1ft873-357-$10Q;~978-851~ . . . . Gl.YlliOR2.5 ,o/97 ·--... -· i.J C ib1 Speca. lty Ches io 1s Pdditiws Ciba Ciba.'.® TI NJ VI NID 328 .Be~otria zole UV Absorber Chan cteriza tion ~Jl\'IJVIN 328 Is a·;, u ltn violet light absorber (UV,AJ of the hydroxypherylbenzotria zole da ss, w hlch bl pa its ou tstJ rd lrg lig ht st.ability to pla stia; a~ otherorg a lie su bstn tes. Chet ia I N 1 8 · 2-(2H-berrzotria zol-2-yl)-4,6-d itertpertylpherol CAS Nu ber 25973 -55-1 Stnctu re ®TINUVIN 32ij_ ·.:.· M oleal la rir eiJ ht 351.5 g /a ol Pf>plia tion; TINU VIN 328 is a hig hly effective lig ht stab Hizer fur a va riety ofpla sties a rd other org a nic su bstn tes . Its use is re:oo 1 · erded fur the stl bili:u tion ofstyrere hoo ~-a rd ·cnpol}'ll oo, a oylic polya ers, u rsa bl rated polyesters, polyvlrr,ilc:hloride, polyolefins, polyu reth1 re;, polya ceta Is, polyvit"t,'I bu tyn I, ela stoa ers , a rd adhesives . .... f~ ~ .. ~/. ~.~.~. · TIN.JVIN 328 fEB tu re; strorg UV a bsorptior\ low . initia I mlor; excellert co pa tibllity in a wide variety ·ofsu bstn tes, g oo(solu hiiity in pla·stidzers a.rd 1 ·oroli ers, a n:l I oden tely low vela tility. It pro~ects pol}'ll oo as well as organic pig I erts froa UV. n d ia tiOr\ helpirg to preserve the orig in I a ppes n n::e a rrl physic:a I integrity of1 aided a rtides, 1ib s, sheets , a rd fibers du rirg .ou'tdoorw e therirg . ·.Product Fon s Code: TIN.I VIN 328 TINI.J VIN 328 FF Pp p 01 n rce: s lig htly yellow pow d er . slightly yellow, ~ffow.irg g n rules Gaideliresfuruse The use levels of®TINUVIN328 nrg.ebiatween0.10 arrl 1.0%, deperdirg· on substrate a rd perfuro a n:e requ irai erts ofthe 1irs I a pplia tion. The produ ct ·a n be used a lore or in cna blrstion with other additives such as light stJbilizers (hirdered 11 ire;), a rtio><ida rts (hin:lered pherols, phosphltes, thlosyrag ists, hydroxylu· ire;, la ctore;), • rd other 1ii rctiors I st! bilizers a rd additives . The use of®Tll\lJVIN 328 in cnn .bin tion with hird eraJ . an ire light stabilizers is pa rti01 la r1y rotew orthy in that a syrerg is tic perfc>rll a rce 01 'P. 1; ' ~ ", ... ····•'!!,.~·.: .. ::.-_ •· .. ,• .• : .. ·1,;.-, ;z:.;: ... , ;. •, •. . · .. , .. . ·, -..... ·-·· ......... rn ................... _. ________ .. -· ·-·. Alysia I J:h>perties Ha nl6rj00 & Safety !;?es istn tion 1s ortan O;'.:;$t:a<\,~..;. ri::i'i:r: i :, .... : .. : _ .:...; ,;,,\.,"''" .:..:.i:. .: ..... other additives a re a va ill. b le in a vl r.ety ofsu bst~ tes. c..:; ..... --·· -··.: 1,. ......... . M eltirg R rg e Fla shpoirt . Specific G n Vity (20 ·c) Va par A-essu re {20 •.c) Sou b ility (20 "C) Water h:anre Benzere ·. Chlorofb11 C yclohex.a re E"thyl a ceta te n-Hexa re Id etha rol M ethylere d1 lo ride ao-aa·c 229°c ·l .17 g /Cl 3 4.7 6-6 A %w/w · < ·o .o 1 6 39 44 15 16 16 0.4' 56 Vob tility (pure su bsta n:e; TG A ties tirg W ei9 ht loss (%) · rate 20 °C/o in in a ir} Tet pen tu re (°C) 183 1 :0 2.0 5 .0 Pbso rption Spectru 1 (10 a g / I, Ch lororon · ) 0.8 B o.s .; -l! D ! o • .c o.z 300 ' 350 .(00 460 wa,alonglh '""'' 500 202 223 ®TIN! VIN 328 e<hiblts strorg a bsorba rcein the 300-400 n l'8J ion a rd ·• Ina a I a bsorba rQ:! in the vis lb le reg lo"." (> 40 0 n ) of the spectru 1 . The absorption a a xii a a re at 30 6 n a rd 34 7 n (E = 14760 Va ol·a ) in chlororo11 so·1u tion. In a o:x>rcl a rce w ith g ood ire! u stria I pn· ctic:e, ha rd le w ith o re a rd a void u rrecessa ry per5on I corta ct. Atoid cortini ou s or repetitive b rei thirg ofdu st. Use only w Ith adequate vertil! tion.Revert cart.an in tion of the erni-ron ert. A.,oid du st ron a tion a rd ·19 rition sou res . Forn oradeQ iled infbrn a tionp.lesse refer-to theu teria Isa fety da u sheet TINUVIN 328 is listed on the follow irg ln.iertories ·: AJ stn lia: AlCS Can da: DSL 6J rope: BNEC S la pa n : M ITI 'Ri!lippires : RCCS USA: TSCA Chin : First l port Kore: ECL TINU VIN 328 is approved in many.countries for use in food contact applications. Fordetl i!ed inlbrn a tion rater to our Rlsitive List or rorta ct yoJ r !oc:a Isa les office II FORTIWr: Th~ tflllc,Hf"j sup~rr:.qJEti Buyer's doOJ1 ens. SEJ.1..ER /I II E5 I\X) REPRESENTATION OR W~ EXRSS OR II Pf.JED, /1\CWD /M OF II ~HANrAB/lTrY OR FllN.5S FfR A PART/CU /.AR RJFRJSE. No SCI ra era hereni re C!) be ccn;t,v aJ 15 /nluca ~ to irmr, e . uy ni/e.1 rt pltsrt:. UrdEf m ciro11 m ti.1'5 s~i II Selli:r t-.e .liJ blP. frr wr:r.em ,. a:ir.eqiertia I orlnlirecr d11 , I es tpr1 IIE!J ~ rey 6J erre, bra ch of w1 m rcy. strict fl bl/icy. Cort or rorr.n er, rislrJ in ~~1on a 1rh t/111 pr:dYc:c(s). &yer's s9/e ra Edy 1 'rrt Se lla's so.le s, blity fora n; d1 i s shi II bP. 9J yer's pu rch1 se price. D1 o a rd re;u /ts, re b,serJ on o,nrollf:d or 6 n ·,1 or/ uT! , u st be canfin Ed by Buyer by mtl(J for/ts irtenled con/ irlor& of use. The prod u ct(s) hu roe bF.P.11 cem;d mr: , rd is cllen:Jbre mr rem I i;nU!t tcr: uses rorw hlc:h prolorg aJ ccro ct 1r irh , u COJ s I a bn f"'?, 1 bn d Ft: SI fr) Orb/ood /s frtenJe:J; orfbru Se5 f.Jrw./J ic/1 I p~ rtJ [iOrl lV ittllnC/IP. /!L'I l nbcdJ is irtenfed . . n .... c_. r.,,., __ , r .... "' "1n l '-...4 ..... f\L. -· •'·T11,,1,ut1t,1 .,.,n •••••• ' • •••••••• ~; . l • • • • •• ~ ...... -•• : •• ; • • •..•• --; •• •. ·-· '. -· -·· .... To Corrosion Resistant Vipel ® Resins al,eL CORROSION RESISTANT RESINS Vipel® Product Selection Guide Resin Type Resin Series Description Bisphenol A Epoxy Vipel F010 Balances corrosion resistance to acids and alkalies with Vinyl Esters with good processability. Generally ach ieves the corrosion resistance of a bisphenol A fumarate polyester resin while providing excellent toughness and resistance to cracking. User friend ly in both filament winding and hand lay-up applications . Vipel K022-A Fire retardant ASTM E 84 Class I flame and smoke and K022-PT without the use of synergists . Excellent corrosion resistance for fire resistant applications. Vipel K022-C Fire retardant ASTM E 84 Class II without the use of synergists. ASTM E 84 Class I with 1.5% antimony trioxide. Excellent corros ion resistance for fire resista nt applications . Vipei K022-CN Fire retardant ASTM E 84 Class I without the use of synerglsts.Contains antimony products . Excellent corrosion resistance for fire resistant applications . Vipel K023 Fire retardant high cross-linked vinyl ester that is less than 35% styrene and will achieve ASTM E 84 Class 1 fire requirements neat. Excellent corrosion resistance to oxidizing chemicals at elevated temperatures . Elastomeric Bisphenoi A Vipel F017 Epoxy vinyl ester resin that is used for bonding, im- Epoxy Vinyl Ester proving int~rlaminar adhesion and manufacturing comoosites that reauire extra flexibilitv. High Cross-linked Vipel F080 A high performance vinyl ester that provides excellent corrosion resistance in both acidic and alkaline enviro Bisphenol A Epoxy ments with good therma l mechanical properties Vinyl Esters A low styrene version (<35%) of Vipel F080 that Vipel F083 provides outstanding corrosion resistance to oxidizin n- g chemicals such as acids at elevated temperatures Epoxy Novolac Vipel F085 Exceptional organic solvent resistance with improved Vinyl Esters high temperature properties . Vipel K095 Fire retardant epoxy novolac vinyl ester. Recommended where ASTM E 84 Class I fire and smoke requ irements with 3.0% antimony trioxide mu st be met. Used for severe corrosion applications in the pu lp and paper Industry. Bisphenol A Fumarate Vipel F282 Bisphenol A backbone contributes to excellent corrosio n Polyesters resistance from acids and alkalies. Used where severe caustic environments will be encountered . Data sheets may be down loaded from www .corrosionresins .co m/li terat ure .ht ml Vipel® Product Selection Guide Resin Type Resin Series Description Chlorendic Fire Vipel K190-B Fire retardant resin that provides excellent resis- Retardant Polyester tance to hot wet chlorine and oxidizing acids and has excellent thermal mechanical properties . Will acheiv e an ASTM E 84 Class II flame and smoke rating with the use of 3.0% antimony trioxide . Not recommende d for caustic environments . lsophthalic Polyesters Vipel F701 High molecular weight isophthalic/propylene glycol resin with a broad chemical resistance at moderate temperatures. Excellent processability. Vipel F707 lsophthalic/neopentyl glycol resin that provides good adhesion to certain grades of PVC. Vipel F720 High molecular weight isophthalic/neopentyl glycol resin used for tougher chemical environments at moderate temperatures . Vipel F737 Resilient isophthalic resin designed to be used for thick composites. Vipel F738 Resilient isophthalic resin designed to be used for thin composites. Vipel F738-PTA series resins are used for applications requiring Lloyd's of London approval. Vipel F764 High cross-linked isophthalic resin recognized by Underwriters Laboratory (UL) for underground storage applications. Meets UL 1316 and UL 1746 parts II and Ill and Steel Tank Institute requirements. Vipel F780 High cross-linked isophthalic/neopentyl glycol resin for tougher chemical environments. Vipel K733-A Fire retardant resin for mild corrosion service such as hood and duct service .Will achieve an ASTM E 84 Class I flame and smoke rating neat. Vipel K733-B Fire retardant resin for mild corrosion service such as hood and duct service. Will achieve an ASTM E 84 Class I flame and smoke rating with the use of 1.5% antimony trioxide. Terephthalic Polyesters Vipel F774 High cross-linked terephthalic resin recognized by Underwriters Laboratory (UL) for underground storag e applications. Meets UL 1316 and UL 1746 parts II and Ill and Steel Tank Institute requirements . Polyethylene Vipel F457 Resin that is used for bridge decks , etc . Terephthalic Polyester Vipel F460 Resin that is designed for moderately high heat distortion applications . Data sheets may be downloaded from www .co rros ionresins .com/literature .html Cross Reference to AOC Corrosion Resins Bisphenol A Epoxy Vinyl Ester High Cross Linked Bisphenol A Epoxy Vinyl Ester High Cross Linked Bisphenol A Epoxy Vinyl Esler Low voe content Epoxy Novolac Vinyl Ester Bisphenol A Fumarate Polyester Elastomeric, Bisphenol A, Epoxy Vinyl Ester High Cross-Linked lsophthalic Rigid lsophthallc - Resilient lsophthalic High Cross-Li nked Terephthalic Fire Retardant Bisphenol A, Epoxy Vinyl Esler, Neat, ASTM E 84 Class I Fire Retardant Bisphenoi A, Epoxy Vinyl Ester, Neat, conta ins antimony products , ASTM E 84Class I Fire Retardant Bisphenol A Epoxy Vinyl Esler, Neat, ASTM E 84 Class II and ASTM E 84 Class I with 1.5% antimony triox ide Fire Retardant Epoxy Novolac Vinyl Ester, ASTM E 84 Class II, Flame and Smoke, Class I w/3% ATO Fire Retardant High Cross Linked Bisphenol A Epoxy Vinyl Ester Epoxy, Neat, ASTM E 84 Class I Chlorendic Fire Relardant Polyester, ASTM E 84 Class II Flame and with 3.0% antimony triox ide Fire Retardant lsophthalic, ASTM E 84 Class I Fire Retardant lsophthalic, ASTM E 84 Class I with 1.5% antimony triox ide • Acco rding to litera ture, 3.0% an tim ony trioxide was used . " According to litera tu re, 5.0% an timony trioxide \'las used . ® Vipel ls a registered trademark of AOC. AOC ASHLAND DOW INTERPLASTIC Vlpell!l Hetron"/AropoJB Derakane0 CoREZVN° F010 922 411 8100 8300 8360 FOBO 980 8710 8770 F083 980/35 441 8360 FOBS 970 470 8730 F282 F017 8084 8550 8510 8515 F764 F701 7241 75 -AQ-001 75-AQ -001S 7242 75-AQ-010 75-AQ -011 F737 7334 75-AQ-610 F738 F774 K022-AAA·OO & K022·PT K022-CN FR992 Sb K022·C FR992' 510C' VE8440 VE 8450 KOSS 510N' K023 998 K190·B 197P" K733 ·APT·20 K733·BPT-20 604T-20/99P' ® Alfac Is a reg istered tradamar1< ol Rek hhoid, Inc . ® Hetron and Aropof are registered trademari<s ol Ashland Inc . ®Derakane Is a registe red trademar1< of The Dow Chem fcai Company. ® Dion Is e reg istered trademark ol Re ichhold, Inc. ®CoREZYN Is a reg istered trademark ol lnterplaslic Corp. REICHHOLD Atlad'/Dlon° 9100 9480 382/6694 9085 6060 6631T 33-402 & 33-404 31509 490 9300 797" 7767 , 1peL CORROSION RESISTANT RESINS California Plant 19991 Seaton Avenue Perris, CA 92572 (800) 654-1838 (909) 943-9700 (909) 657-8370 FAX Florida Plant 4620 N. Galloway Road Lakeland, FL 33809 (800) 982-5742 (86S, 815-5000 (863) 858 -4149 FAX Indiana Plant 2552 Industrial Drive Valparaiso, IN 46383-9510 (888) 737-4676 (219) 465 -1611 (219) 465-4360 FAX Ontario Plant 38 Royal Road Guelph, Ontario Canada N1H 1G3 (800) 700-2991 (519) 821 -5180 (519) 821 ·0123 FAX Tennessee Plant 860 Highway 57 East Collierville, TN 38017 (800) 238-7536 --c901r8s.r-28eo (901) 853-2444 FAX AOC Mexicana Mexicana de Reslnas, S.A. de C. V. Potrerillos No. 12 Parque Industrial Nezahualcoyoli Edo. de Mexico C.P. 057819 (52) (5) 716-70-00 (52) (5) 716-70-21 FAX meresa@aoc-mexicana.com .mx The World of AOC AOC is a leading producer of unsaturated polyester and vinyl ester resins and is the world leader In innovative resin technology . AOC manufactures its products In facilities strategically located throughout North America and Europe. AOC owned facilities are ISO 9002 certified and use AOC's proprietary process control technology to guarantee batch to batch consistency. From isophthalic polyesters, and terephthalics, to epoxy novolac and bisphenol A vinyl esters, AOC off~rs local availability, worldwide, of a broad range of proven Vipel® resins through its network of distributors and plants. Please contact the AOC Corrosion Specialists for Vipel® resins that meet your corrosion resistant specifications , and put the technology and service of the AOC Corrosion Team to work for you. www.corroslonresins .com The internet's best resource about corrosion resistant composites ADC, Wo1·ltl l.cltdel''in Re~·i11 TeclmoloUIJ 950 HIGHWAY 57 EAST COLLIERVILLE, TN 38017 PHONE (901) 854 -2800 FAX (901) 854-7277 www .aoc-resins.com eVipel Is a· reg istered trademark of AOC . Pr inted in U.S.A., August 2003 , Copyr ight© 2003 AOC. ) ACC. Wo1·ltl Leade1· -iii Resin Teeltnology Product Information Vipel ® Fire Retardant Bisphenol A , Epoxy V i n y l Ester Resi n TYPICAL CAST MECHANICAL PROPERTIES of V1p e l K022 AC , cc & CD (1) SEE BACK PAGE K022-AC Series K022-CC Series K022-CD Series Tensile strength, psi/Mpa 12,500/86 12,000/83 12,000/83 Tensile modulus, psi/Gpa 520,000/36 520,000/3.6 520,000/3.6 Tensile Elongation, % 4 4.6 4.6 Flexural strength, psi/Mpa 21,300/147 20700/143 20700/143 Flexural modulus, psi/Gpa 530,000/3 .7 530,000/3.7 530,000/3 . 