Loading...
HomeMy WebLinkAboutContract 41904C\TY SECRETARY y-19 0 4 cONTRACTNO .-----City of Fort Worth, Texas Water Department EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL NO. 3 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX PREPARED BY: Camp Dresser & McKee Inc . Texas R e gi strati on No . F-3043 IN ASS O CIATION W ITH : Chiang, Patel & Yerby, Inc . Gupta & As soci ates , Inc . CAPITAL PROJECT No . 1622 FEBRUARY 2011 CAMP DRESSER & McKEE INC . TEXAS REGISTRATION No F-3043 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 CITY OF FORT WORTH Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Capital Project No. 1622 ADDENDUM NO. 1 March 10, 2011 The Contract documents for the Eagle Mountain Water Treatment Plant, Clearwell No. 3 Project, for which bids are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 1. Bidders must acknowledge receipt of this Addendum on the Proposal -Part B. PROJECT MANUAL REVISIONS SECTION O 1656 -DISINFECTION OF POTABLE WATER FACILITIES a) Page 01656-1 , Paragraph 3.01.B, Add the following at the end of the sentence "or as approved otherwise by Engineer." SECTION 05515 -METAL LADDERS AND ACCESSORIES a) Page 05515-2 , Paragraph 2.01.C .6 , Delete paragraph in its entirety. SECTION 11319 -SUBMERSIBLE PUMPS a) Page 11319-5 , Paragraph 1.07.B, Replace term "five (5) years" with "two (2) years ". SECTION 13205 -WIRE AND STRAND WRAPPED PRESTRESSED CONCRETE TANKS a) Page 13205-11 , Paragraph 2.02 .G.2 .h, replace the entire paragraph with the following : "h. Hardware. Locking and latching accessory device shall be provided with each roof hatch . ADDENDUM No. I Device shall be a recessed padlock hasp covered by a flush hinged lid . Furnish all- weather corrosion-resistant padlock of maximum diameter and size with each hatch." March 10 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 SECTION 13300 -INSTRUMENTATION AND CONTROLS -GENERAL PROVISIONS a) Page 13300-15, Paragraph 3 .02. B.l replace the entire paragraph with the following: "l. Prior to startup, the installed instruments shall be certified that they are ready for operation. All preliminary testing, inspection , and calibration shall be complete as defined in the ORT." b) Page 13300-16, Paragraph 3 .02. B.6 replace the entire paragraph with the following : "6 . Upon successful completion of the FDT, the Contractor shall submit a record copy of the test results to the Owner and Engineer." c) Page 13300-16, Section 3 .02 . C Delete Section in its entirety . SECTION 15100 -VALVES a) Page 15100-10, Paragraph 2.03.B. Replace the first sentence with the following: "Valves of resilient seated design shall be manufactured by American Flow Control; Mueller Co .; Clow; J & S Valves, or approved equal." SECTION 16486-MECHANICAL EQUIPMENT MANUFACTURER'S PROVIDED CONTROL PANELS a) Page 16486-1, Paragraph 1.02, add the following: "E . Section 11216 Sump Pumps F. Section 13300 Instrumentation and Controls -General Provisions" b) Page 16486-11. Section 2.03.D.3 "Panel Interior Ambient Control " Delete Section in its entirety. c) Page 16486 -12 . Section 2 .03 .D.4 "Enclosure fans" Delete Section in its entirety. d) Page 16486-15. Section 2.06 "Programmable Logic Controller (PLC)" Delete Section in its entirety. e) Page 16486-15. Section 2 .07 "Operations Interface Terminal (OIT)" Delete Section in its entirety. f) Page 16486-16. Section 2.08 "Remote Monitoring and Control Interface " AD DENDUM No. I 2 March 10 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1. Replace Paragraph 2.08A with the following : "General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate terminal block. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as described in the Control Strategies in Division 13". 2 . Delete Paragraphs 2 .08 C through 2 .08F. SECTION 16500 LIGHTING SYSTEM a) Page 16500-4 . Section 2.02 .B "Fixed Mount" Delete paragraphs 2.02B .1, 2 .02B.2 and 2 .02B.4. ORA WING REVISIONS SHEET S-2 -CLEARWELL DRAINBOX No. 2 PLANS AND SECTIONS a) Revise the two call-outs "AL. 36"x 36" HATCH" to read as follows : "AL. 36"x 36" HATCH (BILCO TYPE KOR EQUAL)" b) Revise the two call-outs "AL. 48 "x 36" HATCH" to read as follows : "AL. 48"x 36" HATCH (BILCO TYPE KOR EQUAL)" SHEET M-2 -CLEARWELL No. 3 PLAN AND SECTIONS a) PLAN: Revise the screened roof vent callout "Screened Roof Vent (TYP OF 2)" to read "Screened Roof Vent (PER TANK MFR)". b) Note 7: Change "Handrail" to "Guardrail" in the second sentence. Add the following sentence at the end, "Guardrail, exterior ladder and interior ladder shall be provided for both the roof hatches ." c) Note 4; Add the following sentence at the end of the note; "Inlet and outlet piping shall be designed and provided with all necessary fittings and restraint to permit pressure testing of the respective pipe segments into the tank at the required pressures specific in Division 1." SHEET M-3 -CLEAR WELL No. 3 PLAN AND SECTIONS a) Section 5; Revise call-outs noted as " 36" DI ... "to" 36" CS ... " END OF ADDENDUM NO. 1 ADDENDUM No . I 3 Ma rch IO 20 11 City of Fort Worth, Texas Water Department EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL NO. 3 PREPARED BY: Camp Dresser & McKee Inc . Texas Registration No. F-3043 IN ASSOCIATION WITH: Chiang, Patel & Yerby, Inc . Gupta & Associates, Inc . CAPITAL PROJECT No. 1622 FEBRUARY 2011 CAMP .DR~ER & McKEE INC. TEXAS REGISTRATION No F-3043 City of Fort Worth Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Division 1 Division 2 Division 9 Division 11 Division 13 Division 15 Division 2 Division 1 Division 3 Division 5 Specification Seals February 2011 (All Sections except 01455 , 01612 , 01614 (02050 thru 02270 and 2490) ~~~ (02613 thru 02658) (All Sections) (All Sections) (13205) (All Sections) (02271 and 02535) (01455 , 01612 and 01614) (All Sections) (All Sections) CAMP DRESSER & McKEE INC . TEXAS REGISTRATION No F-3043 Division 13 (13300) Division 16 (All Sections) City of Fort Worth Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Division 1 Division 2 Division 9 Division 11 Division 13 Division 15 Division 2 Specification Seals February 2011 (All Sections except 01455 , 01612 , 01614) (02050 thru 02270 and 2490) (02613 thru 02658) (All Sections) (All Sections) (13205) (All Sections) (02271 and 02535) Division 1 (01455, 01612 and 01614) Division 3 (All Sections) Division 5 (All Sections) Division 13 (13300) Division 16 (All Sections) City of Fort Worth Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Specification Seals February 2011 Division 1 Division 2 (All Sections except 01455 , 01612, 01614) (02050 thru 02270 and 2490) Division 9 Division 11 Division 13 Division 15 Division 2 (02613 thru 02658) (All Sections) (All Sections) (13205) (All Sections) (02271 and 02535) Division 1 (01455, 01612 and 01614) Division 3 (All Sections) Division 5 (All Sections) :!00,, ........ ,,,,, -OF r~ \\\ ~ ........ ~.A , • . ·····,-"I.SI .. *... · .. * •, * :' ... *'" ........................ ·····~ Division 13 (13300) ~ LARRY J . REYNOLDS ~ ~ ............................. J ~, ~ \ 98651 :' I§ J 1ft ~··.{IC£NS~~.··~, ,, ~& ........ ··~(3. ,,,,, \\\ StONA'{1 Division 16 (All Sections) '''":::Z, f _,,,,,,, --tOFT ,, : ~ .......... {,t~ ,, ; Clj~ .... * ·-~., •, '• .. . * 1i , . ~ ., , *: .. * 'I. ,. ................................ "/. f. C HUN FOR WONG "I f. ................................ J ,,, -<>...... 9 2 0 6~9 ./'<" j ·t~· .. ~ICEN .~ .. · ,:' ' ...... -' \. ,,,- i,/ t'/ ti . City of Fort Worth Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Division 1 Division 2 Division 9 Division 11 Division 13 Division 15 Division 2 Division 1 Division 3 Division 5 Specification Seals February 2011 (All Sections except 01455 , 01612 , 01614) (02050 thru 02270 and 2490) (02613 thru 02658) (All Sections) (All Sections) (13205) (All Sections) (02271 and 02535) (01455 , 01612 and 01614) (All Sections) (All Sections) Division 13 (13300) Division 16 (All Sections) ~, ... ,,,,,~ 0 "1 ~' <!:. OF r~:-• .. ~·/ _ .. ~"\ !:"··········':~ •• ;, .re,"'..··· * ···td' •, '"/,I : ... ·· ....• \ -.1 \•'-J ... : ....................... , ....... s 'MOULOUD SAOOUDI ~ t···~··························:···t11 ,. . 6 . ti ,. ~-. 946 1 .-~'};-"· -,. •, < Q -·~:v-,,o.,(-·· .. 1 C"" NS~ ····~v-. ·~ ... ._ ... .,.),; .. ''\S's ......... r!:.~v-• ,,, ION .A.L ~~-'"''It~ ~ .:,J'c...,J i-:J ; . City of Fort Worth Eagle Mountain WTP Clearwell No . 3 TABLE OF CONTENTS PART A -NOTICE TO BIDDERS Notice to Bidders Special Instructions to Bidders PART B -PROPOSAL (Completed Forms to be submitted with Proposal) Proposal City of Fort Worth Minority and Women Business Enterprise Bid Specifications Texas Water Development Board Forms Certification Regarding Debarment, Suspension, and Other Responsibility Matters (SRF-404) Bidder's EEO/NSF Certifications (WRD-255) Vendor Compliance with Reciprocity on Non-Resident Bidders (WRD-259) Texas Water Development Board (TWDB) Disadvantaged Business Enterprise (DBE) Review Useful Information for Completing & Submitting DBE Forms (TWDB_DBE-0650) Prime Contractor Affirmative Steps Certification and Goals (WRD-217) DBE Subcontractor Performance (DBE-6100-03) DBE Subcontractor Utilization (DBE-6100-04) PART C -GENERAL CONDITIONS PART Cl -SUPPLEMENTARY CONDITIONS (TO PART C) TEXAS WATER DEVELOPMENT BOARD SUPPLEMENTAL CONTRACT CONDITIONS (TWDB-0550) Instructions to Bidders Supplemental Contract Conditions Contractor's Act of AssuranGe (ED-103) Contractor's Resolution on Authorized Representative (ED-104) Affirmative Steps Solicitation Report (WRD-216) Loan/Grant Participation Summary (WRD-373) DBE Subcontractor Participation (DBE-6100-02) PART D -SPECIAL CONDITIONS PART F -BONDS Certificate of Insurance Contractor Compliance with Worker' s'Compensation Law Performance Bond Payment Bond Maintenance Bond PARTG -CONTRACT TOC.doc TOC-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART E -TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01005 01010 01011 01025 01035 01040 OlllO 01170 01172 01200 01300 01315 01410 01455 01500 01510 01600 01610 01612 01614 01656 01665 01666 01680 01700 01710 01720 01730 01740 Abbreviations Summary of Wark Site Conditions Measurement and Payment Control of Wark Construction Sequence Environmental Protection Procedures Special Provisions Pipe Penetrations Project Meetings Submittals Progress Schedule and Reports Testing and Testing Laboratory Services Special Tests and Inspections Temporary Facilities Construction Temporary Controls Delivery, Storage and Handling Material and Equipment Seismic Design Criteria Wind Design Criteria Disinfection of Potable Water Facilities Trench Safety Requirements Testing of Pipelines Water Tightness Test for Hydraulic Structures Contract Closeout Cleaning Project Record Documents Operating and Maintenance Data Warranties and Bonds DIVISION 2 -SITEWORK TDC .doc 02050 02100 02140 02200 02221 02230 02270 02271 02490 02535 02613 02615 02616 02640 02658 Demolition Site Preparation Dewatering and Drainage Earthwork Trenching, Backfilling and Compaction Granular Fill Materials Sedimentation and Erosion Control Riprap Loaming, Hydroseeding and Erosion Control Pavement Concrete Pressure Pipe and Fittings Steel Pipe and Fittings Buried Ductile Iron Pipe and Fittings Buried Valves, Hydrants and Appurtenances Connections to and Work on the Existing System TOC-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 DIVISION 3 -CONCRETE 0 3 100 03200 03250 03300 03350 03600 Concrete Forrnwork Concrete Reinforcement Concrete Joints and Joint Accessories Cast-in-Place Concrete Concrete Finishes Grouts DIVISION 5-METALS 05515 Aluminum Ladders and Accessories DIVISION 9 -FINISHES 09821 09901 09902 Cementitious Finish Surface Preparation and Shop Prime Painting Finish Painting DIVISION 11 -EQUIPMENT 11216 11319 Sump Pumps Submersible Pumps DIVISION 13 -SPECIAL CONSTRUCTION 13205 13300 Wire and Strand Wrapped Prestressed Concrete Tanks Instrumentation and Controls -General Provisions DIVISION 15-MECHANICAL 15052 15061 15064 15072 15100 15120 15140 Pipe Testing -General Requirements Steel Pipe and Fittings Plastic Pipe and Fittings Ductile Iron Pipe and Fittings Valves Piping Specialties Pipe Hangers and Supports DIVISION 16 -ELECTRICAL TOC .doc 16000 16045 16060 16120 16196 16475 16486 16500 16600 16660 Electrical -General Provisions Electrical Support Hardware Electrical Demolition Wires and Cables (600V Maximum) Low Voltage Surge Protecti ve Devices (SPDs) Low Voltage Enclosed Circuit Breakers and Disconnect Switches Mechanical Manufacturer's Provided Control Panels Lighting System Underground System Grounding System END OF SECTION TOC-3 February 2011 PART A NOTICE TO BIDDERS City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Sealed proposals for construction of the PART A NOTICE TO BIDbERS EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL NO. 3 PROJECT CAPITAL PROJECT NO. 1622 will be received at the Purchasing office, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, until 1 :30 P.M., on March 17, 2011 , and will be publicly opened and read aloud approximately 30 minutes later in the City Council Chambers. Contract Documents have been prepared by Camp Dresser & McKee Inc., (817) 332-8727, 777 Taylor Street, Suite 1050, Fort Worth, T .exas 76102, and may be examined without charge at its office. Contract Documents may be obtained from Camp Dresser & McKee Inc . at the above address for a non-refundable charge of: Set of one-half size Plans and Specifications: Set of full-size Plans and Specifications: $150.00 $200.00 Documents may also be obtained free of charge at the City of Fort Worth online document management system (Buzzsaw). Contact Fred Griffin for access to the site at Fred.Griffin@fortworthgov.org. However, any Contractor wishing to bid the proj ect must purchase a hard copy of the contract documents from Camp Dresser & McKee, which will be turned in with their bid. General Contract Documents and Specifications for the Water Department Projects, dated January 1, 1978 , with the latest revisions, also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the Planning & Engineering Division Office of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas, 76102. The major work for this project includes construction of a 3.5-Mgal A WW A DUO, Type III pre- stressed concrete tank and related appurtenances and structures and installation of approximately 200- LF of 72-in and 140-LF of 54-in Filtered Water Pipe and associated valves. All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders . The City reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount ofnot less than five percent (5%) of the b id submitted (per the Instructions to Bidders) must accompany the bid. For additional information , please contact Mr. Chad Bartruff, P .E., Camp Dresser & McKee Inc. at (817) 332-8727 . Publication Dates: February 17, 2011 and February 24, 2011 Part A Notice to Bidders .doc A-1 Feb ruar y 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Part A Notice to Bidders.doc (THIS PAGE LEFT BLANK INTENTIONALLY) A-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 SPECIAL INSTRUCTIONS TO BIDDERS 1. SPECIAL PREOUALIFICA TION REQUIREMENTS. All contractors submitting bids are required to meet the Fort Worth Water Department special pre-qualification requirements for this project prior to submitting bids. Previous pregualification by the Fort Worth Water Department will not be considered as meeting this requirement. This one-time special project-specific process will prequalify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed project manager and project superintendent. It is the bidder's responsibility to submit documentation for those items listed below, to the Director of the Water Department or his designated representative, at least fourteen ( 14) calendar days prior to the date of bid opening. The bidder is not required to submit additional "Experience Record", "Equipment Schedule", and "Financial Statement" on Owner furnished forms one week prior to the bid opening as described in the first paragraph of C2-2.1 of the General Conditions. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least seven (7) calendar days prior to the date of the opening bids. a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. b) FINANCIAL STATEMENT. The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (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. c) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received . Experience must be on projects that were completed no more than 5 years prior to the date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done. d) 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. e) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. Part A Notice to Bidders.doc A-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 In the event the Bidder on this contract is a Joint Venture, financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the each joint venturer. 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 venturer shall have the necessary experience and equipment, rather that combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review . The Water Department will review each pre-qualification submittal. The following conditions will apply : a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) The City, in its sole discretion, may reject a bid for failure to demonstrate acceptable performance, experience and/or expertise. c) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened , shall not be considered . d) 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 be a wavier of any necessary pre-qualifications. For additional information contact Chris Harder, Fort Worth Water Department at (817) 392-6820 (FAX 817-392-8195). Pre-qualification submittal should be sent to : Mr. Chris Harder, P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth , TX 76102-6212 2 . EXAMINATION OF CONTRACT DOCUMENTS AND SITE : Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b ) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, (c) familiarize himself with federal , state and local laws , ordinances, rules and regulations affecting performance of the work, and ( d) carefully correlate his observations with the requirements of the Contract Documents. Part A Notice to Bidders .doc A-4 February 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees the accuracy of the data. Before submitting his Bid each Bidder will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665as amended by the 72nd Session of the Texas legislature and amended by the 73rd Session of the Texas Legislature with HB 1569. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 4. 3 . BID FORM (PROPOSAL) Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid. Supplemental data to be furnished shall be included in same sealed envelope with Proposal. Bid (Proposal) Forms must be completed in ink. The Bid price of each item on the form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. Bids by corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. All names must be printed below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which shall be filled in on the Bid Form). 4. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents . Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete Specifications book or face rejection of the bid as non - responsive. Revised bid forms issued by addenda shall be stapled to the original bid form in the specifications book prior to submission. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. 5. MODIFICATIONS AND WITHDRAWAL OF BIDS. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Bids may not be withdrawn after opening of Bids for the period set forth in the Notice to Bidders. Part A Notice to Bidders .doc A-5 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 re t urned unopened. 7 . BIDS TO REMAIN OPEN. All Bids shall remain open for the period of time set forth in the Invitation for Bids, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date . 8. AW ARD OF CONTRACT. Owner reserves the right to reject any and all Bids and waive any and all formalities , and the right to disregard all nonconforming or conditional Bids or counter proposals. In evaluating Bids, Owner will consider the qualifications of the Bidders , whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms . Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time . Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction . If a contract is to be awarded, it will 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. It is expected that the Owner's evaluation of bids and award of contract will be made as set forth in the Invitation for Bids . The successful bidder will be notified by a Notice of Award which may be a letter or telegram. Time of completion is very important and failure to meet completion schedule will subject the Contractor to liquidated damages as provided in the Supplementary Conditions section of the Contract. 9. EXECUTION OF CONTRACT. The accepted Bidder, within ten (10) days after formal notice of award, shall execute the formal Contract Agreement and required Bonds on the forms prepared and submitted by the Owner. The Owner will issue a Notice to Proceed authorizing the Contractor to commence work . 10. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE) All Bidders shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Minority and Women Business Enterprises (M/WBE) in the procurement of services with a fee of $25 ,000 or more by establishing an M/WBE goal. Within five (5) City business days from proposal submittal date, exclusive of the proposal submittal date, all Bidders will be required to submit information concerning the M/WBE(s) that will participate in the contract. The M/WBE goal is 8 % . The information shall include: ( 1) the name, address and telephone number of each M/WBE; (2) the description of the work to be performed by each M/WBE; and (3) the approximate dollar amount/percentage of the participation. Part A Notice to Bidd ers .doc A-6 Febru ary 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 The M/WBE finn( s) must be located or doing business in the City's geographic market area that includes the following nine (9) counties : Tarrant, Parker, Johnson, Collin , Dallas, Denton , Ellis , Kaufman and Rockwall. The M/WBE firm(s) must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA), or Texas Department of Transportation (TXDOT), Highway Division prior to recommendation for award being made by the City Council. If you will not have any M/WBE participation during this contract, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure M/WBE participation . Failure to submit the M/WBE participation information or the detailed explanation of the Bidders ' s Good and Honest Efforts to meet or exceed the stated M/WBEgoal, may Render the proposal non-responsive . 11. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the bid submitted . The Bid Security must accompany the bid and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded . The Bid Security shall be included in the envelope containing the bid proposal. Failure to submit the Bid Security will result in the proposal not being considered for this project. Bidder's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of bids, unless the Bidder agrees to an extension . The surety must be licensed to do business in the state of Texas. 12 . BONDS: For projects in excess of $25 ,000, the successful Bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253 , as amended . In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. For this contract, the following bonds shall be provided : (1) a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work; (2) a Performance Bond shall be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans , specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth ; (3) a two-year Maintenance Bond shall be provided, in the amount of the contract. Part A Notice to Bidders .doc A-7 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 13 AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 14 . WAGE RATES. Not less that the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents, must be paid on this project. 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 than the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located . "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contract whose ultimate parent company or majority owner has a place of business in the State of Texas . This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 16. AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officer, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents , employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitation to advertisement for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply wit the above referenced Policy concerning age discrimination in the performance of the contract. Part A Notice to Bidders .doc A -8 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 17 . DISABILITY: In accordance with provision of the American with Disabilities Act of 1990 (ADA), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability , terms and/or conditions of employment for applicants for employment with, or employees of the Contractor or any of its subcontractors. Contract warrants it will fully comply with ADA' s provision and any other applicable Federal, State, and local laws concerning disability and will defend , indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 18 . ADDENDA: Bidders wanting further information , interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services , at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the fort Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders . Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer. 20. PRE-BID CONFERENCE: The pre-bid conference for bidding Contractors will be held by representatives of the Fort Worth Water Department and the Consulting Engineers in the Conference Room at the Eagle Mountain Water Treatment Plant, 6801 Bowman Roberts Road , Fort Worth , Tex as 76179 on March 3 at 10 :30 a.m. This conference is for the purpose of interpretation for bidding Contractors of Contract Documents, including plans and specifications, for construction of the Project. Only comments addressed in subsequent Addenda will be binding. 21. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS : This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Contractor shall submit with their proposal the following TWDB forms . -Prime Contractor Affirmative Steps Certification and Goals (WRD-217 ) -Certification Regarding Debarment, Suspension, and Other Responsibil ity Matters (SRF-404) -Bidder's EEO/NSF Certifications (WRD-255) -Vendor Compliance with Reciprocity on Non-Resident Bidders (WRD -259) -DBE Subcontractor Performance (DBE-6100-03) -DBE Subcontractor Utilization (DBE-6100-04) Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board . Neither the State of Texas nor any of its departments , agencies , or employees are or will be a party to this Invitation for Bids or any resulting contract. Part A Notice to Bidders .doc A-9 Fe bruary 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Equal Opportunity in Employment -All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. This contract is subject to the EPA established Minority Business Enterprise (MBE) / Women's Business Enterprise (WBE) "fair share" goals, DBE-0650. Refer to Part C 1 of these Documents, EPA and TWDB Supplemental Conditions -Instructions to Bidders for additional requirements and instruction. END OF SECTION Part A Notice to Bidders .doc A-10 February 2011 PARTB PROPOSAL City of Fort Worth Eagle Mountain WTP Clearwell No. 3 TO: iv1R. TOM HIGGINS ACTING CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS PARTB PROPOSAL FOR: EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL NO. 3 PROJECT CAPITAL PROJECT No. 1622 Pursuant to the foregoing "Instructions to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish acceptable Performance; Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Item No. 1 2 Estimated Quantity 1 L.S. 1 L.S. Part B Proposal.doc Brief Description of Item With Unit Bid Price in Words Construction of Clearwell No. Project and associated facilities, exclusive of Items No. 2 and No. 3. One million four hundred .,,s=i =x=t ... v~t=h=o=u=sa=n=d"'--____ Dollars Unit Bid Price in Figures Amount in Figures and no Cents $ 1 , 4 6 o , o o o . o o $ 1 , 4 6 o , o o o . o o perLumpSum Clearwell No. 3 as proposed by the selected GST Manufacturer listed below. One million five hundred $1,500,000.00 $1,500,000 .00 thousand Dollars and __ n_o ________ Cents per Lump Sum B-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Item No. 3 Estimated Quantity Brief Description of Item With Unit Bid Price in Words Design, Installation· and Removal of Trench Safety System __ F_i _f-'-t-'-e-'-e_n ______ ~Dollars and ___ n_o ______ Cents per Linear Foot Unit Bid Price in Figures $ 15 . 00 Amount in Figures $ 5,2 5 0 .00 ~ Maximum linear footage to be determined by the Bidder and entered here. Linear footage shall not be less than 350 L.F. TOTAL BASE PROPOSAL PRICE (Items 1 through 3) ____________ _ (in words) Two million nine hundred sixty five thousand __ t_w_o _h_u_n_d_r_e_d_f_i_f_t.,._y_d_o_l _l_a_r_s _______ ($) 2 , 9 6 5 , 2 5 O . O O (in fi gures) Bidder shall list below the subcontractor/material supplier firms that will be us ed on this project to furnish Clearwell No. 3 per Section 13205. The Clearwell No . 3 GST Manufacturer will be __ ~P~r~e~l~o~a~d~------------- The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to Substantially Complete the Work and Totally Complete the Work within the Calendar Days specified in Paragraph D-15 of Part D -Special Conditions. The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Bidders: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to Non-Resident Bidders. The law provides that, in order to be awarded a contract as low bidder, Non-Resident Bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas Resident Bidder by the same amount that Texas Resident Bidder would be required to underbid a Non-Resident Bidders in order to obtain a comparable contract in the state in which the Non-Resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all Non-Resident Bidders in order for your bid to meet specifications . The failure of out of state or Non-Resident Bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. Part B Proposal.doc B-2 February 2011 City of Fort Worth Eagle Mountain wrP Clearwell No. 3 A. LI Non-resident vendors in _____ (give state), our principal place of B. 12S business, are required to be percent lower than resident bidders by state law. Non-resident vendors in ____ (give state), are not required to Underbid resident bidders. Our principal place of business or corporate offices are in the State of Texas Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder shall execute the formal contract and shall deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as Liquidated Damages for delay and additional work caused th er eby. MINORITY/WOMENS BUSINESS ENTERPRISE (MIWBE): • I am aware that I must submit information to the Fort W orth Water Department concerning the M!WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, LLC . By: Address: Comp Printed Name of Principal 4775 North Freeway Street President Fort Worth, TX 76106 City Phone: 817 926 4377 Fax: 817. 926. 4387 Email: ------------ Receipt is acknowledged~ following addenda (initials): Addendum No.~ . Addendum No. 2: __ Addendum No. 3: __ _ Part B Proposal.doc B-3 Title Zip Fe bruary 2011 - - - - City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not applicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractua l basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is ___ 8 __ % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the fol lowing: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated , in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form , if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form , if participation is less than stated goal : 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE articipation : 4. Prime Contractor Waiver Form, if you will perform all subcontract ing/supplier work : 5. Joint Venture Form , if utilize a joint venture to met or exceed goal. received by 5:00 p .m., five (5) City business days after the bid openin date, exclusive of the bid opening date . received by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid openi ng date . received by 5:00 p .m., five (5) City business days after the bid openin date, exclusive of the bid openin 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 a~er the bid opening date , exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104 . - - - - - - FORT WORTH ~ PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 Check applicable block to describe prime M/W/DBE NON-M/W/DBE BID DATE Prime's M/WBE Project Utilization: PROJECT NUMBER O/o 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/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i .e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AW ARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, 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 . 5130103 FORTWORTH ~ ATIACHMENT 1A Page 2 of 4 Primes are required to id entify 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 (che ck 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 Rev. 5/30/03 - - - - - - -foRTWORTH ~ ATIACH ME NT 1A Pag e 3 of 4 Primes are required to identify ALL subcontractors/suppl ie r s, rega rdl ess of status ; i.e ., Minority , Women and non-M/WBEs . Please list M/WBE firms firs t, use additional sheets ifnecessary. Certification t (check one) < SUBCONTRACTOR/SUPPLIER r T T Detail Detail Company Name I N C X ~ Subcontracting Work Supplies Pu rc has ed Dollar Amount Address e M w T D \ Telephone/Fax r B B R 0 E E E C T E A Rev . 5/30/03 FoRr\VORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ATTACHMENT 1A Page4 of 4 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/or 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 interview s 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. Authorized Signature Printed Signature Title Contact Namerfitle (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev . 5/30/03 - - - - - - - FORT V\TORTH ._, w· PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Prime Contracto r Waiver Form PROJECT NUMBER ATTACHMENT 18 Page 1 of 1 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If both answers to this form are YES, do not complete ATTACHMENT lC(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT IC . This form is only applicable ifb.o..t.h answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m .• five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non- responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is NO your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Na me (if different) Company Na me Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 - - - - - - - FORT WORTH w· PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT1C Page 1 of 3 Check applicable block to describe prime I M/W/DBE I I NON -M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have 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 knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing 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°d 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 ofM/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!!.!.!!!£ of M/WBE firm, person contacted, phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 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, ifnecessarv, and attach.) Company Name Telepho" Contact Person Scope of Work Reason for e Rejection Rev. 05/30/03 - - - ADDITIONAL INFORMATION: ATTACHMENT1C Page 3 of 3 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 off eror and barred from participating in City work for a period of time not less than one (1) year. - The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment lC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Number Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Email Address Date Rev. 05/30/03 - - - - - - FORTW°ORTH -·w· CITY OF FORT WORTH Joint Venture Eligibility Form All questions mu st be answered; use "NA" if applicable. Joint V entu re Page 1 of 3 Name of City project: -------,--:,--,----:------------------------ A j oint ve ntu re fo nn mus t be comp lete d on each project RFP/Bid/Purchasing N umber: ____________ _ 1. Joint venture information: Joi nt Venture Name: Joint Venture Address : (If app licable) Telephone : Facs im ile: E-ma il address: Cellular: Id entify the firm s that compri se the joint ven ture : P lease attach extra sheets if additional space is required to provide detailed explanations of work to be oerformed bv each firm comnrisinf! the ioint venture M/WBE firm I Non-M/WBE I name: firm name: B usiness Address: Business Address : Ci ty, State, Zi p : City , Sta te, Zip: Telephon e Facsimile E-mai l Telephone Facsimile Cellular Cell u lar Certification Sta t us: E -mai l address Name of Certifying Age nc y : 2 S . f k cope o wor per orme db h J . V ,y t e omt enture: Describe the scope of w ork of the M/WBE: Describe the sc ope of work of the non-M/WBE: R"" t:;/"ln/lrl?, 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 agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------b. Marketing and Sales ----------------------------------. ----------- C. Hiring and Firing of management personnel ----------------------------------------------d . Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev. 5/30//03 - - - - - Join t Venture P 3 f 3 aqe 0 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's 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 firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of __________________ County of _____________ _ On this _____________ day of ________ , 20 __ , before me appeared and ------------------------------------------ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Public --------------------------Print Name Notary Public --::S--,-ign_a_tu_r_e ---------------------- Commission Expires -----------------------(seal) RP.V . 5/30//0'.l. - - - - - City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000 , the M/WBE oal is not a plicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitab le participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractua l basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance app ly to this bid . M/WBE PROJECT GOALS The City 's MBE/WBE goal on this project is ___ 8 __ % of the base bid value of the con tract. 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 fol lowing : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or ; 4. Joint Venture . SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department , within the fo ll owing times allocated , in order for the entire bid to be considered responsive to the specifications . 1. Subcontractor Utilization Form , if goal is met or exceeded : 2. Good Faith Effort and Subcontractor Utilization Form , if participat ion is less than stated goal : 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE articipation : 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work : 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid openin date , exclusive of the bid opening date. received by 5:00 p.m ., five (5) City bus iness days after the bid open ing date , exclusive of the bid opening date . received by 5:00 p.m ., five (5) City business days after the bid openin date , exclusive of the bid openin date. received by 5:00 p.m., five (5) City business days after the bid openin date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date , exclusive of the bid opening date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions , please contact the M/WBE Office at (817) 392-6104 . - - - - - PRIME COMPANY NAME: AUI Contractors, PROJECT NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 Check appUcable block to describe prime LLC. I MMl1DBE I xi NON-lWW/DBE Eagle Mountain Water Treatment Plant Clearwell #3 BID DATE March 17, 2011 City's MIWBE Project Goal: I Prima'• M/WBE Project Utilization: PROJECT NUMBER 8.0% 9.2 % 1622 Identify!!! subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Departrilent on or before 5:00 p.m. five (5) City business days after bid opening, exdusive 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 finn(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disquarlfication and will result ·in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant. Parker, Johnson, Collin, Dallas, Denton, EUis, 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 1st 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 businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). · If hauling services are utilized, the prime will be given credit as long as the M/\NBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MIWBE may lease trucks from another MNVBE 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 MJWBE as outlined in the lease aareemenl Rav. 5130/03 - - - - - - - - - FORT WORTH ~ 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. Certification N SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax (check one) 0 r1----~--1 n N T LKT Associates 3346 Country Rd 275 Melissa, TX 75454 JM Materials PO Box 199 Alvord, TX 76255 0. 940-427-2033 F. 940-427-2789 Preload Inc . 60 Commerce Drive Hauppauge, NY 11788 o . 631-231-8100 F. 631-231-8811. e M r B E 1 1. 1 Baugh & Associates, Incl 21228 Binford Rd Waller, TX 77484 0. 936-372-3377 F . 936 -372-3388 CF Electrical, Inc. 1. 2812 South Pipeline Rd Euless, TX 76040 0. 817-267-6000 F. 817-267-6002 Southern Star Concrete 1 8500 Freeport Pkwy N Suite 200 Irving, TX 75063 0. 972-621-0999 F. 214-277-7977 W C X M B T D W E R O B C T E A X X X X X X Detail Subcontracting Work Pres tressed concrete tank Electrical Detail Supplies Purchased Valves Aggregates Pipe & appurtenances Concrete Dollar Amount $220,202.00 $51,855.00 $1.,340,000 .00 $277 ,696 .00 $61.,956.00 $25,000.00 Rev . 5/30/03 - - - ATIACHMENT 1A Page3 of4 Primes are required to identify & subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MtWBEs. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax ITI' Water & Wastewater USA -Flygt Products 2400 Tarpley RD Carrollton, TX 75006 o. 972-418-2400 F. 972-426-9570 CMC Rebar 4846 Singleton Blvd Dallas, TX 75212 0. 214-631-6052 F. 214-638-4319 Sequin Fabricators PO Box 1230 Seguin, TX 78156 0. 830-379-4129 F. 830-379-0685 GCE Contracting, Inc. 102 Treeview Court Fort Worth, TX 76126 o. 817-443-3990 F. 817-443-3983 NTES PO Box 40129 Austin, TX 78704 0. 214-647-1496 F . 214-647-4799 Please list MIWBE firms first, use additional sheets if necessary. Certification N (check one) 0 y·1--------1 n N T Detail ~ M w ~ ~ : Subcontracting Work r B B R O B 1 1 1 1 1 E E C T E A X X X X Painting X Erosion control Detail Supplies Purchased Sump pumps Rebar Misc metals Dollar Amount $17,500.00 $12,000.00 $10,800.00 $3200.00 $2900.00 Rev .. 5/30#03 - AlTACHMENT 1A Page4 of4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $272,057.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $1,751,052.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $2,023,109.00 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 Req-uut 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. ~ Doug Wasik Printed Signature Civil Estimator Tltla Contact Nama#Tltla (If different) AUI Contractors, LLC 817-926-4377 Company Name Telephone and/or Fax 4775 North Freeway Address E-mall Addren Fort Worth, TX 76106 March 31, 2011 Clty/StateJZlp Data Rev. 5130/03 I I ( -· --··-______________________________ _.__ _______ _ Disadvantaged Business Enterprise Certification J.M. Materials; Inc Disadvantaged Business Enterprise )las filed ,,.1t11 the Agency an Affiduvlt as defined by 49 CFR Pare 26 lilid la hereby certified to provide senice(s) In the rollowlng nreas: 484220; Specialized Freight (except Used Goods) Truc;klng, Local; Thill Certification is vttlld beglnlng March 2011 and supcrccded 1my n:glstrnifon or llsti11g · previously issued. Tbls ccrdfic11tlon must nc upduted 11miuull)' by 1111b·mtssiou of tili Anmu1l Update Affidavll .• At 1111y time tl1crc 111 a change in ow11orRblp or control of tl1e firm, notifltntion must be n111dc Immediately to the North Ceutr11I 'Jcxn., Regional Ce1·tUication Agency. : ..... March 12 Certificate e.tplration ___________ ,,20 Certlftcatio1i Admh1l.1trntor March 11 Issued datc ________________ .20 __ _ CERTIFICATION NO. WFDB48708Y0312 Lllho. k1 U.SA ·ifi."'<,· •I -.;.• 1f!fit1 ··~·~:~i1 [ Disat\l va11taged Business Ente rt prise Certification LKT & Associates, LLC Disadvantaged Business .Enterprise tb ibe Agency an Affidiwlt as dfflnec! by 49 CF.R Part 24> and is hereby certified to provide aervlce(s) in tqe following srens: 423720;424690 ;423830 ;424910; Heating Equipment-and Supplies (Hyoronics) Merchant Wholesalers; Other Allied Products Merchant Wholesalers; Industrial Machinery and Equipment ation is vaJid bllglnlng October 2010 and supt~rceded any regfa trnti{lri <>r Jistlng ·med. This certific11tfon mu st ne upd.ated annually by submission of an Annual Up.date Affid11v it..At any time ange in ownership or cont rol of the firm, n.odficatton must be ma.de imme.diutely to the North Central Texas rtmca.tion Agency. expiration October _____ ,20_2_1 _ Cct"f.fffi:'ati on\dmia!st r ator October 10 ·ued date -------·--·--·--··---·-------'20 ___ _ CERTIFICATION NO . WFD847027Y101 i ~f ;:>.'.:1t>:;:'.,;'::t.'· ::·5~'?:J~;~:1¥/~:: ,,._:.z:~,;;~'.~;~;;,~·l;:~:~;;;~\1i!-;r~'.1~ 1~if ;i:A.~~:-;,,:,::::~1~~i(~,~~;~;;\t;iJJ:~j~~~{~\:~'.~:~;:;~ .( - - - - - - FORT"WORTH -·w· PRIME COMPANY NAME : PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER ATTACHMENT1B Page 1 of 1 Ch eck applicable block to describe prime I M/W/DBE I I NON-M/W/DB E BID DATE If both answers to this form are YES, do not complete ATTACHMENT lC(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable . If the an swer to either question is NO, then you must complete ATTACHMENT lC. This form is only applicable ifhilth answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 µ.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non- responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed expl anation that proves based on the size and scope of thi s project, this is NO your normal business practice and provide an operational profile of your busines s. Will you perform this entire contract without suppliers? YES If yes, please provide a detail ed explanation that proves based on the size and scop e of this project, thi s is your normal business practi c e and provide an inventory profile of your busine ss. NO The bidder further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract , the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books , records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authori zed Signature Printed Signature Title Contac t Na me (if di ffe rent) Company N ame Phone Number Fax Numbe r Address Ema il Address City/Sta te /Zip Date Rev. 5/30/03 - - - - - - FORT WORTH "-, e· PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Good Faith Effort Form PROJECT NUMBER ATTACHMENT1C Page 1 of 3 Check applicable block to describe prime I M/W/DBE I I NON -M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is Jess than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing 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 2nd 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/WB E mail li sting to include name of firm and address and a dated copy ofletter 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 li st to include.!!.!.!!!£ of M/WBE firm, person contacted, phon e number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 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 Telepho~ Contact Person Scope of Work Reason for e Rejection Rev. 05/30/03 - ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 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 lC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Number Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Email Address Date Rev. 05/30/03 - - - - - FORTW°ORTH ._,, w· CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:--------------------------------- A joint venture form must be completed on each project RFP/Bid/Purchasing Number: ___________ _ 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 comwising the joint venture M/WBE firm I Non-M/WBE I name: firm name : Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Fac simile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2 S . f ti k cope o wor per orme db hJ" Vt ,y t e mnt en ure : Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE : 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 agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests : 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------b. Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel ----------------------------------------------d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance . Rev . 5/30//03 - - - - Joint Ve nture P 3 f3 aqe 0 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible . Failure to cooperate and/or provide requested information within the time specified is grounds for tennination of the eligibility process . The undersigned agree to permit audits , interviews with owners and examination of the books , records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws /ordinances concerning false _ statements or willful rnisre.P_!esentation of facts. ___________ ------------------------------------------------------------------------------------- Name ofM/WBE firm Na me ofnon-M/WB E firm Printed Name of O wn er Printed Name of Owner Signature o f Ow ner Sign ature o f Owner Printed Name of Owner Printed N ame of O wn er Signature of Owner Signature of Ow ner Title Titl e Date Date Notarization State of County of ------------------------------------ On this _____________ day of ________ , 20 __ , before me appeared and ------------------------------------------ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Public _______________________ _ Pri nt Name Notary Public --------------------------Signa ture Commission Expires-----------------------(s eal) RP.V . 5/30//0~ TEXAS WATER DEVELOPMENT BOARD DOCUMENTS SRF-404 (06/30/09) SRFNumber CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or ci villy charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal , State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001 , a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. AUI Contractors, LLC. Typed Name & Title of Authorized Representative I am u able to certify to the above statements. My explanation is attached. BIDDER'S CERTIFICATIONS Project Name: Eagle Mountain WTP Clearwell No. 3 Project Number: ----------------------- Con tract For: ----------------------- The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY~ WRD-255 01/2010 ()<'.) I have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. (x) I have participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all reports due under the requirements contained in 41 CFR 60-1. 7. ( ) I have not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 . (x) I will obtain a similar certification from any proposed subcontractor(s), when appropriate. B. NONSEGREGATED FACILITIES ( ) I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certificatio may be grounds for rejection of this bid proposal or termination of the contract award. AUI Contractors, LLC. B Typed 3 17 11 Date 4775 North Freeway Fort Worth, TX 76106 Name & Address of Bidder WRD-259 VENDOR COMPLIANCE WITH RECIPROCITY ON NON-RESIDENT BIDDERS Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non- resident bidder must 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 to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Tex.as. This requirement does not apply to a contract involving Federal funds. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident 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. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. x B. Our principal place of business or corporate offices are in the State of Texas: ____________ _ BIDDER: AUI Contractors, LLC. Company 4775 North Freeway, Fort Worth, TX 76106 City State Zip B Doug Alumbaugh By: (please print) Signature President Title: (please print) THIS FORM MUST BE RETURNED WITH THE BID Revised 02/23/09 TEXAS WATER DEVELOPMENT BOARD (TWDB) PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS WRD-217 I. PROJECT INFORMATION A. TWDB B. Applicant/Entity C. Loan/Grant G . Program Type Project No . Amount (i nsert "X" for all that apply) D Drinking Water SRF (DWSRF) D Clean Water SRF (CWSRF) D . Contract Number E. Prime Contractor F. Contract Amount 0 Colonia Wastewater (CWTAP) ~ DWSRF/American Re ;nvestment & AUi Contractors, LLC Recovery Act (ARRA) Funds CWSRF/ARRA Funds II. GOOD FAITH EFFORT (Applicable to all Sub-Agreements Awarded by the Prime Contractor) I uruferstarul tfzat it is my resporisi6ility to comp{y witfz aff state ant! f etfera( re9uCations arztf 9uitfa11ce in tfze uti{ization of Sma{{, ~i,wn·ty, 'Women-Ownea a11tf Smaff <Businesses irz <Ju,ra( )I reas, irr procurement. I certify tfzat I wiff ma~ a "fJootf faitfz effort" to affo~ opportu nities for Smaff <Business 'Err terprise (.S<B'E) ~irrority <B usiness 'En terprise (~<B'E) 'Womerr-Owrretf <Busirress 'Enterprise ('WB'E) ant! Smaff <Ju,ra( <Business )lreas (.S~JI) 6y: 1. Including qualified SBE , MBE , WBE and SBRA's on procurement solicitation lists ; 2. Soliciting potential SBE , MBE , WBE and SBRA's; 3. Reducing contract s ize/quantities, when economically feasible , to permit maximum participation by SBE , MBE , WBE and SBRA's; 4. Establ ish i ng delivery schedules to encourage participation by SBE , MBE , WBE and SBRA's; 5. Using the services and assistance of the Small Business Administration , Minority Business Development Agency, U .S . Department of Commerce, Texas Marketplace; 6. Submitting documentation to the Texas Water Development Board to verify good faith effort, steps 1-5 . Title B Doug Alumbaugh , President EXCEPTION As the Prime Contractor, I certify that I have reviewed the contract requirements and found no available subcontracting opportun ities . I also certify that I will fulfill 100 percent of the contract requirements with my own employees & resources . D (check if applicable) Certification Date 3/17/2011 Total Procurement Potential MBE Participation Potential WBE Participation Cost Category Total Goal Extension Goal Extension Construction $ 2,965,250 34.8% $ 1,031,907 6.7% $ 198,672 Supplies 9.7% $ -5.2% $ - Equipment $ -7.2% $ -4.1% $ - Services $ -16.1% $ -21.3% $ - *Other Issuance Costs (not subject to Minority Wome n-$ -N/A N/A Owned Business Enterorise aoalsl Total Procurement $ 2,965,250 $ 1,031,907 $ 198,672 {m ust eoual contract amount) IV. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date • Other ISSUANCE costs can include : origination fees; bond insurance; land/easement/right-of-way; attorney general fe e; paying agent fe e or other non-bid project costs. TEXAS WATER DEVELOPMENT BOARD Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form -6100-3 PRIME CONTRACTOR NAME AUI Contractors Aggregates $51,855.00 President Print Name / Title &4-z c ,;;_ ':· . / Signature of Subcontractor af.j "iJ&,ud Print Name J? _ Date l'ES. Title Suhcontractor is defined as a company, firm,joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance . EPA FORM 6100-3 (DBE Subcontractor Performance Form) 02/09 -----------------·----------··-------··--·-·--·-------------------- TEXAS WATER DEVELOPMENT BOARD Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form -6100-3 NAME OF LKT & Associates, LLC PROJECT NAME Eagle Mountain Water Treatment Plant Clearwell No. 3 SUBCONTRACTOR TX 75454 TELEPHONE NO. 214/544-0440 PRIME CONTRACTOR NAME AUI Contractors BID/PROPOSAL NO. EMAIL ADDRESS Lynda@lkta.com Valves $220,202.00 Thomas Print Name President Title April 26, 2011 Date Owner Title Subcontractor is defmcd as a company, fum,jojnt venture, or individual who enten, into an agreement with a contractor to provide ervioes puBUBnt to an EJ> A award of financiol assistance . . EPA FORM 6100-3 (DBE Subcontractor Performance Form) 02/09 TEXAS WATER DEVELOPMENT BOARD Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form -6100-4 BID/PROPOSAL NO. -PROJECT NAME Eagle Mountain Water Treatment Plant Clearwell No 3 NAME OF PRIME BIDDER/PROPOSER AUI Contractors E-MAIL dwasik@auigc.com ADDRESS -4775 North Freeway, Fort Worth, TX 76106 TELEPHONE NO. 817-926-4377 Preload Inc . 60 Com merce Drive Happauge, NY 11788 P. 63 1-23 1-8100 F. 63 1-23 1-8 8 11 CF Elec tri ca l, Inc. 2812 Sou th Pipoline Rd Eul ess, TX 76040 P. 8 17-267 -6000 F. 807-267-6002 GCE Contra cti ng, In c . I 02 Treev iew Co urt Fort Worth , TX 76126 P. 8 17-443-3390 F. 8 17-443-3983 NTES PO Box 40 129 Austin , TX 78704 P. 2 14-647-1496 F. 2 14-647-4 799 Prestressed Concrete Tank Electrical Painting Erosion Control ADDRESS FAX NO. 817-926-4387 $1 ,340 ,000.00 $61,956 .00 $3,200 .00 $2,900.00 I cert ify under penalty of perjury that the forgoing st eme nts are true and correc t. In the event of a rep lac ment of a sub co ntracto r, I will ad here to the placement req uireme nts set-forth in 40 CFR Part 33 Secti 3 .302 Date B Doug Alumbaugh President Print Name Title Subcontractor is defined as a company, firm , j o int ve nture, or ind ividual who enters into an agreement with a contract or to provide services pursuant to an EPA award of fin anci a l assistance . EPA FORM 6 100-4 (DB E Subcontracto r Util ization Form) 02 /09 No No No No May 3, 2011 - - ....._.,, PARTC GENERAL CONDITIONS' - - - SECTION Cl-1 PARTC GENERAL CONDITIONS DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents, the following terms or pronouns in place are used , the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all the written and drawn documents, such as specifications , bonds, addenda, plans , etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. A. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A PARTB PARTC PARTD PARTE PARTF PARTG NOTICE TO BIDDERS PROPOSAL GENERAL CONDITIONS SPECIAL CONDITIONS SPECIFICATIONS BONDS CONTRACT WHITE WHITE YELLOW GREEN WHITE WHITE WHITE B. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A NOTICE TO BIDDERS PART B PROPOSAL PART C GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART E SPECIFICATIONS PERMITS/EASEMENTS PARTF BONDS PARTG CONTRACT PART H PLANS (Usually bond separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Fort Worth Water Department C -I General Condition s Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, or partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for 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. Cl-1.7 SPECIAL CONDITIONS: Special Conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section of part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment, and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein . Cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and shall include the following: A. Performance Bond (See paragraph C3-3.7) B. Payment Bond (See paragraph C3-3.7) C. Maintenance Bond (See paragraph C3-3.7) D. Proposal of Bid Security (See Special Instructions to the Bidders, Part A and C2-2.6) Cl-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . C 1-1.11 PLANS: The plans are the drawings or reproductions made by the Owner 's representative showing in detail the location, dimension, and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, Fort Worth Water Department C-2 General Conditions .- - - - - - - ..... working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. C 1-1.12 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 Contracts involving the City of Fort Worth is by charter vested in the ·City Manager. Terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas . Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The duly appointed official of the City of Fort Worth, Texas, referred to in the Charter as the City Engineer, or his authorized representative. Cl-1.19 ENGINER: The Director of Public Works, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials, or only labor, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes herein. Fort Worth Water Department C-3 General Conditions Cl-1.22 THE WORK OR THE PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C 1-1.23 WORKING DAY: A working is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 AM and 6:00 PM, with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-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: New Year' Day January 1 M.L. King, Jr. Birthday Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Thanksgiving Friday Fourth Friday in November Christmas Day December 25 Such other days in lieu of holidays as the City Council may determine i · When one of the 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 holiday as a holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO ASCE LAW ASTM AWWA ASA HI Asph. Ave . Blvd. CI Fort Worth Water Department American Association of State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron C -4 General Conditions ' ' - - - CL Center Line GI Galvanized Iron Lin. Linear or Lineal MH Manhole Max. Maximum Min. Minimum MGD Million Gallons Per Day CFS Cubic Foot per Second R Radius I.D . Inside Diameter O .D. Outside Diameter F Fahrenheit C Centigrade In . Inch Ft. Foot St. Street · CY Cubic Yard Yd. Yard SY Square Yard L.F. Linear Foot DJ. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplement agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which the bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: A. B. C . D. E. Any type of asphaltic concrete with or without separate base material Any type of asphalt surface treatment, not including oiled, surface Brick, with or without separate base material Concrete, with or without separate base material Any combination of the above Cl-1.29 UNPAVED STREETS AND ALLEYS: An unpaved street, alley, roadway , or other surface is any area, except those defined above for "Paved Streets and Alleys". Cl-1.30 CITY STREETS: A city street is defined as that area between the right of way lines as the street is dedicated. Fort Worth Water Department C-5 General Conditions T ' ,, ' ' ' ' ' . C 1-1.31 RO AD WAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four ( 4') feet back of the average edge of pavement i where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. ., , .• ( ' . .. < . ~ . . ! Fort Worth Water Department C-6 General Conditions ... - - \ SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record", "Equipment Schedule", and "Financial Statement", all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are being received, and such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any For Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish . All additional information and data which the Owner supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Fort Worth Water Departmen t C-7 Gene ra l Conditions ·' Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, borings , and by such other means as may be necessary to gain a complete knowledge of the conditions which may be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing work or the time required for its completion, and obtain all information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations, and tests herein required. Claims for additional compensation due to variations between the conditions encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 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 the work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between the price written words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign the 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 or words or figures, additions not called for, conditional or uncalled for alternate bids , incomplete bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened . Fort Worth Water Department C-8 Ge neral Condition s ... C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal". The Bid security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will, within the required time, execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders ". It is the Bidders sole responsibility to deliver the proposal at 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 marked with the work "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening the proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened . C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the written signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within the forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his duly authorized representative at the time and place indicated in the "Notice to Bidders ". All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded . Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not Fort Worth Water Department C-9 General Conditions called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering of a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reason: A. Reasons for believing that collusion exists among bidders B. Reasonable 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 the financial statement, experience of record, equipment schedule, and such inquiries as the Owner may see fit to make. G . Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. H. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the 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 a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. Fort Worth Water Department C-10 General Conditions SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS C3-3.l CONSIDERATION OF PROPOSALS: After the proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS 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 therefore. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state, or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made at to the responsibility of the proposed awardee. Fort Worth Water Department C-11 General Conditions The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 .6 RETURN OF PROPOSAL SECURITIES : A s soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which , in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished by the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: A. Performance Bond: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against the damage by reason of negligence of the Contractor, or improper execution of the work or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until the provisions as above stipulated are accomplished and final payment is made on the project by the city. B. Maintenance Bond: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. ,; C. Payment Bond: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 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 contact being constructed under these specifications. Payment bond shall remain in full force until all payments a s above stipulated are made. D. Other Bonds : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. Fort Worth Water Dep artment C-12 Genera l Cond iti ons No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and other such bonds as may be required in the Contract Documents. No contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 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 annul the award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said Awardee ' s failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. Fort Worth Water Department C-13 General Condit ion s C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime contractor 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. Compensation Insurance: The Contractor shall maintain, during the life of this contract, Workers Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub - contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. B. Comprehensive General Liability Insurance: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. Additional Liability: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: .. 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors.) 2. Blasting, prior to any blasting being done. 3. Collapse of building or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000 . 5. Builders risk (where above-ground structures are involved) ' . 6. Contractual Liability ( covers all indemnification requirements of Contract). Fort Worth Water Department C-14 General Conditions '. D. Automobile Insurance -Bodily Injury and Property Damage: The Contractor shall procure and maintain, during the life of the Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account on one accident, and automobile property damage insurance in an amount not less than $100,000. E. Scope of Insurance and Special Hazard: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. F. Proof of Carriage of Insurance: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. All insurance requirements made upon the Contractor shall apply to the sub- contractor, should the Prime Contractor's insurance not cover the sub- contractor's work operations. G. Local Agent for Insurance Bonding: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds as written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified one upon whom service of process may be had, and must have the authority and power to act on behalf of the insurance and /or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant, or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor, and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be Fort Worth Water Department C-15 General Conditions furnished to the Owner's representative within seven (7) days after the close of each · payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posed in a conspicuous place at the site of the project 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 pertaining to the work governed by the Contract whether it be administrative or otherwise, and as such shall be empowered, thus delegated and directed, to settle all material, labor, or other expenditures, all claims against the work or any other matter associated with such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed directly by local authority. This same requirement is imposed on insurance surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local re'presentative be replaced and the Engineer may, at his discretion, stop all work until a new local authority satisfactory to the Engineer, is assigned. No credit of working time sill be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. . ... ~ Fort Worth Water Department C -16 General Conditions SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall , unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials , machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by the General or Special Conditions of these Contract Documents be anticipated, or should there be any additional propo sed 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 recei ving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when as found to be necessary , and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items or work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other part be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work". No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable t insure completion in the mo st satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. Fort Worth Wate r Department C-17 Gene ral Condit io ns , . ' ' 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. Unit bid price previously approved An agreed lump sum C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation, to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1 ), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to "Extra 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. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual and reasonable cost thereof as provided under method (Item C). Claims for "Extra Work" will not be paid unless the Contractor shall file his claim with the Owner within five (5) before the time for making the 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. Fort Worth Water Department C-18 General Conditions The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plaris showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this Contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations" showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction within the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 Yi'' x 11" sheets and at least five black or blue prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITES: Within ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram . As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in the contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: Fort Worth Water Department C-19 General Conditions ,·. '. ' '' L A. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements, and completion time. B . The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000 . Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the Contract shall not be accounted for within the duration of each activity. D. One critical path shall be shown on the construction schedule. E. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. F. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be . broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall be identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements, construction and pre-acceptance activities and events in their logical sequence for equipment and materials. 1. 2. 3. 4. 5. 6. 7. 8. 9. Preparation and transmittal of submittals Submittal review periods Shop fabrication and delivery Erection or installation Transmittal of manufacturer's operation and maintenance manuals Installed equipment and materials testing Owner's operation instruction (if applicable) Operational testing Final inspection Fort Worth Water Department C-20 General Conditions I•, S • ,: ,, : If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. Fort Worth Water Department C-21 General Condition s SECTION C5-5 CONTROL OF WORK AND MATERIALS C5 -5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of construction, interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between the Contractor and Owner under the Contract Documents, supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents . He shall determine the amount and quality of the work completed and materials furni shed, and his decisions and estimates shall be final. His estimates in such event shall be a condition of the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the deci sion of the Engineer on any such matters, the Engineer must, within a reasonable time , upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. CS-5 .2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with the lines , grades , cross -sections, finish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections , which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancie s, figured dimensions shall govern over scaled dimensions, plan s shall govern over specifications, special conditions shall govern over general conditions , and standard specifications , and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event that the Contractor di sco ver s an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the mo st expensive re solution of the conflict. Fort Worth Water De part ment C-22 Ge neral Cond it ions C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every way possible. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English -speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be a subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work , the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar day or on a working day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. Fort Worth Water Department C-23 Ge neral Conditions C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighed and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor will all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines grade , and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the 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 I 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 material or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment and to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents , nor to approve or accept any portion or section of the work, not to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere 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, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. Fort Worth Water Department C- 24 General Conditions C5-5.9 INSPECTOR: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should the work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent, defective, or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work , materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra 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 failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause the defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective work or unauthorized work shall not constitute acceptance of such works . C5-5.1I SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications , law, ordinance, codes or regulations permit the Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if the Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to Engineer for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of the equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of the Engineer who will be the judge of the equality and may require the Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses Fort Worth Water Department C-25 General Conditions and expenses (including attorney 's fees) arising out of the use of substituted materials or equipment. 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 otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of the materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until the tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean, durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be 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 existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines, and service lines for all utilities, etc, is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that 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 for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. Fort Worth Water Department C- 26 General Conditions - - -- It shall be the Contractors responsibility to verify the locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate . clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all existing utility companies at least forty- eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as 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 as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to time and schedule of 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 entrance door knob. The tag shall be durable in composition, an in large bold type shall say: 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 Fort Worth Wate r Department C-27 General Conditions B. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against ·such claim. C5-5.l 7 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 to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus or 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 contactor for any clean-up required on the project. C5-5.18 FINAL ACCEPTANCE: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made . Such inspection will be made within ten (10) days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. Fort Worth Water Department C-28 General Conditions - SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances, and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered . The Contractor and his sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from the patents, trade-marks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material, or process, or any trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay for reason of such infringement at any time during the prosecution of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to the cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation or a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. Fort Worth Water Department C -29 General Condition s C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be son conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingres s and egress to properly contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operation, at all driveway crossings . Such provisions may include bridging, placement of crushed stone or gravel , or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic , with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall , at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work, shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to the attention, after twenty-four (24) hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner, or by the City, shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when a street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, 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 again placed back into service. Where the Contractor is required to construct temporary bridges, or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures or such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Whenever any such damage may be done, the Contractor shall immediately satisfy all claims of the property owners, and no payment will be made by Fort Worth Water Department C-30 General Condition s the Owner in settlement of the claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVELEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT OF WAY: For performance o f the contract, the Contractor shall be permitted to use and occupy such portions of the public streets and alleys, or other public places or other right- of-ways as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in, the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be carried on in such manner as not to interfere with the operation of trains , loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor, and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City shall secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the method of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five (5) days prior to the time of his intentions to begin the work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS, AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights and danger signals, shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage . All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways", Fort Worth Water Departme nt C -31 General Condition s issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ", codified as Article 6701d Veron's Civil Statutes, pertinent sections being Nos. 27, 29 , 30, and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. It the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the 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 for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion 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 for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT. ETC.: Should the Contractor elect to use explosives , drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four (24) hours in advance of the use of any 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 Construction Documents, or the use of explosives is requested , the Contractor shall submit notice to the Engineer in writing twenty-four (24) hours prior to commencing and Fort Worth Wat er Depart ment C-32 General Conditi ons - shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored, or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchmen at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense . Such additional rights-of-way or work are shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property . The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, and to all conduits , overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along or adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least forty-eight ( 48) hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants , whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. Fort Worth Water Department C-33 General Conditions When and where any direct or indirect injury is don to public or private property on account of any act, omission, neglect, or misconduct of the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original condition or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts provided at the permanent easement limits , before the fence is cut. Temporary fencing shall be erected in place of fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures, and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon forty-eight (48) hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 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 the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees, and invitees. The doctrine of respondeat superior shall not apply as between the Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between the Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, agents, servants and employees , from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatever kind or character, whether real or asserted, arising out of Fort Worth Water Department C-34 General Condition s ..... - ,.--. or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART BY THE ALLEGED NEGLIGENCE OF ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LISCENSEES, AND INVITEES OF THE CITY; and said Contractor does hereby covenant and agree to assume all liability and responsibility of City, its officers, agents, servants and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind of character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors, licensees and invitees, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES AND INVITEES OF THE CITY. Contractor likewise covenants and agrees to, and does hereby indemnify and hold harmless the City from and against any and all injuries, damage, loss or destruction to property of the City during the performance of any of the terms and conditions of the Contract, WHETHER ARISING OUT OF OR IN CONNECTION WITH OR RESULTING FROM, IN WHOLE OR IN PART, ANY AND ALL ALLEGED ACTS OR OMISSIONS OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES OR INVITEES OF THE OWNER. In the event a written claim for damages against the contractor or subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of thirty (30) days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: A. The claim has been settled and a release has been obtained from the claimant involved, or Fort Worth Water Department C-35 General Condition s B. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed . If condition (A) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made . If condition (B) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the Director may recommend that final payment be made if all other work has been performed and all other obligations to the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting o:ut in detail the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.I4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the 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 diversions. The Contractor, at his own cost and expense, shall construct such troughs , pipes, or other structures necessary, and be prepared at all times to 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 Fort Worth Water Department C-36 Gene ral Conditions - - - - - - and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-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 at the regularly established rates. When meters are not used , the charges, if any , will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6. l 7 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver or any of the provisions or these Contract Documents. All necessary repairs and removals of any ·section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damages to any portion of the work occasioned by any of the hereinabove causes. C6-6. l 9 NO W AIYER OF LEGAL RIGHTS : Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. Fort Worth Water Department C-37 General Conditions The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS : In carrying out the provisions of these Contract Documents or in exercising any power or authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with the State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall.comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right of way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sale, Excise, and Use Tax permits and information can be obtained from: < >·., Comptroller of Public Accounts Sale Tax Division Austin, Texas •. Fort Worth Water Department . , ' . C-38 ' . ' . General Conditions - - - - - - - - -. SECTION C7-7 PROSECUTION AND PROGRESS C7-7 .1 SUBLETTING: The Contractor shall perform with hi s own organization, and with assistance of workman under his immediate superintendence , work of a value of not les s than fifty (50) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents , he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees and workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives . C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer , sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right , title , or interest therein or any part thereof, to any person or persons, partnership, company, firm , or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the in solvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be re voked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly pay estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuou s manner and with sufficient equipment, materials , and labor as is necessary to in sure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be s ubmitted to the Engineer for his approval. Contractor shall not proceed with any de v iation until he has received written appro val from the Engineer. Such specification or approval by the Fo rt Worth Wate r De part ment C-39 General Conditi on s 1; ... .,, ' .. Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time . C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public right of way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on the additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used . I by the Contractor if available. The Contractor may bring in from outside the City of Fort Worth his key man and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions 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 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. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C 1-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Fort Worth Water De partme nt C-40 General Co ndition s - - Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday, or Legal Holidays, providing that the following requirements are met: A. A request to work on a specific Saturday, Sunday, or Legal Holiday must be made to the Engineer no later than the preceding Thursday. B. Any work to be done on the project on such a specific Saturday, Sunday, or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday, or Legal Holiday, and no extra compensation will be allowed to the Contractor for any work performed on such specific Saturday, Sunday, or Legal Holiday. Calendar Days shall be 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 by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred . Should an extension of time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time or completion of the work, consideration will be given to unforeseeable causes beyond the control of an without the fault of negligence of the Contractor, including but not limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub-contractors due to such causes . When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery Fort Worth Water Department C-41 General Conditions on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide 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 materials or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid 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 the 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 monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. Fort Worth Water Department C-42 General Conditions ' ' - - - - AMOUNT OF CONTRACT Less than $5,000 inclusive $35.00 $5,001 to $15,000 inclusive $45.00 $15,001 to $25,000 inclusive $63.00 $25,001 to $50,000 inclusive $105.00 $50,001 to 100,000 inclusive $154.00 $100,001 to $500,000 inclusive $210.00 $500,001 to $1,000,000 inclusive $315.00 $1,000,001 to $2,000,000 inclusive $420.00 $2,000,000 and over $630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the city in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is 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 unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary . Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor, as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer tat Fort Worth Water Department C-43 General Condit ion s 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 such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort, assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor may request the Owner to terminate the contract and the Owner shall 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 no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under contract shall be suspended immediately upon written order of the Engineer or the contract may be declared cancelled 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 the progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. D. Substantial evidence that the Contractor has abandoned the work. E. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry out the work satisfactorily. Fort Worth Water Department C-44 General Conditions - - - F. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents . G. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. H . Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. I. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in 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 cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and the Sureties or their authorized agents. The Sureties, in such event shall assume the contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contact Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of an use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor, and property for the completion of the work, and to charge to the account of the Contractor of Fort Worth Water Department C-45 General Conditions said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.15 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: A Notice of Termination: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination is to become effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. Contractor Action: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination. 2. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated. Fort Worth Water Department C-46 General Conditions .... - 3. Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination. 4. Transfer title to the Owner and deliver in the manner , at the times, and to the extent, if any, directed by the Engineer. a. The fabricated or un-fabricated part, work in process, completed work, supplies, and other material produced as part of, or acquired in connection with, the performance of the work terminated by the notice of termination. b . The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished by the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination. 6 . Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to the quantity and quality of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list, as submitted, shall be made prior to final settlement. C. Termination Claim: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60 day period or authorized extension thereof, any an all such claims shall be conclusively deemed waived. D. Amounts: Subject to the provision if Item C7-7 .16, the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as Fort Worth Water Department C-47 General Condit ion s further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16 hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. Failure to Agree: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of work on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. Deductions: In arriving at the amount due the contractor (under this section, there shall be deducted (a) all un-liquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) an y claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies, or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. Adiustment: If the termination hereunder be partial, prior to the settlement of the terminated portion of the contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or price specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. No Limitation of Rights: Nothing 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 of Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. Fort Worth Water Department C-48 General Conditions .... - - - The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. ' \ Fort Worth Water Department C-49 General Conditions SECTION C8-8 MEASURMENTANDPAYMENT C8-8.1 MEASURMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. 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, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damage claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place an in a satisfactory condition of operation. 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 form the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in Paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements or patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense , any defects Fort Worth Water Department C-50 General Condition s - ""'- - .... .... or imperfections in the construction or in the strength or quality of the material used or equipment and machinery furnished in or about the construction of the work under contract and its appurtenances , or any damage due or attributed to such defects , which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guarantee period after final acceptance. The Owner shall be the sole judge of such defects , imperfections, or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAIN AGE: Between the 1 st and 5th day or each month the Contractor shall submit to the Engineer a statement showing an e stimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars in amount, 90 % of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95 % of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period . The City will have the option of preparing estimated on form furni shed by the City. The partial e stimate may include acceptable nonperishable materials delivered to the work, which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed.(such payment will be allowed on a basis of 85% of the net invoice value thereof) The Contractor shall furnish the Engineer such information as he 'may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the e stimates 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 it s quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. 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 the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable Fort Worth Wate r Department C-51 General Cond it io ns time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates 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 sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: prior submission of the final estimate for payment, the Contractor shall execute an a_ffidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the.wage scale .established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of the last or final payment as aforesaid 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. 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 thereto 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 said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. Fort Worth Water Department C-52 General Conditions -' - ' .-C8-8.10 GENERAL GUARANTEE: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in re spect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guarantee as above outlined . The Owner will give notice of observed defects with reasonable promptness. 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 the Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation, and clean-up are general items of work which fall in the category of subsidiary work . 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: Contractor shall keep on record a copy of all specifications, plans , addenda, modifications, shop drawings, and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work . Fort Worth Water Department C-53 Gener al Co nd it ions -. PART C1 SUPPLEMENTARY CONDITIONS - - - - - A. GENERAL PART Cl SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below . Provisions which are not so amended or supplemented remain in full force and affect. B. CONTRACT DOCUMENTS: In Section C 1-1.2 CONTRACT DOCUMENTS, delete Paragraph Cl-l .2b SPECIAL CONTRACT DOCUMENTS and add the following : C . D. Part Cl "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) White SPECIAL INSTRUCTION TO BIDDERS White PARTB -PROPOSAL (Bid) White M/WBE BID SPECIFICATIONS Golden Rod PARTC -GENERAL CONDITIONS Canary Yellow PART Cl -SUPPLEMENT ARY CONDITIONS Green PARTD -SPECIAL CONDITIONS Green PARTE -TECHNICAL SPECIFICATIONS White PERMITS/EASEMENTS White PARTF -BONDS AND INSURANCE White PARTG -CONTRACT White PART H -PLANS/FIGURES (may be bound separately) White" DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: Delete entire Paragraph Cl- 1.17, and replace with the following: C 1-1 .17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth, or his duly authorized representative, assistant, or agents . DIRECTOR OF ENGINEERING: Add the following paragraph after C 1-1 .17 and before C 1- 1.18 : C 1-1.17 A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth, referred to in the charter as the City Engineer, or his duly authorized representative assistant, or agents. Cl-I E . ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following: The Director of the Fort Worth Department of Engineer, the Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. F. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2- 2 .3 , Paragraph 2, add the following to 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." G. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2 .7, C2-2 .8 and C2-2 .9 with the following: Part Cl C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P .O . Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed 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 CI-2 - - H. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. I. 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 state for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." J. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Part Cl I . Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a re insurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2 . Pg. C3-3(5) Paragraph C3-3.l 1 INSURANCE delete subparagraph "a . COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3. l 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". CI-3 K. Part Cl INSURANCE. Change the following portions of C3-3. l 1 Insurance as shown below: 1. INSURANCE FOR SUBCONTRACTORS : At the end of the first paragraph of Section C3-3.11, after "and for all subcontractors", insert the following sentence: "The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3 . l 1 are met for all subcontractors. Failure of the OWNER to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor' liability shall not be limited to the specified mounts of insurance required herein ." 2 . INSURANCE LIMITS. In Section C3-3 . l l, after the word "occurrence", add "/aggregate". 3 . COMPENSATION INSURANCE. Add the following to the end of Paragraph C3 -3 .1 la: "Worker's compensation insurance covering employees in the project site shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER.'' 4. COMMERCIAL GENERAL LIABILITY INSURANCE: In Paragraph C3-3 .l lb: Replace the word "Comprehensive" with "Commercial" Add the following to Paragraph C3-3.l lb: "Certificates of insurance shall state that Insurance is on an "occurrence basis." Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy". 5. COMMERCIAL GENERAL LIABILITY (CGL) POLICY: Amend Paragraph C3-3 . I lc, Additional Liability by adding the following: a . Add the following to Section 6 CONTRATURAL LIABILITY : "The City, its offices, employees and servants shall be endorsed as additional 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 endorsed to provide that such insurance is primary protection and any self- funded or commercial coverage maintained by the OWNER shall not be called upon to contribute to loss recovery." b. Add the following paragraph: "When required by the Contract documents, Environmental Impairment Liability Coverage must be provided in the limits of $1,000,000 per occurrence and $2,000,000 annual aggregate. The Environmental 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)." Cl-4 - Part Cl 6. AUTOMOBILE INSURANCE LIMITS: Revise Paragraph C3-3.l ld so that the in s urance limit are as follows: Bodily Injury Bodily Injury Property Damage $250,000 each person $500,000 aggregate $100,000 aggregate 7. PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3.l lf by inserting the following after the first sentence: "Other than Worker's Compensation In surance, 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." 8 . LOCAL AGENT FOR INSURANCE AND BONDING : For Paragraph C3 -3 . l lg, delete entire paragraph beginning "Local Agent for Insurance Bonding". 9 . DEDUCT ABLE LIMITS: Add the following Paragraph C3-3 . l l .g: "DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed $10,000 per occurrence unless otherwise approved by the City." 10. INSURANCE COMPANY: Add the following Paragraph C3-3.l 1.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 ." 11 . NOTIFICATION: Add the following Paragraph C3 -3.11 .i: "NOTIFICATION: During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing , of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss ." 12 . CANCELLATION: Add the following Paragraph C3-3 .l l.j : "CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in in s urance policy terms or coverage. A minimum 10-day notice shall be acceptable in the event of non- payment of insurance premium to insurance company ." 13 . ADDITIONAL INSURANCE REQUIREMENTS: a . The City , it s officers, employees and servants shall be endorsed a s an additional in s ured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . b. Certificates of insurance shall be delivered to the City of Fort Worth , contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the Cl-5 Part Cl contracted project. b. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . c. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium . e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . I. Contractor's liability shall not be limited to the specified amounts of insurance m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . 10 . CITY RESPONSIBILITIES: Add the following paragraph to the end of Section C3-3 . l l : "CITY RESPONSIBILITIES: The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." 15. ADDITIONAL INSURED All insurance policies for this project except Worker's Compensation shall be written with the City of Fort Worth and Camp Dresser & McKee Inc . listed as additional insured." Cl-6 L. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) 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. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. M . INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 ( 1 ), revise paragraph C4-4 .3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. N. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4 .5c): Part Cl The Contractor agrees that should any change in the work of extra work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. Cl-7 2 . Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10 %. Contractor shall be reimbursed for direct field overhead when the change require s an extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract 0. TESTING COSTS : Section 5-5.12 , revi se the first sentence to read as follows: "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." P . LAWS TO BE OBSERVED: Section C6 -6 .1, delete "or which may be enacted later". After the word "exist" add "at the time of the Contract or may be hereafter exist during the performance of the Contract." Q . BUILDING PERMITS: Paragraph C6-6 .2 Insert the following at the end of the paragraph ; R . s. Part CI "Contractors are responsible for obtaining construction permits from the go verning agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly . Plumbing, electrical and mechanical building permits are issued without charge . Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." 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 measure s" with "take all reasonable necessary measures ." 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, it s 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, it s 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 ofthe Owner, its officers, agents, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and again st 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 injury or damage is caused, in whole or in Cl-8 - part, by the negligence or alleged negligence of the Owner, its officers, agents, servants, or employees. In the event the Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has been settled and/or~ 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." T . STATE SALES TAX 1. Delete Paragraph C6-6 .21 STATE SALES TAX in its entirety. 2. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, 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. 3. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". 4 . The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. 5. 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." U. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: Part Cl 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 Cl-9 V . Part Cl prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents . The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance . The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day 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 the 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 voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City . Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Cl-10 w . C8-8.10 GENERAL GUARANTY: Delete C8-8 .IO , General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of l 00 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2 . X. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following : Part Cl C8-8.14 RIGHT TO AUDIT: a . b . 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 . Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space , in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor rea sonable advance notice of intended audits . Cl-11 Y. Part Cl c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: I. 2 . 50 copies and under -10 cents per page More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter. SCHEDULE OF COSTS: Add the following to Section C8 -8: C8-8 .15 SCHEDULE COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HV AC systems , overhead and project related costs . The items will be grouped into 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 sub sidiary 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 neces sary to arrange financing of the Project by the City . END OF SECTION Cl-12 - Texas Water Development Board SUPPLEMENTAL CONTRACT CONDITIONS For Projects Funded through the Clean Water State Revolving Fund Loan Program and Drinking Water State Revolving Fund Loan Program ... ;. . TWDB-0550 Revised 12/30/10 Page 5 SUPPLEMEN TAL CONTRACT CONDITIONS CWSRF and DWSRF Table of Contents Instructions to Bidders Conditions: 1. Disadvantaged Business Enterprises Goals • DBE Affinnative Steps Certification and Goals (WRD-217) 2. Contingent Award of Contract 3. Equal Employment Opportunity and Affirmative Action 4. D ebannent and Suspension Ce1tification 5. Bid Guarantee 6 . Nonresident Bidder Forms to be submitted with bids (attached) • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • DBE Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) Construction Contract Supplement al C ondition s Conditions: 1. Supersession 2. Privity of Contract 3. Definitions 4 . Laws to be Observed 5. Review by Owner, and TWDB 6. Performance and Payment Bonds 7. Progress Payments and Payment Schedule 8. Workman's Compensation Insurance Coverage 9. Changes 10 . Prevailing Wage Rates -Wage Rate Determinations Mandatory Davis-Bacon Act Contract Conditions 11 . Contract Work Hours Requirements (29 CFR 5.1, & 5 .6) 12. Equal Employment Opportunity and Affinnative Action (41 CFR 60-1.4, 1.7, 1.8, 4.2, and 4.3) 13. Debannent and Suspension (40 CFR 32, Appendix B) 14 . Disadvantaged Business Enterprises • DB E Gui dance TWDB-0650 15 . Archeological Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18 . Pro ject Sign 19. Operation and Maintenance Manuals and Training 20. As-built Dimensions and Drawings TWDB-0550 Revised 12/30/10 Page6 Forms to be submitted with executed contracts: Contractor's Act of Assurance (ED-103) Contractor's Resolution on Authorized Representative (ED-104) Prime Conh·actor Affirmative Steps Solicitation Report (WRD-216) Forms to be submitted during construction: Loan/Grant Paiiicipation Summary (WRD-373) TWDB-0550 Revised 12/30/10 Page 7 EPA AND TWDB SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. DISADVANTAGED BUSINESS ENTERPRISE GOALS -This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. This contract is subject to the EPA established Minority Business Enterprise (MBE) / Women's Business Enterprise (WBE) "fair share" goals: MBE: CONSTRUCTION 34.8%; SUPPLIES 9.7%; SERVICES 16.1%; EQUIPMENT 7.2 %. WBE: CONSTRUCTION 6.7 %; SUPPLIES 5 .2%; SERVICES 21.3%; EQUIPMENT 4.1 %. TWDB document Guidance on Disadvantaged Business Enterprise Program, DBE-0650 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217) with the bid, to demonstrate the Prime Contractor's understanding and commitment to taking affirmative steps . The contractor must provide the Owner with the information required for DBE Certification and Participation Summary, TWDB document WRD-373 and provide sufficient documentation (TWDB WRD-216) that a "good faith effort" was made in offering fair opportunity for participation by qualified DBE firms . This information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding of this contract. 2. CONTINGENT AW ARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency (U.S . EPA.) Neither the State of Texas, or U .S . EPA nor any of its departments, agencies , or employees are or will be a party to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION -This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment -All qualified applicants will receive consideration for employment without regard to race , color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No . 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60 . The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) must be submitted with the bid. TWDB-0550 Revised 12/30/10 Page 8 4. DEBARMENT AND SUSPENSION CERTIFICATION -This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the prov isions the federal Debarment and Suspension requirements of 40 CFR Part 32 , including but not limited to Appendix B as follows : Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 4.1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below . 4 . 2 . The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into . If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4.3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4.4 . The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 . You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations . 4 .5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9 , subpart 9.4 , debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction , unless authorized by the department or agency with which this transaction originated. 4.6 . The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled '' Certification Regarding Debarment, Suspension , Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification , in all lower tier covered transactions and in all solicitations for lower tier covered transactions . 4.7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9 , subpart 9.4 , debarred, suspended, ineligible , or voluntarily excluded from covered transactions , unless it knows that the certification is erroneous . A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to , check the List of Parties Excluded from Federal Procurement and Non-procurement Programs . TWDB-0550 Re vise d 12 /3 0/10 Page 9 4.8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings . 4.9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4 , suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible , or voluntarily excluded from participation in this transaction by any Federal department or agency . (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 5. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183). If a bid bond is provided, the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7 .19-1. Bond of Surety Company; Chapter 7 of the Insurance Code . 6. AW ARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas . (Source : Texas Government Code Chapter 2252 Subchapter A Nonresident Bidders,(§ 2252 .002.) The bidder w ill complete form WRD-259 which must be submitted with the bid. Forms to be submitted with Bid: • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • Prime Contractor Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) TWDB-0550 Revised 12/30/10 Page 10 Construction Contract Supplemental Conditions Conditions: 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2 . PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3 . DEFINITIONS (a) The term Owner means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representative thereof. 4 . LAWS TO BE OBSERVED In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws , ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER, and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages . 6. PERFORMANCEANDPAYMENTBONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and TWDB -0550 Revised 12/30/10 Page 11 (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. ( c) The contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7 .19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 7 . PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN -The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. ( c) Progress Payments ( 1) The Contractor shall prepare his requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies, to the Engineer for his review. Except as provided in Paragraph (3) of this subsection, the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date , the value of materials properly stored on the site and deducting (1) five percent (5 %) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 6.b relating to lump sum bids) and adjusted by approved change orders . The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a Municipal Utility District, or Water Control and Improvement District. The retainage shall be ten percent minimum of the amount otherwise due until at least fifty percent of the work has been completed. After TWDB-0550 Revised 12/30/10 Page 12 the project is fifty percent completed, the District may reduce the retainage from ten percent to no less than five percent. (4) The five percent (5%) minimum retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time of execution is $400 ,000 or greater and the retainage is greater than 5% and the Owner is not legally exempted from the condition (i.e. certain types of water districts). The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. ( d) Withholding Payments . The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers , for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers , or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates . Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof (relating to labor standards) and other general and special conditions elsewhere in this contract. (e) Final Payment. (1) Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders . The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments . TWDB -0550 Re vi se d 12/30/10 Page 13 (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in , or release of, retainage on the contract work. (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Damages ," shall be deducted from the final payment due the Contractor. 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity . ( c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. ( e) In this section: (1) "Building or construction" includes : (A) erecting or preparing to erect a structure, including a building, bridge , roadway , public utility facility , or related appurtenance ; (B) remodeling , extending, repairing, or demolishing a structure ; or (C) otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state . The term includes a municipality . 9. CHANGES (a) The Owner may at any time , without notice to any surety, by written order, make any change in the work within the general scope of the contract, including but not limited to changes : (1) In the specifications (including drawings and designs); (2) In the time , method or manner of performance of the work; (3) In the Owner-furnished facilities , equipment, materials , services or site , or (4) Directing acceleration in the performance of the work. (5) The original contract price may not be increased under this section by more than 2 5 percent. The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Government Code 271.060) (b) A change order shall also be any other written order (including direction , instruction, interpretation or determination) from the Owner which causes any change , provided the contractor gives the Owner written notice stating the date , circumstances and source of the order and that the contractor regards the order as a change order. ( c) Except as provided in this clause , no order, statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. ( d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by TWDB -0550 Re vi sed 12/30/10 Page 14 any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph (a)(2). In the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. ( e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must, within 30 days after receipt of a written change order under paragraph (a)( I) or the furnishing of a written notice under paragraph (a)(2), submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30-day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. (f) No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g) Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. TWDB -0 55 0 Revise d 12/3 0/10 Page 15 10. PREVAILING WA GE RATES INSERT WAGE RATE DETERMINATION Insert Wage Rate Determinations indicating which construction type is being used. (More than one may be checked). (~Construction Type : Heavy determination Includes those projects that are not properly classified as either "building," "highway," or "residential." Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics , and separate schedules may be issued for dredging projects , water and sewer line projects, dams, major bridges , and flood control projects. As per DOL gui dance , anything that cannot be classified as Building construction, Highway construction, or Residential construction defaults to Heavy construction . Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work. TWDB-0550 Revised 12/30/10 Page 16 Texas Water Development Board Mandatory Davis-Bacon Act Contract Conditions For CWSRF & DWSRF Funded Projects DB-0152 Revised 06/25/1 0 PLEASE NOTE: This language must be included in all Davis-Bacon covered construction contracts and subcontracts. (29 CFR Part 5.5). (a) The Agency head shall cause or require the contracting officer to insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution ( except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in Sec. 5 .1, the following clauses (or any modifications thereof to meet the particular needs of the agency , Provided, That such modifications are first approved by the Department of Labor): (l) Minimum wages (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account ( except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(l)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(l)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers . TWDB-0550 Revised 12/30/10 Page 17 DB-0 152 Revised 06/25/1 0 (ii) (A) The contracting officer shall require that any class of laborers or mechanics , including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination . The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (l) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives , and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U .S. Department of Labor, Washington, DC 20210 . The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions , including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(l)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate , the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act must have been met. The Secretary of TWDB -0550 Revised 12/3 0/10 Page 18 DB-01 52 Revised 06/25 /1 0 Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program . (2) Withholding The OWNER shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics , including apprentices, trainees , and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic , including any apprentice, trainee, or helper, employed or working on the site of the work ( or under the United States Housing Act of 193 7 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased . (3) Payrolls and basic records (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949 , in the construction or de velopment of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(l )(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable , that the plan or program is financially responsible , and that the plan or program has been communicated in writing to the laborers or mechanics affected , and records which show the costs anticipated or the actual cost incurred in providing such benefits . Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs , the registration of the apprentices and trainees , and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the OWNER if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the OWNER. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and TWDB -0550 Re vised 12/30/10 Page 19 DB -01 52 Rev ise d 06/2 5/1 0 home addresses shall not be included on weekly transmittals . Instead the payrolls shall only need to include an individually identifying number for each employee ( e .g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www .dol.gov/esa/whd/forms /wh347instr.htm or its successor site . The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the applicant, sponsor, or owner, as the case may be, for transmission to the applicant, sponsor, or owner, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements . It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency ( or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a ''Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following : (1) That the payroll for the payroll period contains the information required to be provided under Sec . 5 .5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under Sec. 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 23 l of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i ) of this section available for inspection, copying, or transcription by authorized representatives of the OWNER or the Department of Labor, and shall permit such TWDB-0550 Re vi sed 12/30/10 Page 20 DB -01 52 Revi sed 06/2 5/10 representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance , or guarantee of funds . Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12 . (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S . Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice . The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate , who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition , any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates ( expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed . Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office , withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5 .16 , trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval , evidenced by TWDB -0550 Revised 12/30/10 Page 21 DB -015 2 Rev ised 06/25 /1 0 formal certification by the U .S . Department of Labor, Employment and Training Administration . The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration . Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity . The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3 , which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(l) through (10) and such other clauses as the may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5 .5 . (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3 , and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards . Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the TWDB-0550 Revised 12/30/10 Page 22 DB -01 52 Revise d 06/2 5/10 contractor (or any of its subcontractors) and the contracting agency, the U.S . Department of Labor, or the employees or their representatives. (10) Certification of eligibility (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(l). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3( a) of the Davis-Bacon Act or 29 CFR 5.12(a)(l). (iii) The penalty for making false statements is prescribed in the U .S . Criminal Code, 18 U .S.C. 1001. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(l), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100 ,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5 .5(a) or 4 .6 of part 4 of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation ; liability for unpaid wages; liquidated damages . In the event of any violation of the clause set forth in paragraph (b)(l) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition , such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages . Such liquidated damages shall be computed with respect to each individual laborer or mechanic , including watchmen and guards, employed in v iolation of the clause set forth in paragraph (b )(1) of this section, in the sum of $1 O for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b )(1) of this section . (3) Withholding for unpaid wages and liquidated damages. The OWNER shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any TWDB -0550 Revis ed 12/30/10 Page 23 DB-0152 Revised 06/2 5/10 liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b )(2) of this section. (4) Subcontracts . The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(l) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(l) through (4) of this section . ( c) In addition to the clauses contained in paragraph (b ), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec . 5 .1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the OWNER and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. The following form, Monthly Davis Bacon Act Certificate of Compliance Submittal by Recipient (DB-0154), must be completed by the project recipient and submitted with each monthly/quarterly outlay report. (Information on outlay reporting may be accessed at: http://www.twdb.state.tx.us/assistance/financial/outlay/ TWDB-0550 Revised 12/30/10 Page 24 DB -0154 Revised 6/30/10 MONTHLY DAVIS BACON ACT CERTIFICATE of COMPLIANCE Submittal by Recipient TWDB Project No.------ Loan/Grant No.-------- This executed certificate must be submitted with each Outlay Report requesting payment for labor included with construction contracts. This Certificate applies only for LOANS CLOSED AFTER 10/30/2009. (Name) {Title) --------------hereby certify that interviews, periodic reviews of a (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll certifications such as 0MB No. 1215-0149, have been performed to verify that contractors and subcontractors are paying the appropriate wage rate for compliance with the DA VIS BACON ACT, 40 U.S.C. §§3141 et seq. as amended and in conformance with the U.S. Department of Labor regulations at 29 CFR Part 5, (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction) and 29 CFR Part 3 (Contractors and Subcontractors on Public Work Financed in Whole or in Part by Loans or Grants from the United States). I understand that a false statement herein may subject me to penalties under federal and state laws relating to ftling false statements and other relevant statutes. Signature Date TW DB-0550 Revised 12/30/10 Page 25 Additional Forms The following forms are suggestions only and may be used as tools which may aid in complying with the Davis Bacon requirements . TWDB -0550 Revised 12 /30/10 Page 26 DB -0155 Revised 6/30/10 STATEMENT OF COMPLIANCE CERTIFICATION BY CONTRACTOR for SRF Davis-Bacon Requirements Jti'. a9c_ordance ···with Title_. 29. CFR ~art . f5 <each. J n:on~.ly, pay, req~est ~stim'ate;•'"~~st }J'.e ·ac~otjip~ied ,by a . stateh;lei1.t1.of poIIlpliance Certificate ,e~~ctiJed 'by ·each• prime :-contj;actoi ; e\iipl¢ying mechanips ,i:anff'~aporetf ai"lttie: ~oi-1l ·~ite ~-whlcfi.',th~: federat 'go~~rnmenf'is '.'to' ! . . I " ' . . ·' : " . '. : I . •• • ,-. ,;.: ·tl . i::--! <' ! ":. ~ : . ~. ''': ... t . ' ,•. l. _I' . • ..... J ' . \ . ~~cjpate r. The ptjm'e co*if~9tor: !}l~f ,;.P~9~se tt u's~ ~the tstatr,~~~t c>;t c,o.B1plfaµce.Jo,paJed OJ.I , t\_e, '. .back•J>f th.e PQ~ ~;iyrqllfQrµi .;wH~34'.7 :ornpe follow:mg:, . :.t;;, t' : , .. ,. , -t, :· ,, , ::<· ...... Date : ------------ Estimate Number: ______ for the period _____ _ to ____ _ Location: Name of Project:----------------------- Contract Number: Date Contract Awarded: ------------------ TWDB SRF Project No .: --------------- ! hereby certify that all of the contract requirements in the "Mandatory Davis-Bacon Contract Conditions" (DB-0152) have been complied with by: ---------------as principal contractor and by each subcontractor Name of Contractor employing mechanics or laborers at the site of the work, or there is a substantial dispute with respect to the required provisions. Name and Contractor/Subcontractor Signature and Title Notes: This Statement of Compliance Certification by Contractor for SRF Davis-Bacon Requirements (DB-0155) may be placed on the pay request or on a separate sheet attached to the mv01ce. TWDB -0550 Re vis ed 1 2/30 /10 Page 27 ~ 0 0:, b (./1 (./1 0 :,;:, Cl) s. "' Cl) i:,. ..... N ...... w 0 ...... ..... 0 -0 ., (IQ Cl) N co U.S . Department of Labor Wage and Hour Civisioo NAME OF CONTR'CTOR D OR SUBCONTRACTO R D PAYROU. 1'K> . (1) (2) ~~ 90 NAM E AND.INDIV IDUAL IOENTIFYl"'3 N~BER ~i ~ (e .g., LAST FOl.R·OIOrTS Of. SOCIAL SECURITY gh NU.O BER\ OF WORKER PAYROLL (For Contractor's Optional Use; See lnstructlons,at www.dol.gov/whd/forrns/wh347l nstr.htm) Psr.;ons 8/8 not raquimd lo res;xmd1o Ille colklclion of irtorma.OOn unl66S ;1 display.; a curfenlly valid·OMB c.ontra numb61. ADORESS I FOR WEEKENDING PROJECT ANO LOCATION (3) (4) DAY AND DATE (5) (6) (7) 91HD U.S . Wagnnd Houc OM,ton Rev . Dec . 2008 0MB No .: 1216-0149. ExP.ires: 12/31/2011 I PROJECT OR CONTRACT-NO . (0) (11) :;; DE DUCTIONS . NET 0 GROSS WITH-WAGES WORK li TOTAL RATE AMOl.NT HOLDING TOTAL PAID CLASSIHCATION ,~ OURS OF ,PAY EARNED FICA TAX OTHER DEDUCTIONS FORWEEK 0 V • 0 V • 0 V s 0 V s 0 V . 0 / s 0 1/ s 0 / . Whlle corrplello n of FormWt+J4 7 Is o~lonal , It lsmandaory rorcovere d contn1clors ~d subconlract«s P.erlonring work on Federali,.nnanced'a' asslsl:ed c_a,stnJclk>n ~ortracjsto respo{ld.to ll)e. lnforma~on collec tlo~contaile d tn 29 C.F .R .. §§ 3.3, S:5(a). The CopelanO Act (40 U.S.C. f 31 45) conractori: and 9.bconlractors perforrrtlg wo rkon Federalty,nnanced·or aSSlsted .co nsfnJ:tl on contracts to'"f'urfsh Wee~·a·stala/nentwlh respect to.the wa ge s pai d each i rJl]loy 89 dutng the ·ptecectngWl!iik." U.S. DePirlmanl cflabof (DO U .regul:tk:m, at 29 C.F.R. '§ 5.5(a)(3){IO re(JJlre cort ractors to Sllbrritweek>, a COPf .d al pay rols to the Fede ral.ag'ency contraeli'lg fer or. fi na nting the constructio n pr0Jec~ accofl1)anl~ by a ~ned ·statemert ofCort111 1arice' fnd l~atilljj lhat tile payr'als ii,: cOnect ind ccmplel8 and that each liborer or mechan ic has been paid not less tha, the proper Da,Js-Bacon P'9Valing wagnale fer the wo1t pe rformed . COL and federal con~ctlno agt{lCl&s receiving Ills Info rmation rw tewthe lrfom"l<ik>n to deterni ne a,a en11loyees hat a ,~elved le g.tty req!Jred wages and fri nge benefits . Pull Uc-Burden statement We e5'l mata that Is .'Mtl take an average of 55 nimJ es to c9rrplele this CO l!;!Ct!Ol'I, 11"('.