7 Heat Distortion Temperature ~F/°C at 264 psi 241/116 234/112 234/112 Barco! Hardness 39 40 40 TYPICAL CAST MECHANICAL PROPERTIES of V1p e l K022 CN, E , AAA & PT (I ) SEE BACK PAGE K022-AAA& K022-CN Series K022-E Series K022-PI' Series Tensile strength, psi/Mpa 11,000/76 12,500/86 11,600/80 Tensile modulus, psi/Gpa 530,000/3.7 510,000/3.5 490,000/3.4 Tensile Elongation, % 3 4.5 2.9 Flexural strength, psi/Mpa 20,100/138 21,500/149 21,300/147 Flexural modulus, psi/Gpa 560,000/3.9 540,000/3.7 550,000/3.8 Heat Distortion Temperature °F/°C at 264 psi 237/114 237/114 246/119 Barco! Hardness 34 39 41 TYPICAL LIQUID RESIN PROPERTIES* (2) see b a ck p a g e Versions Viscosity, Thlx Gel Time, Gel to Peak Exotherm, Specific Styrene cps Index min Peak, min 'F/'C Gravity Content,% K022·ACA,OO 450 1 NA 21 2 13 340/171 1.16 39 K022·CCC-OO 450' NA 22 2 12 330/166 1.16 39 K022·CCK·18 500 3 2 .0' 18 5 14 350/177 1.11 44 K022·CCL·OO 450 1 NA 22 2 12 330/166 1.16 39 K022·CDC·OO 350' NA 22 2 12 335/168 1.15 42 K022 ·CNC•OO 450 1 NA 35 2 13 350/177 1.16 39 K022-CND•OO 350 1 NA 22' 12 335/168 1.15 41 K022,CN P-25 450 1 NA 25' 14 350/177 1.16 39 K022-EAA-40 225 3 NA 40 5 13 226/130 1.12 43 K022•EBB-OO 225 3 NA 25 2 12 350/177 1.12 43 K022•AAA,OO 400' NA 15' 12 350/177 1 .25 38 K022·PTA·20 500' 1.8' 20 5 18 300/149 1.25 38 NA·Not applicable 1) 77"F/25°F Brookfield RV viscosity sp indle 2 at 20 rpm 2) 77°F/25°F Gel time wilh 0.3% coball 6%, 0.05% OMA and 1.25% MEKP 3) 77°F/25°F Brookfield LV viscosity spindle 3 al 60 rpm 4) 6/60 rpm Thix Index 5) 77°F/25°F Gel time with 1.25% MEKP 6) 77°F/25°F Gel time wilh 0.2% coball 6%, 0.03% OMA and 1.25% MEKP 7) 2/20 rpm Thix Index Vipel® K022 Series Vinyl Ester Resin DESCRIPTION AOC's Yipe!® K022 series is a brominated bisphenol A epoxy vinyl ester resin dis- solved in styrene . AOC 's Yipe! K022 series is ideally suited for use in hand Jay-up, spray-up, filament winding and pultrusion processes where outstanding mechariicnl properties and excellent resistance to chemicals and heat are required . AOC's Yipe! K022-CN series contains anti- mony products. BENEFITS Fire Retardant Some Yipel K022 versions do not require antimony trioxide to meet ASTM E 84 Class I flame spread and smoke requirements . Mechanical Properties Vipel K022 is suitable for moldings that are subjected to particularly high static or dy- namic loads. Vinyl ester resins have excel - lent resistance to sustained heat. Versatile Wide formulating capabilities allow for use in many processes and for optimization of cost/performance. Corrosion Resistance Vipel K022 is highly resistant to a number of chemical environments . Refer to AOC's "Corrosion Resistant Resin Guide" for cor- rosion resistance information or for ques- tions regarding suitability of a resin to any particular chemical environment contact AOC . \ ) Vipel® K022 Series Vinyl Ester Resin FLAMMABILITY PROPERTIES ASTM E·B4 TUNNEL TEST*' ASTM E 84 Versions o/o Antimony Flame Smoke Trioxide Spread Develooed K022-AC Series 25 500 K022-CC Serles <30 600 1 .5 20 530 K022-CNC and CNP 1 0 650 Series K022-CND·OO 15 900 K022-CD Serles 40 765 1.5 10 800 K022·E Series 25 800 K022·AA Serles 20 450 K022-PT Series 20 450 .. Lamfnale Conslruclion 2 plies of 2.0 ounce per square fool {600 grams per square meter) llbergfass chopped strand mal Fiberglass content· 30% Lam inates were post cured at 212'F/100°C for 3 hours . VIPEL® K022-AC, C and E SERIES TENSILE PROPERTY TESTING AT VARIOUS TEMPERATURES Temperature, °F/"C Physical Property casting Chopped Mat*** RTP-1 Laminate**** Tensile strength,psl/fv'pa 12,000/83 15,000/103 21,500/148 Amb ient Tensile modulus, psl/Gpa 520,000/3.6 1,400,000/9.6 1,770,000/12 Elongation,% 4.6 1.6 1.7 Tensile strenglh,psl/fv'pa 9,900/68 16,500/114 21,500/148 150/66 Tensile modulus, psl/Gpa 436,000/3.0 1,200,000/8.3 1,650,000111 .Elongation,% 5.1 2 1.8 Tensile strenglh,psl/fv'pa 7,200150 13,000/90 21 ,0001145 200/93 Tensile modulus, psllGpa 415,000/2.8 1,000,000/6 .9 1,480,000/10 Elongation ,% 6.1 2.1 1.7 Tensile strength,psi/fv'pa 1,200/8 7,900154 13,000/90 250/121 Tensile modulus, psi/Gpa 128 ,000/0 .9 490,000/3 .4 800,000/5.5 Elongation ,% >10 2.2 2 Tensile strength,psi/fv'pa 210/1.5 6,000/42 9,500/66 275/135 Tensile modulus, psi/Gpa 1,900/0.01 420,00012 .9 850,000/5.9 Elongation,% 11.5 4.4 1.3 Tensile strength.psi 4,200/29 7,100/49 300/149 Tensile modulus, psi 420,000/2 .9 630,000/4.3 Elongation,% 2.3 1.2 Glass Content,% 29 37 ... Lam inates made wilh 3 plies of 1.5 oz (450 grams/m2) chopped st rand mat """Laminates made wilh ve ll /Splies of 1.5 oz mat(450 grams/m2), 24 oz (814 gramslm2) wove n rovi ng . (ve lV3mlwr/mlwrlm) \ ) Vipel® K022 Series Vinyl Ester Resin PERFOR MANC E GUID ELINES A. Keep full strength catalyst levels be- tween 1.0% -2.5% of the total resin weight. B. Maintaining shop temperatures be- tween 65°F/l 8°C and 90°F/32°C and humidity between 40% and 90% will help the fabricator make a high quality part. Consistent shop conditions con- tribute to consistent gel times and will help the fabricator make a high quality part. C. Finished part surfaces that have been cured at room temperature in contact with air should be relatively tack free. They may not, however, be fully cured and are thus not as resistant to chemicals as a fully cured part. If no further lami- nating is planned, a I 0% solution of 5% paraffin wax solution (MP 115-I 18°F/ 46-48°C) in styrene may be added to the last resin layer to provide a tack free surface . D. Optimum cure and perfonnance may be obtained by post curing room tem - perature cured laminates for two hours at l 58-2 I 2°F/70-l 00°C. E. Room temperature curing by means of cobalt acceleration should be completed with low hydrogen peroxide content MEKP catalyst to minimize foaming. STORAGE S TABIL I TY Resins are stable for six months from date of production when stored in the original containers away from sunlight at no more than 70°F/21°C. After ex- tended storage, some drift may occur in gel time. · During the hot summer months, no more than two months stability at 86°F/30°C should be anticipated. SAFETY See appropriate Material Safety Data Sheet for guidelines. ISO 900 1 :2000 CERTIFIED The Quality Management Systems at every AOC manufacturing facility have been certified as meeting ISO 900 l :2000 standards. This certification recognizes that each AOC facility has an interna- tionally accepted model in place forman - aging and assuring quality. We follow the practices set forth in this model to add value to the resins we make for our customers. FOO T NOTES ~!!d on tests of Vipel K022-CCC-00 at 77°F/ 25°C and 50% relative humidity . All tests per- formed on unreinforced cured resin castings . Thixotropic components, if applicable, are ex- cluded from casting samples. Castings prepared using I% BPO nnd cured for 4 hours at I 60°F, I hour at 200°F, I hour at 240°F and 2 hours at 2so°F. (2) The gel times shown are typical but may be affected by catalyst, promoter, inhibitor conc~n - trntion, resin, mold, and shop temperature . Varia- tions in gelling characteristics can be expected between different lots of catalysts and at ex- tremely high humidities . Pigment and fillers can retard or accelerate gelation . It is recommended that the fabricator check the gelling characteris- tics of a small quantity of resin under actual operating conditions prior to use. The informa lion conlained In lhls data sheal Is bas ed on faboralory dala and field experience . We bel ieve !his informalion lo be refiable, bu! do nol guaranlee ils applicabilily lo lhe use(s process or assume any liabnity for occurrences aris ing out of its use . The user, by accepling Iha products described here in, agrees lo be responsible for lho roughfy te sling each such product berore committin g lo produclion . Ourrecommandalions shoufd not be laken as inducemen1s to infrin ge any pal enl or violate any raw, safety code or Ins urance regulation. lfo,ftl uu,lc,· i11 Resi11 Tcth11otouu 950 HIGHWAY 57 EAST COLLIERVILLE, TN 38017 www . aoc-resi n s . com NORTH AMERICA Tel: 001(901) 854-2800 Fax : 001 (901) 854-7277 sales@aoc•resins .com ASIA, MIDDLE EAST & LATIN AMERICA Tel: 001 (863) 815·5016 Fax : 001 (863) 815-4733 inlernalional@aoc-resins .com EUROPE Tel: (44) 1473 288997 Fax : (44) 1473 216080 europe@aoc-resins .com Pub . No . 0-AOC-Vipel® K022 Se ries Copyright© 1999 , AOC L.L.C . Effective Dat e: June, 2007 Wo1'l(l Leadel'iti Resin Teclaiowuu SCOTILANE PRODUCT LEADER CORROSION AND FIRE RETARDANT RESINS May 14, 2009 Ms. Claudia Fuller Contract Administrator Belco Manufacturing Company P.O. Box210 Belton, TX 76513-0210 RE: Vipel®K022 fol' Scrubber Containing Foul Air with Hydrogen Sulfide Fumes Dear Ms . Fuller, The pmpose of this letter is to verify that a well-cured and properly constructed corrosion barrier made from Yipe!® K022 resin is appropriate and recommended for a scrubber to contain foul air with hydrogen sulfide fumes at ambient temperature. The preferred corrosion barrier should be constrncted out of one plies of c-glass veil, backed up with two plies of 1.5 ounce chopped-strand mat or the equivalent and be at least 0.1 inches thick. MEKP and Cobalt are the preferred catalyst for the corrosion barrier. Please let me know if you have any questions. Kind regards, Scott A Lane Vipel is a Registered Trademark of AOC, Lie. 950 HIGHWAY 57 EAST• COLLIERVILLE , TN 38017 • 901/861 -8362 • FAX 901/854 -2895 • slane@aoc-resins .com BELCO ·. Manufacturing Com1Mnf 2303 Taylor's Valley Road Belton, TX 76513 (254) 933-9000 (800) 251-8265 F f.Y.. (254) 933-3159 &.Nail: belco@vvm.com Internet: http://www.belco-mfq.com Exterior Grade Gel Coats For Ultra-Violet Protection \Mite 5W-1 Light Gray 5E-6 Tan 5W-47 valspar All colors displayed are lead , chromium and cadmium free . Belco Standard Colors Bef co standard coJors will be provided at no additional cosL If alternate color is required . submit color chip and request quote . rhese color samples are representations and can be affected by the type of light in which they are viewed, exposure to heal and light, age of the sample, surf ace conditions, and method of application . 11:jUI ••• ~ (.-PL~STICON™ FLUID SYSTEMS A DENALI COMPANY Belco Mfg . ) CUSTOMER REFERENCES Contractor/ Engineer For Use Item (s) Cor/Pro Alcosan 2ea. 48" & 1ea. 40" Duct Spools Ponte Vedra, FL Pittsburgh, PA Cortrol Process Systems Eagle Cont. Muddy Creek Ductwork & Dampers Tulsa, OK W lie, TX S & D Osterfield 36" & 54" Duct Assemblies Da ton, OH Da on,OH Cor/Pro Village Creek Ductwork & Dampers Ponte Vedra, FL Birmin ham, AL Met-Pro Corp. I Duall Division 23rd Ave. WWTP -Archer Ductwork, Dampers, & Western Transitions Owosso,MI Phoenix,AZ Cortrol Process Systems Oakland WWTP Ductwork, Dampers, Pipe, & Fittings Tulsa, OK Topeka,KS lndusco Environmental Albuquerque City WWTP Odor Control Ductwork Birmin ham, AL Albu uer ue, NM 0 & M Industries Elk River Trickling Filter Odor Control Ductwork Acarta, CA Eureka, CA Marley Cooling Technologies Farley Nuclear / Alabama 30"·42" Header Assemblies Inc Power Plant Shawnee Mission, KS Columbia, AL Western Summit c/o Camp Creek WRF Buried Ductwork & Balancing Procurement Solutions, INC Dampers Norcross, GA College Park, GA Tomko Inc. Alcosan Ductwork Venetia,PA Pittsburgh, PA P:Projectmanagement :Submittals :Customer Reference I 0/17/05 ns Manufacturing Company Initial Start-Up: 2303 Taylor's Valley Road Belton, TX 76513 (254) 933-9000 (800) 251-8265 FAX (254) 933-3159 E~Mail: belco@vvm.com Internet: http://www.belco-mfg.com Start-Up Considerations Prior to first time on-line service and after any system maintenance, the following equipment inspection and operational checks should be conducted . ./ Inspect the vent lines; overflow lines, and the duct for foreign debris . ./ Inspect all fasteners on piping for proper tightness . ./ Inspect for obvious structural damage, such as broken or fractured fittings or attachments, punctures, cuts, de-laminations, etc . ./ Inspect for impact damage, particularly on inside surface. These may appear as white areas, with star shaped surfaced cracks or crazes. After determining the duct is structurally sound and properly anchored/supported, and all vent and overflow lines are operational, close the drain lines and fill the duct with contents. Normal Operation Start Up and Shut Down ./ Monitor the pressure levels in the duct and maintenance safe volumes . ./ When filling or emptying the duct always check to be sure the vent and overflow outlets are free of any obstruction . ./ Duct spools should never be pressurized beyond the designed pressures . ./ When checking vent and overflow ports continue to inspect the duct for structural damage . . ~ ;r/ PLASTICON..,., r., FLUID SYSTEMS EASHIGS, Inc. A DENALI COMPANY ) 2303 Taylor's Valley Road Belton, TX 76513 (254) 933-9000 (800) 251-8265 Manufacturing Company FAX (254) 933-3159 E-Mail: belco@vvm.com Internet: http ://www.belco-mfg.com SAFETY CONSIDERATIONS v" Ensure that all electrical systems in and around the duct spools are properly installed, wired, and grounded. v" Prior to entering or opening any duct, which could be affected by activation of system, motors or valves , make sure all systems are de-energized and locked out. ../ Follow all CU11'ent