\uilng time for rev te'Mng lnslructlon s. 'Saarthing e1dstlng_ d:ta SOOrte s, gathtring' and mal'llalnhg the data needed, and carpleU ng and reviewing ,ha ~.alectloii of rlformauon. If you h~ e al'Ji carrnenls reoan:lilo l hese estlmatesor any other aspect of ttts cOltectlo n, ncludlng suggestion s for reducirlg u,i, blJ'del\ send them to theAo-nt nlstrator, Wage and.Hour ONISIO n, U.S. D8partmel'lt d L.ibor, Room·s3502, 200 ·eonstttutionAvenue,·N.W. Washh g!Of\ O.C .. 20210 (om) ~ 0 0::, b V1 V1 0 1;' s. V, (1) i:,.. ..... N ....... w 0 ....... ..... 0 -0 ., (IQ (1) N '° Date I, (Name of Signet()!}' Party) (TIUe) do hereby state: (1) That I pay or supervise tho paymant of tho persons employed by on the (Contractor or SJbcontractor) ; that during the payroll period commenci ng on the (0.Jilding or Wor1<) ___ dayof ·-and ending the ___ day of ~ all persons employed oo sald ptoject h ave beet1 paid the. full weekly wages eamed, that no rebates have been or w• be made etther directly or Indirectly to a or\ behalf of said from the full ( Contractor-or Subcxmtr actor) W\!ekly wages earned by any person and that !IC deductions have been made· either di(eclly o,:,indlrectly front the. full wages .earned by any person,.other than perm lssible deductions as de!ned Jn Regu~Uons, Part 3 (29 C .F,R. Subtitle A). issued by the Secreta,y.of Labpr underlhe Copeland Act, as amended (48 .Stat. 948, 63 Start. 108, 72 Stat . 967; 76 stat. 357; 40 U .S.C . § 3145), and described beJr,w: (2) That any pa.YtOII• olhecwise under thi s contract· requ ired lo bo submitted for the above period are correct and complete: that th!!' wage .rates for lab:a'et'S' or mecha nics oontatned th"er~n ara not 1e·s,-than the appli cable>. wage rates contained in any wage d•termlnalla:, lncorporaled Into ·1he contract; that the classiications set forth therein: for each laborer or mechanic conform with the work he performed . (3) Thal any apprentices employed In the abO\/e period are du ly registered in a bona fide apprenticeship program registered with a Stale apprenticesh ip agency recognized by the Bureau of Apprenticeship and Training , United States· Department of Labor, or If no such recognized agency exlsts'in a Slate , are registered 'Mth the Bweau of Apprenllc""1i p and·Training , Un~ed S1ales Department of Labor. (4 )That (a) \MiERE FRINGE BENEFITS.A'RE p.-.10 TO APPROVED PLANS, FUNDS., OR PROGRAMS D -in addition to the basi.c hourty wage rate& paid to each 1.aborer or mechanic Jlsled in the above referenced payroll ,. payments of fringe benefits as listed In the contract have been or Vlill be made to appropriate programs .for the benefit of such employees, e'><Cept as noted .In sedion·4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH 0-Each l aborer or mechanl<>llsted In the abov,: referenced payroll has been paid, as indlcated on the payroll, an amount not less than Iha sum of the applicabl• basic hourty wage rate plus.the a.mount of the required fringe benefits as fisted In the contract , excepl as noted in section 4(c) below . (c) EXCEPTI.ONS EXCEPTION (CRAFT) EXPlANATION ~e=ss : tW,ie AAO 1' if LE S~~ATURE 'THE 1/vllFUl f.Al.SL=rcATIO ~~ OF ANY OF 'iHE ASO:VE S.Th'fE_\tENTS t.lAY SUB.ECT THE CCNTR.ACTOR CR SJllCONTRA<.."TCA'TO CWIL. OR CR IMw.J. PROSECIJT >O t<. Sl:E SEC"tlON 1001 CF TtlLE 18 ,:,o SECTION Z>l OF Tln.E 31 OF THE UNrlEO ST ATE$ COl)t;. DOL Labor Standards Interview SF-1445 LABOR STANDARD S I NTER VIEW I I CONTRACT NUMBER EM.!'LO\'EE IN FOR MA ilON LAST t4AM E I FJR:JT NAME IM I I NAM E OF !'1UME cor.rrRACTOR ! NAM E .o ; Ear&'"t.OYE R STRE£T ADDRESS ' CITf ST ATE ZIP CODE f I SU PERVlSOR'S tb!.ME ! LAST NAME r=IRSTNAME 1"1' WORK ClASSl f lCATION WAG E RAi E i ; C HECK BE LOW ! ACT ION I Y ES NO Do vou wor k ov er 8 h ours pe r da y ? Do you w or k o•,er 4-0 hour s per week? A r e you paid at lea st time end a half for o v ertime h o u rs ? A r e ;•ou receiving any ca,Sch pa yments for fring e b enefits re quired by t he po sted w age determination de cision? Wl-!Ai OE DlJC TJ:O>l S OTHER THAN TAXE S Arm SOCI AL SEctlRJT'( ARE MADE !=RO M YOUR PAY? HOW t.1At"Y f.!OURS mo YOU lfl'OR !C ON \'OUR LA ST W'Qll1( DAY 9EFORE' IDOLS YOU USS THI S INTERV'l EWi DAT E OF LAST WO RK DAY eg:o RE f)JTE RVl!:W ('IYMM!JDJ DATE YOU BEGA N WO RK ON W.!I S PR OJECT (YYMMDO) TH E A!!OVE IS COR?.ECT TO THE &E ST OF MY Kt~OWLEOO E EMPLO YEE 'S S1Gl1A TURE DATE ('fYMMD!J,I ~IGNAT\IR E ?E D OR PAIN ED f 1At.1 E DATE J'f'IMMODJ INTERVI EWER INTERVIEWER 'S COMMENTS WORJC EMPLOYEE W AS 0 0 11'-G WHEN INTER \llEWE D A.c ,10,1 /!f i,xp!:,1':,tian is n Hdod, u,o comm,nt.:; s11c tia.~/ YES ~,o ~ EMPLOY EE PR OPERLY CL ASS IFIED AND PAl 0 7 ARE WAGE; RA TES AND P0'5TE;RS OF!:Pl.A YEDr i FOR USE BY PAYROLL CHECKER I 1s ABOV E, l.'l!'ORMA TIO>I It AG RE EME IT WITH ?A YROLL D A 1 A 7 i 0,'1:s ONo i COMMENT S ! / lAsT~IAM E I StGN ATURE I AUTHORIZED l'OR l OCAt REPRO OU CTIOt, j Pra voou~ Gd iti on r..o t U·$a.b lo TWDB-0550 Revised 1 2/30/10 FIRST NAME CH£C KER M l JOB TITLE DATE ('(YMMDD! STANDARD FORM 1445 (R E'I. 1.?·96l ·-·--·--····---·-····--··----·-··--··-· p,...,or ib~d by GS A · FA R !48 CF RI 53222(11i Page 30 I I ; I I I ! I ! ! ! I ! I ! i ! i ! i Davis Bacon Poster, WH-1321 http://www.dol.gov/whd/regs/compliance/posters/davis.htm TWDB -0550 Revised 12/30/10 Page 31 EMPLOYEE RIGHTS UNDER THE DAVIS-BACON ACT FOR LABORERS AND MECHANICS EMPLOYED ON FEDERAL OR FED ERALLY ASSI .STED CONSTRUCTION PROJECTS THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION PR.E VA ILING WAGES OVERTIME ENFORCEMENT APPR ENTICES PROPER PAY You must be paid not less than the wage rate listed in the Davis-Bacon Wage Dec ision posted with this Notice for the work you perform . You must be paid not less than one and one-halt times your basic rate of pay for all hours worked over 40 in a work week . There are few exceptions. Contract payments can be withheld to ensure workers receive wages and overtime pay due, and liquidated damages may apply if overtime pay requirements are not met. Davis-Bacon contract clauses allow contract termination and debarment of contractors from future federal c ontracts for up to three years. A contractor who falsifies certified payroll records or Induces wage kickbacks may be subject to civil or criminal prosecution, fines and/or Imprisonment. Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs. If you do not receive proper pay, or require further Information on the applicable wages, contact the Contracting Officer listed below: or contact the U.S. Department of Labor's Wage and Hour Division. For $d<;iitional 1information: 1.-866 ~4-.USWAGE (t-8~6.~487~~g 4i3) TTY:' 1-~7:7""8~9~5627 ww\V.WAGEHOUR.OOL.GOV U .S. Oeprut menl of Labor j Employment Standards Administrruion I Wage and Hour Division TWDB-0550 Revised 12/30/10 Page 32 11 . CONTRACT WORK HOURS REQUIRMENTS (29 CFR 5.1, & 5.6)-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, including but not limited to the following. Sec. 5.5 Contract provisions and related matters. (a) Omitted. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b) (1), (2), (3), and ( 4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5 .5(a) or 4.6 of part 4 of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b) (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages . In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b) ( 1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b) ( 1) of this section. (3) Withholding for unpaid wages and liquidated damages . The (write in the name of the Federal agency or the loan or grant Owner) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b )(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b) (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts . The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b) (1) through (4) of this section . TWDB-0550 Revised 12/30/10 Page 33 (c) In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5 .1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics , including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee , social security number, correct classifications , hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 12 . EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION -This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than $10,000. During the performance of this contract, the Contractor agrees as follows : (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age , handicap , or national origin . The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race , color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship . The Contractor agrees to post in conspicuous places , available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause . (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age , handicap, or national ongm. ( c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24 , 1965 , the Age Discrimination in Employment Act of 1967 ,29 U.S .C .A. 621 (1985), Executive Order 12250 of November 2 , 1980, the Rehabilitation Act of 1973 , TWDB -0550 Revised 1 2/30/10 Page 34 29 U.S .C.A. 701 et seq. (1985), and of the rules, regulations , and relevant orders of the Secretary of Labor. ( e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965 , and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto , and will permit access to his books , records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders . (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders , this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965 , and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965 , or by rule , regulation , or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules , regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24 , 1965 , so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in , or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade , and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects . The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4 . The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form , and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers (512) 229-5835 . The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. TWDB -0550 Revised 12/30/1 0 Page 35 Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13. DEBARMENT AND SUSPENSION -This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. 14. DISADVANTAGED BUSINESS ENTERPRISES -This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. (a) The Contractor shall, if awarding sub-agreements, to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to award a fair share of work to DBE's who are Minority Business Enterprises (MBE's) and Women-owned Business Enterprises (WBE 's) as sources of supplies, construction, equipment and services by taking the following steps: (1) Including qualified small, minority, and women's businesses on solicitation lists; (2) Assuring that small , minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible , into small tasks or quantities to permit maximum participation of small, minority, and women's businesses ; (4) Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small , minority, and women's businesses; and (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (b) The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise . The information shall include reporting called for in DBE-0650, Texas Water Development Board Disadvantaged Business Enterprise Program Guidance. ( c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned Business Participation. TWDB -0550 Revised 12/30/10 Page 36 ( d) The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas . The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41 .6 -41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Antiquities Committee, P .O . Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner w ill promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. TWDB -0550 Re vise d 12 /30/10 Pa ge 37 16 . ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species , or to destroy or adversely modify the habitat of such species . If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U.S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions . The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications . If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing , removal or disposition of hazardous materials on sites owned or controlled by the Owner. 18. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19 . OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data , and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. TWDB-0550 Revised 12/30/10 Page 38 ( c) The Contractor shall provide the services of trained , qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. ( d) Operations and maintenance manuals specified hereinafter are in addition to any operation , maintenance , or installation instructions required by the Contractor to install , test, and start- up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies . The manual shall contain the following applicable items : (1) A listing of the manufacturer's identification, including order number, model , serial number, and location of parts and service centers. (2) A list ofrecommended stock of parts , including part number and quantity . (3) Complete replacement parts list. (4) Performance data and rating tables . (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements . (8) Complete equipment wiring diagrams and control schematics with terminal identification . 20 . AS-BUILT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities . (b) Upon completion of each fac ility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil , to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions . (3) "Nameplate" data on all installed equipment. (4) Deletions , additions, and changes to scope of work. (5) Any other changes made . TWDB-05 50 Revised 12/30 /1 0 Pa ge 39 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF TARRANT -------------- BEFORE ME, Jane Ratliff a Notary Public duly commissioned and qualified in and for the County of Tarrant in the State of Texas came and appeared B Doug Alumbaugh , as represented by AUI contractors, LLC the corporations President who declares he/she is authorized to AUI Contractors, LLC · · f 1 · represent--------------pursuant to prov1s10ns o a reso ut10n adopted by said corporation on the _l_s_t ___ day of April , 20 11 ( a duly certified copy of such resolution is attached to and is hereby made a part of this document). _B_D_o_u~g_A_l_u_mb_a_u~g~h-~, as the representative of AUI Contractors, ;l,LC declares that AUI Contractors, LLC assures the Texas Water Development Eagle Mountain WTP Board that it will construct c l earwell No 3 project at Fort Worth , Texas, in accordance with sound construction practice, all l ws of the State of Texas, and of the Texas Water Development Board. B GIVEN UNDER MY HAND and seal of office this 25th day of Apri 1, 200 .1..L A.D. JANE RATLIFF Notary Publ ic. State of Te xas My Commis sion Exp ires Au gust 11, 201 _1 ~(~ R liff ED-103 01/03/2010 Printed Name My Commission expires 8/11/11 ED-104 5/19/02 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the _____ ...,.A:..,I ...... u......._c""'""""o ..... n...._t..._r .... a.,.,c...,.t...,.o ..... r ...... s.,__,_. _r ..... ,r ...... ,,...c~--------'' meeting name of corporation on the day of April 1, 20-1..Q, that B Doug Alumbaugh President and ____________ , be, and hereby is, authorized to act on behalf of ___ A_U_I_C_o_n_t_r_a_c_t_o_r_s~,_L_L_C_. ______ ....,, as its name of corporation representative, in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this 1st day of April (seal) TEXAS WATER DEVELOPMENT BOARD (TWDB) AFFIRMATIVE STEPS SOLICITATION REPORT WRD-216 I. PROJECT INFORMATION A . TWDB B. Appl icanUEntity C. Contract D . Program Type Proj ect No. Name Amount (i nsert "X" for all that apply) Revised 02/23/09 D Drink ing Water State Revolving Fund (DWSRF) Eagle Mountain Water Treatment Plant De~," Wat" State Re,o"1og '""' Pro ject Description : Clearwell No. 3 (CWSRF) Prime Contractor: AUi Contractors, LLC c==J Colonia Wastew ater (CWT AP ) Solicitation By : I ApplicanUEntity X [ Prime Contractor D DWSRF/American Re investment & Recovery Act (ARRA) Funds TWDB Construction Contract Number: n CWSRF/ARRA Funds II . SOLICITATION LIST Column 1 List on th is fo rm, or provide a separate list of each business entity sol icited fo r procurement: I Full name, street address , city/state/zip , for each Small , Minority, Woman , Rural Area or Other N Column 2 Enter one of the following procurement or contract categories : s CONSTRUCTION, SUPPLIES; EQUIPMENT; SERVICES T Column 3 En ter the type of business : R Small Business Enterpri se (SBE), Minority Business Enterprise (MBE), Women-Owned Business u Enterprise (WBE), Small Rural Business Area (SRBA), or OTHER (NOTE! "OTHER" = Company or C firm is Non-SBE , MBE , WBE or SBRA) T Column 4 Evidence of Good Faith Effort solicitations will include a combinat ion of the following outreach I methods . Adequate backup documentation must be attached to this form for each method used. 0 1. Newspaper Advertisements 5. Internet & Web Postings N 2. Direct Contact by Phone , Fax , Mailouts 6. Trade Association Publications s 3. Meetings or Conferences 7. Other Government Publ ications 4. Minority Media Column 1 Column 2 Column 3 Column4 Name & Address of Procurement or Type of Solicitation Business Entities Solicited for Procurement Contract Category Business Methods -See attached OFFICIAL RECOR;, CITY SECRETARY Ft WORTH , TX -~ J I ~ignatu~ -Authorized Representative I Title I Date / 11) {/;ffe (~~_;~ 8 Doug Alumbaugh , President OlAo/2-oV\ TWDB APP~VAL ;G~ATU; 7' / I I Ill. PFCA Engineer Approval Date DBE Coordinator Approval Date Column 1 Column 2 Column 3 Column 4 Company Name Street Address Suite/PO Box City State ACME Electric 5000 Martin St Fort Worth TX Construction Other Email & Fax Alltex Coring and Sawing 716 Spring Miller Court Arlington TX Construction DBE Email & Fax Alpha Insulation & Water Poofing, Inc . N/a Dallas TX Construction Other Email & Fax Andrews Paving & Construction Construction Other Email & Fax Azteca Enterprises, Inc dba Azteca Steel, Inc. Building 1345 B Range Road NAS TX Construction MBE Email & Fax Azteca Steel, Inc 2518 Chalk Hill Rd Dallas TX Supply Other Email & Fax Barnsco Dallas TX Supply Other Email & Fax Baseline Manufacturing 1070 tafelski rd new waverly TX Supply Other Email & Fax Baugh & Associates, Inc. 21228 Binford Road Waller TX Supply Other Email & Fax Central North Construction 5970 Lindsey Lane Allen TX Construction WBE Email & Fax CF Electric, Inc 2812 S. Pipeline Road Euless TX Construction Other Email & Fax CMC Rebar 4846 Singleton Dallas TX Supply Other Email & Fax Cowtown Redi Mix 3400 Bethlehem Fort Worth TX Supply Other Email & Fax Dobbs Coating Systems, Inc. 1888 Mineral Wells Hwy Weatherford TX Construction Other Email & Fax Eagle Aggregate Transportation 4401 N. 1-35 STE. 113 DENTON TX Supply Other Email & Fax Environmental Standards P.O . Box 701176 P.O . Box 701176 Dallas TX Construction Other Email & Fax FSG Electric 2525 Walnut Hill Ln. Suite 100 Dallas TX Construction Other Email & Fax GCE Contracting, Inc. 102 Treeview Ct Fort Worth TX Construction WBE Email & Fax Gentzler Electrical Services, Inc. 11450 Pagemill Rd Dallas TX Construction WBE Email & Fax Gerdau Ameristeel 2411 Audie Murphy Pkwy East Farmersville TX Supply Other Email & Fax GNS Electric Inc 3200 South Lancaster Ave #152A Dallas TX Construction SSE Email & Fax GREAT WESTERN ERECTORS 9207 SOVEREIGN ROW DALLAS TX Construction Other Email & Fax GST Manufacturing, Ltd 4201Janada Haltom City TX Supply HUB Email & Fax Guajardo Steel PO Box 193 PO Box 193 Jourdanton TX Supply Other Email & Fax H & H Restoration, Inc. 325 Exchange Drive Arlinigton TX Construction MBE Email & Fax H&H Electrical Contractors 8475 Country Road 271 Terrell TX Construction Other Email & Fax HD Supply Waterworks 8401 Southwest 15th TX Supply Other Email & Fax HD Supply 4333 irving blvd dallas TX Supply Other Email & Fax J.M. Materials p.o . box 496 Alvord TX Supply wBE Email & Fax JTM Materials, Inc. PO Box 2496 Denton TX Supply Other Email & Fax Kamco Coatings 11497 S. Emerald Ranch Lane Forney TX Construction Other Email & Fax Lattimore Materials Company, LP 1700 Redbud Ave McKinney TX Supply Other Email & Fax Magnum Manhole & Underground Company 3829 Calvalier Road Garland TX Construction DBE Email & Fax Martin Marietta Materials Supply Other Email & Fax Midwest Coatings, Inc. Construction Other Email & Fax Miko Trucking, Inc. 1100 Crest Ridge Court Irving TX Construction DBE Email & Fax Municipal Valve & Equipment Company 5924 W Parker Rd Ste 200 Supply Other Email & Fax North Texas Erosion Specialists Other Email & Fax North Texas Erosion, Inc. 2426 Westwood Avenue Mesquite TX MBE Email & Fax North Texas Waterproofing PO Box 271171 Dallas TX Other Email & Fax Nufab Rebar Dayton LLC 100 Amanda Lane Suite 116 Waxahachie TX Other Email & Fax Outlaw Hauling & Sawing 1705 Galahad Lane Arlington TX Other Email & Fax Premier Erosion Control P.O. Box 893 Rowlett TX MBE Email & Fax Ram Tool & Supply 2323 Crown Road Dallas TX DBE Email & Fax RE Campbell Co TX Other Email & Fax Redi Mix Concrete 1001 W Euless Blvd #100 Euless TX Other Email & Fax Rice Environmental Services PO Box 818 PO Box 818 Spicewood TX DBE Email & Fax S&S Painting Kerrville TX SBE Email & Fax Seguin Fabricators, Ltd 779 W Court Seguin TX Other Email & Fax Soto's Rebar Construction 830 Buckalew St . Dallas TX MBE Email & Fax Southern Star Concrete 8500 Freeport Parkway Irving TX Other Email & Fax Southwest Erosion Control 2109 Cash Point Ct. Granbury TX SBE Email & Fax Texas Environmental Management S.A., Inc. 115 East 1st Street P. 0. Box 369 Justin TX Other Email & Fax Texsun Electrical Contractors, Inc. 4646 Mansfield Hwy Fort Worth TX Other Email & Fax Total Erosion Services P.O. Box 79351 Saginaw TX WBE Email & Fax TPC Controls, Inc. Other Email & Fax TPC Electric 1510 Randolph St Carollton TX Other Email & Fax TXI Operations, L.P . 1341 W . Mockingbird Dallas TX Other Email & Fax Universal Industrial Painting 2234 Old Tampa Hwy Lakeland FL Other Email & Fax Weather-Tight Waterproofing 3226 Mount Vernon Fort Worth TX Other Email & Fax WHECO Electric, Inc. 8501 Jacksboro Hwy Lakeside TX Other Email & Fax WHF Electrical Contractors 2903 Capital Street Wylie TX Other Email & Fax White Cap Other Email & Fax TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY WRD-373 Revised 09/17 /07 I. PROJECT INFORMATION A. TWDB Project B. ApplicanUEntity Name C . Contract or D. Program Type (insert "X" for all that apply) Number Loan Amount D Drinking Water State Revolving Fund (DWSRF) Eagle Mountain Water Treatment Plant Clearwell D Clean Wate, Slate RevoMng Project Description : No. 3 Fund (CWSRF) Prime Contractor: AUi Contractors, LLC. O colonia Wastewater (CWT AP) Solicitation By: I Applic~nt/Entit I X Prime Contractor D Reinvestment & Recovery Act (ARRA) Funds TWDB Construction Contract Number: C flcwSRF/ARRA Funds II. LIST OF ACTUAL CONTRACTS/ PROCUREMENTS Column 1 Enter the full name, street address , city/state/zip for each firm awarded a contract for the project I N Column 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES s T Enter the type of business: Small Business Enterprise (SBE); Minority Business Enterprise (MBE); R Column 3 Women-Owned Business Enterprise (WBE); Small Rural Business Area (SRBA); or OTHER u C (OTH ER = Non-SBE, MBE, WBE or SBRA) T Enter the exact amount of the awarded contract I Column4 0 N Column 5 Enter the exact date the contract was or will be executed s Column 6 Enter the certification type (i .e. state ; federal; NCTRCA; City of Houston ; Self-Certification etc.) Column 1 Column 2 Column 3 Column4 Column 5 Column 6 Name & Address of Procurement Type of Actual Contract Contract Type of Small Minority Contracted FirmNendor Category Business Awarded($) Execution Date Women-Owned Business Enterprise Certification LKT Associates PO Box 668 Supplies DBE $ 220,202 .00 NCTRCA Melissa , TX 75454 JM Materials PO Box 199 Suppl ies WBE $ 51 ,855.00 NCTRCA Alvord , TX 76255 Preload , Inc. 60 Commerce Drive Construction Other $ 1 ,340,000 .00 NIA Hauppauge, NY 11788 Continued on following pages I fiere6y certify tfiat afI of tfie Jinns {,stea a6011e were contractea to wo,{on tfie specifoa project. I afso certify tfiat I wi!I immeauite{y notify tlie 'Te.{as 'Water ![)evefopment IBoara if any of tfie {is tea smafI, minon·ty, women-ownea or ruraf Jinns are tenninatea from tfie project. !ignature -Authorized Representative I Title Date (};_ rJt~tA J ,6 Doug Alumbaugh, President Oll 7 .r)!~u, I Ill. ~.'F ~ . 1rfE /r// I ~; '\ TWDB APP VAL SIGNATU E PFCA Engineer Approval Date DBE Coordinator Approval Date I Column 1 N s Column 2 TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY I WRD-373 I Enter the full name, street address, city/state/zip for each firm awarded a contract for the project Enter the procurement category : CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES Revi sed 09/17/07 T R Enter the type of business : Small Business Enterprise (SBE); Minority Business Enterprise (MBE); u Column 3 Women-Owned Business Enterprise (WBE); Small Rural Business Area (SRBA); or OTHER C (OTHER = Non-SBE, MBE , WBE or SBRA) T I 0 Column 4 Enter the exact amount of the awarded contract N s Column 5 Enter the exact date the contract was or will be executed Column 6 Enter the certification type (i .e . state; federal; NCTRCA; City of Hou ston ; Self-Cert ification etc.) Column 1 Column 2 Column 3 Column4 Column 5 Column 6 Name & Address of Procurement Type of Actual Contract Contract Type of Small Minority Contracted FirmNendor Category Business Awarded($) Execution Date Women-Owned Business Enterprise Certification Baugh & Associates , Inc. 21228 Binford Road Supplies Other $ 277 ,696 .00 NIA Waller, X 77484 CF Electrical , Inc . 2812 South Pipeline Rd Construction Other $ 61 ,956 .00 NIA Euless , TX 76040 Southern Star Concrete 8500 Freport Pkwy N , Ste 200 Supplies Other $ 25 ,000 .00 NIA Irving , TX 75063 ITT Water & Wastewater 2400 Ta rpley Rd Supplies Other $ 17 ,500 .00 NIA Carrollton , TX 75006 CMC Rebar 4846 Singleton Blvd Supplies Other $ 12 ,000 .00 NIA Dallas , TX 75212 Sequ in Fabricators PO Box 1230 Supplies Other $ 10,800.00 NIA Sequin , TX 78156 GCE Contracting , Inc . 102 Treeview Court Construction Other $ 3 ,200 .00 NIA Fort Worth , TX 76126 NTES PO Bo x 40129 Construction Other $ 2 ,900 .00 NIA Austin , TX 78704 i TEXAS WATER DEVELOPMENT BOARD Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form -6100-2 NAME OF SUBCONTRACTOR' JM Materials, Inc. ADDRESS PO Box 199, Alvord, TX 76255 TELEPHONE NO. 940.427.2033 PRIME CONTRACTOR NAME -AUi Contractors, LLC PROJECT NAME Eagle Mountain Water Treatment Plant Clearwell No 3 CONTRACT NO. EMAIL ADDRESS jmaterials@yahoo.com Please use the space below to report any concerns regarding the abov e EPA-funded projects (e.g., re ason for termin ation by prime contractor, late payment, etc.) Aggregates Subcontractor Signature Title/Date Subcontractor is defi ned as a compa ny, fi rm , joint ventu re, or ind iv idu al who enters into a n agreement w ith a con tractor to prov id e services pursuan t to an EPA award of fi nancial assistance . EPA FORM 6 100-2 (D BE S ubcontractor Part ic ipati on Fo rm ) TEXAS WATER DEVELOPMENT BOARD Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form -6100-2 NAME OF SUBCONTRACTOR LKT & Associates, LLC. PROJECT NAME Eagle Mountain Water Treatment Plant Clearwell No 3 ADDRESS PO Box 668 , Melissa, TX 75454 CONTRACT NO. TELEPHONE NO. 214 .544 .0440 EMAIL ADDRESS Lynda@lkta.com PRIME CONTRACTOR NAME -AUi Contractors Pleas e use the space below to report any concerns regarding the above EPA-funded projects (e.g., rea son for termin ation by prime contractor, late payment, etc.) Valves Subcontractor Signature Title/Date Su bco nt rac tor is defi ned as a company, fi rm .joint ve nture, or indi vidu al who ente rs in to an agreement with a contractor to provide services purs uant to an EPA award of fin anc ia l assistance . EPA FORM 6 100-2 (DB E Sub contractor Parti c ip atio n Form) - liiiiiill PARTD SPECIAL CONDITIONS City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PARTD SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C 1 - Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C -General Conditions and part C 1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C 1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: EAGLE MOUNTAIN WATER TREATMENT PLANT CLEARWELL NO. 3 CAPITAL PROJECT NO. 1622 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily , follow the guidelines listed below : 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, perfonnance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perfonn such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern perfonnance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. ST AND ARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH 2. ST AND ARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Part D Special Conditions .doc D-1 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division l of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. D-2 LOCATION AND DESCRIPTION OF PROJECT The Eagle Mountain Water Treatment Plant site is located at 6801 Bowman Roberts Road, Fort Worth, Texas, 76179. This Contract consists of the furnishing of all the material, equipment, labor and supervision necessary for the construction of the Eagle Mountain Water Treatment Plant-Clearwell No. 3 Project as shown on the plans and as described herein. The Eagle Mountain Water Treatment Plant consists of the original plant facilities (Phase I) constructed in 1992, the Phase II Expansion constructed in 2000, and the Phase ill Expansion constructed in 2005. The existing plant has two (2) cast-in-place concrete clearwells that store treated water for supply to the two (2) high service pump stations. This project will increase the plant stored water capacity by 3.5-million gallons (mgal) to 10.5-mgal. The scope of work for this project, presented in greater detail in Section O 10 I 0, includes construction of: a 3 .5 mgal precast, prestressed concrete clearwell; miscellaneous modifications to the existing plant facilities; and appurtenant piping, equipment, pavement, and facilities . D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: I . Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84 ), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3 . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, Pan D Special Conditions .doc D-2 February 2011 - City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B. C. D . E. or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 ( 44) or all employees of the Contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being warded the contract. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. 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. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known,, of any change that materially affects the provision of coverage of any person providing services on the project. H . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: l. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project; 2 . Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; Part D Special Conditions .doc D-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3. Provide the Contractor, prior to the end of the coverage period, 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 ; 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a .) A certificate of coverage , prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5 . Retain all required certificates of coverage on file for the duration of the project and for one year thereafter . 6 . Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing service s on the project; and 7 . Contractually require each person with whom it contracts, to perform as required by paragraphs (I)- (7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J. The contractor shall post a notice on each project site informing all persons providing service s 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 po sting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or material s, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." Part D Special Condit io ns .doc D-4 Fe bru ary 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 PROJECT DESIGNATION SIGNS A project sign is required for this project. It shall be in accordance with the attached Figure 30 ( dated 9-18-96) presented at the end of the Special Conditions. The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be I' -0" by 2' -0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (8 I 7)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-5 WAGERATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. This project is also subject to Federal Wage rates. In no event shall less than the prevailing wage rates, as attached to the end of Part D, be paid. When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict, the higher wage will be used. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Part D Special Conditions .doc D-5 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged . In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 EXPLORATORY EXCAVATIONS In addition to those areas as may be designated on the Drawings, it shall be the Contractor's responsibility to excavate and locate existing utilities which may affect construction of the facilities. All exploratory excavations shall occur for enough in advance to permit any necessary relocation to be made with minimum delay . All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the total price bid for the project. D-8 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City 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 approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full 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. D-9 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, 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 Ordinances of the City of Fort Worth (Ordinance No. I 0056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. Part D Special Conditions .doc D-6 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the 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 Engineering Department, 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-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B . CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. Part D Special Condition s.doc D-7 February 20 I l City of Fon Worth Eagle Mountain WTP Cleaiwell No. 3 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work . D-11 UTILITIES The Contractor shall at his expense provide all utility services, including water, electricity, gas, telephone, etc., as may be required by him and during the construction and testing period. The City may be able to make provisions for connections to the existing utilities provided that adequate service is available at appropriate points within the plant site; however, the Contractor shall make all necessary arrangements, furnish materials, and perform all labor and services for 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-12 SUBSIDIARY WORK Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans, the General Contract Documents or these 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-13 RIGHT OF ACCESS Representatives of the Texas Commission on Environmental Quality (TCEQ), Occupational Safety and Health Administration (OSHA), and City Code Inspectors shall have access to the project wherever and whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access . D-14 OSHASTANDARDS All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the Contractor to become familiar with the provi sions of regulations published by the OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting form the Contractor's failure to so perform . Part D Special Conditions.doc D-8 Febru ary 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D-15 TIME OF COMPLETION All work under this contract shall be completed within 330 calendar days. Interim completion dates for various facilities shall be met as outlined in Section 01040. Liquidated damages will be assessed the Contractor for failure to complete necessary work to meet these interim completion dates. Substantial Completion of the project is defined as completion of all process structures, pipelines, and equipment, including electrical and instrumentation, having been installed, tested, and commissioned with approval by the Owner and Engineer, allowing the plant to store a total of 10 .5-million gallons of treated water for pumping from either of the two existing high service pump stations . Substantial Completion shall be met within 270 calendar days from the Notice to Proceed and if such date is not met, liquidated damages shall be assessed the Contractor as stated herein. The time period between Substantial Completion and Final Completion shall be scheduled for completion of ancillary items that have no impact on the treating, storage, or pumping of water, such as finish grading and paving, painting, and all related finish work. Refer to the schedule of Liquidated Damages in Section C7-7 .10 of the General Conditions. D-16 INTERPRETATION OF PHRASES Wherever the words "Directed", "Required", "Permitted", "Designated", "Considered Necessary", "Prescribed", or words of like import are used on the Plans or in the Specifications, it shall be understood that they are intended as Specifications, it shall be understood that they are intended as prerogative of the Owner and/or the Engineer; and, similarly, the words, "Approval", "Acceptable", "Satisfactory", or words of like import, shall mean approval, etc ., by the Owner and/or Engineer. Wherever in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words, terms, or clauses . D-17 TERMINATION It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor, in whole or from time to time in part, whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination, specifying to what extent performance of the work under the contract is being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1. Stop work specified in the notice on the date and to the extent specified in the notice of termination . 2 . Place no further order or subcontract except as necessary to complete work already underway. 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. Part D Special Conditions.doc D-9 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D-18 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. The Construction Manager along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected . The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . Payment for substantial completion inspection, as well as final inspection , shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection . Final inspection shall be in conformance with general condition item "CS-5 .18 Final Inspection" of PART C -GENERAL CONDITIONS . D-19 FINAL ACCEPTANCE After construction work is satisfactorily completed, the Owner shall make a final inspection of the project. The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with the Plans and Specifications and issue a written statement of final acceptance in accordance with Section C8-8 .7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS . After final acceptance, the Contractor shall provide a two-year Guaranty in accordance with Section C 3-3 .7 BONDS and C8-8 . I 0 GENERAL GUARANTY, of the General Conditions, commencing the date of final acceptance. D-20 COOPERATION OF CONTRACTORS AND CITY The Eagle Mountain WTP is and will be an operating facility during the entire duration of the construction period . However, limited time allowances for connections to existing systems shall be coordinated to complete construction . With exception to these shutdowns, the Contractor shall make necessary accommodation and coordination for production from the WTP to continue throughout construction and to permit access to vital facilities . The Contractor shall coordinate work with the City which will require interruption of services as specified in these Documents . Permissible durations of interruption shall be as specified. Due to existing configuration of the existing piping systems to Clearwell No . l and No .2, work to install the new isolation valve adjacent to Clearwell No. 2shall not occur until Clearwell No . 3 is Substantially Complete . Part D Special Conditions .doc D-10 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Access to the Radio Communications Building and Tower must be maintained throughout the Project via the access road shown on the Drawings . If proposed construction work will inhibit or prohibit access to the Building, the City shall be notified a minimum 7-days (calendar) in advance of approximate access interruption. The Building and Tower are essential components of the City communications system and must be available at all times. D-21 INTERPRETATION OF REQUIREMENTS a. Interpretation: Any question as to interpretation of drawings and specifications or any questions arising after examination of premises must be referred to the Engineer in writing . No interpretation nor instructions given verbally by any persons will be considered valid . b. Lack of Understanding: Lack of understanding of Drawings and Specifications or failure to secure information concerning all conditions will not justify any claims, and extra compensation will not be made simply because of lack of such knowledge. D-22 HAZARDOUS AND TOXIC MATERIALS Insofar as permitted by law, the Owner shall indemnify and 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 form personal injury, including death, property liability, at any time, however caused, due to the presence or release of, or exposure, whether to the person or property injured or otherwise, to any hazardous or toxic substance, provided, however, that the City liability shall be limited to that established in Article 6252-19, Texas Revised Code and other applicable State statutes and Constitutional provisions. D-23 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 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 subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. Part D Special Conditions .doc D-1 l February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D-24 DISABILITY In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that if 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 provision 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-25 (NOT USED) D-26 (NOT USED) D-27 INSURANCE Property insurance upon the entire work, including materials not in place at the site to the full insurable value thereof, is required . All Risk Builder's Risk Insurance shall include the interests of the Owner, the Contractor, Subcontractor and Sub-subcontractors in the work and shall include, but not be limited to, the perils of fire, lightning, flood, collapse, windstorm, hail, explosion, riot, civil commotion, smoke, aircraft, land vehicles, vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the Builder's Risk Policy shall be filed with the Owner and shall include a thirty (30) day notice of cancellation of policy provision. D-28 TRENCH SAFETY SYSTEM Information, data, typical design schemes included on the Drawings and Specifications, Section 01665 connection with the trench safety system is for general guidance to the prospective bidders (and Contractor) and shall not be construed to instruct the Contractor nor specify to the Contractor the design or method of implementing a trench safety system. The Contractor shall be solely responsible for all his activities as set forth in Paragraph C6-6 of the General Cond itions . The Contractor shall indemnify the Owner and the Engineer from any claim related to trench safety . Insurance coverage shall comply with these requirements. The prospective bidders (and Contractor) shall make such explorations, analyses and other investigations as they deem necessary to inform themselves of the actual conditions to be encountered in performing the work required by the Contract Documents, including, but not limited to, information necessary to develop a trench safety program to comply with all requirements of OSHA, federal, state, and local laws, rules and regulations. Compliance with these laws, rules and regulations, including, but not limited to, HB 662 and HB 665 as adopted by the 72nd Session of the Texas Legislature, shall rest solely with the Contractor. D-29 PUMPING AND DEW ATERING OPERATIONS Work to be performed will require draining, pumping and dewatering, and certain cleaning operations necessary to complete the work as specified and as indicated on the Drawings. It is the intent of these specifications that such draining, pumping and dewatering, and cleaning operations shall be the obligation of the Contractor. Part D Special Conditions .doc D-12 February 2011 City of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 The existing structures, piping, and valves may leak and the Owner does not guarantee a dry site. The Contractor shall provide all necessary pumping, as required by the excavation work specification, to remove all surface water, groundwater, leakage, and water from other sources from excavations. D-30 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 include the assigned 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. D-31 PROJECT SUPERINTENDENT(S) The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects shall be submitted to the Owner, prior to the award of contract as part of the Special Pre-Qualification Requirements. This resident superintendent, if found to be acceptable, shall not be removed except under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a request is made for the replacement of 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 shall be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative. The Contractor shall also submit resumes for the proposed Clearwell (GST) Manufacturer and Electrical project managers and superintendents listing qualifications and experience records prior to the award of contract for approval by the Owner. All requirements for assignment and replacement of resident superintendents shall apply equally to the Clearwell and Electrical Superintendents. D-32 CITY FIELD OFFICE The assigned Owner's representative will utilize the existing City Field Office located as shown on the Drawings. The Contractor shall locate their own office adjacent to the City Field Office and shall deliver all project documents, submittals, etc to this office. D-33 CONTRACTOR'S OFFICE The Contractor shall furnish necessary construction field office trailers for the Contractor's and subcontractors' use. These facilities shall be located within Construction Field Office area as shown on the Drawings. This area will also house the permanent field office for the City Field Office, described in D-32. Contractor shall provide temporary utilities (water, sewer, power, and phone) to their own temporary construction offices. Individual trailer services shall be installed from a power distribution panel to be Part D Special Conditions.doc D-13 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 located in the trailer park. Contractor shall provide meters, step down transformers, breakers, etc . as required to supply power to their trailers . Contractor shall remove all temporary facilities at the end of construction . Contractor shall be responsible for obtaining all City pennits required for the trailer and associated utilitie s. Contractor shall obtain temporary power from TXU to feed the construction trailer area. Contractor shall coordinate with TXU to obtain power from the existing feeder along the north side of the plant property . D-34 (NOT USED) D-35 SANITARY FACILITIES FOR WORKMEN As set forth in the General Conditions, Section C6-6.4, the Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. The Contractor shall also provide adequate drinking water facilities . The Contractor and his subcontractors and workmen shall not use the existing plant sanitary facilities. Connection to existing utilities available in the Construction Field Office area will be considered by the City, but if granted, shall be the sole responsibility of the Contractor. D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION Payments for mobilization and/or demobilization may be approved on periodical estimates for the percentage completed. The payment for mobilization shall not exceed three and one third (3 l/3 % ) percent of the total contract amount. Demobilization shall equal one half (Yz) the mobilization cost. Total payment for mobilization and demobilization will be made to the Contractor when each is complete . D-37 SEQUENCE OF CONSTRUCTION Prior to the start of any work on the project, Contractor shall develop a construction schedule and sequence of operation for review by the Owner and Engineer. The construction schedule shall be prepared in accordance with Sections O I 040 and O 1315 . D-38 CONSTRUCTION LAYOUT The Owner will provide at the site of the work horizontal control in the form of grid reference points and vertical control in the form of bench marks. From the controls established by the Owner, the Contractor shall be responsible for the complete layout of the work and for establishing lines and elevations as needed during construction . The Contractor shall furnish at his own expense labor, including the services of competent personnel , equipment, including accurate surveying instruments, stakes, templates, platforms, tools, and materials as may be required for laying out any and all parts of the work . The Engineer will be available for assistance in an advisory capacity. Layout of the construction area for erection of the Clearwell No . 