OSHA(www.osha.gov) and/or other governing body regulations . v" Survey the installation to determine the need for any warning devices for nonnal operation and servicing of equipment. v" When a duct spool line is shut down following an operation cycle of any duration, provision for purging the line of trapped gasses and liquids must be made prior to personnel entry . ./ Follow proper Confined Space Procedures when entering spool lines. (www.osha.gov) ../ Adequate protectioll from cleallillg solutiolls alld otJ,er materials tl,at may be presellt ill the spool lilles which may be 1,azardous to persollllel, 11111st be provitletl ill tl,eform ofpersollal protective eq11ipme11t (i.e. protective clotJ,i11g, respirators, etc.) . ../ OSHA, Plallt Safety Procetlures, a11d lists of ally illj11rious material tJ,at may be prese11t i11 the system must be made a11d kept witt, responsible perso1111el for specific refere11ce a11d use d11rillg operatio11. v" Materials, references, a,1d MSDS sJ,eets must be 111ai11tai11etl aml uptlated as required. ../ Periodic review of safety procedu res is recommend and should be introduced into overall plant safety procedures. Should damage to a duct spool line cause the contents to leak , observe all appropriate safety measures. Know the contents of the line, read all the appropriate MSDS for the contents and know how to protect yourself and others from hazardous mate rials . If duct failure is experienced Do NOT attempt to affect repairs. Contact Belco Mfg. at (800) 251-8265 Latent damage to fiberglass laminates is not readily identifiable by the layman . Localized repairs to the immediate area of a leak may not be sufficient to replace the structural integrity of the fiberglass wall . Before the repair of the duct damage should be analyzed to determine the cause of the failure , (i.e . Vacuum , impact, over pressurization, heat, etc.). Analysis is . necessa,y to prevent the same set of circumstancesfi·om recurring and causingfuture damage . EASHIGS, In<. P:projectmc111ag111e11 1:0&M: Duct: Du ct OM doc 11111ellls general: safe tyconsidera tions I PLASTICON TM FLUID SYSTEMS A DENAL I COMPANY Manufacturing Company 2303 Taylor's Valley Road Belton, TX 76513 (254) 933-9000 (800) 251-8265 FAX (254) 933-3159 E-Mail : belco@vvm.com Internet: http://www .belco-mfg .com Cleaning In addition to initial cleaning, an occasional cleaning with soap and water will help to maintain the original appearance of the duct or pipe . An application of car wax after cleaning will help to preserve the clean appearance. ERSHIGS, Inc. A DENA LI C OM P AN Y belco@vvm.com www.belco-mfq.com Phone : 254-933-9000 Fax: 254-939-2644 QUALITY FIBERGLASS PRODUCTS FIBERGLASS ROUND DAMPERS AND BACKDRAFT DAMPERS BD-2 August 2006 -' 1 ) MODEL 201, 202, 203, 204 DAMPERS & BACKDRAFT DAMPERS Belco Fiberglass Dampers are manufactured to meet the needs of the air handling industry by providing a corrosion-resistant FRP Damper that is used to regu- late a gas flow or shut off and isolate a system . The operating conditions for the dampers are designed to match the operating conditions of the duct system . Premium vinyl ester resins are used throughout the damper. Fire-retardant resins are also available for a Class I flame spread . BELCO MANUFACTURING CO. provides five damper models. MODEL 201 dampers are used to control airflow for balancing a system . This model is less expensive and has a shaft seal, but does not have a blade seal. MODEL 202 dampers are used to control airflow for balancing a system . This model has a shaft seal and full circumferential blade stop. MODEL 203 dampers are used for isolating a system with low leakage . This model has a shaft seal, blade seal, and a full circumferential blade stop. Model 203 dampers are designed for up to 30" wc with an AMCA certified leakage rate of 5.2 cfm/tr. MODEL 204 are used for isolating a system, and has a PTFE encapsulated 0-ring to provide a bubble-tight seal . This seal is mechanically fastened to allow easy replacement. BACKDRAFT DAMPERS are designed to prevent air from flowing back into the system when the fan is turned off. These may sometimes be referred to as check valves . Bearings are mounted "outboard " to the damper body & contained in a plastic sleeve . The bearing is Teflon and the seal is an appropriate elastomer for the chemical service . All is contained within this sleeve with a retaining nut. The blade is a heavy fiberglass disk . Care is taken to produce the highest quality damper and tooling is used to manufacture reproduci- ble and consistent parts. The damper body is a one piece construction, hand fabricated on a polished steel mold. MODEL 203 DAMPER-STANDARD CONSTRUCTION AMCA LICENSED BLAOESEAL BLADE STOP TO PREVENT ~ OVER,ROTATION a:: w ! " 9 MODEL 203 DAMPER DETAIL 316 SS BO LT, LOCKING WASHER , ANO WING NUT NI' STAN.OAROSTAINLESSSTEELLEVER DETAIL 1 1--, -1 HANDLE SHOWN. AVAILABLE WITH ACTUATORS OR WHEEL OPERATORS . I B~ESHAFT I B ~ II) ffi ! r A _J " FRP BACK ING BLADE 9 BLADE STOP TO PREVENT ...,_ ____ 1-,,,;;;;;,,,.!!:=:Sb~ OVER-ROTATION SECTION A O,RINGSEAL FRPHOUSI NG TEFLON BEARING SECTION B FRPB UILOUP DETAIL 1 t A FR P DR IVE BLADE TEFLON BEAR ING 2 SUGGESTED SPECIFICATIONS FOR ROUND FRP DAMPERS Furnish and install at locations shown on plans, round FRP single-blade fiberglass dampers. Damper frame shall be of one piece construction with a resin rich interior corrosion barrier minimum of 100 mils. A structural lay-up shall consist of alternate layers of chopped strand mat and woven roving to conform to ASME/ANSI RTP-1 and PS15-69. The glass to resin ratio shall be a minimum of 35% glass to 65% resin. Wall thickness, flange thickness, drilling pattern and width shall conform to PS15-69. Exterior surface of the damper shall contain UV inhibitors and a gel-coat, color to match duct system. The axle shall be puitruded fiberglass or 316 stainless steel , as required to meet corrosion resistance requirements. Leakage shall not exceed 3 cfrn per square foot at 12" we or 5.25 cfrn per square foot at 30" we as required in th(s specification for isolation. Damper shall be provided with . stainless steel hand locking quadrant, gear operators, chain wheel operators, or other actuation devices as required in this specification. All interior metal shall be 316 stainless steel. Gaskets shall be EPDM. Other gasket materials shall be available upon request. The damper blade shall be constructed of the same material as the damper frame and shall have a resin rich surfacing veil on both sides. Blade stiffeners shall be FRP or FRP encap - sulated as required for stiffness. All FRP fabrication shall meet or exceed quality require- ments of PS15 -69 and ASME/ANSI RTP-1 . Damper shall be Belco Mfg . Models 201 , 202 , 203, or 204 . CUSTOM CONFIGURATIONS: Belco dampers can be furnished in a variety of custom configurations including: extended length between flanges, undrilled flanges , inline dampers, and either built into a section of duct or pl;itin-end for field joint by installers. Damper Models 201, 202, and Backdraft Dampers, can be furnished in rectangular configurations using olir cus- tom f.a~ri~tions. BELCO DAMPERS & BACKDRAFT DAMPERS STANDARD CONSTRUCTION Frame: Vinyl Ester FRP Blade: Vinyl Ester FRP Axle: Vinyl Ester FRP or 316 ss Bearings: Teflon Sizes : See table below Internal Hardware : 316 SS Max Operating Temperature : 200°F Max System Pressure : 30" wg Resin System: Fire Retardant Vinyl Ester Connections: NBS PS 1569 Table 2 for with MEKP Cure System Standard Ductwork External Coating : Gel Cost with UV Inhibitors Gasket: EPDM (White, Gray, or Tan) Face to Face : 12" up to 48" size Actuator: Locking Quadrant Hand Level through 20" Diameter, Aluminum Worm Gear for larger than 20". (Electronic, Pneumatic, and Chain-Wheel Operators are available) Options: Dampers can be made with a variety of resins , cure systems, gasket materi- als, shaft materials, internal hardware , external hardware , coatings , flange patterns, actuators, and face to face lengths. Contact Belco Manufacturing for other available ootions . l'IPICAL ENO Fl.ANGE IS PS 5-69 TABLE 2 OIME/lSION S AHO ORIWNG FOR DUCT FLANGES. 1W<HIOLE PA mRN STRADDLES PR INCI PLE CEIITERUNES Sizes Flange Flange Bolt Circle Bolt Hole Number of Blade Edge Axle Diameter Thickness Diameter 0.0. Diameter Diameter Bolt holes Thickness 6" 1/4" 10 3/8" 9" 7/16" 8 3/8" 3/4" 8" 1/4" 12 3/8" 11" 7/16" 8 3/8" 3/4" 10" 3/8" 14 3/8 " 13" 7/16" 12 3/8 " 3/4 " 12" 3/8" 16 3/8 " 15" 7/16" 12 3/8 " 3/4" 14" 3/8" 18 3/8" 17" 7/16" 12 3/8" 3/4 " 16" 1/2" 20 3/8" 19" 7/16" 16 3/8 " 1 1/4" 18" 1/2" 22 3/8" 21" 7/16 " 16 3/8" 1 1/4" 20" 1/2" 24 3/8" 23" 7/16 " 20 1/2 " 1 1/4" 24" 1/2" 28 3/8" 27 " 7/16" 20 1/2" 1 1/4" 30" 1/2 " 34 3/8 " 33" 7/16" 28 1/2" 1 1/4" 36 " 1/2" 40 3/8 " 39" 7/16 " 32 1/2" 2" 42 " 5/8" 46 3/8" 45" 7/16 " 36 3/4 " 2" 48" 5/8" 54 3/8 " 52" 916" 44 3/4 " 2" 54 " 5/8 " 60 3/8 " 58 " 916 " 44 3/4 " 2" 60" 5/8 " 66 3/8" 64" 916" 62 3/4 " 2" 72" 5/8 " 78 3/8 " 76 " 916 " 60 3/4 " 2" 3 CERTIFIED RATINGS AUTHORIZED BY AMCA Belco Manufacturing Company, Inc. certifies t hat the Standard Model 203 Dampers shown herein are licensed to bear the AMCA Seal. The ratings shown are based on tests and procedures performed in accordance with AMCA Publication 511 and comply with the requirements of the AMCA Certified Ratings Program . The AMCA Certified Ratings Seal applies to air leakage and air performance ratings only . 1) Test method per AMCA Standard 500-89 2) Torque : 1049 in-lb for 48 " damper 67 .35 in-lb for 6" damper 3) Air leakage is based on operation between 50° F & 104 ° F Mod e l 203 Round Dampers L ea kag e, L/s/m ' (ft 3/min /ft ') Dampe r Diameter 6 "-48" AMCA Leakage Cl ass 1" wg, 4" wg , 8" wg, 12" wg Class 1 Pres s ure/ Cla s s 1A 1 Required Rating Ex t e nd e d Ra ng e (Opti o nal) 0.25 kPa (1" wg) 15.2 (3) 20.3 (4) 1.0 kPa (4" 2.0 kPa (8" 3.0 kPa wg) wg) (12" wg) 40.6 (8) 55.9 (11) 40.6 (8) 55.9 (11) 71.1 (14) 2 50.8 (10) 102 {20) 142 (28) 178 {35) Tested Leakage Rates are Available 3 203 (40) 406 (80) 569 {112) 711 {140) Contact Belco Manufacturing 10 .00 -f 1.00 C ·--C. e C ! ::s ; 0 .1 0 0.. 0 .01 100 Air Performance for Belco Model 203 Dampers Full Open Position -&-12" Round -e-24" Round -o-36" Round l~ ,,,,, .,,.,, ,IJ /Al ~ 1/.r -I A •~ 1 ,000 Free Area Velocity (ft/min) 10 ,000 4 BELCO BACKDRAFT DAMPERS Ho~1zp,:rA~;:~,q~.9:~Wf.'1qiM~,Jt MtJ Are designed to close in the event of an interruption in air flow. The backdraft damper uses a gravity operated counterweight device to move the blade into a "closed" position when air flow stops. Backdraft dampers have shaft seals but no blade seal. VARIES +I ~ ..... w (!) N z U) u5 a: => w 0 a.. :'1" :I: ~ AIRFLOW w ~ .... Cl ~ ::5 II CD q BLADE STOP +I ~ ..--SECTION HORIZONTAL BACKDRAFT DAMPER VERTIC .AL BAC~DRAFT .p~II/IP~RS AXLE COUNTERWEIGHT ARM -316SS %'0 ALL-THREADED ROD EXTERNAL LINKAGE ADJUSTABLE COUNTERWEIGHT NUTS BLADE (QTY . VARIES END VIEW w/ DAMPER SIZE) Are designed the same as horizontal backdraft dampers, except for the changes in the counterweight system which allows it to be installed in a vertical duct run. ~ ~ I BLADE, TYP . 2 SECTION FULL CIRCUMFERENTIAL BLADE STOP BLADE STOP VERTICAL BACKDRAFT DAMPER BOLT HOLES NOT SHOWN BLADE STOPS 1.0. = DAMPER SIZE \ I PLAN I.D. = DAMPER SIZE ,t ,r SECTION VERTICAL GRAVITY BACKDRAFT DAMPER 5 DAMPER NAMES Dampers are often referred to by many different industry names . The follow in g chart may be used as a guide to determine the damper model required . INDUSTRY NAME BELCO EQUIVALENT (Model) Check Va lves Backdraft Control Dampers 201,202 Volume Dampers 201,202 Butterfly Dampers 201,202 ,203,204 Shut-Off Valves 203,204 Isolat ion Va lves 203,204 Zero -Leak Dampers 204-Bubble Tight WARRANTY BELCO FIBERGLASS DAMPERS are warranted for (18) months from the date of sh ipment to be free from defects in manufacturing , materials, or workmanship . Liability shall not exceed the purchase price of the dampe r and is limited to repair or replacement. BELCO MANUFACTURING CO . shall not be liable for any costs incu rred eithe r directly or ind irectly ot her than repair or replacement of the product. Belco Manufacturing Company, Inc. 2303 Taylor's Valley Road P.O. Box 210 Belton, TX 76513 Phone (254) 933-9000 / Fax (254) 939-2644 6 Manufacturing Company 2303 Taylor's Valley Road Belton, TX 76513 (254 )933-9000 (800)251-8265 FAX (254)939-2644 E-Mail Address: belco@wm.com Internet: http://www.belco-mfa.com 1.0 2.0 3.0 Operation & Maintenance for FRP Dampers General Information I. I For General operation and Maintenance information regarding this or any Belco damper please · refer to section "a" of this manual. Complete Disassembly 2. I CAUTION! Befo re disassembling any damper, ensure that all pressure has been removed from the line and from any cavities within the valve. Maintenance of disassembled dampers 3. I Following the dissemble procedures examine the body cavity (KI) for deposits , scratches or delamination . Also ensure that the there is no foreign material in the packing gland assembly, particularly the interior surfaces of the PTFE bearing. 3.2 Examine the flat wiper and 0-ring seals. If excessive wear is evident, worn seals should be replaced. 3.3 Belco offers complete replacement seal kits and spare parts for reconditioning. When ordering, always state the figure number and the valve diameter. 3.4 Belco also offers complete remanufacturing services to rework your valve. If you find this necessary, our nationwide network of factory representatives will be able to direct you further. DAMPERS MUST BE SHIPPED BACK TO THE FACTORY FOR RECONDITIONING. 4.0 Special tools and instructions 4.1 No special tools are required for general valve maintenance . 5.0 Preventative Maintenance 5.1 Belco dampers require no preventative maintenance. 6.0 Special Notes 6.1 Flat wiper seal may be replaced without disassembly of the entire damper valve. Steps 8 -I 0 should be followed. 7.0 Wiper Seal Replacement 7.1 With damper blade in open position, measure distance from edge of blade to edge of seal. 7 .2 Loosen shaft bolts 7.3 Remove bolts around circumference of damper blade 7.4 Remove blade seal 7.5 Install new blade seal, matching distance from edge of blade to edge of seal from Fl. 7.6 Tighten Shaft bolts 7.7 Reinstall bolts in blade, tighten and test by closing damper 7.8 Adjust seal as necessary. • ~ r ' PLASTICON TH FLUID SYSTEMS ERSHIGS, Inc. Alanu!uluring Co mpinr A DENALI COMPANY Drawings and Calculations G�I���L NO`��S I. DESIGN CRITERIA: a. t.�rATlnr�; pRisr..n; Tx tf. IIV I rhCfVAL F'RE55t1Rt: 7U" d1fHl ttt �ULUMPJ C. INTERNALVACCUM: 10" W,4TERCOLUMfd D. TEMPERATURE: =10 TO 925° F E. FLOW MEDIUM ANDVELOCITY: AIR,4T d500 FPM F. WALL THICKNESS MINIMUM: 1. UP TO 36° DIA.: 0.987" SdRUCTUR,�L WALL PLUS 0.10" LINER 2. 38° TO 60° DIA.: 0.250" STRUCTURAL WALL PLUS 0.10" LINER II. MATERI.AI $ nF C(lN$TRIICTIQN� A. CORROSION BARRIER I 1. RES1N: VINVL ESTER a. PRODUCT: ASHLAfVD CHEMICAL HETRON 922 2. CURE: P�EKP 3. CaLOR: N,4TURAL 4. REINFORCEMENT: a. INNER SURFACE: 9 C 1 P� b. INTERIOR LAYER: 2M 5. THICKNESS: 110 f�IL B. STRUCTURAL WALL: 1, RESIN; VINVL ESTEP a. PRODUCT; ASHLAND CNEMICAL HETRON 922 2. Cui.GR: idAiUR,�L 3. CURE: ME�(P 4. REINFORCEMENT: a. PIPE: FILAWIENT WOUND AT 65° b. FITTIN�S � JOINTS: HARlD L4Y UP COfdSTRUCTION C. EXTERIOR LAYER: 2C 1. THICKNESS: 20 MIL MIfUIMUM D. SURFACE COAT. GEL COP.T ev! UU INHIBITOR 1. COLOR � � ' = � ,r��i������''_ III. EXTERIOR CUT EDGES INCLUDIN6 BOLT HOLES: RESIfU COATED IV. INTERIOR CUT EDGES: �'RIPLE RESIAI COATED V. JOINTS: BUTT A4VD WRAP • ASTM D398? VI. FIFLD TRIM: 3" EXTRA LERICYH PER J91NT VII. FITTINGS • UNLESS 07HERWI$E NOTED: A, ELL RADIUS: CEfVTERLIWE RADIUS d0 BE OPlE TIMES DUCT DIAMETER 1. UP TO 24°�: SMOOTH RADIUS 2. 24°� AND LAR6ER: 2=MITER, 3•PIECE VIII. FLANGES - UNLESS OTHERWISE NOTED: A. DIMENSIONS; ASTM D3982, TABLE 9 B. DRILLING: ASBf� D3982, �ABLE i C. THICKNESS: %" WiIP11MUM D. STRADDLE: SYRADDLE 0° & 980° E. BACK FACED 1 SPOT FACED: ACCOIWMODRTE SAE WASHERS IX, QUALITY ASSURANCE: A. DIMEiVS10NS; ASTM 3567 B. LINER CURE: 1. UP TO 8°�: ACETOfiIE SWIPE 2. 10°f0 AND LARGER: B�4idCOL HARDIdESS (90% RESIPI MP1FR DATA) -__ _ _-- -._-.- _ ;, ITEMS �Y OTHERS ��j f�OTES TO CONTRACTOR 1. DUCT SUPPORTS I� ,' 1. VERIFY ALL DIMENSI�NS. 2. FLEX CONNECTORS '�� ' 2. VERIFY DUCT CONNECTIONS TO EQUIPMENT. 3. BOLTS & GASKETS �I r pROVIDE FLANGE DIMENSIONS AND DRILLING 4. SPARE PARTS '' PATfERN FOR EACH OCCURANCE. , 5. INSTALlATION I''�, 3. VERIFY ELEVFlTIONS AND PROVIDE ELEVATION 6. FIELD-TESTING FOR DUCT CONNECTIONS TO E�UIPMENT. 7. BALANCING jl � _. __ ._._.. __ -- - - ... --- ----� ---- -- -- .. . ---- --- ----... ..---- ---- - - .. . . -- _. . . . . _._ _ .. _ . _ __ _ - -- �--- ---- . . . ... _ - _.. .. - -. - --- ---- ._..------ - - - LAMINATEAB0RE4IATIONS: FR� DUCT TA�L€ ___ A° ���ROF^.��toa�a, ---------.---. ----� - c = iwveaoFc�vea�oa�vl LAMINATESEQUENCE NOM.THICKNESS APPROX. � IAMINATESEQUENCE NOM.THICKNESS p = ��pyEROFIIIXUS(0010') SIZE FILAMENTWOUND FILAMENTWOUND WEIGHT �' HANCLAY•UP HANDLAY•UP 61 = 9LAYEROFI}SOZPEFSOUPAEf00T (iv0ivi.D'ui.l i.D.j � LiEAMSYAN � � � oro��� i ovn„_r�T�;� CHOPPEDSTHPRO(007J'I � � � tiii4ER � SiRUCTURr1Lj (iiivER=uiRUCiJf'v'+�=TvinL) (L6SiFi) (LIiJtR+STnUC UfL�'�j (LINE�.=�� TJ ) Flv = itarenorriuuti�iiriuU'��siF^�v acs' . -._-.:..... . ,..,, . . _ a - �v+tiEeoFzao a�asau - 4 24"P� iC9N2M+3FW+2C O.i1°+0.95°+0.02'=0.28° 18 17•�' 1CiN2M 4M1R+2C 0.11°+0.153° 0.02'.=0.2&3' � ra z � _...-----'----,..._-I....--'----'---'.-'-"-'---' I�----' ' + . ._...._.._._.-"-'-.F....-'-- ---._ 1'iOYENAOYYG�OUA'1 30' H 1C 1N 2M + 4FW �2C 0.11° + 0.20° -�- 0.02° =0.33° - 26 --- 27•0' � iG 1N 2M + 4M 2R + 2G D.11' + Q.186° + D.02' = 0.316° _ .. ---�- .. . - ---�----- - ...__ -- - -- --------- 36°0 1C1N2M+4FW+2C 0.11°.+020°+0.02'=0.33' -�---_ 31 .---25'-0'-_---iCiN2M+4M2R+2G 0.11°+0.186'F0.02'=0.316°_ --- -- �-------- --..----- _... ... - -�--.. 24°x12' � - - � . - - 1CiN2M +5M3R+2C---�0.11_+0.314°+0.02'=.0.444° _ _ ._...---------- - - - --� -. ..-- - --.._ . _... 40'x40'x18'DPienum _ - __ . .._ ... ._.. _ .. _...... . _----- iC1N2M +10M9R+�1;, --- 0.11°+0.562'+O.OY=0.692' _ ----- �---------------------�-----------I-- ----�----------�-- -- -- 102' x AO° x 18'D Pienum � - - � _ . _ - - iC iN 2M + 10M 4R + 2[; �- - 0.11' + 0.562' + 0.07' =_0_692' _ . _. ._ . _..---.--_-_ --- .- .. . _. . . _.._ .._ ...-------- ----------------- -- ----- -------.._. _........ - ....._... _.. . - - -...-------- ... _.........._ ._.._..... _.. ....---------------- --- �-- -- -- -�- -- ---. . __ ._....- --- - -- � - _. ...._ . . ......_... . _... .... . oo. . - ---. .....- ---.. ..._.. . . .. ��P ����� ��g�� ¢ QTYDOESNOTINCLUDEDAMPERFLANGES ' sc ' , io_, . - --- -- - ¢ -- -- --------- -._._ ...__..._ _.. . _... . . - ------------ ------- r •- TAG Q1Y I.D. O.D. L I T g.�,` I BOLT HOLE BOLT HOLE I BOLT HOLE BOLT HOLE DIMENSIONS & DRILLING - NOTES ¢� �' �r� � , DIA._.... .. ... QTY.. SPACING ..... ALIGNMENT p nr� -- ._ F_24 . _ 3 .. . _ _24_0 28 318'_ 0 .._ . 8° . � . 314° .�_ _ 2T �. _ �_. 7116' 0 _ ._ _... 2U - �-- _ 18' STRADDLE 0° & 160° ----. ASTM D3982, TABLE 9 _ _... _.._. erw� U -- - -- - � -- - --- F-30 2 30° 0 34 318° 0 8' 3%4° 33' � 7/16° 0 28 12.857° STRADDL� 0° � 180' .__..,_ ASTM,D3982, TABLE 1 op _._ ...-. - ---- ... . - --- . . . . _ _-._.._ . .. � _._... . � _ . ...--.... --� - - - - �- ------ �----- F-36 1 36° 0 40 3I8' � B' � 314° 39' D �_ 7116° g 32 11,25° STRADDLE 0° & 180' ASTM D3982, TABLE 1 , e c ; --�-------- ---------------------� ----- - --- - -------- _. _----�--- __ - o " CUSTOM ---._._.. a�r�c ----- - -- F-24x12 _1 __ 24° x 12°--- 28 316° x 16 3f8°._ S° �. 314° 2T x 15° � 7116° 0 12 5EE DETAIL SEE DETAIL_ ..- -- _- _ i, -- �-- - - - --- _... ...---......... OETNL ---¢D �.�'~ _ f_24x12-R.- -1-. _ 24° x 12' WNG _ 28 318' x i6 3B'-- -. -_ . �. . 3/4°_ .� 2T x 15" .. .�. , 7116° d. 12 . � SEE DETAIL _-- _5EE DETAIL ------_ -.-- CUSTOM --- -,. _. .. _. ..-- - --- - - -. .._._.- ------- ---------------....----------- --�--------- - --- - - FRP FIELD J01�lT KIT �A��� ----------- __ . _. ...._.._..---._..... ._. .... .... . . . .. . . _ _._ ._ .. . .. . . ._ . _ -- - ----------- --....___ .__....._. _.-- --- TAG (JTY S�ZE MATING PART NOS. (t�[OM. DUCT I.D.) FJK-24 3 24°ID 03:04, 05:08.08: :_;i�t. __.... _ .. _ __ _ .__ _.. . . . ._ . . - -�---�--_ _ _ __ _..__ .. _ . . . .__...- - ------..._...------ ----._......... _ ...--�-------- -- 06:07 . _ _. ... . . .. __ .. . ...._ - -- FJK-30 ---- _ _ �__ ._ -- - -----._. _ _ . _ ... _ . . . . --. - ... ---- --.... _ . _ _ . _ _ . . _- ----------...__. __ _- -- FJK-36 2 _ . _.�� � . _......- -- --.. _._ .. _ . _ . . 01: 02. 02: 05 , . . _ ... . ... . . . ---- --.._... _.. ---- - - . _ ---- ---- --- -----.._._ _.. _ ............. - -- - -- - - FJK-24x12 1 24° x 12' 09 :10 .. .. --- - ---------� - --_ ._ . ..__ ._ . _ _ ��� �AMP�R �A��� --- -- -------- - ---- -.._. -_ .. _ . . --- - -- _ _ _ ----------�----�- ------- - - _ __ ...- ..__.. . �liY TAG SIZE LENGTH FUaNGES MODEL N0. PURPOSE 1 LABEL OPERATOR ORIENTATION ADJ. PART NOS. LOCATION T----- l _._ .I . _ .. T--- ----- _ _ _ � 9 . _ �._DMP-24-Ot - �--.- -24' 0 . ...._ _I.. .12� --.- I- - F-24 - ..203 _---- � . . .. VOLUME __ __ _ WORM GEARw/ HAND WHE�t _-_- - HORIZONTAL _ . _ 02_03 _ . _ . . . . ' _ 1 _ ._ . .. _ DMP-30-01 _ J _ . 3Q` 0. . �.. 12� _ j . . _F-30 .- - . 2Q3 �_ l_ _,_ -_ _VOLUME - - --- - --- WORM GEAR w/ HAND WHEEL -- -- HORIZONTAL . - - -- .. ..... 05 _O6. ._._... _ _ - ���111(I�i� IP���X . - 2'�%° o.o. , 071269-00 . ..... .... ................ .... ..... . GENERAL NOTES & TABLES 23J � 2'00° I.D. / e I 16 1 `�up 071269-0� . . . .. . ... . . . .. .. .. . . .. . .. . .. .. . . .. . . FRP DIJCT - PLAN _ - . . : . _ . _ . _ . ... _. ._..... . _ .. . . . � , `�� ti'-�° 1°-0° _i a � _ _ 071269-02 ...... ............................. . FRP DUCT - SECi'IONS � ELEVA�ION 079 269-Dmp203 . ....................... ..... . MODEL 203 D,�MPER DETAIL & NOTES � ; �, � : , i v_•__ . ,_ -o- - -a- -v . ,, . g � I \ ' o �; ��; ` I � m, � P � � �! � j ; (12) %s°� BOLT HOLES ! `-' ; � I � ! ' ~ : . � � d - � A-- ---o - e .. .-...i. _�! i; 6% ; 6%° ; 6%° � 6%° ., ��; � �. N I'�sp i! 2'-3° B.C. :; ��s" ?; �1 I��d ,� ''��J� ''�JL � � �',' VV b--:,��� oU �� v-k �I Q� l0 ��'S !� f -- -- -.-.i� `c, � _ -1P�-- __ ,,., .� „ _,, 5�a1._. %n - i -0' 6 OFFLOFlDING II _ __ . . . . _._ -- - - ------- �--�---.._. . -- ---- - --- -- -. -:-, : _ . _ _ ... . . _ - - --- ------ -- -- .. . _ __ _ --. _ . ... . _ _ . . - . .. -- _ . . .------- ----.. . .._ . ._.-. - - . - --.._.... _..._._------------ - - - -� --�- _._... . . - -- -- I �0 N 41 -----._ _. ...__.--- -- . ___ . ........ _.. ... _ . ... - -- ---- - �- ------ � - ------------ -� - SCALE: AS NOTED _ COR�RO� ��OC�S� �VS��IU�S--- �='------ _ ---- --�-- , � � � . VI�LAG� CR��K 1NIlil�� 1 �T. WO�iI�, iX . . -- _ ._..__ .....--- ---- -------- �--- - - . I --- - ---�-- � �L,L�� ------ �- - -- -- -- - - - - . _ ��.-r,„�, :; -- ._ .._ .._ _.. _ --- -- -- --- - -... _ - - -- - � -- _ - - - ------- - _ ----- - _._ .--- - - - - . _ . ... . _ _ ..--- -- -�---. .- ----._. . .-- -- - ----- --- � �R DUCTWORKASS�M �Y _ . . . . . _ _ . . _. _.. -- - -- _ . -- ,�ol' ��i '�- Manufacturing Company _ .I - ---- -- --- ._._. _ -- - - . _. _. ..__ .----.._._ _ ..__ . _ . -- - p ---- - --. 2 . _. . _._. . .- .-- - - - -- __ . _ -- -. . .... _._ . ... . - -q �----- --- -�----- -------- -- - ___ � 303 TAYLOR'S VALLEY ROA --- - - -- ---- -- - �- ��� - --- - � �--� _ , _ _. _ _ _ INITIAL SUBMITTAL_ _ _A_ 05-06-09_ JEV _ _ JEV _ : �E� POST OFFICE BOX 210 n -..-- . -_ _ . . _. _. _ . _ _ _ . . -- - - I 05-06-09 BELTON�TEXAS76513-0210 DWG. � �� 9�6��00 ----------.---.--..._/!�\ --- -- � - - _ _ .. __ i DESCRIPiiON: REV. DATE _ DRA+Htd iCHECK � � ; � � I � �4 � . � : o o; ;� I p . 36 36°� FIANGE CONNECTION (F-36) �, 3'-4° ° 1'-8° . 1'-8° : 1`� 40°W x 40°H x 18°D FRP PLENUM : � w12° FLANGE ON OPEN SIDE I � I i� I R"� � I � I 36°� 2-MITER � 45° ELBOW 6'-0" (2) 24°0 45° 2-MITER ELBOW - 24°0 TEE I g�_g° I � 4'•3° 4'-3" � � i , 105'�N x 40-H x 18`u FRF PLENUNi ' , °� w/ 2° FLANGE ON OPEN SIDE 22'-2° ' � � � , (�) 24"� 2-MITER Q5° ELBOW �. � i o� 30°�i � � 2q"� EkISTING i ',s 4. , _�,�� �: �� _ _ �'1 4 \� _ ' ; /._ , � , �- 30°f� TEE ' I `i � -� I � i N \ I f/i ,(p3° � z�i�� CV _ _ —V—_ _ _ � . . -__. __.. ' _ _ _ . . i ' _ `_p' __ � I i � i , � � � � � Z�e� � ' aQ 36"� �� � � 30�� , 23'-0° 4'-2�%s° � ! ' � � 36°0 TO 30"� CONCENTRIC REDUCER ; ; ; i 30°� TO �°� I i CONCEN�RIC , i REDUCER � � , 17'.p° 2'-9° ; 2'-3" ; . 1'-3° i 5'-0" ! 1'-3" 2'-6° 'I 2'9�%s' I 4''0" 39'-�J�%s° �'� '��� _ .s �r ;,� - , _ �-r _ _ .._.. _ .... _ . . _ . __ .. . _ . . .. . _ . . . ... � - -- ... ._ . . . -- - - -- - - - .._ .. . _. _. . . --� -----� -- � �� i.._ p =��- CORTROL PROC�SS SYST�MS 1 PO No.: 41103 - -- DUCTWORK LEGEND: . . . . . — -- ..._ _ - AS N T — . _ . . . .. ._ _. _ . _ . .. . _ . . . .. _ _. _ . - _ ED ,i = fIELD JOINT - _ ... . __ _ _ . _ . -- , � - � ��I� i [] VILLAGE CRE�K WWi� 1 FT. WORTH TX = NEN DUCT (BELCO) . __. _._ _.. . _ - - — i. -- -- - _ _ _ .._ ... JU�3;.i I' I I.l �\ ��I `7L)�.J � _.. . . ----- - . .. _.. .. .. . ' . . - BELCO PFlRT NUMBER ---_ . . _ _. _.. _- -- --. . . . . _ .... - -- - — . . _ . _ . __ � :1 � _ B +nI B = NEW HIDDEP! DUCT (BELCO) - �_ ------- ' �11� DUC� S��IVIBI�Y � . .... _. . _. ._ � -= NEW DUCT CENTERLINE (BELCO) = BELCO DAA4PER TAG �_. ��'� n, �' Manufacturin Com an vV��K - � - -- - -- " - " - - 2303 TAYLOR'S VALLEY ROAD �LAN _. ._ _. _ ._. .. ...- ---- - -__ I - - -- - - _ '� STOFFICEBOX210 . ._ __ __.. ---- - _ _ - - . . = ExISi1NG �UCT/EWIP. (BY 01HERS) INITIAL SUBMITTAL A I 05-06-09 . JEV __ JEV_, ��� P� 9 �O � __ .. . _ _. _... - - - . - . - . . �5 06-09 BEITON , TEXAS 76513�0210 DWG. � 01 � �6� 'H\- DESCRIP110N: REV.� DATE DRAP�iJ iCHECKEO _.. _. . -- - 8'-6° 102'W x 40"H x 18'D FRP �'-6� . ��_fl� , PLENUM w12° FLANGE 3'-9° .1'-0° 2'-3" ON OPEN SIDE . ; � 30"��TEE 30,� � ) �: I`r �� — - — — M I� �; � — _L 30°0 � �� �������� � � � -- ,:.;,i_= , - o 8,�6� 40°W x 40°H x 18°D FRP 1�'sa • ��'�� PLENUM w( 2° FLANGE 3'-10° i'-0° 2'_2° ON OPEN SIDE �: 1 �2A°0 TEE 36°0 � � , �� I , � � � I - - - - - '{. I �� � �i ,I � � (2) 45° MITERED � 24°� — EIBOW OFFSET �_� ��� __� '�� �i � V �� � SCALE Y` = i � 0 - � 7'-6° 8° 1'-3" 4'-1° 1'•6° � FLANGE F-24 �� ; i � � 24'W x 12°H 90° ELBOW -- - _I _ ;�;� �i � i `- 24°Wx12°H ` \� � I 24°� TO 24°Wx12°H I I TRANSTION - i — 24°� �, � _ _. _ - = FIELD JOINT... _ - . . . . i . .� - - - _ . � - _ _ . _. - - - - - I _i . . . _ .. , TEd NEW DUCT BELCO DUCTWORK LEGEND: SCALE AS NO — , � )( ) ; = BELCO PART PlUMBER _ .._ . . . . . .. _. _. . . .. . _I i. _ . . i... �, �, II I, ' ) NEN HIDDEN DUCT 8ELC0 -= NEW DUCT CENTERLINE (BEICOj = BELCO Dd.^rIPER iAG � - I I i ' = EUISIING DUCT/EQUIP. (BY OTHERS) . _ _ _ _ _ _ . INITIAL SUBMITTAL I A � ,05-06-09 _ . JEV I._�EV__ :' `��� _. _ ----- ...._. ... . . . . _ _ ... ... . . _ . DESCRIPTiON: _IREV_I ....DATE .. . DRAWtJ iCHECKED.�. I .:: ___---- G5-06-09 24"x12°� ' � i Ri �q r I P I , FLANGE �v/316 SS BIRDSCREEN � FLANGE RING �—`-• ( F-24u12 & F-24xi2•R � -%� _. S�-. i =_ - - �— ----,\ <, ��.�i �«����> > Manufacluring Company 2303 TAYLOR'S VALLEY ROAD POST OFFICE BOX 210 BELTON , TEXAS 76513-0210 ! _ _ CORTRO� PROC�SS SYSTEMS 1 PO No.: 41 � 03 VIL�LAGE CREEK WWTP 1 FT, WORTH, TX ��� �I�CiWO�K ASS�M��Y ��C�IOf�S � ���VAi10�1 --- --------. . .. _ .._......