3 shall be limited to the areas shown on the Drawings . Crane placement for panel placement shall be in accordance with restrictions noted on the Drawings . D-39 WARRANTY CERTIFICATES The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with the design and specification of this contract and contains no defect of material or workmanship . In the event of failure of any part or parts of the equipment during the two years of service following final project completion, due to defects of design, material s, or workmanship, the affected part or parts shall be replaced promptly upon notice by the Contractor. All replacement parts shall be furnished , delivered and installed Part D Special Conditions .doc D-14 Fe bruary 20 1 I - City of Fort Worth Eagle Mountain WTP Clearwell No . 3 at the expense of the Manufacturer. All warranty certificates or manufacturer's guarantees, for equipment purchased by the Contractor shall be issued in the name of the City of Fort Worth. D-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS The Contractor shall receive no compensation for delays or hindrances to the 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 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 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-41 PROGRESS PHOTOGRAPHS The Contractor shall take photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging form wide angle to 135mm . Photographs shall be taken at locations designated by the Engineer. Two glossy color 3" x 5" prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure . If prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately . DVDs with each of the digital photographs stored shall also be provided. The Contractor shall provide forty-eight (24) photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress , twenty-four (24) monthly photographs shall be taken to accurately record the work that has progressed during that period. Photographs are to be submitted with the monthly Partial Pay Request in 3-ring plastic binders. After the project has been completed and all construction trailers, materials etc. have been removed, the Contractor shall employ a professional photographer approved by the Engineer to photograph the project. Twenty-four (24) photographs are to be taken. Two (2) eight by ten (8" x IO") glossy color prints and negatives are to be provided for each photograph . Negatives shall be of a quality to permit enlargements. 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. D-42 SUB MITT ALS 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, indicating that they have Part D Special Conditions.doc D-15 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 will be returned to the Contractor without processing . The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer 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 Subcontractors or suppliers. The Contractor shall assign a number to each submission provided to the Engineer to allow each submittal to be tracked while 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 . Refer to Section O 1300 for detailed submittal requirements. Applicable Prefixes are : co CMR - CTR EIR FO MIS NBC OM PCM PE RFI pp RD SD SCH Change Order Contractor's Modification Request Certified Test Report Equipment Installation Report Field Order Miscellaneous Submittals Notifications by Contractor Operation and Maintenance Manual Proposed Contract Modifications Periodical Estimate for Partial Payment Request For Information 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 he submittal is the 25th item of Record Data submitted. 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. Part D Sp ecial Conditions .doc D-16 February 20 l l - - - - City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 O 1300 . Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. D-43 RECORD ORA WINGS a. General: During prosecution of the work, the Contractor shall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded with actual works done. Deviations and changes shall be marked in red on a full-size set of drawings. Record Drawings shall be prepared as discussed in Section O 1720-Project Record Documents. b. Delivery: Record Drawings shall be delivered to the Engineer in good condition upon completion and acceptance of the work and before final payment is made . c. Requirements: Record Drawings shall be required for all work performed as a part of this project. D-44 SHOP ORA WINGS Equipment and material covered in PART E-SPECIFICATIONS shall have Shop Drawings and Operation and Maintenance Manuals submitted in accordance with Sections O 1300 and O 1730; regardless if reference is or is not made to Sections O 1300 or O 1730 within the section of the specification under which the equipment or material is purchased. D-45 REQUEST FOR INFORMATION When necessary, the Contractor shall request additional information, clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between contract documents or when the Contractor believes there is a conflict between the drawings and specifications, he shall identify the conflict and request clarification using the Request for Information (RPI) form provided by the Engineer. Sufficient information shall be attached to permit a written response without further information. The Engineer will log each request and will review the request. If review of the project information request indicates that a change to the contract documents is required, the Engineer will issue a Proposed Contract Modification as described in Paragraph D-46. D-46 CONTRACTOR MODIFICATION REQUEST/ PROPOSED CONTRACT MODIFICATION Any change in the contract documents that is requested will be initiated by the Contractor issuing a Contractor's Modification Request or by Engineer issuing a Proposed Contract Modifications on the form provided by the Engineer. Proposals will be reviewed by the Owner and if found acceptable will be incorporated in a Change Order in accordance with Section C4 of the GENERAL CONDITIONS, or by Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS . The Contractor's Modification Request shall fully identify and describe the deviations and associated costs, and state the reason the change is requested. Any savings in cost related to the substitution is to be stated in the request for consideration. Part D Special Conditions .doc D-17 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D-47 RECORD DATA Record Data shall be submitted to provide information as to the general character, style and manufacturer of the equipment to allow the Owner to adequately identify the materials or equipment incorporated into the project. Record Data shall be provided for all equipment and materials of construction. Record Data are not required for items which Shop Drawings and/or Operations and Maintenance manuals are required . Record Data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, model numbers and other information which would allow this material to be replaced at some future date. Record Data will be received by the Engineer and logged for transmittal to the Owner. Record Data will not be reviewed for comment and no response will be made to the Contractor. D-48 EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the equipment supplier performing the installation check for equipment as required. This report shall certify that 1) the equipment has been properly installed and lubricated, 2) is in accurate alignment, 3) is free from any undue stress imposed by connecting piping, equipment, or anchor bolts, and 4) has been operated under full load conditions and that it is operating satisfactorily. D-49 NOTIFICATION BY CONTRACTOR Written notification of the need for testing, observation of work by Engineer, intent to work outside of regular working hours, or the request to shutdown the facilities or make utility connections shall be given to the Engineer bY, issuance of a Notification By Contractor on a form provided by the Engineer. D-50 ALTERATION OF CONTRACT DOCUMENTS Paragraph C4-4.4 of the General Conditions shall be modified as follows: By Change Order or Field Order, the Owner reserves the right to make changes 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. Part D Special Conditions .doc D-18 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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-51 UNDERWRITER'S LABORATORIES LABELING: All electrical materials and equipment to be installed as part of this project shall bear the label of Underwriters' Laboratories, Inc. (UL) or other testing laboratory approved by the City of Fort Worth Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a mechanical equipment package, such as pumps, blowers, etc. The label shall be provided prior to the equipment being shipped to the project site . D-52 STORMW ATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Di scharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state .tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possibly reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required application fee : $325 if the NOI is submitted by regular United States mail or $225 if submitted electronically. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 Part D Special Conditions .doc D-19 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the s ite is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P .O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . The SWPPP will be prepared by Engineer. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbound copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those antic ipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi fonn is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address li sted above . A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP mu st include descriptions of control meas ure s necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences, straw bale dikes , rock benns, diversion dikes, interceptor swales, sediment traps and bas in s, pipe slope drain, inlet protection , stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. END OF SECTION Part D Spec ial Conditi ons .doc D-20 Fe bruary 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 AC Mechanic AC Mechanic Helper clas'.>ification !Acoustical ceiling IJ.eahanic !Acoustical ceiling Helper ~estos: Wolter Brfoklayer/Stone Mason Bricklayer/Stone Ma.<on Helper a.rpenter !Carpenter Helper !Concrete Finisher !Concrete Finisher Helper toncrete follll Builder Concrete fom Builder Helper Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (carpet) IFtoor Layer (Resilient) IFtoor Layer HelpEN" IGLazier IGLazier Helper Insulator Insulator Helper Uborer common Uborer skilled Lather Part D Special Conditions.doc C Prevailing Wa~Rat~ • ! Health] Avg Hrly Rate Welfare $~.92 $1.01 $15.81 $0.00 $15.56 $0.57 $12.27 $0.1't $0.00 $0.00 $18.54 $0.24 $10.3',I $0.00 $17.08 $1.62 $13.45 $0.JS $13 .97 $0.41 $12.H $0.43 $14.03 $0.67 $11 .72 $0.54 $16.10 $0.56 $12.43 $0.33 $15.00 $0.07 $11 .50 $0.07 $21 .77 $1.08 $15.32 $1.0'T $20.00 $0.00 $0.00 $0.00 $0.00 $0.00 $18.00 $0.00 $10.00 $0.00 $18.53 s1:n $13 .47 $1.20 $16.57 $0.2'J $11 .21 $0.36 $10.47 $0.70 $13 .2-4 $0.78 $17.00 $0.00 D-21 Total Pen~ion vacation Package so.1, $0.83 $21.,1 $0.00 $0.30 $16.n $0.03 $0.12 $16.21 $0.00 $0.00 $12.41 $0.00 $0.00 $0.0C $0.00 $0.00 $18.7! $0.00 $0.00 $10.31 $0.17 $0.81 $1'H, $0.08 $0.71 $14.,, $0.04 $0.14 $14.f.! $0.04 $0.11 $12.7l $0.0l $0.15 $14.~ $0.03 $0.10 $12.31 $0.0.1 $0.30 $16.,! $0.0D $0.28 $13.05 $0.00 $0.00 $15.07 $0.00 $0.00 $11.57 $0.05 $.0.38 $23.2'l $0.05 $0.27 $16.7' $0.00 $0.00 $20.01 $0.00 $0.00 $0.01 $0.00 $0.00 $0.01 $0.00 $0.00 $18.01 $0.00 $0.00 $10.0[ $0.38 $0.71 $21 .f.. $0.10 $0.35 $15.13 $0.12. $0.08 $17.0! $0.11 $0.13 $11 .81 $0.06 $0.08 $11 .3C $0.06 $0.12 $14.41 $0.00 $0.00 $17.0C February 20 11 Ci ty of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 Lath er Helper Classification ~leta l Buildin!I Assem bler Metal Building Assembler Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcin!I steel Setter Reinforcing Steel Setter Helper Roofer Roofer Helper Sheet Metal worker !sheet Metal Worker Helper !sprinkler System Installer !Sprinkler system Installe r Hel per steel worter structural steel worter Structural Helper ~oncrete Pump Prew ili ng Wa ge Rat es Con stru ction In dustry (Ad opted 6/2010) Health/ AVQ Hrly R.:lte welfare Pen~ion $1 5 .0 0 $0.00 $0 .0D $16.00 $1.56 $0.U $1Z.OO $1.56 $0.63 $12.57 $0.6'1 $0 .02 s,.11a $0.61 $0.02 $21 .14 so .,o $0 .13 $14.112 $0.58 $0.11 $17.24 $0.05 $0.00 $12 .85 $0.05 $0.12 $20.33 $0.6'1 $0.12 $14 .115 $0.'J5 $0.11 $13 .01 $0.36 $0.07 $11.111 $0.25 $0.05 $16.78 $1.25 $0.2.3 $12.33 $1 .25 $0 .2.3 $17.4'il $0.'7 $0.10 $14.16 $1.40 $0.17 $1'J .17 $1.68 $0.H $14.15 $1.50 $0.00 $1'1.28 $1 .37 $0.55 $13 .74 $1 .37 $0 .3'i $18.50 $0.00 $0.00 ,:rane , Clamsheel, Back.hoe , Derrick, D'Line Shovel $17.81 $1.30 :$0 .12 Forklift $12.'il6 $0.42 $0.04 Foundation Drill Operator $22.50 $0.00 $0.00 Front End Loader $13 .21 $0 .36 $0.06 Truck Driver $15 .21 $0.65 $0.06 ~I/elder $17.81 $0.112 $0.12 ~Veld e r Helper $1Z .55 $0.75 $0.00 Part D Spec ial Cond itions .doc D-22 ' Total Vacation Package $0 .00 $15.0C $0 .00 S1 8 .1, $0.00 s1,u, $0 .0, $13.37 $0.0, $10.70 $0.45 $ZZ.!>l $0.13 $15.8 2 $0.00 $17.3C $0.43 $12.'JC $0.43 $21.5~ $0 .00 $1 6 .42 $0.23 $13.67 $0.16 $11.M $0.17 $18.4' $0.17 $13.'J! $0 .51 $1'il.O I $0 .44 $1 6 .H $0.33 $21 .52 $0.50 $16.0i $0.12 $21.32 $0.0'il $15.5, $0.00 $1 8 .50 $0.24 $111 .48 $0.08 $13 .50 $0.00 $ZZ.5( $0.17 $13.7' $0.1, $16.11 $0.30 $1'.H $0 .33 $13.6'1 Feb ru ary 20 I I 2.~5' Dark f QRT WORTH Bronze--.-~ ..... ....-...._ I." 1.5" 1.·" Blue) Your J:flater Funds In Action White ---Background 4' -0" ---- 3 II Radius Dark Blue PROJECT SIGN Figure 30A Scale 1 " = 1' City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Part D Special Conditions.doc (Left Blank Intentionally) D-24 liiil February 2011 - - - - - liiiiil - - PARTF BONDS City of Fort Worth Eagle Mountain WTP Clearwell No. 3 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH, TEXAS NAME OF PROJECT: Eagle Moun.tain Water Treatment Plant DATE: 4/19/2011 PROJECT NUMBER(S): Clearwell No. 3 Project and Capital Project No. 1622 THIS IS TO CERTIFY THAT AUi CONTRACTORS, LLC 4475 North Freeway, Fort Worth TX 76106 (Name and Address of Insured) is at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described . Exc eptions to standard policy noted on the reverse side hereof. TYPE O F INSURANCE Policy No. Effective Expires Limits of Liability Worker's Compensation WC718804 9/1/2010 9/1/2011 $1,000,000/$1,000,000/$1,000,000 Comprehensive General GL0919657 9/1/2010 9/1/2011 Bodily Injury: Liability· Insurance Ea. Occurrence: $1,000,000 (Public Liability) Property Damage Ea. Occurrence $ Blasting GL0919657 9/1/2010 9/1/2011 Included in Above Collapse of Build ings GL0919657 9/1/2010 9/1/2011 or structures adjacent Ea . Occurrence $1,000,000 to excavations Damage to Underg round GL0919657 9/1/2010 9/1/2011 Util iti es Ea. Occurrence $11000(000 Builder's Risk IMP993837419 9/1/2010 9/1/2011 $20 000 000 Anv One Location CA8263286 9/1/2010 9/1/2011 lood4}9oof1at¥X Combined Single Limit Comprehensive !ab'.:Beoooo: $ Automobile Ea. Occurrence : $1(000(000 Liability Property Damage Ea. Occurrence $ GL0919657 9/1/2010 9/1/2011 ~lOJ::~~ Combined Single Limit Contractual Liability Ea. Occurrence: $110001000 Property Damage Ea. Occurrence $ Other -Umbrella BE7227415 9/1/2010 9/1/2011 $10 000 000 Any One Loss Location covered: All locations were the named insured performs work. Description of Operations covered: All operations performed by the named insured . Part F -Insurance F-1 January 2011 City of Fort Wort h Eagle Moun tai n WfP Cl earwell No. 3 The above policies either in the body thereof or by appropriate endorsement provide that they may not be charged or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above pol icies contain such special requirement s, either in the body thereof o r by appropriate endorsement thereto attached. ~ • (l (}. ri / b ~ Agency Southwest Assurance Group, Inc. ~ &,J/l~~ ~Addre ss 12 201 Merit Drive, Suite 795 Address Dallas TX 75251 Telephone: 214-691-5721 Fax: 214-691-4961 Part F -Insurance F-2 By David C. Oxford Title Vice President Carrier Information: General Liability/Automobile -Illinois National Insurance Co Work Comp -New Hampshire Insurance Company Umbrella -Commerce & Industry Insurance Builders' Risk -Great America Insurance Company ' OFFICfAL RECORD , CITY SECRETARY L !Ft WORTH, TX J Jan uary 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor_certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Capital Project No. 1622 STATE OF TEXAS COUNTY OF TARRANT By: April 25, 2011 Title Date BEFORE ME, the undersigned authority, on this day personally appeared B Doug Alumbaugh , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of AUI Contractors, LLC. , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ 2_5_t_h ____ day of A ril 20 11 :r..-...&• .... ; JANE RATLIFF j j Notary Public, State of .,_,Te""xa"-":,-+-, ·---'-:....t--+-"'-"-"-=l.=--'-b"'-::...>..<C.LA..::P-../-+------------ My Commission Ex pi res i .:_ August 11, 2011 ; · d for the State of Texas ';c,~,_,. (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) 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 workers compensation insurance covering each employee employed 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 City. Workers Comp WC-1 January 2011 City of Fort Worth Eagle Mountain WTP Cl earwell No. 3 PERFORMANCE BOND Bond #60Sl01518 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) AUI Cont r actors LLC as Principal herein, and (2) Liberty Mutual Insurance Company a corporation organized under the laws of the State of (3) Ma s sachus e tts, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein , in the sum of Two Million Nine Hundre d S i x t y Five Thou sand Two Hundre d F if t y and oo/100 Dollars($2,965,2 50.00) 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 ~day of :;n,"'R.. , 20Jl_, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Eagle Mountain Water Treatment Plant -Clearwell No. 3 Project Capital Project No. 1622 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 ho ld harmless the Obligee from all cos t s 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 here in. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this IY day of _ ___;;Ji __ v_"_tl.. _______ , 20...!!.... Pe rfo rmance Bond PB-I January 2011 City of Fort Worth Eagle Mountain WIP Clearwell No. 3 (SE AL) ATTEST: ~~.th (S~-E-1n:) ' . - .. .. ·-. ·- ,' -\,_~r:· n fl-: _ ---3_ rV'\ /J If ~~-; ~ -~ Witness as to Si..Jrety --......_ AUI C ntractors, LLC Title: President Address: 4775 North Freeway Fort Worth, Texas 76 10 6 Liberty Mutual Insurance Company SURETY By: ~U/ '-Ytvdui Name: Sophinie Hunter Attorney in Fact Address: 12201 Merit Drive #795 Dallas, Texas 75251 Telephone Number: 214-691-5721 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. Performance Bond 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. PB-2 January 2011 4425776 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name , constitute and appoint DAVID C. OXFORD, STEVE RICKENBACHER, SOPHINIE HUNTER, SHERREL BREAZEALE, BRET TOMLINSON, SHERI R. ALLEN, CHARLES K. MILLER, PEGGY HOGAN, CLINTON NORRIS, STEVEN J. ZINECKER, SHANNON LEWIS ALL OF THE CITY OF DALLAS, STATE OF TEXAS ......................................................................................................... . , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute , seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakinas , bonds, recognizances and other surety obligations in the oenal sum not exceeding FIFTY MILLION AND 00/100*********************************l(**** DOLLARS($ 50,000,000.00********************* ) each , and the execution of such undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact , as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds, recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney , shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the follow ing instrument the chairman or the pres ident has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws, Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company , is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and de liver as surety any and all undertakings , bonds , recognizances and other surety obligations . That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. C: cu =5 ~ ... »"' Cl)W Ee IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of .S Q. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 23rd day of February , -0 2011 <CC") 0~ COMMONWEAL TH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY By~~ tf,/~ u('~ Garnet W. Elliott, Assistant Secretary On this 2Jrd._ day of February , 2.Q.11_, before me , a Notary Public, personally came Garnet W . Elliott to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company ; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . first above written . CERTIFICATE COMMONWEALTH Of PENNSYLVAN IA Nota1lal St!aj Teresa Paste!la , Notary Publlc Piymoulh lwp, Moctyomery Ccuoty MyComm;ssion Expires March 28 , 2013 By~ Ter~sa Pastella, Notary Public I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy, is in full force and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 . VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the cerporate seal of the said company, this ____ l_"f-'----day of .:Tvl\t. , ,,t), \ . -.-- - .. "C Cl) C: == cu a.o E cu .~O .c:o -·· _a, 0 C: >,Cl> :: Cl) :2.! -Cl) ~.o Cl)O =~ E cp -=~ 'Ecp Oo CJ,... o<D ... ,!. -~ City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Bond #60S101518 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1), AUI Contractors, LLC as Principal herein, and (2) Liberty Mutual Insurance Company , a corporation organized and existing under the laws of the State of (3) Massachuse tts , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the amount of Two Million Nine Hundred Sixty Five Thous a nd Two Hundred Fifty a nd 00/100 Dollars($ 2 ,965 ,250. 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 __ day of , 20_, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Eagle Mountain Water Treatment Plant -Clearwell No. 3 Project Capital Project No . 1622 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 executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this I.I.\ day of ----'::C-......v .... ".,__,c...=-------' 20J.L. Payment Bond PB-1 January 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 ATT ~ (Principal)Secretary (SE AL) ATTEST: ~&uM;tdL (S E-A-1:) ,. ~:~~ -witness as t(?" S_!!rety AUI Contractors, LLC Title: President Address: 4775 North Freeway Fort Worth, Texa s 76106 Liberty Mutual Insurance Company SURE () By: 2Pp/lUW +lu.nt-J/) Name: Sophinie Hunter Attorney in Fact Address: 12201 Merit Drive #795 Dallas, Texas 75251 Telephone Number: 214-691-5721 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. Payment Bond 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. PB -2 January 201 I .. ii ~-: al ~) I) ::I -C) 4425775 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company "), a Massachusetts stock insurance company , pursuant to and by authority of the By-law and Authorization here inafter set forth , does hereby name , constitute and appoint DAVID C. OXFORD, STEVE RICKENBACHER, SOPHINIE HUNTER, SHERREL BREAZEALE, BRET TOMLINSON, SHERI R. ALLEN, CHARLES K. MILLER, PEGGY HOGAN, CLINTON NORRIS, STEVEN J. ZINECKER, SHANNON LEWIS ALL OF THE CITY OF DALLAS, STATE OF TEXAS ......................................................................................................... . , each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed , any and all undertakinas, bonds, recognizances and other surety obligations in the oenal sum not exceeding FIFTY MILLION AND 00/100*********************************ll'**** DOLLARS($ 50,000,000.00********************* ) each, and the execution of such undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the follow ing By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Cornpany to make , execute, seal , acknowledge and deliver as surety any and all undertakings , bonds, recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney , shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary . By the follow ing instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Art icle XIII , Section 5 of the By -Laws , Garnet W . Elliott , Assistant Secretary of Liberty Mutual Insu rance Company , is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . as "C Ill Ill Cl) C: 'iii ::I .0 >, C: as :., Cl> That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. ::I =§ ~ .... >,C/J Cl)W ._iii Cl)> -= ii ~ ::I ~ "C as 'iii ..2 f!! ... 1)0 .. Cl) -as ~ ... Cl)-..,,111 rs Cl> ,, ... .. .s C: e·-~ · . .s > as .... ~~ as c: Cl) .... ) ... . ::::, • c:., EE IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of _o o.. Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 23rd day of February , -0 2011 <CM 0~ COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY By~~M-IZ<~ Garnet W. Elliott, Assistant Secretary On this ..2a[L day of February , ...2Q.11. , before me , a Notary Public, personally came Garnet W. Elliott , to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company ; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . first above written . CERTIFICATE COMMON'WEALTH OF PENNSYLVANIA Notarial Seal T&resa Pamella, No:ary PubHc P1ymcu1h Twp., Mootyorne,y Ccun\y My Comm1ssioo Expires March 28 , 2013 By~ Ter~sa Pastella , Notary Publ ic I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power of attorney of which the foregoing is a full , true and correct copy , is in full force and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in -fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsijTlile or _mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980. VOTED that the facsimile or mechanically reproduc~ signature of any assistant secretary of the company , wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name:and affixed the corposate seal of the said company, this ___ i _4~ ___ day of Tu"<-. :z.:s. n . , ,,.. .-.... .... ... "C Cl) C: ;: as c.o E as .!!?o ..c:o -·· _en 0 C: >,Cl> .~Cl> :E! -Cl) ~.o Cl)O .si E '? .!: ~ 'E'? Oo u.- 0<0 .... ~ ' .... ,. City of Port Worth Eagle Mountain WIP Clearwell No. 3 Bond #60S101518 THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § MAINTENANCE BOND ThatAUI Contractors, LLC ("Contractor"), as principal, and, Liberty Mutual Insurance Company a corporation organized under the laws of the State of Massachusetts , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City'') in Tarrant County, Texas, the sum of Two Million Nine Hundred Sixty Five Thousand Two Hundred Fifty and 00/100 ----------------Dollars ($ 2 , 9 6 5, 2 5 O . o o ), 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~ of AV/\L , 20.!L, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Eagle Mountain Water Treatment Plant -Clearwell No. 3 Project ----------· the same being referred to herein and in said contract as the Work and being designated as project number(s) Capital Project No. 1622 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 Water Department, it be necessary; and, Main tenance Bond MB-1 January 2011 City of Fort Worth Eagle Mountai n WTP Clearwell No. 3 WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with -all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in __ 8 __ counterparts, each of which shall be deemed an original , this li day of _~:rJ~"~!\~~~----, A.O. 20_1L_. ATTEST: (SEA ~ Secretary ATf-_EST : (SE AL) )Jwvu1:_~&!/l?j ~ Secretary Maintenance Bond MB-2 AUI Contractors, LLC By:_~--':.y.....J'-f---bf,fi,,C-.JC--f,,<qq...-h'VJYL- Name:_,B:::....:..... -=;:;;..,=;.;:i_=c.===~---- Title: President Liberty Mutual Insurance Company Surety By: goµ/Uiio 'liw@i Name:Sophinie Hunter Title: Attorney-In-Fact 12201 Merit Drive #795 Dallas, Texas 75251 Address OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX January 2011 1~. i:: (/) : t DC ..,; l! =5§ I) CJ) ; G) .2 .. cu G) > ... _ ~§ ~ 'tJ cu 'iii ,f!f .. i;o .. G) -cu ~ .. G>-.,, (/) ~ G) ,, .. ·! o.5 E ~ -G) . -> cu ... > l_c., CU C > G) ... ) .. . :::, . (.) 4425717 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein , and they have no authority to bind the Company except in the manner and to the extent herein stated . LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company "), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint DAVID C. OXFORD, STEVE RICKENBACHER, SOPHINIE HUNTER, SHERREL BREAZEALE, BRET TOMLINSON, SHERI R. ALLEN, CHARLES K. MILLER, PEGGY HOGAN, CLINTON NORRIS, STEVEN J. ZINECKER, SHANNON LEWIS ALL OF THE CITY OF DALLAS, STATE OF TEXAS ......................................................................................................... . , each individually if there be more than one named , its true and lawful attorney-in -fact to make , execute , seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed , any and all undertakinas , bonds , recogn izances and other surety obligations in the oenal sum not exceed ing FIFTY MILLION AND 00/100*********************************,r;**** DOLLARS($ 50,000,000.00********************* ) each , and the execution of such undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make , execute , seal, acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations . Such attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney , shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named there in to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By -Laws , Garnet W . Elliott , Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obl igations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pe nnsylvania this 23rd day of _ _,__F=e=b.,..,ru:.,a"'ry..,_ _____ _ 2011 COMMONWEAL TH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY By{;2_,._,~ l&f-~ Garnet W . Elliott , Assistant Secretary On this .2.Jrl1_ day of February , 2Q11., before me , a Notary Public , personally came Garnet W . Elliott , to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company ; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . CERTIFICATE COMMONWEALTH OF PENNSYLVANIA Nota,ial seal Teresa PasUtlta. Notary Pub!lc Peymoulh TWp., Montgomery County My Cornm:ssion Exptf'es Marcil 28, 2013 Manabt.lr, ~n:'1Sylvar;;a Associat~1of Noluries By~~ Ter~sa Pastella , Notary Public I, the u13.a~~signed, Assista nt , ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power of attorney of which the foregoing is a full, t.i:ue and correct copy , is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power-oJ attorney 1"S an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section S'of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company , this ____ \ _L.\ ____ day of ':J" \IJ\ (. • ·to\\ . .... ~LlberlJ. ~ Mutual. Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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. 0. Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim , you should contact the company first. If the dispute is not resolved , you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LM IC-3500 Pag e 1 of 2 Rev . 7.1.07 PARTG CONTRACT PARTG CONSTRUCTION CONTRACT THE STATE OF TEXAS COUNTY OFT ARRANT KNOW ALL BY THESE PRESENTS: This agreement made and entered into this the \4 day of :Tv 'I <.... A.O., 20 11, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organ ized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and * of the City of Fort Worth County of Tarrant , State of Te x as here inafter called CONTRACTOR. * AUI Contractors, LLC . WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herew ith, the said Contractor hereby agrees with the said Owner to commence and complete the construct ion of certain improvements described as follows : Eagle Mountain Water Treatment Plant Clearwell No. 3 Project Capital Project No. 1622 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work with in ten (10) days after being notified in writ ing to do so by the Owner. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $ 2 , 9 6 s , 2 so . o o and includes the base bid and Alternates. The Contractor shall provide a Payment Bond, Performance Bond, and two-year Maintenance Bond, each in the full amount of the contract. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the Part D -Special Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. Part G -Co ntract G-1 January 2011 IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the Assistant City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in six counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the \'-\ day of __ Jj~u="-.t.,..~--~• 20 ll By: APPRO~ By: Fort Worth Water Department LEGALITY: By: Part G -Contract APPROVED: '~ By:~~ .. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX G-2 Assistant City Manager January 2011 PARTE TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL SECTION 01005 ABBREVIATIONS 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations 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 ASME ASTM AWi AWPA AWPB AWS AWWA BHMA CBMA CDA CGA CISPI CMAA CRSI Fed. Spec. HI HMI ICBO IEEE IPCEA MMA Abbreviations Aluminum Association Architectural Aluminum Manufacturers' Association American Association of State Highway and Transportation Officials American Concrete Institute Anti-Friction Bearing Manufacturers' Association American Gas Association American Gear Manufacturers' Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standards Institute American Plywood Association American Petroleum Institute American Railway Engineering Association American Society of Agricultural Engineers American Society of Civil Engineers American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. American Society of Mechanical Engineers American Society of Testing and Materials Architectural Woodwork Institute American Wood Preservers' Association American Wood Preservers' Bureau American Welding Society American Water W arks Association Builders' Hardware Manufacturers' Association Certified Ballast Manufacturers' Association Copper Development Association Compressed Gas Association Cast Iron Soil Pipe Institute Crane Manufacturers' Association of America Concrete Reinforcing Steel Institute Federal Specifications Hydraulic Institute Hoist Manufacturers' Institute International Conference of Building Officials Institute of Electrical and Electronics Engineers, Inc. Insulated Power Cable Engineer's Association Monorail Manufacturers' Association 01005-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 NACE NBMA NEC NEMA NESC NFPA NLMA NWMA OECI OSHA PS RMA SAE SSPC TCA TEMA UBC UL WWPA Abbreviatio ns National Association of Coatings Engineers National Builders' Hardware Association National Electrical Code National Electrical Manufacturers ' Association National Electric Safety Code National Fire Protection Association National Lumber Manufacturers' Association National Woodwork Manufacturers' Association Overhead Electrical Crane Institute Occupational Safety and Health Act (both Federal & State) Product Standards Sections -U .S . Department of Commerce Rubber Manufacturers' Association Society of Automotive Engineers Steel Structures Painting Council Tile Council of America Tubular Exchanger Manufacturers' Association Uniform Building Code Underwriter's Laboratories, Inc. Western Wood Products Association END OF SECTION 01005 -2 2/17111 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings . The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools , construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work. B. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work . It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work . All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of work even though these appurtenances and items may not be specifically called for in the Specifications . C . The work shall include all civil, mechanical, structural, architectural , electrical, and instrumentation work . 1.02 DESCRIPTION OF THE PROJECT A. The work of this project is located at Fort Worth's Eagle Mountain Water Treatment Plant, 680 I Bowman Roberts Road, Fort Worth TX 7 6179, as shown on the Location Map on Sheet G-5 of the Drawings . B. This project consists of the furnishing of all the material, equipment, labor and supervision necessary for the construction of the Clearwell No . 3 at the Eagle Mountain Water Treatment Plant as shown on the plans and as described herein . This project will include the following items: I. Construction of a 3 .5 million gallon Clearwell, prestressed concrete tank A WW A DI 10 Type m 2 . Construction of Drain Box No . 2 and provision of new clearwell drain and foundation dewatering pump systems. 2. Civil site work, including paving, grading, and yard piping . 3. Electrical and Instrumentation work associated with all construction and installations. 1.03 CONTRACTS A. The work of this project will be executed in as single contract as shown in the Proposal and as described in Section O I 025 . 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 Summary of Work 01010-1 February 20 l l City of Fort Worth Eagle Mountain Wf'P Clearwell No . 3 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. 1.04 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 O l 040, so long as the restraints are observed and the overall project completion time is achieved. B. The Contractor shall serve as an overall coordinator among all Subcontractors . 1.05 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 Subcontractors . C . Handling of material and equipment at site, including uncrating, storage and security . D . Protect equipment from damage. E . Repair or replace items damaged as a result of the Contractor's operations. F . Install, connect and finish products. G . Perform construction surveying and staking for the Project. 1.06 CONTRACTOR'S RESPONSIBILITIES A. General Construction -Contractor. 1. Execute, or be responsible for respective subcontractors, all work, including site, structural, process piping and equipment, instrumentation, and electrical work . 2 . Arrange for the necessary temporary water service, including the securing of any necessary permits and construction meter/backflow devices . This service shall be metered separately to the Contractor as required by the Owner. At least one 3/4-inch hose bibb, located where directed by the Engineer, shall be provided for use by all subcontractors. 3 . Provide adequate temporary sanitary facilities. 4 . Secure all necessary permits, and furnish, install, maintain, and remove all temporary electric service facilities for construction purposes, and pay for all electrical energy consumed for construction purposes for all the subcontractors, including the operation of ventilating equipment, for heating of buildings, and also for testing and operating of all equipment after permanent wiring has been installed, until final acceptance by the Owner. 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, etc., temporary construction trailer permit, payment of all project testing, and disinfection of water storage tank, piping, and facilities. Summary of Work 01010-2 February 2011 City of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 6 . Provide initial and replacement lamps, wiring, switches, sockets and other necessary electrical equipment required for temporary lighting and for small power tools . 7. Provide wiring, equipment, and connections for portable or temporary heating units . 8 . Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain all heating units. 9 . Construct and maintain temporary access roads as required. 10. Be responsible for providing adequate dewatering of the site as required for the work associated with the Contract as specified throughout the time required to complete his work as shown on the Plans and specified hereinafter. 11. Furnish all concrete equipment bases and set anchor bolts, and all other required cast-in-place appurtenances according to the manufacturer's recommendations and approved equipment installation drawings of all other contractors, unless otherwise specified or shown on the Plans . 12. 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. 1.07 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A . Several parts of the proposed work under this Contract will connect with or into existing facilities . Many of such contact locations are particularly sensitive because of the attendant necessary down-time of existing water 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 that portion 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 48 hours written notice shall be given to the Engineer before such approval will be granted, contingent upon submittal and acceptance of proposed Workplan per Section 02658. 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 . 1.08 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit the use of the premises for his Work and for storage to allow for : l . Work by other contractors . 2. Owner occupancy. 3 . Public use. B . Coordinate use of premises with Owner. Summary of Work 01010-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 C. Contractor shall assume full responsibility for security of all his and his subcontractors 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 effect 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. 1.09 OWNEROCCUPANCY 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. B . Contractor shall provide and maintain temporary roadways as designated on the plans for access to the Radio Tower and Building at all times. PART 2 : PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Summary of Work END OF SECTION 01010-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SUBSURFACE INFORMATION SECTION 01011 SITE CONDITIONS A. Subsmface investigations have been made to indicate subsurface conditions at particular locations. A geotechnical report, "Geotechnical Investigation, 35-MGD Plant Expansion Project, Eagle Mountain Water Treatment Plant, Tarrant County, Texas, Project No. 0704-1219" prepared by Fugro Consultants LP, May 2005, is available for electronic distribution to the Bidders and successful Contractors upon request to Engineer. This report presents geotechnical information related to the borings taken in the vicinity of the proposed new construction. Boring logs taken in the immediate area of construction are attached to this Section for reference. Two previous geotechnical reports, "Geotechnical Exploration, Proposed Water Treatment Plant, Eagle Mountain Lake" (Draft Copy), Southwestern Laboratories Report No . 88-201-4, January 1989, and Geotechnical Investigation, Eagle Mountain Water Treatment Plant Expansion, Terra-Mar, Inc . TMI Report No. FE97 -043, October 23, 1997, are also available for examination by appointment at Engineer's Office during regular business hours. These reports present a record of the data obtained on subsurface conditions from the previous two Eagle Mountain Water Treatment Plant projects . B . Test borings have been made to indicate subsurface materials and conditions only at the particular locations of the borings at the time the borings were made. These test borings are for informational purposes. Bidders shall perform any necessary investigations to determine the nature of the subsurface materials . 1.02 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the work and 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 derived from exploratory work that has been done by the Owner as presented in the geotechnical report, as well as from 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 assume 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 information derived from field surveys. Site Condition s 01011-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 1.03 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Known utilities and structures adjacent to or expected to be encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best 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 . 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. Site Conditions 01011-2 Febru ary 2011 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 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 an interference is determined to exist and shall obtain approval to relocate such utility or to discontinue service therein from the Engineer and the owner of the utility. The owner of the utility shall have the right to do all work required to discontinue, relocate, and replace interfering utilities 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 FIELD RELOCATION A. During the progress of the work, minor relocations of the work may be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may 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 . Site Conditions 01011-3 February 2011 Ci ty of Fort Worth Eagle Mountain WTP Cl earw ell No. 3 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) Site Cond iti ons END OF SECTION 01011 -4 Febru ary 20 11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 PART 1: GENERAL 1.01 GENERAL SECTION 01025 MEASUREMENT AND PAYMENT A. The Total Amount Bid in the Bid Form shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Bid Form shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. 1.02 BID FORM A. The Bid Form is a part of these Contract Documents and lists each item of work for which payment will be made . No payment will be made for items other than those listed in the Bid Form. B . Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Bid Form, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid Form shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly . C. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.03 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Bid Form. B . Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid Form. C. Unless otherwise stated in individual sections of the specifications or in the Bid Form no separate payment will be made for any item of work, materials, parts , equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part . D. Payment will be made at the Contract price per unit indicated in the Bid Form with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. E. Measurement for payment does not signify acceptance of Work. Measurement and Payment 01025-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 F. Quantities shown in the Bid Fonn are approximate quantities only. Payment will be made only for measured quantities actually installed and accepted by Owner. G . Measurements, such as linear feet, will be to the nearest whole unit. H. Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01025 and the Proposal in Part B . In all cases, Section O 1025 and the Proposal will take precedence over the technical specifications with regard to measurement and payment. I. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor's infonnation only. The Engineer is not responsible for the accuracy of such infonna- tion and the Contractor shall perfonn his own calculations to verify such quantities. No adjustment will be made in the price due to real or alleged errors in the estimated quantities. J . If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Proposal/Bid Form/Schedule of Values for that item, including overhead and profit. 1.04 BID ITEMS A. EAGLE MOUNTAIN WTP-CLEARWELL NO. 3 (Item 1) l. Measurement and payment of the Lump Sum bid in the Bid Fonn for construction of the Clearwell No. 3 construction shall be full compensation for furnishing labor, materials, equipment and incidentals, except the work required in Bid Items 2, and 3 required to complete the work in its entirety as shown on the Drawings and/or as specified, including mobilization and cleanup. B. 3.5 MG GROUND STORAGE TANK (Item 2) l. Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the 3 .5 million gallon ground storage tank as shown on the plans and specified in Section 13205 as the responsibility of the GST Manufacturer. 2. Measurement and payment will be based upon the actual percentage of the tank constructed at the bid price. C . TRENCH SAFETY SYSTEM (Item 3) 1. Work under this item includes furnishing all labor, materials and equipment, and perfonning all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System for trenches or structural excavations more than five feet deep, as shown on the Drawings and as specified. This item also includes the cost of obtaining soil borings and the associated geotechnical analyses, and the preparation of a trench safety plan by a registered professional engineer. This item does not include the typical work ordinarily required for installing pipe without regard to the safety requirements, contained in Section 01665 (e .g. excavation, dewatering, pipe installation, embedment, backfill, etc .). Measurement and Paym ent 01025-2 February 20 l l City of Fort Worth Eagle Mountain WTP ClearweU No . 3 2 . Measurement and payment for Item 3 shall be on the actual linear footage of trench safety system installed at the unit price bid . However, the Contractor shall be paid no more than the maximum linear footage of trench safety system determined by the Contractor prior to the bid and inserted in the Bid Form (Proposal). Trench safety systems for structural excavations shall be paid by the linear footage of the structures foundation perimeters that are more than five feet deep . Trench safety systems for pipe trenches shall be paid by the linear footage of pipe trench greater than five feet deep, irrespective of the number of pipes in the trench. PART 2 : PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Measurement and Payment END OF SECTION 01025 -3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL 1.01 PLANT SECTION 01035 CONTROL OF WORK A. The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Agreement. If at any time such plant appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the plant and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required . 1.02 PRN ATE LAND A. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property, rights-of- way, or easements, except by written permission of the respective landowner. 1.03 PIPE LOCATIONS A. Pipelines, electrical conduits, and other underground utilities shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons . Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required . 1.04 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. Control of Work 01035-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 I .05 TEST PITS A. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. I .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 . Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic . While traffic is detoured, the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. C. The Contractor shall take precautions to prevent injury to the public due to open trenches. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress . The Contractor shall be fully responsible for damage or injuries whether or not police protection has been provided. I .07 BLASTING A. No blasting shall be allowed unless approved in wri ti ng by the City of Fort Worth . I .08 CARE AND PROTECTION OF PROPERTY A . The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission , neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in some other manner acceptable to the Engineer. 1.09 MAINTENANCE OF FLOW A. The Contractor shall, at his own cost, provide for the flow of watermains, sewers, drains and water courses interrupted during the progress of the work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Engineer well in advance of the interruption of any flow . I. IO COOPERATION WITHIN THIS CONTRACT A. The Contractor shall cooperate with Subcontractors or trades , and shall as sis t in incorporating the work of other trades where necessary or required. B . Cutting and patching , drilling and fitting shall be carried out where required by the Contractor and his Subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. Control of Work 01035 -2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 1.11 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. 1.12 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) Control of Work END OF SECTION 01035-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: SCOPE OF WORK SECTION O 1040 CONSTRUCTION SEQUENCE 1.01 GENERAL REQUIREMENTS A . The intent of construction phasing as specified herein and as shown on the Drawings is to maintain the treatment operations to the greatest extent possible, other than minimum shut-down periods for connection to existing systems. All tasks of the phased construction schedule necessary to maintain the highest possible level of treatment, whether described herein or not , are the responsibility of the Contractor. B. The work specified herein and any other work required which may interrupt the normal plant operations shall be accomplished at times that will be convenient to the Owner. The Contractor shall plan to work overtime if needed to complete construction of the project and shall make no claims for extra compensation for overtime work required to conform to these requirements . The Contractor shall coordinate with the Construction Manager and plant personnel at least three weeks prior to tying into existing piping with submittal of a Workplan as specified for review .. D . The Contractor shall maintain continuous access to the treatment plant site and facilities and present operations as shown on the Drawings. E . In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer. F . All plant operations shall be performed by City of Fort Worth plant personnel , coordinated through the Construction Manager by the Contractor. 1.02 RELATED WORK DESCRIBED ELSEWHERE A. Project Summary is included in Section 01010 . B . Construction Schedule is included in Section O 1315 . 1.03 SUB MITT ALS A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction prior to initiation of site construction . The Schedule shall comply with all aspects of the work described herein. B . The Contractor shall update the Schedule as required by Section O 1315 . C. For all work which will require a temporary shutdown of plant operations or entire plant shutdown, the Contractor shall submit a proposed work plan which indicates the manpower, tools, equipment, and construction procedure to be used at least 21-days prior to the requested shutdown period. PART 2 : PRODUCTS (NOT USED) Construction Sequence 01040-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 PART 3 : EXECUTION 3 .01 SCHEDULE CONSIDERATIONS A. The construction schedule shall be developed and carried out to minimize shutdowns of plant facilities and maximize the plant's treatment capacity . As noted in Part D -Special Conditions, the Contractor shall assume sequential performance of specific construction activities to minimize plant shut-downs. B. The following major construction sequencing Items shall be taken into account by the Contractor in development of their construction schedule. These items are presented to assist the Contractor and are not all-inclusive. 1. Clearwell No. 3 -Piping Connection a. Tie-in of the 54-in Clearwell No. 3 inlet piping will require shut-down of the Phase II/Ill 72-in Filtered Water line. This work is dependent upon closure of the existing 54-in butterfly valve between the 72-in FW pipeline and the Clearwell No. 2 inlet. b . Tie-in of the 54-in/72-in Clearwell No . 3 outlet piping will require shut-down of the NS- 4 pressure plane high service pumps which currently supply Utility Water (UW) to the Eagle Mountain WTP. The Owner will be able to supply UW from the NS-3 pressure plane but at a limited supply pressure, and this mode of operation will limit facility operations. 2 . Clearwell No. 2 -54-in Butterfly Valve a. Installation of the new 54-in butterfly valve south of existing Clearwell No . 2 will require taking the existing Clearwell No. l and No. 2 and associated High Service Pump Station off-line . The Contractor shall perform all necessary advance exploratory work for verification of the Construction requirements prior to developing the work plan . b. This work shall not occur until Clearwell No. 3 is substantially complete and capable for supply of treated water to High Service Pump Station No . 2 . The Contractor may propose alternative work plans for consideration, but assumption of acceptance in scheduling and planning of their work is at the Contractor's own risk . C . The Owner will be able to accommodate temporary facility shut-downs during the construction period for coordination of these Items, but these will not occur until after October 31, 20 l l . The Contractor shall plan their tie-in and construction schedule accordingly . D . The Contractor shall be responsible for developing hi s own schedule to meet the completion requirements and maintain the treatment capacity requirements of the plant. Construction Sequence 01040-2 February 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3.02 LIQUIDATED DAMAGES A. The Contractor understands and agrees that the time of completion is an essential consideration of development of his proposal and that failure to complete the work under this Contract within the allotted time as per their proposed and accepted Workplan will result in damages to be sustained by the Owner by its inability to treat and deliver potable water to its customers in the Eagle Mountain Water Treatment Plant service area. 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 uncompleted after the specified times or adjusted times if modified by Change Order, the Contractor shall pay as agreed Liquidated Damages, the amounts specified in Paragraph D-15 of the Special Conditions (Part D). END OF SECTION Construction Sequence 01040-3 February 2011 A N ~ . .... , .. " .... ~ ,,. " •.: TREATED WATER RESERVOIR #2 11+25.81 INLET WEIR BOX 7+ 74.65 TREATED WATER RESERVOIR # 1 INLET WEIR BOX N 4221.83 N 4221 .83 E 19,749.42 E 20,100.58 ( l= 796 .00 • -~ ~ ~~~~ ·P'° ..., < l-,. >--..__,. ...: ( l= 796.00 • ~~ § .,,.~ --;-i ~1~-'-~~~=1 ,..; Ill • ~ ~ < -,-i. O> io co co I ~ ~ ..._' -i 7+32.82 0 N 4180.00 0 ci N E 20,100.58 N IO 7+08.40 1 10+63.98 g N 4180.00 N 4180.00 ci n E 20,125.00 E 19,749.42 N 10 HT=90.00' RT o 1 ~ _ I[ l= 795 .so CONTINUED FROM SHT 9 l"""'C st , -'.2.-1 6+93.01 IO b 0 I i'.;') ci ,---J---1 . : "!~·--~ ~K·-· ~ 60 TONd DP/"J ; I~: .Al~"-T6 -. ..., -._......._----f'o-~ OF THRUST---\] A14ollL·,n EX-17 51 dP 35 "-T5 EX-16 010 OMA : 1ft I I I I -WU ---- \ 4.50' 1 .25' 4.00' 3.41' 4 .00' 340.00' 3 . 75' 3 .67' 15.00' 5 .75' 54• Fl.ANGE _j BUTTERFLY VALVE (BY OTHERS) I I 41 TONS OF THRUST ~ 41 TONS OF THRUST PLAN VIEW 54-FW-RCC & 42 -FW-RCC LINES FROM FILTER GALLERY TO TREATED WATER RESERVOIR 1 & 2 IOR . av , O<J I "" 85 TONS OF THRUST u, en <{ z ..J <( u PC . NO. :> "' ' EX-15 '!J. 67- 0 REVIEW. COPY NOT FOR FABRICATl0 ' . OF MATERIALS ISSUE DATE JUL 23 18SO MATERIALS LIST 54" SPC LL=l0.00' DESCRIPTION 54" GKT 90.00' BENO DET . NO. 017 "' B10 :5 1---1---+-------------t---t ~ EX-16 1 ~~:l~~g0, 017 • DJ9 I ..., 67-T5 1 54" GKT X 54" GKT X 42" GKT TEE 045 ~ 1---l----t---------------11----t J5- 39 40- 46 47- 51 5 54" STD 7 54" STD S 54" STD ! Ex:..17 1 g 67-T6 1 54" SPC 017 LL=4.00 ' . I .... 54" GKT X 54" FLG X 42" GKT TEE 045 ..... 67-1 54" FLG X 54" GKT -ADAPTOR W/1• T.O. .,.., A14 i5 .., I ..J ~ .... 67- 0P2 52 & 53 1 54" GKT DH PLUG W/1" TO 2 42" STU LX-18 2 42" SPC LX-19 LL=16 .16' 67-2 42" GKT )( 42" FLG -ADAPTOR A15 & W/WALL RING A16 NOTES: SEE GENERAL INFORMATION SHEETS FOR FIELD INSTALLATION INSTRUCTIONS. 032 037 022 030 LAYOUT I GIFFORD-HILL-AMERICAN, INC. MARKI BY I DATE I REVISION GHAIU 111 Jtl 11 I CHECKEO ,J .s ., I !DATE . 6/20/90 I FORT WORTH , TEXAS p,,G. NO. 90-67LE lsHEET 1 0 City of Fort Worth Eagle Mountain wrP Clearwell No. 3 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 U .S . EPA. 1.02 APPLICABLE REGULATIONS A. Comply with all applicable Federal, State and local laws and regulations concerning environmental pollution control and abatement. 1.03 NOTIFICATIONS A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing provisions or of any environmentally objectionable acts and corrective action to be taken. State or local agencies responsible for verification of certain aspects of the environmental protection requirements shall notify the Contractor in writing, through the Engineer, of any non-compliance with State or local requirements . The Contractor shall, after receipt of such notice from the Engineer or from the regulatory agency through the Engineer, immediately take corrective action. Such notice, when delivered to the Contractor or his/her authorized representative at the site of the work, shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply En vironmental Protection Procedures 01110-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 promptly, the Owner may issue an order stopping all or part of the work until satisfactory corrective action has been taken . No part of the time lost due to any such stop orders shall be made the subject of a claim for extension 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 Texas Commission on Environmental Quality, 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 flows created by construction activity, so as to prevent silting of waterways or flooding damage to the property or adjacent properties . D. The Contractor is responsible for researching the need for a U.S. EPA NPDES permit for the construction site. If one is required. the Contractor is responsible for obtaining the permit and for monitoring the site per the permit requirements until final completion. 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, 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 . Environmental Protection Procedures 01110-2 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 E. Refer to Special Conditions D-9 for additional requirements. 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, his employees and agents may be exposed to on the project site . 3 . The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals which he may be exposed to on the project site. 4. The Owner will inform the Contractor of his obligation to inform his employees and agents of each of the above requirements . 5 . The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the project site that Owner's employees may be exposed to. 6. The Contractor shall sign a Contractor Acknowledgement certifying that he has received the information provided by the Owner on hazardous chemicals and maintain the Acknowledgement with the original Contract. 1.08 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form . PART 2 : PRODUCTS (NOT USED) PART 3 : EXECUTION 3 .0 I EROSION CONTROL A. Provide positive means of erosion control such as shallow ditches or small diversion berms around construction to carry off surface water. Erosion control measures , such as siltation basins, mulching, jute netting and other equivalent techniques, shall be used as appropriate. Flow of Environmental Protection Procedures 01110-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 Texas Commission on Environmental Quality (TCEQ). Contractor shall submit two copies of approved contingency plans to the Engineer. D. Water being flushed from structures or pipelines after disinfection, with a chlorine residue of 1 mg/I or greater, shall be treated with a dechlorination solution or otherwise treated and/or used in a method approved by the Engineer, prior to discharge. 3.03 PROTECTION OF LAND RESOURCES A. Land resources within the project boundaries and outside the limits of permanent work shall be restored to a condition, after completion of construction, that will 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 areas requiring earthwork for the construction of the new facilities, 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 may possibly be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment, dumping or other operations, protect such trees by placing boards, planks, or poles around them. Monuments and markers shall be protected similarly before beginning operations near them. D. Any trees or other landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition. The Engineer will decide what method of restoration shall be used and whether damaged trees shall be treated and healed or removed and disposed of. Environmental Protection Procedures 01110-4 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 All scars made on trees by equipment, construction operations, or by the removal of limbs larger than I-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 cleared portions of the job site or areas to be cleared as shown on the Drawings and shall require written approval of the Engineer and shall not be within wetlands or floodplains . The preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings . Drawings showing storage facilities shall be submitted for approval of the Engineer. 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 . l . 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 foundation s, 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 road s, work areas , structures , foundations of temporary structures, stockpiles of excess or waste material s, or any other vestiges of construction as directed by the Engineer. It is anticipated that excavation , filling and plowing of roadways will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon . The disturbed areas shall be prepared and seeded as described in Section 02490, or as approved by the Engineer. H. All debris and excess material shall be disposed of outs ide wetland or floodplain areas in an environmentally sound manner. En vironmental Protection Proc edures 01110-5 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3 .04 PROTECTION OF AIR QUALITY A . Burning . The use of burning at the project site for the disposal of refuse and debris will not be permitted. B. Dust Control. The Contractor will be required to maintain all excavations, embankment, stockpiles, access roads, plant sites, waste areas, borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others. C . An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may be permitted with approval from the Engineer. D . Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor must have sufficient suitable equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the Engineer. 3 .05 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION A. During the life of this Contract, maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or until the material concerned has become stabilized to the extent that pollution is no longer being created . 3.06 NOISE CONTROL A. The Contractor shall make every effort to minimize noises caused by his/her operations. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with State and Federal regulations. END OF SECTION En vironmental Protection Procedures 01110-6 February 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL SECTION O 1170 SPECIAL PROVISIONS 1.0 l 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 items 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 relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work . The Owner assumes no responsibility for any conclusions or 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 : 1. A list of streets and intersections where work will be in progress to be supplied at intervals as required by the Engineer. 2. Areas where approved detours are in effect. 3 . Immediate notification of any gas, water, or sewer main breaks. B . The Contractor will be required to reimburse the City for the actual cost of the services of Water Department Personnel required by him during other than regular working hours . 1.04 SERVICES OF MANUFACTURERS' REPRESENTATIVE AND OPERATION MANUALS A. Bid prices for equipment shall include the cost of a competent representative of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel in operation and maintenance . This supervision may be divided into two or more time periods as required by the installation program or as directed by the Engineer. B. See the detailed Specifications for additional requirements for furnishing the services of manufacturer's representatives. C . A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation , that the operating personnel have been suitably instructed in the operation , lubrication, and care of the unit shall be submitted . Special Provisions 01170-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D . Operation and Maintenance manuals 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. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied under Divisions 11, 13, and 15. 1.06 TOOLS A. Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. B . Tools shall be furnished in suitable large tool boxes . 1.07 POWER SUPPLY A. Unless otherwise specified, all motors 1/2 horsepower and larger shall be designed for a power supply of 480 volts, 3 phase, 60 Hertz, and all motors 1/3 horsepower and smaller shall be designed for a power supply of 120 volts, single phase, 60 Hertz. 1.08 MOTORS A. All motors shall have Class F insulation with a Class B temperature rise and a service factor not less than 1.15 unless specified otherwise. 1.09 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 Texas Utilities for pole line extensions, pole relocations, etc ., for the temporary electrical service and include all costs for the temporary service in his bid. 1.10 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 . 1.11 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 : Spec ial Provisions 01170-2 February 20 II City of Fort Worth Eagle Mountain WTP Clearwell No . 3 l. 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 . 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 . 1.12 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed : l . 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 substantial completion. 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 manufacturer will guaranty the equipment equally in both instances . If such a certification is not given, the Special Prov isions 01170-3 February 2011 City of Fort Worth Eagle Mountain wrP Clearwell No . 3 equipment will be judged to be defective. It shall be removed and replaced at the Contractor's expense . 1.13 SPECIAL PRECAUTIONS A. None 1.14 OPERATION OF EXISTING PLANT A. The existing water treatment plant shall remain in service during construction activities as outlined in Section 01040 . The existing plant shall not be shut down during the construction period except for the times specified. The Contractor shall provide proper coordination of all activities to ensure that the existing plant remains in service throughout the construction period except for the times specified. The Contractor shall also provide the Owner's personnel reasonable access throughout the existing plant for operation and maintenance. 1.15 INSTALLATION OF EQUIPMENT A. Special care shall be taken to ensure proper alignment of all equipment with particular reference to the pumps and electric drives . The units shall be carefully aligned on their foundations by qualified millwrights after their sole plates have been shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the foundation alignments have been approved by the Engineer, the bedplates or wing feet of the equipment shall be securely bolted in place . The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of all alignments, the sole plates shall be finally grouted in place. The Contractor shall be responsible for the exact alignment of equipment with associated piping and under no circumstances, will "pipe springing" be allowed. B . All wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to properly align, level and secure apparatus in place shall be furnished by the Contractor. All parts intended to be plumb or level must be proven exactly so . Perform all grinding necessary to bring parts to proper bearing after erection . 1.16 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. The Contractor shall do all cutting, coring and rough and finish patching required in existing construction for the work of all trades. B. Subcontractors shall furnish all sleeves, inserts , hangers , anchor bolts, etc., required for the execution of their work. It shall be their responsibility befordhe work of the Contractor is begun to furnish him/her with the above items and with templates, drawings or written information covering chases, openings, etc., which they require and to follow up the work of the Contractor as it progresses, making sure that their drawings and written instructions are followed. Failing to do this, they shall be responsible for the cost of any corrective measures which may be required to provide necessary openings, etc . If the Contractor fails to follow the directions given him/her, covering details and locations of openings, etc., he/she shall be responsible for any cutting and refinishing required to make the necessary corrections. In no case shall beams, lintels, or other structural members be cut without the approval of the Engineer. 1.17 PIPE MARKING A. Pipe marking is included in Division 9 under Painting, but it shall be the Contractor's responsibility to assist, as required by the Engineer, in identifying pipe contents, direction of flow and all else required for proper marking of pipe . Spec ial Provisions 01170-4 February 201 1 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 1.18 VAL VE IDENTIFICATION A. The Contractor shall prepare a valve schedule for all valves required for the Work showing a number, the location, type, function, and normal operating position for each valve . The schedule shall be submitted to the Engineer for approval not less than 120 days prior to start-up . B. The Contractor shall furnish tags for all valves required for the Work. Valve tags shall be 2-in diameter, 19 gauge, brass or plastic, with brass hooks suitable for attaching the tag to the valve operator. Tags shall be stamped or etched with the valve number and the information on the valve schedule coded in a system provided by the Owner. Submit two samples of the type of tag proposed and the manufacturer's standard color chart and letter styles to the Engineer for approval. C. The Contractor shall install valve tags on all valves required for the Work. 1.19 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 pressure level 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 . Noise levels shall include the noise from the motor. Mufflers or external baffles shall not be acceptable for the purpose of reducing noise . Data on noise levels shall be included with the shop drawing submittal. 1.20 SP ARE PARTS A . Spare parts for certain equipment have been specified in the pertinent Sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Engineer. In addition, the Contractor shall furnish to the Engineer an inventory listing all spare parts, the equipment they are associated with , the name and address of the supplier and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivery cost. B. Spare parts shall be packed in cartons, properly labeled with indelible markings with complete descriptive information including manufacturer, part number, part name and equipment for which the part is to be used and shall be properly treated for one year of storage. 1.21 WEATHER PROTECTION A. In the event of inclement weather, the Contractor shall protect the Work and materials from damage or injury from the weather. If, in the opinion of the Engineer, any portion of the Work or materials has been damaged by reason of failure on the part of the Contractor to so protect the Work, such Work and materials shall be removed and replaced with new materials and Work to the satisfaction of the Engineer. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Special Provisions END OF SECTION 01170-5 February 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION O 1172 PIPE PENETRATIONS A. Furnish all labor, materials, equipment and incidentals required and install pipe penetration assemb lies as shown. This Section covers materials for the various pipe penetration configurations . Refer to the Contract Drawings for details of assembly and for location. 1.02 SUBMITT ALS A. Submit to the Engineer, as provided in Section O 1300, manufacturers ' literature on all items to be furnished, installation instructions, and where applicable, fire rating and certified test results of the various components . PART 2 : PRODUCTS 2.01 PIPE SLEEVES A. Unless otherwise shown, all pipe sleeves shall be Schedule 40 316 stainless steel pipe . Provide a 2-in minimum circumferential water stop welded to exterior of sleeve at its midpoint. Ends of sleeves shall be cut, ground smooth and shall be flush with the wall or ceiling or extend minimum of 6-in above finished floors as shown on the drawings. Sleeves to be sealed by caulking shall be sized as required . Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal manufacturer's recommendations . Sleeves for insulated piping shall be sized as required . 2.01 WALL CASTINGS A. Unless otherwise shown, wall castings shall be ductile iron conforming to ANSI/ A WW A A21.5l/C151, thickness Class 53, diameter as required . Flanges shall be drilled and tapped for studs where flush with the wall. Castings shall be provided with an intermediate 2-in minimum circumferential flange/waterstop, integrally cast with or welded to the casting, located as follows : for castings set flush with walls located at the center of the overall length of the casting; for castings which extend through wall located such that it falls within the middle third of the wall. B. Stainless steel wall pipes/castings shall be provided were noted on the Drawings . 2.02 SEALING MATERIALS A. Mechanical seals shall be modular, adjustable, bolted, mechanical type consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and sleeve. The seal shall be rated by the manufacturer for 40-ft of head or 20 psig . Mechanical seals shall be Link-Seal LS-300-M, LS-400-M , or LS-500-M, depending on pipe size, manufactured by Thunderline Corp., Wayne, MI or equal. Pipe Penetrations 01172-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 B. Caulking for PVC piping shall consist of braided oakum packing or fire retardant pliable material, Fig. 310 by Sealtite Co.; White Oakum W.S.-600 by American Manufacturing Co., or equal, followed by lead wool, compacted to form a watertight seal. C. Sealant shall be a two part foamed silicone elastomer as manufactured by Dow Coming Co., product No. 3-6548 silicone R.T.V.; 3M brand fire barrier products caulk C.P. 25 and 3M brand putty 303; or Flame-Safe fire stop systems Fig . No . FS-500 by Thomas & Betts Corporation. Sealant bead configuration, depth and width shall be in accordance with manufacturer's recommendations. D. Provide non-shrink grout sealing on exterior walls where link seals are installed unless otherwise instructed. 2.03 MISCELLANEOUS MATERIALS A. Bonding compound shall be Sikadur Hi-Mod epoxy by Sika Corporation, equal by Euclid Chemical Corporation; Master Builders Company, or equal. B. Non-shrink grout shall be Masterflow 713 by Master Builders Company; Euco N-S by Euclid Chemical Co.; Five Star Grout by U.S. Grout Corp., or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Assemble and install components of pipe penetration assemblies as detailed on the Drawings. END OF SECTION Pipe Penetrations 01172-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART l : 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 Owner may be tape recorded . If recorded, tapes will be used to prepare minutes and retained by Owner 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 Construction Manager. B. The Construction Manager 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/Inspector 5 . Engineer's representati ves . 6 . Owner's representatives . 7. Others as appropriate . Proj ect Meetings 01200-1 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D . Preliminary Agenda: Introductions 1. Schedule completion dates and Liquidated Damages . 2. Construction Scheduling, including critical path . 3. Designation of responsible personnel. 4 . Authority of Contractor. 5 . Authority of Construction Manager and Engineer. 6. Submittals . 7 . Procedures for Change Orders, CMR.s , 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 . 16 . Project Work Summary 17 . Correspondence Routing 18. Pay Request Procedures 1.04 PROGRESS MEETINGS A. Formal project coordination meetings will be held periodically (not more than once weekly, nor less than once monthly). Meetings will be scheduled and administered by Construction Manager. Additional progress meetings to discuss specific topics will be conducted on an as-needed basis . Such additional meetings shall include , but not be limited to : I. Coordinating plant/equipment shutdowns. 2 . Installation of equipment. Projec t Meetings 01200-2 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3. Start-up of equipment or plant. 4. Problem Area Resolutions 5 . Equipment approval. 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 . I 0. 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. 17 . Review status of RFis. Project Meetings 01200-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 2 : PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Project Meetings END OF SECTION 01200-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 SECTION O 1300 SUBMITfALS PART 1: GENERAL 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 infonnation, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including perfonnance 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 confonn 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 Submittals I . 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. 01300-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 C . Samples 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall review shop drawings, product data and samples, including those by s ubcontractors, prior to submission to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications B . Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the person who actually reviewed the submittal. "Certification Statement: By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, 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-42 of the Special Conditions . In addition, the Contractor shall utilize an 8-character submittal cross-reference identification numbering system in the following manner: l . 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 03300-08-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. Submittals 01300-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefore. F . No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item . Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk . The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. G . Project work, materials, fabrication, and installation shall conform with approved shop drawings , applicable samples, and product data. 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordanc~ with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B . Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A : six copies. If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above . 2. Monthly project schedule updates: Four copies. 3. Product Data as defined in Paragraph 1.02 B: Six copies. 4. Samples : Submit the number stated in the respective Specification Sections . 5 . All other submittals: Six copies. 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 . Submittals 01300-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 9. Identification by highlighting of deviations from Contract Documents. 10. Identification by highlighting of revisions on resubmittals . 11 . An 8-in X 3-in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DAT A, 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 - Code 2 - Code 3 - Code 4 - Submittals "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 February 2011 City of Fort Worth Eagle Molllltain WTP Clearwell No. 3 Code 5 - Code 6 - "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. 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 or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. F . Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals deemed by the Engineer to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete . G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. H. When the shop drawings have been completed to the 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 l .04C . 1.07 MOCK UPS A. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed . 1.08 PROFESSIONAL ENGINEER (P.E.) CERTIFICATION FORM A. If specifically required in other Sections of these Specifications, the Contractor shall submit a P .E. Subminals Certification for each item required, in the form attached to this Section, completely filled in and stamped . 01300-5 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 1.09 GENERAL PROCEDURES FOR SUBMITT 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. 1.10 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates . The Contractor shall reimburse the Owner within 30 Calendar Days for all such fees invoiced to the Owner by the Engineer. B . The need for more than one resubmission or any other delay in obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION (NOT USED) Submittals END OF SECTION 01300-6 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 ___________ _ (Name of Contractor) _________________ to design ________________ _ (Insert P.E. Responsibilities) in accordance with Specification Section---------------------for the (Name of Project) The undersigned further certifies that he/she has performed the design of the __________ _ (Name of Project) ------------------------' 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 __________ C=ity---=-o=-f=-F=ort=-'W-'--=-o"""rth= or Owner's representative within seven days following written request therefore by the Owner. P .E. Name Signature Address Place P.E. Stamp Here With Date and Signature Submittals Contractor's Name Signature Title Address 01300-7 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL SECTION 01315 PROGRESS SCHEDULE AND REPORTS 1.01 PROGRAM DESCRIPTION A. A Critical Path Method (CPM) construction schedule shall be used to control the work of this Contract, coordinate the work of this Contract with other construction contracts, and 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. Multiple contracts must be coordinated to minimize the impact of all projects on the water treatment plant capacity. 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 provide 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 presented 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 . Project Schedule and Reports 01315-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 analysis diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of the following activities. B . Detailed network activities shall include: construction activities, the submittal and approval of samples of materials and Shop Drawings, the procurement of materials 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 activity on the network shall have the following indicated on the node representing it. l . Duration and remaining duration for those activities in progress . 