_. DWG. � - 0���6J��� !A\.. / -··----·. ·-....... -. -· --· -·-. -----... . --. . ....... .... --· --·· NOTES: 1. DESIGN CRITERIA: INTERNAL PRESSURE: 10" W.C . INTERNAL VACUUM: 10" W.C. TEMPERATURE: •10 TO 125°F 2. MATERIAL OF CONSTRUCTION : VINYL ESTER • ASHLAND CHEMICAL HETRON 922 3. AXLE MATERIAL: PULTRUDED VINYL ESTER ROD 4. BEARINGS: MOLDED TEFLON 5. ALL HARDWARE: 316SS 6. SHAFT SEAL : EPDM 7. BLADE SEAL : EPDM 8. FLANGES: ASTM 03982, TABLE 1 THICKNESS: ~" MINIMUM 9. SURFACE FINISH: GEL-COAT w/ UV INHIBITOR 10. COLOR: TO BE DH ERMINED 11. QUANTITY & I.D. (DAMPER SIZE): ( 1) 24" l2l (1) 30"0 12. OPERATOR TYPE: WORM GEAR w/ HAND WHEEL 13. DAMPER ORIENTATION : HORIZONTAL MODEL 203 HAS A SHAFT SEAL, BLADE SEAL AND FULL CIRCUMFERENTIAL BLADE STOP. MODEL 203 IS DESIGNED !SOLA TION WITH A LOW LEAKAGE RATE TO 30 " W.C. FRP FLANGE TABLE DUCT FLANGE BOLT HOLE HOLE BOLT BOL THOLE N~~~iD. 0.0. THK CIRCLE DIA . QTY. s~ici~G ALIGNMENT 24' 0 28 3/8' 0 --~ 27' 0-7/16' 0 20 18° STAADDLE0°&180_0 _ -30·_0 34316'0 314' 33'0 7/16'0 ---28--T-12.ssr .... STRAOOLE0°&180° 0-RING SHAFT SEAL %"0H0LE FORW0BOLT (TYP. 4) 1 ~~!...mlb..... FRP HOUSING BEARING DElAIL ACTUATOR MOUNTING BRACKET . FLANGE i W/ BLIND : . FRP BUILD UP i i ·----------------------·-···--· ·----····--------------·---·---'-·--------·--·-----.. --··· -------··--··-··· ---·---··-· I BLADE SEAL -1 r BLADESTOP 12" I TOPREVENT ~l OVER-ROTATION .....£.l.'--f'>I C/) l 0:: I ~I ::aE 1 B i (5 1 II ! A \ ci ! L . --=1 l I L I SECTION A ' Bt.:ADESHAFT I l B __ J BLADE STOP TO PREVENT OVER-ROTATION w r- N V 00 0:: A w ~I <(, . . / FRP BACl<ING ~I .s ~-BLADE g CE _E l (0 co SHAFT BOLT SIZE : Yts "0 FOR %"0 SHAFT Vts"0 FOR 1W0 SHAFT ' : !DAMPER , BODYw/ FLANGES --1 A BLADE BOLTS: 1 M"0AT 4• TO 1 6" SPACING /-FRPDRIVE · BLADE r,::==;2=11-lr=::=~ BEARING SECTION B ~:;~;i-=;~~~1 ~lt=~--• -:L~: ~ : c~~~~:~=~~~!7:;~'.;~1:::: ···-------------··· -----·--·-2303TAYLOR'SVAUEYROAD DETAIL AND NOTES :=:-.:-::::~--_lt!_ITIAL SUBMITTAL . A.-· 05-06 -09 -· JEV .. JEV .. BY· JEV POST OFFICE B0X21D _ ..... -· __ 0£Salil>11Cff: REV. ··-DAlE .. -~\".ll !M ___ DA TE : 05-06-09 -·---BELTOU. TEXAS7651J.0210 ~:\;1§~.u ··-· __ . ··-Q71269:.Qm.p2Q3 ·----·· ·-·-. __ &,, STRUCTURAL DESIGN ANALYSIS Filament Wound FRP 24", 30" and 36" Dia. FRP Duct and Hand Lay-up FRP Plenums Belco Dmwi11g Nos.: 071269-00 tl,ru 071269-02 C011rol Pl'ocess -Villttge C1·eek WWTP (Fo1·t Wo1·tl1, TX) Prepared By: Douglas Presto,~ PE MayB,2009 Manufacturing Company 2303 Taylor's Valley Road Belton, TX 76513-0210 Phone: 254.933.9000 Fax: 254.939.2644 Cortrol Process -Fort Worth, TX BPN90026 FILAMENT WOUND FRP PIPE MECHANICAL PROPERTIES: Filament Wound FRP Layer Wind Angle: Filament Wound FRP Layer Thickness, inches: Filament Wound FRP Hoop Modulus of Elasticity•: Filament Wound FRP Axial Modulus of Elasticity•: Contact Molded FRP Modulus of Elasticity: Filament Wound FRP Ultimate Axial Tensile Stress: Filament Wound FRP Ultimate Axial Bending Stress: Filament Wound FRP Ultimate Axial Shear Stress: Density of Filament Wound FRP@67% Glass by Weight: Density of Liner: Filament Wound FRP Poisson's Ratio, Hoop due to Axial 1: Filament Wound FRP Poisson's Ratio, Axial due to Hoop 1: Filament Wound FRP Axial Thermal Expansion Coefficient: Maximum Allowable Combined Strain: Maximum Allowable Hoop Strain: Hydrostatict Design Basis: 1Note: Per Tri Lam software evaluation . Belco Manufacturing FRP Odor Control 4> = 65 -deg FW = 0.050 Ecm = 0.90-Ia6.psi S3 = 9000,psi Sb= 9000·psi Sv = 2500 -psi lbf Prw= 0.067 ·- . 3 m 0 0 -9 lbf P1= ·., ·- . 3 m Vha = 0.62 Vah = 0.27 -6 in 0!1 = 15-10 .- in •R in ca11 = 0.0024·:- m in e:a1, = 0.001 ·:- m HOB= 12000 -ps i 2of23 Cortrol Process -Fort Worth , TX BPN90026 FRP Odor Control PIPE DESIGN CONFIGURATION PARAMETERS: Pipe Diameter: Pipe Liner Thickness: tL = 0.096 -in Pipe Filament Wound Stmctural Wall Thickness: ( 3·FW) t5 = 4-FW ·in 4-FW ( 0.15) t5 = 0.2 -in 0.2 Pipe Nominal Wall Thickness: ( 0.25) t1 = 0.3 ·in 0.3 Maximum Distance between Vacuum Rib Stiffeners: ~. = 40 -ft + O·in Maximum Beam Span Length : Type of Beam Model: (Simple Single Span = I, Simple Triple Span= 2, Simple Quad Span= 3, Cantilever= 4 .Span = 3 Belco Manufacturing 3 of23 Cortrol Process • Fort Worth, TX BPN 90026 PIPE DESIGN CRITERIA: Design Pressures (gauge): Design Internal Pressure: Design . Vacuum Pressure: Design Temperatures: Maximum Operating Temperature (Rankine): Mean Manufacturing Temperature (Rankine): Temperature Change Range : AT= (Tm,1.,:-Tman) Pipe Fluid Load Design Factors: Fluid Specific Gravity: Density of Fluid in the Pipe: ( lbfJ Pr= 62 .4·j -sg Belco Manufacturing FRP Odor Control Pop= 5.0·psi Pv = 10 .0·in_wc Tman = 75·R AT= SO ·R sg = 0.10 lbf Pr=6.24 ·- rt3 4 of23 Cortrol Process· Fort Worth , TX BPN90026 FRP Odor Control Wind Design Constants per ASCE Standard 7: Wind Velocity: Vws90 ·mph Maximum Duct Elevation (above grnund): H = 25 ,ft Importance Factor per Table 5 -Categ01y I: I= 1.0 Velocity Pressure Exposure Coefficient: Kz= 0.85 Topographic Factor: Gust Effect Factor: Gs 0.85 Fo rce Coefficient: Cr= 0.70 Seismic Design Constants per IBC/ASCE 7: Seismic Spectral Acceleration , Short Period Coefficient: Sos= 0.118 Amplification Factor: llp = 2.5 Component Importance Factor : Response Modification Factor: Rp = 3.0 Belco Manufac turi ng 5 of23 Corlrol Process -Fort Worth, TX BPN90026 Pipe Snow Load Design Factors: Ground Snow Load per ASCE 7: Snow Load Exposure Factor: Snow Load Thermal Factor: Snow Load Importance Factor: Flat Roof Snow Load per ASCE 7: Snow Load Sloped-Roof Factor: Sloped-Roof Snow Load pe r ASCE 7: Safety Design Factors: Operating Internal Pressure Safety Factor: Vacuum Safety Factor: Buckling Safety Factor : Allowable Beam Deflection : Be lco Manufactur ing FRP Odor Control lbf Pg=5.0·- tt2 Ce= 0.70 c, = 1.0 Isn = 1.0 lbf Pr=2.45 ·- tt2 lbf p5 =2.45 ·- tt2 SF = 10.0 SFv = 5.0 SFb = 5.0 Yall = 0.50 · in 6 of23 Cortrol Process • Fort Worth, TX BPN90026 FRP Odor Control PIPE HAND LAY-UP WELDS AND FITTINGS CONSTRUCTION fflICKNESSES: Thickness of a Layer of Corrosion Barrier Veil: V = 0.010,in Thickness of a Layer of I .5 oz per sq. ft. Chopped Mat Fabric: M =0.043-in Thickness ofa Layer of24 oz per sq. yard Woven Roving Fabric: WR= 0.033 -in Structural Thicknesses for Hand Layup Fittings and Butt/Strap Welds: [ 0.04) [4M + I ·WR) trhlu = 0.05 ·in t111u = 4M + 2·WR 0.06 4M + 2· WR [ 0.21) t111 u = 0.24 · in 0.24 Design Checks (Must be::'.:. I .0.) ( 5.13) ~= 4.76 trhlu 3.97 [ 1.37] t:1u = 1.19 s 1.19 Belco Manufacturing 7 of23 Cortrol Process • Fort Worth, TX BPN90026 FRP Odor Control PIPE CROSS SECTION PROPERTIES: Structural Cross Section Area: Structural Moment of Ine11ia: Structural Sectional Modulus: -[ . (o + 2·t/ -(o + 2-tL)4 ] S5 = 0.098 ( 2 ) D+ ·t1 PIPE DESIGN LOADS: Pipe Density: Weight of the Pipe: Weight of the Fluid in the Pipe: Snow Load Weight: Wind Pressure per ASCE 7: q2 = I 7.6·psf Uniform Wind Bending Load: Belco Manufacturing 8 of23 Cortrol Process -fort Worth, TX BPN90026 FRP Odor Control Seismic Horizontal Shear Load: z = 5-ft h=Z Kp = 1.6 if [o.4o{ I+ 2·!} ~] > 1.6 = I o.30 if [o.40{1 + 2-t} ~J < 0.30 ( z) ap 0.40 · I + 2·-·- h Rp [ 4.58] FP = 6.9 · '!f 9.14 Maximum Combined Uniform Load: [ 44.3] lbf Wu = 64.3 · ft 83.8 W12 = [( WP + Wr + ws)·( I + 0.20 · Sos)] [ 39.7] lbf W12 = 59 .8 ·ft 79.3 (44.33] if (~ > ~).(~ > ~) lbf W1= W11 w, = 64 .26 .ft if (~ > ~).(~ > ~) 83.79 W12 ~ W13 otherwise Belco Manufacturing 9of23 Cortrol Process • Fort Worth , TX ) I PIPE BEAM MODEL COEFFICIENTS: Maximum Pipe Shear: Bending Moment Coefficient: Defection Coefficient : Belco Manufacturing BPN90026 Kv == 0.50 if (Span= I) = 0.61 0.55 if (Span= 2) 0.61 if (Span= 3) 1.0 otherwise Kb == 0.125 if (Span= I) = 0.11 0.10 if (Span= 2) 0.11 if (Span= 3) 0.50 otherwise Kd == 0.0137 if {Span= I ) = 0.0065 0.0069 if (Span= 2) 0.0065 if (Span= 3) 0.1250 otherwise FRP Odor Control 10 of23 Cortrol Process· Fort Worth, TX PIPE BENDING S1RESS ANALYSIS: Bending Stress: Allowable Buckling Stress: Allowable Ultimate Bending Stress: BPN90026 Sb Saub .. -= 1800 · psi SFb ( 14.8] Bending Stress Design Check (Must be greater than 1.0 .): s;,b = 6.3 b 5.4 Belco Man ufactur ing FRP Odor Control ( 122] ab = 285 · psi 335 [ 1259] Saab= 1364 ·ps i 1091 s;b = 4.8 ( 10.3] b 3.3 II of23 Cortrol Process • Fort Worth , TX BPN90026 PIPE SHEAR STRESS ANALYSIS: Maximum Shear Stress: -m [ D+Vls ](~) Critical Shear Buckling Stress : scrv = 0 · 695 ·Ea·[ 15 J . ( \ SFb D+tL +fs L5 2 Allowable Ultimate Shear Sb·ess : Sauv = ~ = 500 -psi SFb Shear Stress Check (Must be greater than 1.0 .): Sauv = I I.I ( 17.7) T\' 8.9 Belco Manufacturing FRP Odor Cont rol [ 28 .3] Ty= 45 .2 ·psi 55 .9 ( 233) Scrv = 209 · psi 171 [ 8.2) Scrv -= 4.6 T\, 3.1 12 of23 Cortrol Process· Fort Worth , TX BPN90026 FRP Odor Control BEAM DEFLECTION ANALYSIS: Worst Case Design Model: Simple Supports -Uniform Load -(1) Span ( 0.0076] y = 0.0499 · in 0.0642 Predicted Maximum Deflection : Allowable Deflection: Yall = 0.5-in Pipe Deflection Design Check (Must be greater than 1.0.): ( 65.66] Yan = 10 .02 y 7.78 Belco Manufactu ri ng 13 of23 Cortrol Process • Fort Worth, TX BPN90026 PIPE HOOP STRESS ANALYSIS: Hydrostatic Hoop Stress : Allowable Hoop Stress: SHDB := max(o.OOl ·E11, HOB)= 6667,psi 1.8 Hoop Stress Design Checks (Must be greater than 1.0 .): S:oB = 17 .9 ~ (16.8] 11 14 .9 e::E1i = 8.67 ~ (8 .13) h 7.22 Belco Manufacturing FRP Odor Control ( 397] cr11 = 373 ·psi 448 14 of23 Cortrol Process • Fort Worth, TX BPN90026 FRP Odor Control ALLOWABLE VACUUM PRESSURE ANALYSIS per ASTM 3982: Pipe Outside Diameter: Pipe Axial Modulus of Elasticity: Pipe Hoop Modulus of Elasticity: Pipe Resultant Modulus of Elasticity: Allowable Vacuum Pressure: ( ) ( ) ( ) ( ) 2.5 Epr Epr D0 t1 4.0-0.75,--· - · -· - 106 . SFv ~. Do ·pSl ( 13 .2] Pnv= 15.4 -in_wc 11.7 Pnv= ~ I -.045· 0 Required Design Vacuum Pressure: Pv = 10 -in_wc Vacuum Pressure Design Check (Must be greater than l.O.): ( 1.318) :nv = 1.536 V 1.174 Belco Manufacturing 15 of23 Cortrol Process • Fort Worth, TX BPN90026 COMBINED AXIAL STRAIN ANALYSIS: Total Axial Strain: Allowable Strain: in e:au = 0.0024·-;- m Axial Strain Design Check (Must be greater than 1.0.): Belco Manufacturing FRP Odor Control ( 0.00087 l E:atolal = 0.000985 0.001026 ( 2.76] ~ = 2.44 E:atotal 2.3 4 16 of23 Cortrol Process -Fort Worth , TX BPN90026 COMBINED HOOP S1RAIN ANALYSIS: Total Hoop Strain: Allowable Strain : in ea11 = 0.0024·-;- m Axial Strain Design Check (Must be greater than 1.0.): Belco Manufact uri ng FRP Odor Control [ 0.000897] ehloliil = 0.00092 0.000953 [ 2.68] ~= 2.61 e1i101a1 2.52 17 of23 Cortrol Process • Fort Worth, TX BPN90026 FRP Odor Control RECTANGULAR DUCT DESIGN: 102"x40"x18" and 40"x40"x18" Plenums The following document calculates the minimum wall thickness required for square FRP duct. This is done by following Roark's fo1mulas for bending of plates with uniform thickness and straight edge boundaries. To determine the duct wall, both sides are checked for allowable stress and deflection. The thickest side is the minimum required wall thickness. DUCT OPERA TING PARAMETERS AND FRP MECHANICAL PROPERTIES Duct Dimensions: Side One: bl:= 40-in Side Two: b2 := 18 -in Duct Length: a:= 8-ft + 6-in Maximun Design Pressme (Internal or Vacuum): FRP Flexural Modulus: FRP Ultimate Flexmal Stress: Safety Factor: Allowable Flexural Stress: Allowable Deflection: ROARK'S FORMULAS ( See Table 26, case 6): Side Ratios: Coefficient Table : Belco Manufacturing Kl:=~ Kl =3 bl 1.0 1.2 1.4 K := 1.6 1.8 2.0 1010 q := 10-in_wc = 0.36 -psi 06 . E := 1.10· l •psi Su := 24000-psi SF:= 5 Su s ·--a ·-SF Yan:= 1-%-bl = 0.4 -in ~:= K2 := .!. K2 = 6 b2 .0210 .0243 .0262 .0273 .0280 .0283 .0285 Sa= 4800 -psi f3 ·-.- .4182 .4626 .4860 .4968 .4971 .4973 .5000 18 of23 Cortrol Process -Fort Worth, TX BPN90026 FRP Odor Control Linear Interpolation of the Coefficients: 131 := linterp(K, 1'3, Kl) 1'32 := linterp(K, 1'3, K2) o. I := linterp(K, o., KI) o.2 := linterp(K, o., K2) I 1'31 = 0.4973 (32 = 0.4973 o.l = 0.0283 o.2 = 0.0283 I Minumum Wall due to Stress: ( 1'31 ·q ·b1 2J 2 ti := Sa ti= 0.24 ,in t2 := ( f'32·qsa·bi2J 2 t2 = 0.11 ·in Minumum Wall due to Deflectict3 := (o.l ·q·bl 4J3 13 = 0.39-in E·Ya11 o.2 · ·b2 ( 4]3 t4 := q t4 = 0.13-in Minimum Duct Thickness: tm in := ti if (ti > t2)·(tl > t3)·(tl > t4) t2 if (t2 > tl)·(t2 > t3)·(t2 > t4) t3 if (t3 > tl)·(t3 > t2)·(t3 > t4) t4 if (t4 > tl)·(t4 > t2)·(t4 > t3) Dllct thick11ess to be 9/16" thick (JOM, 4WR). Belco Manufacturing E·Ya11 tmin = 0.39-in 19 of23 Cortrol Process -Fort Worth , TX BPN90026 FRP Odor Control RECTANGULARDUCTDESIGN: 24"x12" Duct The following document calculates the minimum wall thickness required for square FRP duct. This is done by following Roark's fonnulas for bending of plates with uniform thickness and straight edge boundaries. To determine the duct wall, both sides are checked for allowable stress and deflection. The thickest side is the minimum required wall thickness. DUCT OPERA TING PARAMETERS AND FRP MECHANICAL PROPERTIES Duct Dimensions: Side One: bl := 24-in Side Two: b2 := 12,in Duct Length : a := 20 -ft Maximun Design Pressure (Internal or Vacuum): FRP Flexural Modulus: FRP Ultimate Flexural Stress: Safety Factor: Allowable Flexural Stress: Allowable Deflection: ROARK'S FORMULAS ( See Table 26, case 6): Side Ratios: Coefficient Table: Belco Manufacturing a Kl := -Kl= 10 bl 1.0 1.2 1.4 K := 1.6 1.8 2.0 1010 q := IO ·in_wc = 0.36 -psi ' E := l.lO-la6.ps i Su := 24000 -ps i SF := 5 Su s ·--a ·-SF Yau := I ·%-bl = 0.24 ,in Cl(:= K2 := ~ K2=20 b2 .0210 .0243 .0262 .0273 .0280 .0283 .0285 S0 = 4800 · psi (3 := .4182 .4626 .4860 .4968 .4971 .4973 .5000 20 of23 Cortrol Process· Fort Worth , TX Linear Interpolation of the Coefficients: BPN90026 Pl := linterp(K,P ,KI) p2 := linterp(K, P, K2) o.J := linterp(K,o., Kl) o.2 := linterp(K ,Ot , K2) I Minumum Wall due to Stress : ti ·.--(Pl ·qsa·bl2)2 t i= 0.15 ,in t2 := FRP Odor Control PI =0.4973 p2 = 0.4973 al= 0.0283 CJt2 = 0.0283 i (P2·q ·bi2) 2 Sa t2 = 0.o7 -in Minumum Wall due to Deflectic t3 := (o.l -q -bl 4 ) 3 t3 = o.23-in E·Ya11 CJt2 , ·b2 ( 4)3 t4 := q t4 = 0.09 -in Minimum Duct Thickness : !m in:= ti if (ti > t2)·(tl > t3)·(tl > t4) t2 if (t2 > tl)·(t2 > t3)·(t2 > t4) t3 if (t3 > tl)·(t3 > t2)·(t3 > t4) t4 if (t4 > tl)·(t4 > t2)·(t4 > t3) Duct tlzickHess to be 5/16" tT,ick (SM, 3WR). Belco Manufactur ing E·Ya11 tm in = 0.23 -in 21 of23 Cortrol Process -Fort Worth, TX BPN 90026 TRILAM Fll,AMENT WOUND FRP LAMINATE ANALYSIS: BELCO MANUFACTURING Filament Wound Laminate Hetron FR992/AOC K022, 65 deg., 67% glass Estimated laminate properties Langi tudinal -Transverse -Hormal E"lexura l -Longitudinal -Transverse Modulus ~59 3230899 = 1593893 psi psi psi 1400959 psi 3230900 psi -L-T (Inplane) ~l:::.;0:::..:2:..::8'c'5743=--...i:P:..::=s-"i -L-N 585855 psi -T-N 502445 psi Poisson ratios -Load direction/ Strain -L/T = 0.27 -T/L = 0.62 -L/N = 0.24 -N/L = 0.27 -T/N = 0.17 -N/T = 0.09 Neutral al(is (measured from the centroid) -Longitudinal 0.000 in • 0.000 in Thermal e:<pansion coefficient -Longitudinal = 22.BlE-06 /F -Transverse 35.48E-07 /E" -Hormal • 26.37E-06 /F = 0.213 Btu/lb t direction Specific heat Thermal conductance Laminate weight Rein for cement Wt. Total r einforcemer,t Laminate density Laminate thickness Bending [EI>:) Stiffness [Ely) 6.021 Btu/hr sq ft F = 3.42 lb/sq ft = 2.29 lb/sq ft = 67.00\ % by weight = 0.066 lb/cu in = 0.360 in = 54.47E+02 psi-in'4 • 12.56E+03 psi-in'4 Apparent Flex. Modulus -6. 00 in -Longitudinal 1383099 -Transverse = 3122475 Belco Manufacturing psi psi FRP Odor Control 22 of23 Cortrol Process -Fort Worth , TX Conterminous 48 States 2006 Intemational Building Code Zip Code= 76120 Spectral Response Accelerations Ss and SI BPN90026 Ss and S 1 = Mapped Spectral Acceleration Values Data are based on a 0.05 deg grid spacing Period (sec) 0.2 1.0 Maximum Sa (g) 0.111 (Ss} 0.048 (SI} Conterminous 48 States 2006 International Building Code Zip Code= 76120 Spectral Response Accelerations SMs and SMI SMs=FaxSsandSMI =FvxSI Site Class D Period (sec) 0.2 1.0 Maximum Sa (g) 0.177 (SMs, Fa= 1.600) 0.115 (SMI, Fv = 2.400) Conterminous 48 States 2006 International Building Code Zip Code = 76120 Spectral Response Accelerations SDs and SD I SDs = 2/3 x SMs and SDI= 2/3 x SMI Site Class D Period (sec) 0.2 1.0 Maximum Sa (g) 0.118 (SDs} 0.077 (SDI) Belco Man ufactu rin g FRP Odor Control 23 of23 Quality Control \ \ ) Belco Mfg. Co., Inc . 2303 Tnvlor's Vnllev RD P.O. Box 210 Bello,i, TX 76513 Ph . 254-933-9000 / Fnx 254-939-2644 REI.CO PROJ ECT NUMBER JOB TITLE CUSTOMER/ CONTRACTOR !,l ,11111f.1r.l11rinr. (011111,inr QUALITY ASSURANCE REPORT QUALITY ASSURANCE MANAGER MARKGUENAT QUALITY ASSURANCE INSPECTOR FAUSTO JIMENEZ MANAGEMENT REPRESENTATIVE STEVE MACY. PRESIDENT CUSTOMER/ JOB NAME P.O. NUMBER Belco Mfg. Co ., Inc . 2303 Tnvlor's Volley RD i'.O . Box 210 Belto1i , TX 76513 Ph. 254-933 -9000 / Fa x 254-939-2644 .\IJ11Ui.i cluri11 ~ Cr11n11~11 y TABLE OF CONTENTS 1. OUR COMMITMENT TO QUALITY 2. GUIDELINES FOR QUALITY CONTROL 3. ABBREVIATIONS & DEFINITIONS 4. TEST PLAN 5 . CERTIFICATION OF FACTORY TESTING 6. DOCUMENTS: l . QUALITY ASSURANCE CHECKLIST 2 . RESIN I REINFORCEMENT LOG SHEET 3 . THICKNESS REPORT 4 . BARCOL IMPRESSOR TEST REPORT 5 . ACETONE SENSITIVITY TEST REPORT 6 . DAMPER QUALITY CONTROL CHECKLIST 7. FABR:IGATOR:S GERTIFICATE OF COMPLIANCE BELCO PROJECT NUMilER JOB11TLE CUSTOMER/ CONTRACTOR CUSTOMER/ JOB NAME P.O . NUMBER ) Belco Mfg . Co., Inc . 2303 Tnvlor's VallevRD P.O. Box 2 IO Belto1i , TX 76513 Ph . 254-933-9000 / Fax 254-939-2644 M,111ui,1r:iu, in ~ Cu111 p~n1· OUR COMMITMENT TO QUALITY CUSTOMER/ .108 NAME THE INTENDED PURPOSE OF OUR QUALITY CONTROL PROGRAM IS TO PROVIDE FOR BELCO'S CUSTOMERS A CONSISTENCY OF QUALITY IN OUR PRODUCT WHlCH WILL PROMOTE SATISFACTION AND CONFIDENCE, .ENHANCING TIIB OPPORTUNlTY FOR AN ONGOING RELATIONSffiP WITH REGULAR CUSTOMERS AS WELL AS POTENTIAL REPEAT BUSINESS FROM NEW CUSTOMERS . TO THAT END , THERE IS A QUALTIY CONTROL MANAGER WHO , AS AN INDEPENDENT AGENT FOR BELCO MANAGEMENT, MAKES OBSERVATIONS OF THE QUALITY OF WORK PRODUCED lN THE FABRICATION DEPARTMENT . DECISIONS OF THE QUALITY CONTROL MANAGER MAY BE OVERTURNED ONLY BY THE PRESIDENT OF BELCO . GUIDELINES FOR THE QUALITY CONTROL MANAGER'S DECISIONS ARE FOUND HEREIN . ANY OTHER REQUIREMENTS MUTUALLY AGREED UPON WITH THE CUSTOMER MAY ALSO ) BE INCORPORATED INTO THE GUIDELINES. THE _QJJALITY CONTROL ~ANAGER MAY BE SERVED BY ONE OR MORE ASSISTANTS WHOSE DUTY IS TO REPRESENT THE MANAGER IN THE FABRICATION SHOP . THE ASSISTANCE IS TO PROVIDE INFORMATION ON THE DAILY PROGRESS OF JOBS , AND ALERT THE Q.C. MANAGER WHEN CRITICAL DECISIONS ARE REQUIRED . THE BELCO QUALITY PROGRAM MAY BE AUDITED INTERNALLY, WITH INPUT FROM ALL DEPARTMENTS CONCERNED, FOR THE PURPOSE OF REVISING THE PROGRAM AS MAY BE NECESSARY TO ADVANCE THE GOALS OF BELCO . BELCO PROJECT NUMBER JOB TITLE CUSTOMER/ CON TRAC TOR P.O. NUMB ER ) ) Belco Mtg . Co., Inc . 2303 Tuvlor's Vallcv RD P.O. Box 2 IO Belto1;, TX 76513 Ph . 254-933 -9000 / Fax 254 -939-2644 ,\la11ufod1irin~ Com1>~11 y GUIDELINES FOR QUALITY CONTROL CUSTOMER/ JOB NAME INTERNAL TRACKING OF ALL BELCO WORK IS ACCOMPLISHED THROUGH USE OF THE PROJECT FOLDER. ANY INQUIRY DIRECTED TO BELCO MANUFACTURING COMPANY IS ASSIGNED A PROJECT NUMBER. A FlLE FOLDER IS LABELED WITH THIS NUMBER AND THE CUSTOMER'S NAME . THE FOLDER WILL CONTAIN ALL OF TI-IE NOTES, CALL REPORTS , QUOTATIONS, AND ANY OTHER INFORMATION ASSEMBLED PRIOR TO THE SECURING OF A PURCHASE ORDER FROM THE CUSTOMER. AFTER RECEIPT BY BELCO OF A PURCHASE ORDER. THE SAME FOLDER IS CONVERTED TO AN ORDER FOLDER MAINTAINING THE SAME PROJECT NUMBER. 1HIS FOLDER BECOMES THE RECEPTACLE FOR ALL PERTINENT DATA GATHERED THROUGHOUT THE LIFE OF THE PURCHASE ORDER AND BECOMES THE PERMANENT RECORD OF THE PROJECT . A WORK ORDER IS CREATED TO SUMMARIZE THE INFORMATION PREVIOUSLY GATHERED AND INCORPORATE THE CUSTOMER'S PURCHASE ORDER INTO A BROAD OUTLINE FOR WHAT IS EXPECTED OF BELCO. COPIES OF THIS WORK ORDER, NORMALLY ACCOMPANIED BY-A PPROVED -SHOP ORAWING(S), REQUIRED SPECIFICATIONS AND ANY OTHER _ PERTINENT DATA, ARE INSERTED IN A RED SHOP FOLDER AND AN ORANGE Q.C . FOLDER, AND DELIVERED TO RESPECTIVE MANAGERS IN FABRICATION AND QUALITY CONTROL . THE DUTIES OF THE QUALITY CONfROL MANAGER ARE TO CERTIFY THAT : SPECIFIBD RAW MATERIALS ARE USED . PARTS ARE FABRICATED TO QUALITY STANDARDS REQUIRED BY BOTH BELCO AND CUSTOMER . ASSEMBLY OF PARTS MEETS STRUCTURAL REQUIREMENTS AND DIMENSIONAL TOLERANCES REQUIRED BY THE CUSTOMER'S SPECIFICATIONS OR APPLICABLE INDUSTRY SPECIFICATIONS . THE PROJECT HAS BEEN COMPLETED IN ACCORDANCE WITH SHOP DRAWINGS AND SPECIFTCA TIONS REFERENCED THEREON , INCLUDING ANY OTHER REQUIREMENTS EXPRESSED BY THE CUSTOMER . BE LCO PROJECT NUMB ER JOBTITI.E CUSTOMER / CON TRA CTOR P.O. NUMR F.R ) Belco Mfg. Co., Inc . 2303 Tnylor's Valley RD P.O. Box 210 Bellon , TX 76513 Ph . 254-933-9000 / Fax 254-939-2644 CUSTOMER/ .IOB NAME .I IJ11 ui,1r hiri1ig C11 111p,1ny AFTER ACCEPTANCE OF THE PRODUCT ,BY THE QUALITY CONTROL MANAGER OR HIS/HER AUTHORJZED REPRESENTATIVE , THE QUALITY CONTROL DATA REPORT IS INSERTED INTO THE BELCO JOB FOLDER, AND ALONG WITH ACCUMULATED DATA FROM THE PRODUCTION FOLDER , BECOMES A PART OF TIIB PERMANENT RECORD ENCOMPASSED BY THAT JOB FOLDER BELCO PROffiCT NUMBER JOB"JTILE CUSTOMER/CONTRACTOR P.O. NUMnER ) Bel co Mfg . Co., Inc . 2303 Tovlor's Valle v Im P.O. Box 210 Hello1i, TX 76513 Ph . 254-933-9000 I Fox 254-939-26114 CUSTOMER/ JOB NAM E l\\ilntlia (hi riil:.: ·Cumj1tt111· ABBREVIATIONS & DEFINITIONS BELCO : TRACKING PROJECT FOLDER : SHOP FOLDER : Q.A. FOLDER : Q.A.: "APPROVAL " DRAWINGS : "APPROYED " ORA WINGS : BELCO MANUFACTURING COMPANY , INC . P.O . BOX2IO 2303 TAYLOR 'S VALLEY ROAD BELTON: TEXAS 76513-0210 Ph . (254) 933-9000 FAX (2S4) 939-2644 THE PROCEDURE WHEREBY ALL MANUFACTURING STEPS ARE DOCUMENTED . FOLDER, WHICH CONTAINS ALL OF TIIB DOCUMENTS FROM THE ORIGINAL ESTIMATE THROUGH THE FrNAL PAYMENT . FOLDER THAT CONTAINS ALL OF THE DOCUMENTS NECESSARY TO PRODUCE THE FABRICATION . FOLDER WHICH CONTAINS ALL OF THE Q.A. DOCUMENTS . QUALITY ASSURANCE ORA WlNGS SUBMITTED FOR THE CUSTOMER 'S APPROVAL PRIOR TO FABRICATION . ORA WINGS, WHICH HA VE BEEN APPROVED BY THE CUSTOMER . "RELEASED TO FAB" DWGS: DRAWINGS WHICH CONTAIN CUSTOMER NOTES , APPROVAL AND HAVE BEEN RELEASED TO THE SH.OP FOR FABRICATION . BELCO PRO JE CT NU!vfil ER JOB TITLE CUSTOMER / CONTRACTOR P.O.NUMBER ) ) Belco Mfg . Co ., Inc . 2303 Taylor's Valley RD P.O. B11x 210 Belton, TX 76513 Ph . 254-933-9000 I Fox 254-939-2644 CUSTOMER/ JOB NAME M,1n11f,1i:t11ri11~ C'urnpanr TESTlPLAN WHEN FABRICATION ON A BELCO PROJECT BEGINS, IT PROCEEDS UNTIL FINISHED . THE AVERAGE PROJECT MAY TAKE FROM THREE TO FOUR WEEKS TO COMPLETE . THE QUALITY MANAGER ACCUMULATES TEST OAT A ON THE ACCOMPANYING BELCO QUALITY FORMS . SINCE THE WORK IS DONE BY A SERIES OF FABRICATfNG CREWS WHO HAVE ASSIGNED TIME TO THE PROJECT, ANY HOLD POINTS REQUIRED BY THE CUSTOMER CAN BE OBSERVED BY BELCO ONLY IF HANDLED IN A TIMELY MANNER BY THE CUSTOMER OR HIS REPRESENTATIVE. ANY MODIFICATIONS TO CUSTOMER'S HOLD POINT SCHEDULE MUST BE ADVISED TO BELCO PRODUCTION MANAGER WITH AT LEAST THREE DAYS' NOTICE . THE CUSTOMER MAY HA VE ACCESS TO TIIE BELCO FABRICATION FACILITTES AT ANY TIME DURfNG THE PROJECT. BELCO WOULD APPRECIATE A DAY'S ADVANCE NOTICE FOR ANY VISIT BY THE CUSTOMER. THE CUSTOMER MAY CALL AT ANY TIME FOR A PROGRESS REPORT . BELCO WILL ISSUE NO TIMED WRITTEN PROGRESS REPORTS , BUf CAN ISSUE A WRITTEN DESCRIPTION OF PROGRESS UPON REQUEST BY THE CUSTOMER . TIIE CUSTOMER'S REPRESENTATIVE OFTEN WITNESSES HYDRO TEST AND/OR VACUUM TESTS . BELCO CAN INFORM THE CUSTOMER FROM TWO DAYS OR LONGER BEFORE THE TES"TING .-IT WOULD BE RESPONSIBILITY OF THE CUSTOMER TO PROVIDE A TIME LINE FOR THE NOTICE REQUIRED. DESTRUCTIVE TESTING OF LAMINATES JS NORMALLY DONE AS A RANDOM CHECKING PROCEDURE INITIATED BY BELCO AND IS NOT DONE FOR ALL PROJECTS . THESE TESTS , WHICH NORMALLY TAKE 1WO TO THREE WEEKS , ARE MOST OFfEN DONE AFTER THE PROJECT IS COMPLETED. 1HE RESULTS FROM THIS TESTING IS ADDED TO THE QUALITY REPORT AND FILED PERMANENTLY WITH THE PROJECT FILE , AS WELL AS WITH THE QUALITY MANAGER'S GENERAL INFORMATION FILES . BELCO PROJECT NUMBER JOBllTLE CUSTOMER I CONTRACTOR P.O. NUlvOlER ) Belco Mfg . Co., Inc . 2303 Taylor's Vullcy RD P.O. Box 210 Belton, TX 76513 Ph. 254-933-9000 I Fax 254-939-2644 CUSTOMER / JOB NAME ,\·l~1111 f,1c:l nrfn~ C'ump.1 111 CERTIFICATION OF FACTORY TESTING BELCO uses its Quality Assurance Program as the tool to detennine the quality of each product fabricated, following each phase to determine compliance to the specifications set forth . ·-The fol lowing items are assembled and/or implemented in succession. ~ MANUFACTURING GUIDELINES ~ TEST PLAN .,. QUALITY CONTROL CHECKLIST ) RESIN-REINFORCEMENT LOG SHEET ) THICKNESS REPORT ';; BARCOL IMPRESSOR TEST REPORT ) ACETONE SENSITIVITY REPORT ), DAMPER QUALITY CONTROL CHECKLIST )-CERTIFICATE OF COMPLIANCE »-FABRICATION DRAWING(S) BELCO PROJECT NUMBER JOD TITLE CUSTOMER I CONTRACTOR P.O.NUMBER Belco Mtg . Co., Inc. 2303 Taylor's Vullcy RO P.O . Box 210 Belton , TX 76513 Ph . 254-933-9000 / Fax 254-939-2644 ,11,,nuf ,,cl uri n~ r m111 1~11\ QUALITY ASSURANCE CHECKLIST l: .:REVIEW PURCHASE ORDER 2. .:REVIEW APPROVED DRAWINGS 3. =Q.A . /SALES/ ENGINEERING/ PRODUCTION MEETING CUSTOMER I JOB NAME 4. =ALL RAW MATERIALS AND SPECIAL ORDERS RECEIVED AND VERIFIED 5 . =ALL CHANGE ORDERS REVIEWED 6. =RESIN-REINFORCEMENT LOG SHEET 7. =THICKNESS REPORT(S) ~ =BARCOL HARDNESS REPORT(S) 9. =ACETONE SENSITIVITY REPORT(S) 10 . =DAMPER QUALITY CONTROL CHECKLIST(S) 11: =FABRICATION CERTIFICATE OF COMPLIANCE QUALITY ASSURANCE REPRESENTATIVE BELCO PROffiCT NUMBER JOB TITLE CUSTOM ER/ CONTRAC TOR DATE P.O.NUMB ER ', ) Belco Mfg . Co ., Inc. 2303 Tnvlor 's Vallcv RD P.O. Box 210 Belton, 1X 76513 Ph . 254-933-9000 / Fax 254 -939-2644 ,\l ,111uf,1cl 11rinn c,imp,111\' RESIN /REINFORCEMENT LOG SHEET RESIN I.D.- CUSTOMER/ JOB NAME MFG/LOT/ BATCH NO. PROMOTION GEL TIMES TESTED BY: SURFACING MAT I LOT# STYLE TYPE INSPECTOR CHOPPED STRAND MAT LOT NO. WIDTH / WEIGHT BINDER SOLUBILITY INSPECTOR SPRAY-UP OR WINDING ROVING TYPE LOT NO. ROVING YIELD INSPECTOR WOVEN ROVING ,--------...--------~---------..------, LOT NO. WIDTH/ WEIGHT QUALITY ASSURAJ\lCE REPRESENTATIVE BELCO PROJECT NUJ:vlBER .T OD TITLE CUSTOMER/ CONTRACTOR WEAVE INSPECTOR DATE P.O .NUMDER PROJECT NO. CUSTOMER DUCT PIECE MARKED BELCO MANUFACTURING COMPANY 2303 TAYLOR'S VALLEY ROAD. ~ :p: O. BOX 997 Bl:L TON, TEXAS 7651 ~-CJ.QP.7 . (254)-933-9000 FAX (254)~ 939-2544 DATE: -------- P.O. NUMBER: -------- BELCO DUCT THICKNESS REPORT ... ~ .. SIZE SPEC,D ACTUAL ACTUAL C.B . DWG. COMPLIANCE/ DIA. THK. MAX. MIN. THI<. REMARKS THI<. THK. AUTHORIZED Q.C. REPRESENTATIVE DATE ) PROJECT NO. CUSTOMER BELCO MANUFACTURING CO. DUCT BARCOL IMPRESOR TEST REPORT DATE:-------- P.O. NUMBER: -------- BAR.COL READINGS REPORTED HERE WERE TAKEN AT RANDOM DURINCi FABRICATION USING A DARCOL IMPRESOR MODEL NO. 934-1 UNDER SHOP CON))]TIONS . BARCOL MEASURMENTS FOR THE INSIDE (PROCESS SURl'ACE) .'\ND OUTSIDE SUIU'ACES OF TfUS DUCT AVFRAGE AS FOLi OWS · PIECE NUMBER AVERAGE READINGS INSll>l~ Oll'fSIDE INSIDE OUTSIDE INSIDE OUTSIDE INSIDE OUTSIDE INSIDE OUTSIDE INSIDJ.: OUTSU>E INSIDE OUTSIDE INSIDE OUTSIDE -------- INSIDE OUTSIDE INSIDI~ OUTSIDE AUTHORIZED Q.C. REPRESENTATIVE DATE 13clco Mfg . Co., Inc . 2303 Tovlor's Volley RD P.O. Box210 Belto1i, TX 76:513 Ph . 2:54 -933-9000 I Fax 254-939-264 4 ACETONE SENSITIVITY TEST CHECKED THE FOLLOWING !ThMS: CUSTOMER/ JOB TITLE Tests were pe1·formed on the duct and damper interiors and secondal'y bonds. To test, rubbed acetone-wetted cloth on surfaces whe1·e secondary bonds were made . Checked for stickiness after acetone evaporation. No stickiness was detected. Repeated the procedure obtaining the same results. QUALITY ASSURANCE REPRESENTATIVE BELCO PROJECT NUMBE R JOB TITLE CUSTOMER/ CONTRACTOR DATE P.O. NUMB ER \ ) ) DAMPER QUALITY CONTROL CHECKLIST Customer -----------Project NO . Date ----------Damper I.D . Checklist DAMPER SIZE AND MODEL Size correct wit11 specs Model correct with order FLANGES AND BODY Flange face clean -------- Flange thickness correct Flange faces square Flange radius acceptable Drilling pattern confinned Bolt holes centered Face to face dimension Exterior finish acceptable Color correct \\ilh order BLADE AND SEALS Thickness correct Ex1ernal corrosion barrier Stiffeners applied (>36") Fasteners correct length Full contact of seal witl1 body Full contact of seal with stoppers No open space at shafi when closed Shnfi seal and housing acceptable Housing cap ligb t BRACKET AND HAND LEVER Bracket is square with body Full slot on 201 "Balancing" damper Set Hole in handle of "Balaneing" damper Sealing torque applied in locked position Open/ Close mark ings acceptable SS Handle finish acceptable All locking positions checked and free GEAR OPERATOR (if applicable) Operator type correct Operator epo:-..,• coated Operator Horizontal / Vertical Open/Close positions correct when locked Fasteners properly lightened BACKDRAFT OR COUNTERWEIGHT DAMPERS (if applicable) Shaft offset Air Test (for correct opening) Authorized Q.C. Re1n·escntafrrc ' .i ) Belco Mfg. Co ., Inc. 2303 Tnylor's Vullcy RD P.0 .Box2l0Be1ton, TX 76513 Ph . 254-933-9000 I Fox 254-939-2644 CUSTOMER I JOB NAME ,\f,11111i.ir liif1n~ r 1111111,1nr FABRICATOR'S CERTIFICATE OF COMPLIANCE We ce11ify the information in this data report to be correct and the itcm(s) below has been designed and fab1icated in accordance with all requirements of ASTM D2992, ASTM D3299, ASTM D4097, PS 15-69, SPl's Quality Assumnce Report and the User's Basic Requirements Specification . ITEM ls) BELCO PROJECT (BP)#_------------------ Adclenda._-____ ..:.N~.A=-. -------DATE:------------- Process Control and Quality Assurance Manager BELCO PROJECT NUMBER JOH TITLE CUSTOMER/ CONTRACT OR (print) l'.O. NUMBER 'i ) 2303 Taylor's Valley Road Belton, TX 76513 (254) 933-9000 (800) 251-8265 Manufacturing Company FAX (254) 933-3159 E-Mail: belco@vvm.com Internet: http://www. belco-mfg. com EIGHTEEN MONTH WARRANTY Limitation: The Warrantor: This warranty is limited to new products manufactured and sold by warrantor. Belco Mfg . Co., Inc., P. 0. Box 2IO, Belton, Texas 76513-0210, Ph. 254-933-9000. Eighteen (I 8) MONTHS from the date of shipment. Duration: The warrantor warrants its Fiberglass products to be free from defects in manufacture, materials or workmanship, under normal and designated use and service to the original purchaser or user. All specifications and materials are approximate, and may vary slightly due to manufacturing techniques by either the Warrantor or by suppliers furnishing raw materials for the manufacturing process . Specifically in regards to Fiberglass tanks the Normal use and service requires : a. That the tanks be installed according to manufacturers recommendations and according to the nature of its originally intended purpose. b. That chemicals stored therein must be of the nature and percentage of solution designated on the tank and temperatures remain within limitations of designated in the tank specification. c. That excessive weight due to valves, heavy pipes or strainers, etc. must not be carried by fittings and be independently supported. Normal use and service EXCLUDES damage due to breakage during shipment, vandalism , flood, fire or others acts of God. Anv 11oncomplia11ce with the above 111e11tio11ed requirements shall cause this wal'l'antv to become VOID. Warrantor's liability shall not exceed the purchase price of the products sold individually; F.O.B . point of delivery; and at the option of the warrantor, repair or replacement may be initiated or an allowance of credit may be granted the buyer. In the event remedy is sought for defect, notification in writing must be given the WARRANTOR within eighteen (18) months after the date of shipment in order for warranty to be valid. Reasonable time must be allowed for replacement or repair of any product. Products ofa nature that can be easily transported must be shipped prepaid to Manufacturer . Any repair to warranted products must be performed by authorized personnel of WARRANTOR or by an authorized representative thereof. This warranty is expressly in lieu of any other warranty expressed or implied, including any implied warranty of merchantability of fitness for a particular purpose. The WARRANTOR SHALL NOT BE liable for any direct, special or consequential damages of any kind, including, but not limited to, materials lost, labor or installed cost, injury, or property damage caused by any defect in any product sold by it. There are no warranties, which extend beyond the description on the face hereof. ~ ir ~t~rri~~~~;MS EftSHIGS, hu. A DENAL I COMPANY • •I SUBMITTAL REVIEW COMMENTS PROJECT : Village Creek WWTP Trinity River Pipeline Crossing (Parallel Siphon) Project 0515-55775 OWNER : CONTRACTOR : SUBMITTAL NUMBER : SUBMITTAL TITLE : City of Fort Worth, Texas S.J. Louis Construction D-15891-001-B Fiberglass Ductwork & Accessories SHOP DRAWING REVIEW ENGINEER'S REVIEW RESPONSE REQUIRED OF CONTRACTOR Approved ~ Confirm D Approved as Noted D Resubmit D Not Approved D Comments Attached D Receipt Acknowledged D The Engineer's review of this shop drawing is limited to the review of dimens ions , equipment and materials as presented in the Contract plans, specifications and for design concept. This rev iew does not relieve the Contractor from errors or omissions In this submittal or from the Contractor's responsibility of address ing any deviations from the Contract Documents. The Contractor is responsible for the details and dimensions of fabrication and manufacture , the means , methods, techniques , sequences or procedures of construction and perform ing th is work In a safe manner. BY: Amy Robinson, P.E. DATE: November 13, 2009 Comment# Review Comments ·-··--···-:·. ......... ~@.itv::of::f'grt.Worth ( 1) S.J . Louis (3) Field File (1) COM File (1) \IFTWSVRD1\Projecls\0515·FWIVD\34653-55775-VC Trin ity River Sipho n\Co nslrucli on\Subm illals\Review Fonn s\Divislon_01 5\0-1589 1.001 B.doc Page 1 of 1 CORTROL PROCESS SYSTEMS, INC. >> November 4, 2009 SUBMITTAL REVIEW COMMENTS Gary Bohuslav S. J. Louis Construction P. 0. Box 834 Mansfield, Texas 76063 Ref: Village Creek WWTP Gary: Trinity River Pipeline Crossing ProJect Fiberglass Ductwork & Accessories Submittal No. D-15891-001-A The following Is written to answer the questions and concerns conta ined in the submittal review comments dated June 24, 2009 concerning the FRP Ductwork an.d Accessories included in Specification Section -1 5891 . · Please review the following: Comment No. _ call. I. Volume Dampers shall feature lockable actuators. a . Both the 24'' and 30" Belco Damper will be supplied with a 3 I 6SS Lever Handle w/lock.ing device . A copy of the Belco drawing of th is proposed handle is included to aid in your review. 2. Gaskets and seals shall be Buna-N or Teflon. a. The 0-ring seals and bearings are supplied utilizing Teflon material. Any gaskets and/or edge seals supplied with the dampers are supplied with Buna material. Although standard material for these gaskets is EPDM , material for this project wilf be supplied using the specified Buna. 3. Backdraft Dampers not used on th is project. a. N/A We hope that the above will answer all concerns . If you need any more info rmation , please do not hes itate to Reg Green V.P. Municipal Sa les 4518 West 56th Street South • P.O. Box 9666 • Tulsa, Oklahoma 74157-0666 • 918/445-520S • FAX 918/446-8812 www.cortroJ.com Manufacturing Company 2303 TAYLOR'S VALLEY RD. POST OFFICE BOX 210 BEL TON, TEXAS 76513-0210 316S.S. HAND LEVER OPERA TOR 316S.S. REMOVABLE DAMPER BRACKET SCALE : NONE REV. DATE DRAWN CHEC DWG .# TYPICAL DETAIL FRP LOCKING QUADRANT HAND LEVER OPERATOR BELCO MFG. 010101 0 UNDERGROUND ODOR CONTROL PIPING PROJECT: Village Creek WWTP Trinity River Pipeline Crossing (Parallel Siphon) Project 0515-55775 OWNER : City of Fort Worth; Texas S.J. Louis Construction CONTRACTOR: SUBMITTAL NUMBER: D-15892-001 ·A SUBMITTAL TITLE: Underground Odor Control Piping 1 ENGINEER'S REVIEW Approved Approved as Noted Not Approved Comments Attached Rece ipt Acknowledged 0 181 D D D RESPONSE REQUIRED OF CONTRACTOR Confirm Resubm it D D The Engineer's review of this shop drawing Is limited to the review of dimensions, equ ipme nt and .materials as presented in the Contract plans , specifications and for design concept. Th is rev iew does not relieve the Cont rac tor from errors or omissions in th is submittal or from the Contractor's responsibility of address ing any deviati ons from the Contract Documents. The Contractor Is responsible for the details and dimensions of fabr icallon and man ufacture, the means, methods, techn iques , sequences or proced ures of const ru ction and performing this work in a safe manner. BY: John Rawls , P.E. DATE : May 1, 2009 Pipe system shall be resistant to sulfuric/sulfurous acid for hydrogen sulfide applications . t C1ty:·of.:PortJN.orth (1 ),, S.J. Louis (3) Field File (1) COM File (1) I\F1WSVR0 1\P roj ecls\051 5-FWWD\34653 -557 75-VC Trin ity Riv er Siphon\Conslructl on\Submlllals\Review Forms\Oivision_015\D-1589 2-001 A.doc Page 1 of 1 If S.J. WUIS CONSTRUCTION OF TEXAS LTD, 620 Soulh 6th Ave., P.O . BoK 834 Mansfield , Texas 76063 Ap ril 8, 2009 Camp Dresser & McKee Inc . 777 Taylo1· Street, Suite 1050 Fo11 Worth, Texas 76102 Phone-(817)-332-8727 Alln : Douglas L. Varner, P.E. 817/477·0320 Office• 817/477-0552 Fax Equal Opportunity Employer f Contractor Re: Trinity River Pi1>cli11c Cl'ossing (Pal'allel Ca·ossing) City ofFol't Woa·tb, Texas Shop Drawing No. 0-158~)2 -00 I-A, Unde rground Odor Cont rol Piping Submitlals of HOPE Pipe and fittings Enclosed is the product data fo r the Underground Odor Con trol Pip ing which we are proposing to use on -the above referenced project. If you have any questions , or require any additional information please do not hesitate to call . Sincerely, ~~ S.J. LOUIS CONSTRUCTION OF TEXAS LTD . Gary Bolmslav Pmject Coordinator S.J. Louis Construction of Texas Ltd ., LLP P.O. Box 834 Mansfield, Texas 76063 Contractor has reviewed submittal and determined It to be in compliance with the contract documents By:/~zi~-- Date:~y: l~S:-_o_~---------- more lnformalion and technical ,nee ccntilct .-- 11ance Pipe, a division of •• i • ! ·.; ~APE iv1tm Phillips Chemical Company LP ,. Box 269006 ,,•'\: :~? • • •::,:~;".~~' •, • -' I~:!• • • ,:: .t.:'.,.,•:, t•to,,:r 1, ,:•.tt t,:,·m f;,,,,,,ir TX 75026-9:106 !7 .0662 - . ,. I ' rv \ -r 't · · ···. :a;t1:c:. ,._ - DriscoPlex® PE3608 :l'(:PiE3.40S.) Pipe Pipe ·and ·Fi~tings 'Data Sheet . . . . . . . t • ':: •• ~ ::~ ••• . • . . . 'yplcal Material Physical Properties of DriscoPle~ PES608),(~E·3408) , ,. .. 11"h Density Polyethylene Materials ,..1;' ,..':· '/\. . • ·~:. . Material Designation !II Classificalion pe Properties Density · elt Index . ondition 190 / 2.16 Hydrostatic Design Basis 73"F 23"C ydrosta1ic Design Basis 40"F ao•c Color: UV Stabilizer [CJ [EJ laterlal Properties . Fl~ural Modulus PPITR-4 ASTM D3350 gms/cm3 ASTMD1505 / fQITJt!iI'10 :;: .. '· . ~minutes • . , .. ,.AS1M D1238 •• ?• •• •••• p~;:. . . . ·, ASTM 02837 ~~TM 02B37 ASTM D3350 PE360B 345464C 0.955 (black) . 0.08 1600 800 Min 2% carbon Black Color UV Stabilizer 2Yir..S,ej:anl-16:1 s an; de th, 0.5 In/ min psi ASTMD790 >110,000 ·ensli~ Strenglh at Yield psi . O(!' Elongation at Break 2 In / min., Type IV bar ~lasHc Modulus Hardness PENT Thermal Properties ASTMD63B T elV ASTMD638 . ;,ASTM 0638 ·~STMD2240 ASTM F1473 3200 >700 >150,000 62 >100 Vicat Softening Temperature 256 Brittleness Temperature The~mal Expansion 0 ulletin: PP 109 -103 in I In / 0 f ASTM D696 1.0 X 10-4 Revision Date September, 2006 B~fore using the piping product lhe.~.~~1:,~)~;i~~~ P.~ ~~ti.l!~~.to make its ~in determination and assessment ~f the saraty and • su1tabl&ty of the ;ii ping product ro~ 1hiij! ~P.~,;1rtc;, ~'I.A i;IL!esnQn .~I!~ 1s further advised against relying on the lnfonnalion conta ~!!d here1r as It may relate lo any specific use or. appllcl!S!o9 . It fs the lilJimate,responslbillty of the user lo ensure 1hal the piping product Is suited end Iha rnrormalion is applicable lo ·ll:l!!·U!lar's speclnc appliceti9~. :J'hjs data sheal provides typical physical property Information for polyethylene resins used 1o manufactu,;e,th~;pipil'!Q product.;lt is·intenc:;ed for comparing polyethylene piping res ins. It Is nol a product spacllica\lon, and it doas not eslabllsh ;tnJrL(itu)'n: or maxlrp~m values or manufacturing IDlarances !or resins or for the piping producL These typical physical properly val!,1es · · · · .~!e.rmin.ed using compression-molded plaques preparad from res in. Values obtained from tests of specimens la:ken lrom 11). W,~~~'.-~.!;YJr~~ these typical values . Performance Pipe does ~ol make , and expr~sly disclaims, ell wa,ranhas, or mere ro~si;i(qr '!:I particular purpose, regardless of whether oral or wntten, express or Implied, allagedly arising from any usage of lrada or 'fr.om any course or dealing in ainnaclion wtth Iha use of Informat ion contained herein or Utt piping product itself. iha u~er expressly assumes all risk and liability, whether based in contract , tort or other.'oise . In connection with th For more tnronnaaon ana 1e1;nrnca11 ass istance contact .--.-~., ,.. Pertonnance Pipe, a division of Chevron PhlUips Chemical Company LP P .O. Box 269006 l'ER/IORMANOPIPE l~ ... ,~~'l .•J•t:,lr.r:~ /.:•;01! f!ll'JI' L• Plano, TX 75026-9'.106 800 .527.0662 SUGGESTED INDUSTRIES AND APPLICATIONS l Potable Water Mains I Horizontal Directlonal Drilling (!:f DD} I Marine Service f. Sllglinlng Water transmission Lines I Pi~e Bursting j Industrial Waler Mains Asba Tailings & Abrasives I Mining Munlclgal Water Utilities Dean-cu& and Buet .... . · . ,.Culverts : ·., Rural Water Distribution River Crossings ..• ,,,,: ; ... ,, .. ,,: .• ~;;.~:., .... {P-iow~in I Mun. & Ind. Sewer Tre!]Shless Technologies I Crude oll I Fire Main PiRlng I Rural Water Distribution I Plow-In Butt Fusion Conditions • 60-90 pslg (4.14-6.21 bar) lnterfacl al fusion pressure. • 400-450 1 (204-2321 C) heater surface temperature range . • Please refer to Performance Pipe's PE360B (PE3408) !iJsion pro_cedure , Bulletin PP 750. Available Sizes • %" through 54 " IPS • 4" through 36" DIPS .,{··· ··o:-'········:-,• ,·:. Specification Data The resin.pipe and fitting listed may comply with one Qf more of the standards below . Applicable Standards ' ASTM F7i4, NSF 61, ASTM D3035 AWWA C906, AWWA C901 FMA, AWWA, F714 API 15LE, ASTM 02513 Bullelln:'PP 109 t ® • tE3608 I PE4710 . DriscoPlex Pipe Series (PE340B) (d,) 4000,4100,4200,4300,4400, ~ 4500,4600,4700 . • ' 4000, 4100, 4200, 4300, 44Qo •. ·rr 4500, 4600, 4700 . 0 .. 5 . . . . .• . '· 1500, 1600 .... , ·~.~.~:··J"f"~:5 .. , ;"····. ·-,,:·~ f s4oo t r 0.5 Revision Date September, 2006 Before using 1he piping product, the user ls .advlseo and cauti~ned lo make Its own determination and assessment of the satety and suitability of the piping product ror Ilia SP!IC)flp use In question and Is further advised against relying on Iha information contained ~era !r as It rnay relate to any speclfi.c 1.1sa or. aP.P!ii;allon..11 is tna !Jl~rne!e respo nsibility of the user to ensure lhat tha piping product ls sutted and the lnrormation Is appliciible loJhe .us~-siipeclfic application. This data sheel provides typical physical property lnforrnalion for polyethylene resins used to manura:c~r!! l~.e"P.lplng procluct. 11 .lsJ ntended for comparing pol~relhylene piping res ins. It Is not a product specmcatlon, and It does not es1ab li ~h .~r-!tju~ .P.r: ii:l~xill)\,!_m ~Ju!3S or manufacturing tolarances for resins or for the piping product . These typical phys ical property valµ~ ~ei:!1 -~eteimn.a~ using compression-molded plaques prepare~ from resin . Values obtained from tests of specimens taken from the P.iPir)g1pJ&\!_1,1.gt~n .varJ {r.9rrt#)!!se typical va lues . Perfonnance Pipe does not make, and expressly disclaims, a,I warra:'l1ias, or mercha11tab(llly-or..fi!~f3!1S ror a ~ilrtlclilar purpose, regard less ofv.tieUier oral or \.,,;t1en , express or Implied, allegedly arising fnJm any usage of trl!da or from any course of dealing In connect ion 11.ilh the use of lnfonnallon contained herein or tlU piping product itself . The user expr~sly .a~~\!f'l~s -a:n ris k and liability, whether based in contracl , tort or olherwise, In conneclion with th ., ~ 7· - ANOTHER QUALITY PRODUCT FROM C(lAS...r l ;.) ~ _ ... --;z:1-.. -::;-: .. ~: Q~::r:. . ----~-;.,, /''' PEIIFOIIMANCEPIIW 3,11 -CPS -~OR,. --------- A DIVISION DI (HEVRON PH/Lll/lS (HEM/CAL (OMPANY LP Revised 02 .. 01 .. 2008 L7 --... IPS PE3608 (PE3408) DriscoPl~l<® Sistemas de Tuberfa Industrial Y.Municipal • Rangos de .Presion y Datos de Tuberia . Ep~o de la tuberla esti calculadoa da acuerdo al PPI TR•7 , Promedlo del Dli!lmetro Interior calculado con una pared extra del 6% Lo R d P 16 A & angos 8 res nson para gua a 7a0.E.. Para otros fluldos v servlclaa cah ~ dlferentes de temperatura revlsar la nota de Aollcacl6n No . 6 de Qulmlca v Cam1lderaclones Amblentales Ranga 100 pal / 80psl 6Sp•I I 60 psi de Preal6n DR17.0 DR21,0 DR28.0 DR32.& 1.PS ·Plpe,·.; Nomlm;1I Mi11lmum W.~ight :Mlnlnium · P..yetaga .lD Welgnt . . Minimum A~ei'E!'ee'IS We ight "flinlmum Aver~ge. I[? Weigh t IPS Pipe ·:·· OD (In) .Wall(ln) . :.-. ·· ··ci6sm) (lbs/ft) Wall ·(in) ·· (in) (lbs/ft) Size ·.Size : .' (In)" .Wall (In) '(rnr ; .. (lbs/ft} ·. · Wall (In) · 'Clnl' · .. ·1 1/41~: • ;• . 1.660 · .;•:-,:· .... I •-'• .. · . .. ·~··1·1/411 ··: ·· .. · .. • .. • . 11/2''·· · .• .... . .:··1"..1/2"·· 1.900 . . ··.-.. ·~. .. : .. . . ,:!· ·. -~-~-.. ... • .. '. . . 2" ··--2.375 0.1,40 2.095 .·.: · ... ::o:43 .. ' .. .. .. ; ... .. 211 · . .. ::. . .. ... · . !· .. 311 .... . 3.500 . . 0.206 ··3,0BS r'·· ···~'i 9t93 . . .. .. . . .. .. ... . . . . ,• ::: :_. .• 3~· ...... , .. ' .. ···, ··-· 4n ,: .:: I 4.500 ·0.266 3;870 .,. · ~-~~:1!.64· . 0.214 ..... 4.07.2 1~28:.,.. : ' .. .. . .. .~_ .. :· :····· ... ~ .. .. ·-·::;ir · ·.·.-. . .. •· . . ._ .. ·. 8" '6,625 0,390 . :· · 5.846'-'<i . · ·3:34· .:. 0.315 . ,~5i996 t14 · · 0:255/· .. ; .-.6.116'·.· 2:23·_;:··r· ;\''};0;204.:::~ .. . : .. 6 .• 211. 1.eo:: .... : ... -·~-: .· ,;./Ji'~ ... "='· ; .. ::-., ·· .. : i •.• s· t:":::·;:a~···:?. ·;~ :· .; 8" : . a:s2s 0.507 : ; 7..61,1 ·:··:. · ····5.66·. · · ··0,411 . ~ :_;_ ·7.803 .• : .. ·.i4:64 .. · 0;3.32 '7,961 : ,. · 3';18/~·' ·: : .11:2a6};'.·: f,:f::8.095:" a.os ·:-::· ·1011 ... 10.760 ' 0.632· ~:··,9.486'~::: · .'··8,79 · 0;612 · · 9.7-23 ·· 1..20 0:413' 9.924 s:a9·::· :' -~ ·1);331::.:\·· :.'·10.DB8 4.74 .. ··· ·:-·. ··.101!·.··." : ·1211 12.760 0.750 , · : 11.250·~·· 12;36 . 0.607· 1,1,636 10:1 ·3 0,490·· 11.770 8.2'7·· •.• :·;:· Ot392 " · ·:· ,"f 1,968 6.67 : ·:· ··,12!1>···: · 141' 14.000 0.824 ·.~--12:352 ··. 14.90 0,867 · ... :12.666: · 1-2.22 0.638 , ... -.. 12.924 ·:. 9.$7 .-, 0;431 · ·. '13.138 8.04 : · 14" 1611 18.000 0.941 · ·;14;11e· 19.47 0.762 · .. ~.14.476 -' .. 16.98 0.616 . ·:.-,14.no 13.02"' 0.492 =·16,0:16 :. 10.51 ., 1611 .. · 18"' 18,000 1,069. : :,1s:ee2.' . 24.B4 0.867 . , '16.286'~. 20.20 0.692 f · .• ::18.616··; 18.48 0.554 ·.-16.892 13.30 18" 20n . 20.000 1.176 :·<17.848.' .. 30.42 0 .• 962 ~e:ass -;. 24.94 · 0,769 18,462' 20.36 0;616 ·.19:7-70 '• 18.42 20" ··• . ·22'! 22.000 1,284 .;--1s.ii112·.:., 36.81 1,048 , .,. 19.904 .,,:: 30.17 . Q,846 :··20,30B· ... 24.62 .o.sn 20.6.46 . 19.88 22" 2411 24.000 1.4-12 . >2M7&,··. 43.80 1.143 .. ~-1:114· .. :. 35.91 0.923 22 .154 .• 29,30 0.738' • ·22.524·· 23.64 24" 2611 26.000 :1.529 .-.22:942 ·. 51.41 1..238 .. -:·23,524 .. ·. 42.14 1.000 . .. 2!1:000 .-.. 34.39 0.800 . ·. 24~00 : .. 27.74 26"··· 28" 28.000 1.647 .. .: 24;706 :.,. 59.62 1.333 , . :26!334.:: 4B.87 1.077 . ·,26;&.116 .:.: 39.88 0.8B2 26.278 32.17 28" -30" 30.000 .1.765 .·l'.26.470 :· 68.44 '1,428 · ' •21:1'42 ..• 58.11 ... 1.154 27,692 45,78 0.923 :2e.154-: 36.93 30" .32" 32.000 1;882 . ;:,' 28.23.6 ;. 77.87 1.62'1 ,:, -28;852 : .. 83.84 1.-231 .. 29.538 . 52.09 0.9B5 30.030 42,02 32" 3411 34.000 2.000 .... ·30,000 .. , 87.91 1.61S,.: ·' · '301762 ... ~ 72.06 .' 1.308 · ·.·=31 .38!'h : SB.SO 1;04s 31.908 47.44 3411 .36"· 36.000 2,118 : 31;7Bi& :.: 98,55 1,7.14 ·.~"~2.6.7.2 ·: 80.79 1.385 '33:230 65.92 ·1.ioa .33.784·., 63.19 3611 ·42" 42.000 2,471 . · .. ·37,068 134.14 2.000 . · ae.ooo ·· 109.97 1;e15 ' 38.770 ,. 89.73 1.292 39.416 . 72.39 4211 •, '48" 48.000 · .. 2 .824 : : 42::352 : :. 175.21 ·2.288 -4a t128 • ·143.63 1J846 44.308 117~19 1.477 45.046 94.55 .• 48" . ;--: . ·.· 54''. 54.000 .. ... ""': .. · .. -.. ::,:· ~-2.571 · .··i48;858 .: 181.78 ' '2JOT1. ·"·49.846 148.32 1.662 ... 6Q,S78 119.67 5411 • Palfarmam:e plpa puedln fabdcar tub11f111 can ditmetias espedllea. las merlldu de las dl6me11a1 de la tuberfe lndualdlll y Munlelpll de PollaWano eat6n ldanUncadu par IPS (Iron pipe alza), el aual al dlamalm nomlnal uta dlaaftado pn luberl1 da 12" IPS i, dlllmetro, manoru, Y O,D, (outllda dlamalar) p1111114" IPS v dllimalro, mils grandee Favor de lnforma1911 e n la atlclna de wntaa de P11tfonnanca Pipe di la dlepanlblUdad da.111barla& que no aa c,ncuentnln llslad11s en anla labla & Su)lllo 116rilano1 eon canUdade1 mlnlnlas y dlaponlbllldldlld de hamimlanlas Glorla. Rodriguez 72'~g -7315 5086 W. Wark Blvd., Sulta·800, Plano, Texas 76093 en USA Cslf Free: B00-527.0662 ruaiy : · 11e11ar'·--w 'ravlo11• riubllcallan11 -.. -• ----"""n'""" Ph1111ua .. 11mlca. -• ny LF 1N·u ·c-r··c -1"1·t1·c-.~-;1· ··r ·1-r -~-D PRODUCTS, INC. ·. ·. . -.. "BETTER BY DESIGN"® X IPS 45° .. 0\ ·. 2 Segment Elbow R . " Fabricated (1/8 Bend) t =/ ... (continued) E {Dimensions in Inches) ' IPS Size RID R X E SOR WPR Weight Ratio (psi) (lbs) 7 200 178 22" 1 .02 9 160 144 22.4 12.6 8.0 11 128 121 17 80 82 7 200 221 .. , 9 160 180 24" 1 .02 24.5 13.0 6 .0 11 128 151 · ··i .· .. 17 BO 101 . -·~ ! 9 160 247 26" 1.02 26.5· 15.4 1·0 .0 11 128 208 17 BO 141 9 160 297 28" 1.02 28.5 15.8 10.0 11 128 249 . 17 80 165 30" 1.02 16,2 10.0 11 128 286 30.5 17 BO 193 --____ ,__ -- : . -· - 32" 120 16.6 10.0 11 128 331 · 38 .0 17 80 224 34" 1.20 41 .0_. -17:{h _!J_. 1 --~ ._.1.0 .0 11 128 383 . .. 17 80 257 i. •' . ·.;~ •: ;, ·f: f ~·:1\ r ··· .. : ·•·. 128 '· 11 441 .._ 36" 1 .20 43.0 17.5 10.0 Ci> 80 296 ~ 42" 1.20 50.0 24.7 16.0 17 BO 432. 21 65 352· 48" 1 .20 58.0 25.9 '·,· 16.0 21 65 478 26 50 389 : :, .. .. : : ... 538 54" 1.20 64.0 · 27.2. :; · 16.0 26 50 ......... ,, .. 32.5 40 432 /; . . • t .. ,;i,:. ~.:. ~. ~:: ,., . . .. ~-. .. . .. . . . . .. • · .. ; ....•. ;.i.;.. . Other sizes, DR's and custom radius ell's not-listed are :available -Call For Quick Quote .. . . . .::, . ·. Sizes 24" and smaller meet AWWA C9D6.fitting -..-~g~iremerits, sizes 26" and larger are quoted per fitting. . . . . --~;:, ... ,. . 1-800-499-6927 Page 13 -10 www.indpipe.net Issued January 1, 2009 Version 1.4.1 "'7 "1 I "I l"l_#l"\f"\ ' .. -~-:: . N!':Mm:n ·, 4 IPS Nominal Size 20" 22" 24" 26" .. 28" 30" ---- 32" 34" -36" I.- 42" 48" 54" f~--':'ir· ··-·---·-.. . J~~ . i ..... ,-. ... ,. ... ~~ ',,.~. (;{ ... . .. ,:., .; :,;.··>\tt.··: ; IPS Flange ~dapt~rs (contin~ed) -~·. ·-·· -- ~GiH_J / .:''./ ·,< ... , · P.·i'essure Rated for DR Ordered ._);lf;'.if(:-··'_ (Dimensions in Inches) H (OAL) 12.8 12.0 12.0 12.0 12.0 14.0 14.0 15.0 15.0 15.7 15.0 15.8 15.0 15.0 15.0 15.9 15.0 16.5 14.0 22.4 21.0 21.0 21.0 21.0 21.0 22.4 21 .6 21.0 T Face R Diameter (Radiu,) 3.57 2.7~ 2.27 . .; 23.50 306 .': ........... · · 2:so < l ' 2~--~P 3.61 2 .96 3.89 3 .18 4 .17 3.41 ··.·: . }. . . .......... 30.00 32.30 ;34.30 364 .. ; ', ·. · .. ···/ ;-·36:50 2 ~~?.; ... ".1 ·:_-,: .~. 4 09'~~).~i} ffi ~·.'··.:· . . : • · ·:,; oi',/ :.-,_, ···40.80 2.64 · · 3.89 3 .09 2 .50 3.53 2 .,;3~ 2 -:31 47 .50 :54,00 . ·. ~~ ~ ·.. . . .. . 1/2 1/2 .. I 1/2 1/2 1'2 1/2 1/2 1/2 1/2 1/2 3/4 3/4 7 9 11 -~2.5 9 11-32 .5 9 11-32.5 9 11-32.5 9 11-32.5 9 11-32.5 11-13 .5 17,-32.5 11-13.5 (17)32 .s 13.5 17 21-32.5 17 21 26-32.5 17 21 26-32 .5 Weight (lbs) 94 81 66 83 68 97 79 143 117 158 129 164 134 163 106 208 135 218 141 167 182 152 244 204 170 304 264 230 .. ·)>·-:~~~H}:/': __ .::.: .. · .. DESIGN-FLOW® High Density PolyE!tHylentf P.lp~{.Fittirigs meet dimensions and requ irements cf ASTM F 2206, ASTM F 714 , ASTM D 3035, AWWA C901/C906 and NSF 61 standards as applicable . 1-800-499-6927 Page 2 • 3 www.indpipe.net Issued January 1, 2009 Version 1.4.1 ~ ! : .. : • . .. · .. :., . ::;· : ·_: __ :·:}i·: ·.:,:_ .... . <l: .· .. ·;'.}{;}·/::::~;::,.: ; : ·,: ·:i . ' .. ; . d> ·- . I 0ES1GN"~w· C.onvoluted .. Ductile.-lron IPS Bolt Rings··,(p~~t~:) ·. ·:i ~. ·. ·Cc..:,,,,o Designed Specifically, .{_o~:'.-l:1 _$e · with HDPE Flange Ad~.Rt~~* ASME / ANSI 816.5, B16.47~~;i.:_,~L 150 816.1 CL125 AWWAC207 B,D & E (Dimensions in Inches) U.S. Patent# 7,401,821 JPS 1 ,. f , .,'}·' Bolt 1, T t : ~::,: ~-Stft ore \, Nominal OD '· ;ID·: !It {Thickness) Size .,,C i,rcl.e .. .:.. .I'• .. 1.63 . 1r,,•;.~~-,),t;,.. ,I 16" 23.50 1a:ie~~ . _;,~1 ._25 1.84 ,· ... .. . . ' •.;•.-. •.;, . ., .. <l'. 18" 1.70 25.00 .1~'.3~; f •.... 22.75 2.00 · ... •._,;., .... .; ~:-. . 20" 1.84 27.50 20~38 1f' t2s.oo· 2 .23 .. .. 22" 2 .41 29.50 22.38 27.25 24'' 2.16 32.00 24.38 29.50 -----2 .56 . 26" 2.50 34.25 :'.i~-r~h r·~i1.1-s , . .. ,•ti•• . • . .. 28" 2.59 36.50 .. -~-1;~!,;t; ~-f~t:~~--- 2.28 . .0:~r ., :;.~~-.~:, :·.r· ·: .1 ~-.-• 30" 38.75 30.38.,··· ··'3'6.bO 2.47 . ?'t:·:':·.d .. ~:~ :7 ··= .t. : . .. 32" 2 .56 41.75 '~·. . 32:,~lJ'.i} :;' , 38.50 ....... :. : .. · ;· ,:"l , .... 34" 2.88 43.75 34.38 40.50 2.75 : ~ 36" 46.00 36.38 42.75 ,.. 3 .00 42" 3 .25 53.00 42.38 49.50 is.s·ti t;: .·;·,, .... :,• ;:_ 48" 3.63 59.50 ,·,:.56.00 '... ' .1..,,1.,,.":•,. :,r·IJ .. ,.· •. · t •:: ~ ;~-... ~- u ... -. "BETTER BY DESIGN"® CroAA Sedlon : .'l ., Number Of Bolt a Holes ·-.. i 16 • . .. 16 20 20 20 24 '· .. 28 .... _ .. , .... .' 28 ,. __ ;.: . 28 32 32 36 44 - l I I -----co Diameter WPR Of Bolt (psi) Holes 1-1/8" 160 : 275 1-1/4" 160 275 1-1/4" 160 275 1-3/8" 275 1-3/8" 160 275 1-3/8" 200 1-3/8" 200 1-3/8" 100 160 1-5/8" 160 1-5/8" 160 1-5/8" 100 160 1-5/8" 100 1-5/8" 80 ,. ' Weight Qbs) 39 48 42 53 57 70 80 80 103 109 130 118 139 165 191 193 214 265 354 WPR (working pressure rating) is for free~fl~~~oi&~it;~.ii:HP.~t }ja.~ge adapters and includes a 2:1 safety factor. T~ese are cast convoluted ductile Iron m~p>~!~;·~f~~th :~5, colt-hole p~ttem; the material is in compliance wilh ASTM A536 GR 65145112 and surfaced '?'~:~:~~J'.'~~:~l~,~~s~d enamel paint .. ::··-. ..,. 1-800-499""6927 . ,y Page 3 -3 www.lndpipe.net Issued January 1, 2009 Version 1.4.1 ,;· .. . : ?-.· . .-.; WEIR PLATE GUIDE FRAMES Item Number I 2 3 REVISI ON HISTORY REV DESCRIPTION DA TE APPROVED 1/2" x 4" headed studs@ 12" OC 4.500 I.D. i----ff-------4.500 1.D. 5.000 112·· stainless 316L DETAIL A G I I I I I I I I I I I I i---------------144.000--------------1 A Document Title Material Quantity Number Weir Guide Top Plate Stainless t Steel , 316 Weir Guide Side Plates Stainless 2 Steel. 316 1/2" X 4" HEADED STUDS Sta inless 12 Steel. 316 NAME DATE DRAWN re b 02106/09 CHECKED ENGAPPR MGRAPPR UNLESS OTHERWISE SPECIFIED DIMENSIONS ARE IN INCHES ANGLES ±X.)(' 2 PL :tX.XX 3 PL :tX.XXX MERCER METALS TITLE Weir Guide SIZE OWGNO REV B Weir Guide ASM ALE NAME: Weir Guide rev .dft SCALE: WE IGHT: SHEET I OF I