2. A five character ( or less) code indicative of the party responsible for accomplishing the activity . 3 . A brief description of the activity . E. The selection and number of activities 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 trades and subcontractors involved, the activity duration, and the cost of each activity as it pertains to the pay items on the Schedule of Values. The cost for each work activity shall include mobilization , materials, labor, equipment, overhead, and profit. F . To the extent that the network or any revision thereof shows 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 this Contract shall not excuse the Contractor from completing work required within any applicable 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 the Owner, but in no event shall be acceptable as a basis for claim for delay against the Owner by the Contractor. The time period between the Contractor's early finish date and the Contract Time shall be shown as a float activity . Project Schedule and Rep orts 01315-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 per the approved Schedule of Values . B. In addition, each schedule shall be prefaced with the following summary data: l . 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. Ad vise 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. Project Schedule and Reports 01315-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 45 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 the 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 used 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 progre ss 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 sc hedule update shall be submitted by the 10th day of each month. B. The progress and associated costs shown on the CPM each month shall be used in conjunction with the Schedule of Values 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 schedule will be separately totaled for the cost of each activity and value of work in place for this period . C. Partial payment application s will not be processed without an approved monthly schedule update. Project Schedule and Reports 01315-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 intend s to take to remove or arrest the delay to the critical path in the approved schedule. 1. 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 accompli shment 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 portion s 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 will 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 thi s Contract. In the event the Contractor reque sts an exten sion of any Contract completion date, he shall furni sh 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 prov ision s of thi s Contract. The Owner will , after receipt of such justification and supporting evidence, make findings of fact and will advi se the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to any e xten sion of any Contract completion date, the Owner's determination as to the total number of days extension shall be Proj ect Schedule and Reports 01315-5 February 20 1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 days 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 his 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 finish date and the latest finish date of a chain of activities on the CPM. Float or slack time is not for the 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 activities. 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 the 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 his schedule when indicated by changes in corresponding schedules. B. In case of interference between the operations of different contractors , the Owner will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. In such cases, the decision of the Owner shall be accepted as final. The temporary delay of the Contractor's work due to such circumstances shall not be considered as justification for claims for additional compensation . Project S chedule and Reports 01315-6 February 20 11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 1.10 SCHEDULE OF VALUES A. The approved CPM schedule shall be the schedule to be used by the Contractor for reporting progress. A separate payment schedule, not tied to the CDM schedule, shall be used for requesting payment of work accomplished. Payment items for the specific activities and values of the individual items shall be approved by the Construction Manager. 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 Construction Manager 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 Construction Manager. 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 Construction Manager using the "Contract Change Proposal" form to be provided by the Engineer. B . Each day the Contractor shall submit to the Construction Manager daily construction report information using the "Daily Construction Report" form to be provided by the Construction Manager. C . Each week, after coordination meetings with subcontractors, the Contractor shall submit to the Construction Manager a three (3) week schedule using the form to be provided by the Construction Manager. This schedule shall identify work scheduled for the current week and projected for two additional weeks. D. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Schedule of Values for that item, including overhead and profit. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION (NOT USED) Project Schedule and Reports END OF SECTION 01315-7 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL SECTION 01410 TESTING AND TESTING LABORATORY SERVICES 1.01 REQUIREMENTS INCLUDED A. Contractor will employ and pay for the services of an Owner-approved, Independent Testing Laboratory to perform testing specifically indicated on the Contract Documents and as required in accordance with code requirements. Owner may at any other time elect to have materials and equipment tested for conformity with the Contract Documents at their expense . 1. Cooperate with the laboratory to facilitate the execution of its required services. 2 . Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the Contract. 3. Contractor shall submit proposed testing lab certifications and credentials for review and approval by the Owner/Engineer. B . All other testing, including testing of materials as required for approval of submittals, and special tests and inspections, shall be at the expense of the Contractor. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules , regulation s, orders or approvals of public authorities. B . Each Section listed: Laboratory tests required and standards for testing . C . Testing Laboratory inspection, sampling and testing is required for but not limited to the following : 1. Earthwork is included in Section 02200. 2 . Excavation, Trenching, and Backfilling for Utilities and Process Piping is included in Section 02221. 3 . Cast-in -Place concrete is included in Section 03300 . 1.03 LABORATORY DUTIES A . Cooperate with Engineer and Contractor; provide qualified personnel after due notice . B . Perform specified inspections, sampling, and testing of material s and methods of construction : 1. Comply with specified standards . 2 . Ascertain compliance of materials with requirements of Contract Documents . Testing and Testing Laboratory Servi ces 01410-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. D . Promptly submit four copies of written report of each test and inspection to Construction Manager/ Engineer. Each report shall include: l . Date issued . 2 . Project title and number. 3 . Testing laboratory name, address, and telephone number. 4 . Name and signature of laboratory inspector . 5 . Date and time of sampling or inspection. 6 . Record of temperature and weather conditions. 7. Date of test. 8. Identification of product and specification section. 9 . Location of sample or test in the project. 10. Type of inspection or test. 11. Statement of specification requirements of material being tested . 12. Result of tests . 13 . Clarification of testing procedures and observations, when requested by Engineer . E. Perform additional tests as requested by Engineer or the Owner for verification of compliance with specified requirements . 1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: l . Release, revoke, alter or enlarge on requirements of Contract Documents. 2 . Approve or accept any portion of the work. 3 . Perform any duties of the Contractor. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work and to manufacturer's operations. Testing and Testing Laboratory Servi ces 01410-2 February 20 l l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 laboratory sufficiently 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 . 2 . Contractor is solely responsible for coordination of all laboratory testing work associated with construction activities . F. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform materials development of concrete mix designs , and additional inspections , sampling and testing required for the Contractor's convenience. G . Contractor shall be responsible for all testing costs, including initial tests and any subsequent retests that indicate the materials and equipment fail to meet the requirements of the Contract Documents , H . Contractor shall instruct the testing laboratory to submit all testing data to the Owner as it is provided to the Contractor. Contractor shall keep a log entry li sting of all requested laboratory site visits, tests, samples, etc for Owner review at any time . PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Testing and Testing Laboratory Servi ces END OF SECTION 01410-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL 1.01 SUMMARY SECTION 01455 SPECIAL TESTS AND INSPECTIONS A . Section Includes: Requirements for Structural Tests and Special Inspections required by the International Building Code (IBC) as adopted by the City of Fort Worth, Texas . B . Related Sections : 1. Section 01410 -Testing and Laboratory Services . 1.02 REFERENCES A . International Code Council (ICC): 1. International Building Code , 2003 Edition (IBC 2003). 1.03 DESCRIPTION A . This Section describes special inspections, structural tests , and structural observations of structural assemblies and components, and quality assurance plans for seismic and wind resistance, to be performed in compliance with IBC Chapter 17 -"Structural Tests and Special Inspections". Specifically included are: 1. Special Inspections (IBC Section 1704 ). 2 . Seismic Resistance : a . Quality Assurance for Seismic Resistance (IBC Section 1705). b. Special Inspections for Seismic Resistance (IBC Section 1707). c. Structural Testing for Seismic Resistance (IBC Section 1708). 3. Wind Resistance : a. Quality Assurance Plan (IBC Section 1706). 4. Structural Observations (IBC Section 1709) B . These special tests and inspections are in addition to the requirements specified in Division 1 and by the individual Sections in Division 2 through Division 16 . 1.04 INSPECTION A . Inspections under this Section are in addition to required inspections performed by the Building Official under IBC Section 109 -"Administration: Inspections ." Special Tests and Inspections 01455-1 February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 B. The Contractor will employ one or more inspectors who will provide special inspections during construction. 1. Special inspectors shall be qualified, to the satisfaction of the Building Official, for observation of the particular type of materials or operations requiring special inspection. C . Duties of Special Inspector: 1. General: Required duties of the Special Inspector shall be as described in IBC Chapter 17- "Structural Tests and Special Inspections", and as included in this Section . 2 . Observation . Special Inspector shall observe work for conformance with the Drawings and Specifications. 3 . Reporting. Special Inspector shall provide reports of each inspection to the Engineer. Engineer shall distribute copies of inspection reports to the Owner, the Engineer Of Record and the Building Official. 4 . Reports shall, at a minimum , indicate the following items : 5. Date and time of inspection, and name(s) of individual(s) performing the inspection. 6. Structures and areas of the structure where work or testing was observed . 7 . Discrepancies between the requirements of the Contract Documents and the work or testing observed . 8. Other areas of deficiency in the work . 1.05 TESTING A . Testing Laboratory: Special tests will be performed by an independent testing laboratory (provided by Contractor) as specified in Section 01410 . B . Selection of the material to be tested shall be by the Engineer or the Independent Testing Laboratory (provided by the Contractor), and not by the Contractor. 1.06 DEFINITIONS A . Special Inspection . Inspection of the materials , installation, fabrication, erection or placement of components and connections requiring special expertise to ensure compliance with approved construction documents and referenced standards . B. Special Inspection, Continuous: The full time observation of work requiring special inspection by an approved special inspector who is present in the area where the work is being performed. C . Special Inspection, Periodic: The part time or intermittent observation of work requiring special inspection by an approved special inspector who is present in the area where the work is being performed and at the completion of the work . Special Tests and Inspections 01455-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D. Structural Observation : The visual observation of the structural system by a registered design professional for general conformance to the approved construction documents at significant construction stages and at completion of the structural system. PART 2: PRODUCTS Not Used . PART 3: EXECUTION 3 .01 SPECIAL INSPECTIONS (IBC 1702) A . General. 1. Special inspections shall be as designated in IBC Section 1704 and the following paragraphs . 2. Provide continuous or periodic special inspection of each item as indicated in Table O 145 S- B, and as defined in IBC Section 1702 . 3 . Inspection of Fabricators (IBC Section 1704.2): 4 . For fabricated items in Table 01455B , submit documentation of fabricator's inspection and testing program. B. Steel Construction (IBC Section 1704.3) 1. Materials verification and Inspection requirements for concrete construction shall be as indicated in Table 01455-Bla and Blb. C . Concrete Construction (IBC Section 1704.4) 1. Materials verification and Inspection requirements for concrete construction shall be as indicated in Table 01455-B2a, B2b, and B2c . D. Soils (IBC Section 1704 .7 ) 1. Materials verification and Inspection requirements for soils and subgrades shall be as indicated in Table 01455 -B4. 2. Inspector qualifications : Registered geotechnical engineer, licensed in the State where the work is constructed , and having a minimum of 10 years experience in the observation of soils , or his/her approved designee . 3 .02 QUALITY ASSURANCE FOR SEISMIC RESISTANCE (IBC 1705, 1707 and 1708) A. Seismic Design Category . Table 01455-A indicate s IBC Seismic Design Categories and the structures on this project that are assigned to each . Special Tests and Inspecti ons 01455-3 February 2011 City ofFort Worth Eagle Mountain WfP Clearwell No . 3 Table 01455-A Structures by Seismic Desil!Il Category (SDC) Seismic Design Category Structures Assigned to Category "A" All Structures B . Quality Assurance Plan (IBC Section 1705) 1. For structures assigned to Seismic Design Category A, a Quality Assurance Plan for Seismic Resistance is not required for the work . C . Special Inspections for Seismic Resistance (IBC Section 1707) 1. For structures assigned to Seismic Design Category A , additional Special Inspection for Seismic Resistance is not required for the work . D . Structural Testing for Seismic Resistance (IBC Section 1708) 1. For structures assigned to Seismic Design Category A, additional Testing for Seismic Resistance as designated in IBC 1708.2 through IBC 1708.6 is not required for the work . 3 .03 QUALITY ASSURANCE FOR WIND RESISTANCE (IBC 1706) A. Wind Design Criteria: The project site is designated as Exposure Category "C", and the Basic Wind Speed (3-second gust) is designated as 90 miles per hour . B . Based on the designated wind design criteria, a Quality Assurance Plan for Wind Resistance is not required for the work. 3 .04 STRUCTURAL OBSERVATIONS (IBC 1709) A . Based on assignment of structures to Seismic Design Category "A", and designation of the project Basic Wind Speed (3-second gust) of 90 miles per hour, "Structural Observations" by a registered design professional are not required for the work. 3.05 SCHEDULES A . See Table 01455-B (following) for schedule of special inspection requirements by Structure . Special Tests and Inspections 01455-4 Fe bruary 2011 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 TABLE 01455-Bla: SPECIAL INSPECTIONS Steel Construction (IBC 1704.3) -Material Verification Requirements : IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection NIA= Not Applicable High Strength Bolts, Nuts & Washers Confirm ASTM identification Table 1704.3-la markings. Submit manufacturer's Table 1704.3-1 b certificate of compliance Weld Filler Material Confirm A WS identification Table I 704 .3-4a Markings Submit manufacturer's Table l 704 .3-4b certificate of compliance Structura l Steel Members Confirm ASTM identification Table l 704.3-2a markings . Submit manufacturer's Table l 704.3-2b certified mill test reports Special Tests and Inspections 01455-5 <) ~ ., 0 February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 TABLE 01455-Blb: SPECIAL INSPECTIONS Steel Construction (IBC 1704.3) -Inspection Requirements : IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection NI A= Not Applicable High Strength Bolting Bearing type connections Table l 704.3 -2a Slip critical connections Table l 704.3-2b Welding Complete and partial Table l 704.3-5al penetration groove welds Multi-pass fillet welds Table l 704 .3-5a2 Single pass fillet welds > Table l 704.3-5a3 5/16" Single pass fillet welds < Table l 704.3-5a4 5/16" Roof and floor deck welds Table 1704.3-6 (l) Field connections m metal build mg system frame 1f required by manufacturer. Special Tests and Inspection s 01455-6 .; t ,., cJ February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 TABLE 01455-B2a: SPECIAL INSPECTIONS Concrete Construct ion (IB C 1704.4)-Material Verification Req u irements: IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection NIA= Not Applicable Reinforc eme nt Weldability of reinforcing Table 1704.3-Sbl NIA steel Anchor Bolts ASTM identification Table 1704.4-3 markings and size (I) Concrete M ix Tests: Slump, air content, Table 1704.4-5 temperature Tests : Laboratory Table 1704.4-5 compression strength In -Situ St rength Before stressing of post Table 1704.4-10 NIA tension ing tendons Before removal of forms and Table 1704.4-10 sh ores from slabs Notes: (I )Includes anchor bolts for process eqmpment. Special Tests and Inspections 01 455-7 0) ~ OJ u C C C p February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 TABLE 01455-B2b: SPECIAL INSPECTIONS Concrete Construction (lBC 1704.4) -Inspection: Preparation Requirements: IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection N IA= Not Applicable Reinforcement Size, placement and location Table 1704.4-1 Grouting of bonded tendons Table 1704.4-Sb NIA Reinforcement -Table 1704.4-2 Weldin£?: "Intermediate Reinforced Table l 704 .3-5b2 NIA Concrete Moment Frame" "Special Reinforced Concrete Table l 704 .3-5b2 NIA Moment Frame" "Special Reinforced Concrete Table l 704.3-5b2 NIA Shear Walls" At shear reinforcement Table l 704.3-5b3 NIA Other reinforcing steel Table l 704.3-5b4 NIA Anchor Bolts Size, placement and Table 1704.4-3 embedment (I) Notes : (!)Includes anchor bolts for process equipment. Special Tests and Inspections 01455-8 0 ~ 0 u p C February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 TABLE 01455-B2c : SPECIAL INSPECTIONS Concrete Construction (IBC 1704.4) -Inspection: Placement and Curing Requirements : IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection NI A= Not Applicable Placement Use ofrequired design mix Table 1704.4 -4 Use of proper techniques Table 1704.4-6 Curing Use of proper techniques and Table 1704.4-7 temperatures Fabricators -Prestressed Table 1704 .2 NIA Concrete Application of prestressing Table 1704 .4-&a NIA force Erection Table 1704.4-9 NIA Special Tests and Inspections 01455-9 0 ~ .... oj 0 u p p p February 201 I City ofFort Worth Eagle Mountain WfP Clearwell No. 3 Special Tests and Inspections (TIIIS PAGE INTENTIONALLY BLANK) 01455-10 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 TABLE 01455-B3a: SPECIAL INSPECTIONS Masonry Construction (IBC 1704.5)-Material Verification Requirements : IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection NI A= Not Applicable Mortar and Grout Proportions of site-mixed Table 1704.5.3-1 a batches Preparation of required Table 1704.5.3-3 testing specimens Special Tests and Inspections 01455-11 .:; ~ ::;i <!) u February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 TABLE 01455-B3b: SPECIAL INSPECTIONS Masonry Construction (IBC 1704.5) -Inspection : Placement and Curing Requirements : IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection NIA= Not Applicable Construction Level 1 Inspection See Section 04220 and Table 1704 .5 .1 Level 2 Inspection See Section 04220 and Table 1704 .5.2 (I} LOX Storage Area Special Tests and Inspections 01455-12 Q) ::: ta 0 u February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 TABLE 01455-B4: SPECIAL INSPECTIONS Soils and Subgrades (IBC 1704.7) Requirements: IBC Reference C = Continuous Special Inspection P = Periodic Special Inspection MATERIAL VERIFICATION INSPECTION: Site preparation 1704 .7.1 Placement and 1704.7.2 compaction of fill Evaluation of in -place 1704.7.3 density of fills and backfill Pier load tests 1704.9 NIA Pier installation 1704.9 END OF SECTION Special Tests and Inspections 01455-13 0 ~ G.> 0 p p p February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 TEMPORARY OFFICES SECTION 01500 TEMPORARY FACILITIES A. Temporary offices shall be established on the job site where approved or directed by the Engineer, adequately furnished, and maintained in a clean, orderly condition by the Contractor. The Contractor or his/her authorized representative shall be present in the field office at all times while work is in progress. Instructions received there from the Engineer shall be considered as delivered to the Contractor. B . The Contractor shall supply all fuel for heating and pay all electric bills. 1.02 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 (TXU) for temporary electric service, and pay all expenses in connection therewith. B . Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. For connection of power tools and equipment, provide outlets equipped with ground-fault circuit interrupters, reset button and pilot light. C . Provide grounded extension cords. Use "hard-service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if more than one length is required . D . Provide general service incandescent lamps as required for adequate illumination . Provide guard cages or tempered glass enclosures, where exposed to breakage . Provide exterior fixtures where exposed to moisture . 1.03 TEMPORARY AIR, STEAM AND WATER A. The Contractor shall provide all air, steam and water, including temporary piping and appurtenances required therefor, as may be required for the cleaning and testing of pipelines and equipment necessary for his/her work. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. Water for testing and disinfection will be furnished by Owner at no cost to Contractor. Contractor shall be responsible for all piping and equipment necessary for getting water to its intended use. Coordinate use of water with Owner's plant personnel. 1.04 TEMPORARY SANITARY FACILITIES A. Provide self-contained, single-occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed in a fiberglass or other approved non-absorbent shell. Temporary Facilities 01500-1 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.05 FIRE EXTINGUISHERS A. Provide portable UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL-rated Class ABC dry chemical extinguishers or a com- bination of NFPA recommended Classes for the exposure. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure . 1.06 LAYOUT OF TEMPORARY 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 storage of materials and equipment in locations off the construction site. For the allocated space, the Contractor shall submit to the Engineer for approval, his proposed plan and layout for all temporary offices, sanitary facilities, temporary construction roads, storage buildings, storage yards, temporary water service and distribution, temporary power service and distribution, and temporary telephone service . 1.07 STORAGE BUILDINGS A. The Contractor shall erect, or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control 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 . 1.08 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions . Materials such as pipe and reinforcing and structural steel shall be stored on pallets or racks, off the ground, and in a manner that allows ready access for inspection and inventory . Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer. 1.09 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment and materials to the areas designated and as directed by the Engineer. B. Contractor shall erect a suitable fence around each tree or group of trees in the vicinity of the work, except those shown to be removed on the plans. Any such trees damaged shall be repaired or replaced, as directed by the Engineer, at the Contractor's expense . Sprinkler zones to be taken out of service for construction will be capped off to allow the remaining system to remain operational or the Contractor shall provide temporary irrigation system as directed by the Engineer. C . Except as provided herein, no sidewalk, private property, or other area adjacent to the plant site shall be used for storage of the Contractor's equipment and materials unless prior written approval is obtained from the legal owner. Temporary Facilities 01500-2 February 20 l l City of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 D . The Contractor shall maintain the area during construction in a manner that will not obstruct operations on street areas. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials . E . At all times, maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Contractor shall provide weekly street cleaning and monthly wet street brooming. F . Excavated materials shall be removed from the site in a manner that will cause the least damage to adjacent lawns, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are on private property or on public right-of-ways. G . Cleaning and disposal operations shall comply with local ordinances and antipollution Jaws. Do not bum or bury rubbish and waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways . H. Wet down dry materials and rubbish to allay dust and prevent blowing dust. I. Provide approved containers for collection and disposal of waste materials, debris, and rubbish and make arrangements for appropriate periodic emptying of the containers . 1.10 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads and detours as are required to execute the work . The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the Engineer. B. The Contractor shall construct temporary parking facilities for hi s employees, his Sub-Contractor's employees, other employees and the Engineer. 1.11 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. B. Where responsibility can be determined, the cost for replacement or repair of damaged work shall be charged to the party responsible. If responsibility cannot be fixed, the cost shall be borne by the Contractor. C . Wheeling of any loads over finished floors, either with or without plank protection, shall not be permitted in anything except rubber-tired wheelbarrows, buggies, trucks, or dollies . This applies to all finished floors and to all exposed concrete floors as well as those covered with composition tile or other applied surfacing, and shall apply to all trades. D . Where structural concrete is also the finished surface, care shall be taken to avoid marking or damaging those surfaces. Temporary Facilities 01500-3 February 20 l l City of Fort Worth Eagle Mountain wrP Clearwell No . 3 1.12 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall disconnect and/or d ismantle 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. 1.13 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. PART 2 : PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Temporary Facilities END OF SECTION 01500-4 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 PART 1: GENERAL SECTION 01510 CONSTRUCTION TEMPORARY CONTROLS 1.01 MOBILIZATION AND PROGRESS OF THE WORK A. The Owner will issue a written Notice to Proceed, indicating the date when the Contract Time shall begin . The Work shall progress as required to 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 barricades, caution signs, lights and other means to prevent accidents to person s, and damage to property . The Contractor shall, at his own expense, provide suitable and safe bridges and other crossing s 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. 2 . The Contractor shall take precaution s to prevent injury to the public due to open trenche s. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. Construction Temporary Controls 01510-1 February 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 natural runoff, 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. 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 . Construction Temporary Controls 01510-2 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 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 Water Commission or Environment 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. G. Noise and Dust Control l . 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. Construction Temporary Controls 01510-3 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 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 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 l. 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. PART 2: PRODUCTS (NOT USED) PART3 : EXECUTION (NOTUSED) Construction Te mporary Control s END OF SECTION 01510-4 February 20 l l / City of Fort Worth Eagle Mountain WfP Clearwell No . 3 PART I : GENERAL 1.01 SCOPE OF WORK SECTION 01600 DELIVERY, STORAGE AND HANDLING A. This Section specifies the general requirements for the delivery , handling, storage and protection for all items required in the construction of the work . Specific requirements, if any, are specified with the related item. B . Contractor shall schedule deliveries within the guidelines set forth by the City to meet plant security requirements . 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 . 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 thi s 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. Deli very, Storage and Handling 01600-1 February 20 I I City of Fort Worth Eagle Mountain WfP Clearwell No. 3 C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored w ith the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking and spalling to a minimum. D . All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight building to prevent injury. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. Building shall be provided with 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 removed and replaced at the Contractor's expense . E . On-site storage within Owner buildings will not be allowed. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Delivery, Storage and Handling END OF SECTION 01600-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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. Material and Equipment 01610-1 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products and equipment in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. B . Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. C. Pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing plant or interfere 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 materials or specimens for testing and all labor and facilities for inspection of equipment and materials . B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in accordance with the Specifications . Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished . Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, 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 cost 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 m the individual Sections of these Specifications . D . If the Owner requires, either prior to beginning or during the progress of the Work, the Contractor shall submit samples or materials for such special te sts as may be necessary to demonstrate that they comply with the Specifications . Such samples shall be furni shed, 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 fa il ure to s ubmit samples or data promptly shall not be used as a bas is 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. Material and Equ ipment 01610-2 Fe bru ary 201 1 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 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 substantial completion. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify in writing to the Owner that its condition has not been detrimentally affected by the long storage period . Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period . As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective . It shall be removed and replaced at the Contractor's expense. C . Store materials in accordance with manufacturer's instructions, with seals and labels intact and legible . 1. Store products subject to damage by the elements in weather tight enclosures. 2 . Maintain temperature and humidity within the ranges required by manufacturer's instructions . Material and Equipment 01610-3 February 20 II City of Fort Worth Eagle Mountain WTP Cl earwell No. 3 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 acce ss 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 materials and equipment from damage from traffic and subsequent construction operation s. Remove when no longer needed . H . Off-Site Storage: 1. Contractor may store materials and equipment off-s ite with Owner's appro val. 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 it s removal. 2 . Damaged material and equipment shall be rep laced at the Contractor's expense. Material and Equ ipm ent 01610-4 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.06 INSTALLATION STANDARDS A. Handle, store and install equipment in accordance with the manufacturer's drawings and recommendations . B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation. Maintain one set of complete instructions at the job site during installation and until completion. C. Handle, install, connect, clean, condition and adjust 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. Material and Equipment 01610-5 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 2 . If the Contractor chooses other manufacturer's equipment he 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. If the specification list of approved manufacturers states "no equal" or "no substitutions will be allowed", the Contractor shall choose equipment from the approved manufacturers list. 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 . 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 license 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 accepted 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. Material and Equipm ent 01610-6 Febru ary 2011 City of Fort Worth Eagle Mountain WTP ClearweU No. 3 E . Engineer will review requests for substitutions with reasonable promptness, and notify Contractor, in writing, of the decision to accept or reject the requested substitution. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) Material and Equipment END OF SECTION 01610-7 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SUMMARY SECTION 01612 SEISMIC DESIGN CRITERIA A . Section Includes: Seismic design criteria for the following: 1. Anchorage of mechanical and electrical equipment. 2 . Seismic design of tanks and anchorage of tanks to supporting structures . 3 . Other structures or items as specified or indicated on the Drawings. 1.02 REFERENCES A. International Code Council (ICC) 1. International Building Code -2003 Edition (IBC 2003). 1.03 SYSTEM DESCRIPTION A. Design in accordance with the requirements of the International Building Code (IBC). 1. Structure Category I Seismic Use Group : a. Except as noted: Category III -Water Treatment Plant/ Seismic Use Group II. 2. Mapped maximum considered earthquake spectral acceleration at 0 .2 seconds, Ss = 0.120. 3. Mapped maximum considered earthquake spectral acceleration at 1.0 second, S 1 = 0 .057 . 4 . Site Class : C. B. Do not use friction to resist sliding due to seismic forces . C . Do not use more than 90 percent of the weight of the mechanical and electrical equipment for designing anchors for resisting overturning due to seismic forces . D . Do not use more than 90 percent of the weight of the tank for resisting overturning due to seismic forces. E . Use anchor bolts, bolts, or welded studs for anchors for resisting seismic forces. Anchor bolts used to resist seismic forces shall have a standard hex bolt head. Do not use anchor bolts fabricated from rod stock with an L or J shape. 1. Do not use concrete anchors, flush shells, chemical anchors , powder actuated fasteners, or other types of anchors unless indicated on the Drawings or accepted in writing by the Engineer. Seismic Design Criteria 01612-1 February 2011 City offort Worth Eagle Mountain WTP Clearwell No . 3 2. For design of anchor bolts embedded in concrete, assume minimum specified concrete 28- day compressive strength (f'c) of 4000 psi. 3 . Seismic forces must be resisted by direct bearing on the fasteners used to resist seismic forces. Do not use connections that use friction to resist seismic forces. 1.04 SUBMITT ALS A. Shop Drawings and Calculations: Complete shop drawings . Submit calculations demonstration design for seismic loading and anchorage when requested by the Engineer or specified. B . Calculations shall be signed and sealed by a Professional Engineer, qualified in the design of structures and their anchorage for seismic loads, and licensed to practice in the state where the Project is located . PART2: PRODUCTS Not Used . PART 3: EXECUTION Not Used. END OF SECTION Seismic Design Criteria 01612-2 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 PART 1: GENERAL 1.01 SUMMARY SECTION 01614 WIND DESIGN CRITERIA A. Section Includes: Wind design criteria for the following : I. Anchorage of mechanical and electrical equipment. 2. Design and anchorage of tanks . 3 . Design and anchorage of other structures as indicated on the Drawings or specified. 1.02 REFERENCES A. International Code Council (ICC) I . International Building Code (IBC) -2003 Edition . 1.03 SYSTEM DESCRlPTION A . Design Requirement: Design in accordance with the requirements of the International Building Code (IBC). I . Basic Wind Speed : 90 miles per hour (3 second gu st). 2. Wind Exposure : C . 3. Wind Importance Factor, lw 1.15 . B. Use anchor bolts, bolts, or welded studs for anchors for resisting wind forces. Anchor bolts used to resist wind forces shall have a standard hex bolt head . Do not use anchor bolts fabricated from rod stock with an L or J shape. a. Do not use concrete anchors, flush shells, chemical anchors , powder actuated fasteners , or other types of anchor unless indicated on the Drawings or accepted in writing by the Engineer. b. For design of anchor bolts embedded in concrete, assume minimum specified concrete 28-day compressive strength (fc) of 4000 psi. c. Wind forces must be resisted by direct bearing on the anchors used to resist wind forces . Do not use connections that use friction to res is t wind forces . 1.04 SUBMITTALS A. Shop Drawings and Calculations: Complete shop drawings. Submit calculations demonstrating design for wind loading and anchorage when requested by Engineer or specified . Wind Design Criteria 01614-1 February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 B . Calculations shall be signed and sealed by a Professional Engineer, qualified in the design of structures and their anchorage, and licensed to practice in the state where the Project is located PART2: PRODUCTS Not Used. PART 3: EXECUTION Not Used . END OF SECTION Wind Design Criteria 01614-2 February 2011 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 SECTION O 1656 DISINFECTION OF POT ABLE WATER FACILITIES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required, including chlorine, and disinfect the potable water facilities . B. The potable water facilities include: I . Piping which is designated to carry Potable Water (PW), Filtered Water(FW), or Service/Utility Water (SW), including associated valves , fittings, and appurtenances . 2 . Clearwell No . 3 . PART 2 : PRODUCTS 2 .0 I CID..,ORINE A. Liquid chlorine shall meet the requirements of A WW A B301 . B . Calcium hypochlorite shall meet the requirements of A WW A B300. PART 3 : EXECUTION 3.01 GENERAL A. Piping shall be cleaned and disinfected in compliance with all applicable sections of A WW A Standard C-601. The "slug method" shall be used for disinfection. Interior surfaces of pipelines shall be exposed to a concentration of I 00 ppm for a period of not less than three hours, after which the lines shall be flushed clean until the chlorine concentration in the water leaving the line is no higher than that generally prevailing in the system, or less than I ppm. Chlorine solution with a higher residual may remain in the line, without flushing, if approved by the Owner. B . Disinfection of Clearwell No. 3 shall be as specified herein and in compliance with applicable sections of A WW A, for Chlorination Method 2. 3.02 PROCEDURES A. Pipelines I . During installation , the interior of all pipe, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times . If, in the opinion of the Owner, the pipe contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the pipe will be cleaned and swabbed with a bactericidal solution . When pipe laying is not in progress, the open ends of it shall be sealed with watertight plugs . If water has accumulated in the trench, the seal shall remain in place until the trench-water has been removed to such an extent that it will not enter the pipe. Di sinfection of Potable Water Facilities 01656-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 2 . After completion of hydrostatic pressure tests and prior to disinfection, the pipeline shall be flushed as thoroughly as possible, with the water pressure and outlets available . If feasible, flushing rate should develop a velocity in the pipeline of at least 2.5 fps. If a velocity of 2.5 fps is not obtained, the requirements of Paragraph 3 .02 A. l above shall be rigidly enforced. he minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline to insure that clean water has traversed the entire length of line. 3. After flushing has been completed to the point that apparent dirt and foreign matter have been removed from the pipeline, either liquid chlorine or calcium hypochlorite solution shall be injected into the pipeline as provided in A WW A C-60 l . 4. Following chlorination, treated water shall be flushed from the newly installed pipeline at its extremities until the replacement water throughout its length is proved by test to a) meet regulations of Texas Commission on Environmental Quality (TCEQ), orb) meet requirements of the public health authority having jurisdiction. The satisfactory quality of water delivered by the new pipeline shall continue for a period of at least two days. Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed, the sample tap shall either be a hose bib or a disconnected service tap of a 1/4 inch copper riser (with stop-cock), which shall be provided by the Contractor. Should the initial treatment fail to achieve the satisfactory quality described above, the original chlorination procedure shall be repeated until satisfactory results are obtained. B . Clearwell No. 3 I. Clearwell No . 3 shall be cleaned of all solids , debris and foreign matter following construction. Following cleaning and washdown, and prior to disinfection, all water and solids shall be removed from the clearwell and properly disposed . 2. After cleaning, the walls, floor and ceiling shall be sprayed with a 200 ppm chlorine disinfecting solution . The chlorine solution shall remain in contact with the surfaces to be disinfected at least 30 minutes prior to filling the clearwell with water. The materials and method shall be subject to Engineer's approval. 3.03 WATER SOURCE A. Water for disinfection purposes will be provided by Owner per Section 01500. 3.04 BACTERIOLOGICAL SAMPLING AND TESTING A. The Owner will perform all sampling for bacteriological tests and shall pay for the initial testing to be performed by Owner selected laboratory. All subsequent testing , should the initial test fail, shall be paid for by the Contractor. END OF SECTION Disinfection of Potable Water Facilities 01656-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01665 TRENCH SAFETY REQUIREMENTS 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 the minimum depth as defined by OSHA for requiring trench safety, or minimum of 5-ft (whichever is less), 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 O 1035 -Control of Work. B . Section 02221 -Trenching, Backfilling and Compaction . C. Texas Statute: HB 1569, 71 st Regular Legislative Session. D. U.S. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR 1926, Subpart P- Excavations, latest revision at time of construction Agreement execution . PART 2: PRODUCTS 2.01 GENERAL A. All materials and products incorporated into the Trench Safety System shall be suitable for their intended uses ; shall meet all design criteria and parameters used by the Trench Safety System designer; and shall meet all applicable requirements of OSHA Standards. PART 3: EXECUTION 3 .01 PROCEDURES A. At least ten ( 10) Calendar Days prior to trench excavation or any excavation operations, and not more than thirty (30) Calendar Days following the execution date of the construction Agreement, Contractor shall submit a site specific Trench Safety System Conformance 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. Trench Safety Requirements 01665-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2 . Specific references to the applicable OSHA Standards sections shall be included for each technique to be used. B . The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear to be understandable and usable by all personnel who will be executing, supervising and witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available at the site of trenching operations at all times . A second copy shall be provided to the Engineer for the Owner's records . C . If borings and/or detailed geotechnical 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 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. Structural Excavations only. No restrictions. No restrictions . Note, structural excavations in proximity to existing structures will have restrictions for use of the sloping/benching method . Submit proposed plan for excavation adjacent to existing structures, specifically, the Radio Tower and Building. 3.03 INSPECTION DUTIES OF CONTRACTOR 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. Trench Safety Requirements 01665-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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. C. In an emergency situation which may threaten or affect the safety or welfare of any persons or properties, the Contractor shall act at his discretion to prevent possible damage, injury or loss . Any 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 in accordance with Section 01025.1.04.C . END OF SECTION Trench Safety Requirements 01665-3 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01666 TESTING OF PIPELINES A. Furnish all labor, materials, tools, equipment and related items required to perform infiltration/exfiltration testing and deflection testing of gravity pipelines and to perform pressure and leakage testing of pressure pipelines. 1.02 REFERENCE STANDARDS ASTM C-828 Low Pressure Air Test of Vitrified Clay Pipe Lines ASTM C-924 Testing Concrete Pipe Sewer Lines by Low Pressure Air Test Method ASTM C-969 Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Sewer Lines ASTM C-1103 Joint Acceptance Testing of Installed Precast Concrete Pipe Sewers ASTM F-1417 Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air 1.03 RELATED WORK A. Buried Concrete Pressure Pipe is covered in Section 02613 . B. Buried Ductile Iron Pipe and Fittings is covered in Section 02616. C . Buried Steel Pipe and Fittings is covered in Section 02615 . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3 .01 GENERAL A. The entire length of the installed gravity lines and the pressure lines shall be field tested for water tightness . B. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying water, wastewater, sludge, recycle or chemicals. C. All labor and equipment, including test pump with regulated by-pass meters and gauges required for conducting pipeline tests, shall be furnished by the Contractor. The Contractor shall furnish equipment and necessary piping as required to transport water used in testing from source to test location . D. Time and sequence of testing shall be scheduled by the Contractor, subject 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. Testing of Pipelines 01666-1 February 2011 Ci ty of Fort Worth Eag le Mountain WTP Clearwe ll No. 3 3 .02 CLEANING A. At the conclusion of the work, thoroughly clean all pipelines by flushing with water or other means to remove all dirt , stone s, pieces of wood, or other material which may have entered the pipes during the construction period . Debris cleaned from the lines shall be remo ved from the low end of the pipeline . If, after this cleaning, ob struction s remain, they shall be removed in an approved manner. After the pipelines are cleaned and if the groundwater level is above the pipe or following a heavy rain , the Engineer will examine the pipes for leaks . If any defective pipes or joints are discovered , they shall be repaired . 3.03 TEST PROCEDURES FOR GRAVITY PIPELINES A. Gravity Pipelines, General. Gravity pipelines shall be installed and backfilled and then tested using either Infiltration/Exfiltration Water Testing or Low Pressure Air Testing and deflection te sted using an Allowable Deflection Test (for flexible piping). B . For construction within the 25-year floodplain, the Infiltration/Exfiltration shall not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at the maximum test head . 1. Exfiltration Water Testing a. The section of pipe to be tested shall be filled with water and allowed to stand for such time as is required for the pipeline to adsorb such water as it will and for the escape of all air from the line . The sections undergoing test shall be carefully examined for leakage. All known leaks shall be repaired , regardless of these test requirement s. b. The line shall then be filled to a reference level in a manhole or in a reservoir of sufficient capacity to allow for a reference level to be established . The reservoir must be of sufficient capacity to not allow the water level to drop below the crown of the pipe during the 24-hour test period. If the water level drop s below the crown of the pipe, the test shall be voided and run again or until such time the water level is maintained above the crown throughout the duration of the test , c. At the end of a 24 -hour period, water, if needed , shall be added to th e line to bring the water level back to the referenced line . All water added shall be accurately mea s ured by an approved water meter so that an exfiltration rate can be establi shed . d . Leakage during the above test shall not exc eed a rate equal to 25 gallons per inch of internal diameter per mile per 24 hours . e . All observed leaks shall be repaired regardless of the measured leakage rate . 2. Infiltration Water Testing T es t ing of Pipe lines a . When gravity sewers are installed below the groundwater level an Infiltration Test shall be used in lieu of the Exfiltration Test. b . The total infiltration, as determined by a hydrostatic head test shall not exceed 25 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of two feet above the crown of the pipe at the up stream manhole , or at least two feet above the exi sting groundwater level, whichever is greater . 01666-2 Fe bruary 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3 . Low Pressure Air Testing a. This test shall conform to the procedure described in ASTM C828, ASTM C924, C-1103, F-1417 or other appropriate procedures. For safety reasons, air testing of sections of pipe shall be limited to lines less than 36-inch average inside diameter. Lines 36-inch average inside diameter and larger shall be air tested at each joint per ASTM C-1103. The minimum time allowable for the pressure to drop from 3 .5 pounds per square inch gauge to 2.5 pounds per square inch gauge during joint test, regardless of pipe size, shall be 20 seconds . For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be computed by the following equation: T = 0 .085 (D) (K) I (Q) Where T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419DL, but not less than 1.0 D = average inside diameter in inches L = length of line of same pipe size being tested in feet Q = rate of loss, assume 0.0015 ft 3 /min/sq.ft. internal surface All observed leaks shall be repaired regardless of the air test results . 4. Allowable Deflection Test Testing of Pipelines a. Pipe deflection testing shall be conducted on all gravity pipes constructed of flexible materials. b. Pipe deflection measured not less than ninety (90) days after the backfill has been completed as specified shall not exceed five (5.0) percent. Deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured) by 100 and dividing by the nominal diameter of the pipe . c. Deflection shall be measured with a rigid mandrel (Go/No-Go) device cylindrical in shape and constructed with a minimum of nine evenly shaped arms or prongs. Drawings of the mandrel with complete dimensions shall be submitted to the Engineer for each diameter of pipe to be tested . The mandrel shall be hand pulled by the Contractor through all sewer lines . d . Any section of sewer not passing the mandrel shall be uncovered at the Contractor's expense and the bedding and backfill replaced to prevent excessive deflection. Repaired pipe shall be retested and/or replaced as directed by the Engineer at no additional cost to the Owner. 01666-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3 .04 TEST PROCEDURES FOR PRESSURE PIPELINES A. General 1. After the pipe has been laid and backfilled and the backfill has been otherwise consolidated, all newly laid pipe, or any valved section thereof, shall be subjected to the hydrostatic pressure specified below for that particular type of pipe. The duration of each pressure test shall be at least two hours and each leakage test at least four hours, unless otherwise specified or noted on the Drawings. All meters, fixtures , devices or appliances which are connected to the pipeline system and which might be damaged if subjected to the specified test pressure shall be disconnected and the ends of the branch lines plugged or capped during the testing procedures . 2. Each valved (capped or plugged) section of pipe shall be filled slowly with water and all air shall be expelled. If permanent air vents are not located at all high points, the Contractor shall install corporation or blow-off cocks at such points so that air can be expelled as filling takes place. After verification that all air has been expelled, the cocks shall be closed and the pipe kept filled until tested. All exposed pipe, fittings, valves, hydrants and joints shall be examined while under test pressure and all visible leaks shall be stopped. Any cracked or defective pipe, fittings , valves or hydrants di scovered 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 I . 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 . Pressure Tests 1. After compliance with all applicable procedures described above, pressure of 150 percent of the pipe's maximum operating pressure, but not more than the pressure indicated below nor less than the pressure indicated below, shall be applied, unless another test pressure is specified for the type of pipe being tested. This pressure, based on the lowest point of the line or section under test, shall be corrected to the relative elevation of the test gauge and the pressure maintained for a period of not less than two (2) hours. Piping Description Filtered Water Down/Upstream of Clearwell Potable Water or Utility Water All Other Process Piping D . Leakage Tests Max. Test Pressure 100 psi 150 psi 150 psi Min. Test Pressure 50 psi 100 psi 100 psi 1. Leakage shall be defined as the quantity of water that must be s upplied 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. Testing of Pipe lines 01666-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2. Leakage shall be determined by recording the measured quantity of water pumped into the pipeline to maintain a pressure within 5 psi of the specified test pressure . Leakage rate shall be calculated by extrapolation of the total leakage during the testing period to a 24- hour period. Leakage test pressure shall be at the pressures shown below and test pressure shall be maintained for a period of 2 hours . Piping Description Filtered Water Down/Upstream of Clearwells Potable Water or Utility Water All Other Piping Test Pressure 50 psi 150 psi 100 psi 3 . Allowable leakage for the types of pipe used shall be as follows: a . Cast Iron, Ductile Iron and PVC. Allowable as permitted by A WW A Standard C-600- 82, "Installation of Gray and Ductile Cast-Iron Water Mains and Appurtenances", which is not to exceed that determined by the formula : L =(SD-VP)/ 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 Pis the average test pressure during the leakage tests in pounds per square inch gauge . b . Welded, flanged, threaded, or glued pipe shall have no allowable leakage . 4. In the event any section of the line tested fails to meet the above specified requirements for water tightness, the cause of the excessive leakage shall be determined and remedied at the expense of the Contractor, including retesting if required . 3.05 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 must verify that all required pressure and leakage tests have been successfully completed before the pipeline is accepted. 3.06 WATER SOURCE A. Water for testing purposes may be obtained in accordance with Section 01500 . 3 .07 MEASUREMENT AND PAYMENT A. Payment for testing of pipelines shall be included as part of the total lump sum stated in the Bid Form . END OF SECTION Testing of Pipelines 01666-5 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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. 1.02 RELATED WORK A. Disinfection of potable water facilities is included in Section O 1656. B . 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) I. ACI 344R-T -Design and Construction of Circular Prestresse d Concrete Structures with Circumferential Tendons . 2 . ACI 344R-W -Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures . 3. 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 Engineer well in advance of the actual testing . B . Water Source/Disposal I . Water for the initial test shall be provided by Owner. Contractor shall provide and pay for water required for subsequent testing . Water Tightness Test for Hydrauli c Structures 01680-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2. Water shall be plant process water or potable water. All labor, equipment and materials shall be supplied by the Contractor. 3 . Test water shall be disposed of by the Contractor in an approved manner. Water shall not be disposed of by discharging it onto the ground surface of public or private land. 4 . Test water shall be disposed of by reintroduction into the Plant process at the time, rate of flow and location approved by the Owner. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION 3.01 GENERAL A. The testing of reinforced concrete tanks or water containment structures shall conform to the following standards and as modified herein: 1. Reinforced concrete water retaining 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. 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 responsibility for conducting watertightness tests. 3.02 EXAMINATION A. Inspect the structure to be tested for potential leakage paths such as cracks, void, etc ., and repair such paths in compliance with the provisions specified therein or as approved by the Engineer. 3.03 PREPARATION A. Thoroughly clean the structure to be tested of dirt, mud and construction debris prior to initiating watertightness tests . The floor and sumps shall be flushed 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 valves and reset or seal as approved by the Engineer. Estimates of gate or valve leakage will not be allowed as adjustments to the measured tank or structure leakage. 3 .04 TESTING PROCEDURES A. Conditions of Testing 1. Do not begin initial filling of concrete structure until all concrete elements of the structure Water Tightness Test for Hydrauli c Structures 01680-2 Fe bruary 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 have attained the designed compressive strength of the concrete, nor less than 14 days after all concrete walls or base slabs have been placed. 2. Initial filling of reinforced concrete structures shall not exceed a rate of 4-ft in 24 hours. 3. Fill unlined or partially lined concrete structures to the maximum operating water surface level and maintain the water at that level for at least 72 hours prior to beginning watertightness tests to minimize water absorption by the concrete during testing . The testing of fully lined concrete structures may be started as soon as the structure is filled. 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. 2. Loss of volume measurements shall be taken at 24 hour intervals . The loss of volume is usually detennined 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 results for each structure tested on the fonn shown in Figure A or a form with a similar fonnat. 2. Notify the Engineer of the scheduling of tests 3 working days prior to the tests. The Engineer may monitor any watertightness testing perfonned on the structures . 3.05 ACCEPTANCE A. The following conditions shall be considered as NOT meeting the criteria for acceptance regardless of the actual loss of water volume from the structure. 1. Ground water leakage into the structure through floors, walls, or wall-floor joints. 2. Structures which exhibit flowing water from joints, cracks or from beneath the foundation (except for underdrain systems). B. The watertightness of Clearwell No . 3 will not be considered successful unless meeting the requirements specified in Section 13205. C . Concrete tanks and structures shall be considered acceptable when loss of water volume is within the criteria listed below : 1. For unlined tanks with a sidewater depth of 25-ft or less, loss of volume not exceeding 0.1 percent in 24 hours . Water Tightness Test for Hydraulic Structures 01680-3 February 2011 City of Fort Worth Eagle Mountain WTP Cleaiwell No . 3 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 . B. Repair structures which fail the watertightness test and structures showing visible leakage in compliance with the provisions specified herein or as approved by the Engineer. C. Repairs and retesting of tanks shall be accomplished herein or as approved by the Engineer. C . Repairs and retesting of tanks shall be accomplished at no additional cost to the Owner. 3.07 SCHEDULE A . The following new structures shall be tested for water tightness : 1. Clearwell No. 3 2. Drain Box No. 2 END OF SECTION Water Tightness Test for Hydr au lic Structures 01680-4 February 20 II City of Fort Worth Eagle Mountain WTP Clearwell No . 3 FIGURE A WATERTIGHTNESS TEST REPORT PROJECT SUBMITTED BY STRUCTURE* TEST DATES Allowable loss of water volume ______ percent in 24 hrs. Measured loss of water volume ______ percent in 24 hrs. TEST READINGS Water temperature at start ___ degrees F Water temperature at end degrees F Date Time l. __ _ 2 . __ _ 3. --- 4. __ _ 5. __ _ Change in level Average change in level Location 1 Correction for precipitation/evaporation Corrected change in level = CL = Location 2 Location 3 (CL) x (surface area) x (100) = measured percent water loss in 24 hrs. (initial water volume) x (number of test days) Notes and field observation * Attach a sketch showing a plan of structure and measurement locations . ** Place date and initials at the beginning of each entry . Water Tightness Test for Hydraulic Structures 01680-5 Location 4 Initials February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION O 1700 CONTRACT CLOSEOUT A. This Section outlines the procedure to be followed in closing out the Contract. 1.02 SUBSTANTIAL COMPLETION A. The Substantial Completion dates 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 building s and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor. 5. The Contractor shall mow 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-e xposed interior and exterior surfaces , and of concealed spaces. E . Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior finished surfaces . Polish surfaces so designated to shine finish . F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. G . Replace air-handling filters if units were operated during construction . Contract Closeo ut 01700-1 Febru ary 20 II City of Fort Worth Eagle Mountain WI'P Clearwell No . 3 H . Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces, rake clean other surfaces of grounds . I . Handle materials in a controlled manner with as few handlings as possible. 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 has satisfactorily completed the required work . 1.05 FINAL SUBMITTALS 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 3. All interface information. 4 . All Operation and Maintenance Manuals. 5. All required indices and schedules. 6 . All Manufacturers' Certificates of Proper Installation. 7. All construction photographs, including those of the completed project. 8 . All State required submittals. 9. Certificate that all outstanding debts are paid and that there are no liens on the project. Contract Closeout 01700-2 February 2011 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 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 . These special accessory items include, but are not limited to, the specified spare parts, adequate oil and grease as required for the first lubrication of the equipment, initial fill-up of all chemical tanks and fuel tanks, light bulbs, fuses, hydrant wrenches, valve wrenches, valve keys, handwheels, and other expendable items as required for initial start-up and operation of all equipment. B. The Owner shall provide all process chemicals used in the operation of the plant for purposes of starting up equipment. 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 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION (NOT USED) Contract Closeout END OF SECTION 01700-3 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 PART l: GENERAL 1.0 l REQUIREMENTS INCLUDED SECTION 01710 CLEANING A. Execute cleaning, during progress of the Work, and at completion of the Work . 1.02 RELATED REQUIREMENTS A. Each Specification Section : Cleaning for specific products or work . 1.03 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART2: PART3: PRODUCTS (NOT USED) EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations . B . Provide on-site containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in on-site containers . C . Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. Provide weekly cleaning of plant roadways. 3.02 DUST CONTROL A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until painting is finished . B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces . 3 .03 FINAL CLEANING A. Employ skilled workmen for final cleaning . Cleaning 01710-1 February 20 11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 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 surfaces of the grounds . D . Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean . END OF SECTION Cleaning 01710-2 February 20 I I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1: GENERAL SECTION O 1720 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. 9. RFls 10. Submittal Logs 1.02 RELATED REQUIREMENTS A. Section O 1300 : Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents . 2. Provide locked cabinet or secure storage space for storage of samples. B . File documents and samples in accordance with CSI/CSC format. C . Maintain documents in a clean, dry , legible condition and in good order. Do not use record documents for construction 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. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. Project Record Documents 01720-1 February 2011 City of Fort Worth Eag le Mountain WTP Clearwell No. 3 1.05 RECORDING A. Label each document "PROJECT RECORD " in neat large printed letters . B. Record information concurrently with con struction progress . 1. Do not conceal any work until required information is recorded . C . Drawings -Legibly mark to record actual construction : I . All underground piping with elevations and dimen s ions. 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 Sec tion to record : 1. Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. 2 . Changes made by Field Order or by Change Order. 1.06 SUB 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 . 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) END OF SECTION Project Record Documents 01720-2 Fe bru ary 20 11 City of Fort Worth Eagle Mountain WTP ClearweU No. 3 PART 1: GENERAL SECTION 01730 OPERA TING AND MAINTENANCE DATA 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 O 1720 : 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 SUBMITI ALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B . Format 1. Size: 8 1/2 inches x 11 inches . 2 . Paper: a. 30 pound minimum, white, for typed pages . b. Holes reinforced with plastic , cloth or metal. Operating and Maintenance Data 01730-1 February 2011 City of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 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. 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. d . Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data 1. Include only those sheets which are pertinent to the specific product. Operating and Maintenance Data 01730-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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 . C. Drawings 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems . b . Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 3. Do not use Project Record Drawings as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: l . 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. l . 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. 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. Recommended schedule for cleaning and maintenance . C . Content, for moisture-protection and weather-exposure products : Operating and Maintenance Data 01730-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearw ell No . 3 l. 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 EQUIP:MENT AND SYSTEMS A . Submit five copies of complete manual in final form . B . Content, for each unit of equipment and system , as appropriate: 1. 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 instruction s. d. Special operating instructions . 3 . Maintenance procedures: a . Routine operations . b . Guide to "trouble-shooting". c. Disassembly, repair and reassembly. d . Alignment, adjusting and checking . 4. Servicing and lubrication schedule : a. List of lubricants required . 5. Manufacturer's printed operating and maintenance instruction s. 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. Operating and Maintenance Data 01730-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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, nonnal operating characteristics, and limiting conditions. b. Perfonnance curves, engineering data and tests . c. Complete nomenclature and commercial number of replaceable parts. 2 . Circuit directories of panelboards. a. Electrical service. b . Controls. c. Communications. 3 . As-installed color coded wiring diagrams. 4. Operating procedures: a . Routine and nonnal 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. Operating and Maintenance Data 01730-5 February 2011 City of Fort Worth Eagle Mountain WTP Cleaiwell No . 3 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. 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 . B . Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall be approved prior to commencing training. I . Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. Training shall be provided as per the individual equipment specifications . PART 2: PART3: PRODUCTS (NOT USED) EXECUTION (NOT USED) Operating and Maintenance Data END OF SECTION 01730-6 Febru ary 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART l : GENERAL SECTION 01740 WARRANTIES AND BONDS 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, in accordance with the General Conditions. B . Co-execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D . Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A . Instructions to Bidders: Bid Bonds. B. Conditions of the Contract: Performance Bond and Payment Bond. C . Agreement. D . Section O 1700: Contract Closeout. E. Special Conditions: Maintenance Bond. 1.03 SUBMITTAL 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 . l. 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. Warranties and Bonds 01740-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 b. Instances which might affect the validity of warranty or bond . 7 . Contractor, name of responsib<le principal, address and telephone number. 1.04 FORMS OF SUBMITf 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 iruto 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 equipme11tt, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shaill 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 Division .s 11, 13, 14, 15 and 16 and which has a 1 HP motor or which lists for more than $1,000 . The Engimeer 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 one-year warranty period even though certificates of warranty may not be required . C. For certain pieces of equipment, tlte Owner may require a warranty of more than two years. The requirement for a warranty of more than two years shall be specified in individual sections of the Specifications. PART2: PART 3: PRODUCTS (NOT USED) EXECUTION (NOT USED) Warranties and Bonds END OF SECTION 01740-2 February 2011 DIVISION 2 SITEWORK City of Fort Worth Eagle Mountain WfP ClearweU No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02050 DEMOLITION A. The Contractor shall furnish all labor, materials, equipment and incidentals required to provide all demolition, dismantling, cutting, fitting and patching, and salvage work, including attendant excavation and backfill, required to complete the work as shown on the Drawings and specified herein, of to: 1. Make its several parts fit together properly . 2. Uncover portions of the work to provide for installation of ill-timed work . 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Provide routine penetrations of nonstructural surfaces for installation of piping . 6. Uncover work that has been covered prior to Engineer, or Owner's required observation . 7 . Repair or replace any damaged item resulting from Contractor's activity . B. The Contractor shall comply with applicable laws, codes, ordinances and regulations, and shall obtain and pay for 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 . Refer to Special Condition D-9 for additional requirements. D. All other materials removed under the modification work and not called for 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 O 1315, shall include demolition work at times that meet the construction sequencing issues presented in Section O 1040. 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. Demolition 02050-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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. 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 the Contract Documents. 1.04 JOB CONDITIONS A. Traffic and Access: 1. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets , walks, and other adjacent occupied or used facilities . 2 . Do not close or obstruct streets, walks, or other occupied or used facilities without permission from Owner. Provide alternate routes around closed or obstructed traffic ways if required by Owner. B. Protections : 1. Ensure safe passage of persons around area of demolition . Conduct operations to prevent injury to adjacent buildings, structures, other facilities , and persons. 2 . Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of facilities adjacent to structures to be demolished. C . Damages : Promptly repair damages caused to adjacent facilitie s by demolition operations at no cost to the Owner. D . Utility Services : 1. Maintain existing utilities required to remain , keep in se rvice , and protect against damage during demolition operations . 2. When utility lines are encountered which are not indicated on the Drawings, the Engineer shall be notified . 1.05 SUB MITT ALS A. Submit a written request to Owner's Representative well in advance of executing any demolition , cutting, or alteration which affects : 1. Structural value or integrity of any element of the Project. 2 . Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 3. Efficiency, operational life , maintenance, or safety of operational elements . 4. Visual qualities of sight-exposed elements. 5 . Existing plant operations in any manner. Dem olitio n 02050-2 February 20 11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 B. Schedule: Submit proposed methods and operations of demolition, cutting, fitting, and patching in accordance with Division 1 -General Requirements . C. The schedule shall include: 1. Identification of the project. 2 . Location and description of the affected work . 3. The necessity for cutting, alteration, or excavation when applicable . 4 . The effect on the work on the structural or weatherproof integrity of the project or R-0-W appurtenances (if any.) 5 . Coordination schedule for shutoff, capping, and continuation of utility services as required . 6. Description of the proposed work . a . Scope and detailed sequence of cutting, patching, alteration, or excavation . b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. e. Sequence and methods of removal and disposal of demolished materials . f . Video of work area to be performed . (By request.) 7. Alternatives to cutting and patching, when applicable. 8 . Written permission of any other contractor whose work will be affected . D. Submit a written notice to Owner requesting the date and time the work will begin . PART 2 : PRODUCTS A. Comply with specifications and standards for involved products. PART 3: EXECUTION 3.01 INSPECTION A . Inspect existing conditions of the project, including elements subject to damage or mo ve me nt during demolition , cutting, and patching . B . After uncovering work, inspect the conditions affecting the installation of products or performance of the work. C. Report unsatisfactory or questionable conditions to the Owner in writing; do not proceed with the work until the Engineer has provided further instructions. 3 .02 PREPARATION A . Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the work . B. Provide devices and methods to protect other portions of the project from damage. C . Provide protection from the elements for that portion of the project which may be exposed by demolition, cutting, and patching work, and maintain excavations free from water. Demolition 02050-3 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 3 .03 PERFORMANCE A. General Considerations: Provide and maintain barriers, dust screens, warning lights, etc . 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 disturbances. Perform demolition work in a careful, orderly manner giving prime consideration to, but not necessarily limited by: 1. Protection of public and Owner's personnel. 2. Protection from weather. 3 . Protection of the environment in accordance with Di vision 1. 4 . Protection of existing structures or portions thereof to remain. 5. Maintaining continuous operations at the plant. 6. Maintenance of orderly access. 7 . Coordination and cooperation with Owner. B. 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 flooding, erosion, or 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 . C. Structure Demolition : Demolish as required and remove from site. Use such methods as required to complete work within limitations of governing regulations . Demolition I. Proceed with demolition in a systematic manner, from top to ground . 2 . Locate demolition equipment throughout structure and remove materials so as to not impose excessive loads to supporting walls, floors, or framing . 3 . Execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs . Torch cutting will not be permitted. 4 . Where a portion of the existing concrete is to be removed and new concrete is to be added, a minimum of I-inch saw cut is required to provide a straight, neat edge at the surface. Care shall be taken to maintain existing reinforcement where indicated on the Drawings. 5. 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 Drawings 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 02050-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 patched and finished with nonshrink nonmetallic grout or other treatment as required to function as intended . 6. Where physical cutting is required, cut work with sawing and grinding tools, 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. Corners shall not be overcut without prior written approval from the Engineer. D. Provide temporary support and shoring as required for existing materials until new work is installed. E. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes . F. Fit work watertight and airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. Where fire-rated separations are penetrated, fill space around pipe or insert with material with physical characteristics equivalent to fire-resistance requirement of penetrated surfaces. G. Patch with seams which are durable and as invisible as possible. Restore exposed finishes of patched areas and, where necessary, extend finish restoration onto retained work, adjoining, in a manner which will eliminate evidence of patching. H. Take care in the removal of equipment and materials to be salvaged to prevent damage to such . I. Modification consists of demolition as required, removing, replacing or altering existing concrete. A lso 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. J. Use of explosives will not be permitted on the project. K . Debris shall not be allowed to accumulate . L. No fires will be permitted on site. END OF SECTION Demolition 02050-5 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 any designated rights-of-way or easements, where removal of such obstructions is not otherwise indicated . This item shall also include clearing, grubbing and the removal of topsoil and the removal of trees, stumps, roots, bushes, shrubs, curb and gutter, driveways, paved parking areas, miscellaneous stone, brick, concrete, sidewalks, concrete riprap, asphalt and concrete paving, drainage structures, manholes, inlets, abandoned railroad tracks, scrap iron, steel and wooden barriers, steel and wooden gates, all rubbish and debris whether above or below ground, except live utility facilities. 1.02 RELATED WORK A . Earthwork is included in Section 02200. B. Trenching, Backfilling and Compaction is included in Section 02221 . C. Demolition is included in Section 02050. PART 2 : PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 GENERAL A. Prior to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected. Areas within the construction limits as indicated shall be cleared of all obstructions, vegetation, abandoned structures as defined above; except trees or shrubs indicated for preservation, which shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations . Exposed ends of pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury. B. Construction equipment shall not be operated within the drip line of trees, unless otherwise indicated . Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip lie of trees until tree wells are constructed. C. Unless otherwise indicated, all underground obstructions, stumps and roots shall be removed to the following depths : 1. In areas to receive 6-inches or more embankment, a minimum of 12-inches below natural ground. 2. In areas to receive embankment less than 6-inches and areas to be excavated, 18-inches below the lower the lower elevation of the embankment, structure or excavation. Site Preparation 02100-1 February 20 l l City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3. All other areas, 12-inches below natural ground. D . Holes remaining after removal of obstructions, objectionable material, trees, stumps, etc., shall be backfilled with select embankment material and tamped . E . When a utility in service conflicts with the construction, it shall be modified as set forth in other specification sections . F. Where an abandoned existing underground piping utility is found, it shall be cut and plugged with 6 inches of concrete, brick and mortar or a precast stopper grouted in place . G . No stumps, trees, limbs or brush shall be buried in any fills or embankments. 3.02 CLEARING AND GRUBBING A. All trees, stumps, brush, shrubs, roots and other objectionable material shall be cut, grubbed, removed and disposed of from areas needed to construct buildings, structures, roads, pipelines and any other areas to be stripped as shown on the Drawings. B . Protect trees or groups of trees, designated by the Engineer to remain, from damage by all construction operations by erecting suitable barriers, or by other approved means . Clearing operations shall be conducted in a manner to prevent falling trees from damaging trees designated to remain. C . If desired by Owner, cleared tree trunks and limbs exceeding 4-in in diameter shall be cut into 4 foot lengths and stockpiled on Site where directed by the Engineer. D. Areas outside the easements or limits of clearing shall be protected from damage and no equipment or materials shall be stored in these areas . E . No stumps, trees, limbs, or brush shall be buried in any fills or embankments . 3.03 STRIPPING A. Strip any topsoil encountered from all areas to be occupied by buildings, structures, pipes, roadways and all areas to be excavated or filled. A void mixing the top layer with lower layers and stockpile it in areas on the Site as acceptable to the Engineer. Soils shall be stockpiled free from brush, trash, large stones and other extraneous material and protected until it is placed, if approved, as specified under Section 02200. B . Topsoil shall be stockpiled separate from the underlying more clayey, soils . C. Topsoil to be reused shall be kept alive by periodic watering as deemed necessary by the Engineer. 3 .04 DISPOSAL OF MATERIALS A. All waste, debris and other material not designated by the Owner to be salvaged shall be removed from the site and disposed of in a manner satisfactory to the Owner. B. No burning of any materials will be allowed . END OF SECTION Site Preparation 02100-2 February 20 II City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART l: GENERAL 1.01 SCOPE OF WORK SECTION 02140 DEW ATERING AND DRAINAGE A. Furnish, install, operate, monitor, maintain and remove temporary dewatering and drainage systems as required and lower and maintain groundwater levels below subgrades of excavations. Prevent surface water runoff from entering or accumulating in excavations . B . Furnish the services of a licensed professional engineer, registered in the State in which the work is located, to prepare dewatering and drainage system designs submittals . C. Collect and properly dispose of all discharge water from dewatering and drainage systems m accordance with State and local requirements and any required permits . D. Repair damage caused by dewatering and drainage system operations . E. Remove temporary dewatering and drainage systems when no longer needed. Restore all disturbed areas. 1.02 RELATED WORK A. Sedimentation and erosion control is included in Section 02270. B. Trench excavation, embedment, backfill and encasement are included in Section 02221 . C. Earthwork for Structures are included in Section 02220 . 1.03 SUBMITT ALS A. Submit to the Engineer, in accordance with Section 01300, the temporary dewatering and drainage system designs. Dewatering and drainage system designs shall be prepared by a licensed professional engineer, registered in the State in which the work is located, having a minimum of 5 years of professional experience in the design and construction of dewatering and drainage systems. Submittal will be for information only. Contractor shall remain responsible for adequacy and safety of construc- tion means, methods and techniques . 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 two percentage points above the optimum moisture content for that soil. PART 2 : PRODUCTS (NOT USED) Dewatering and Drainage 02140-l February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 PART 3: EXECUTION 3.01 GENERAL A. Control surface water and groundwater such that excavation to final grade is made in-the-dry, and bearing soils are maintained undisturbed. Prevent softening, or instability of, or disturbance to , the subgrade due to groundwater seepage and/or surface runoff. B. Provide protection against flotation for all work . C. The impact of anticipated subsurface soil/water conditions shall be considered when selecting methods of excavation and temporary dewatering and drainage systems. Where groundwater levels are above the proposed bottoms of excavations, a pumped 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 and capacity of dewatering units and other details of the work are expected to vary with soil/water conditions at a particular location. 3.02 SURFACE WATER CONTROL A. Control surface water runoff to prevent flow into excavations . Provide temporary measures such as dikes, ditches and sumps. 3.03 EXCAVATIONDEWATERING A. Provide and maintain adequate equipment and facilit ies 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, or divert around the work by construction of small diversion dikes, 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. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of 4 days after concrete placement. In no event shall water be allowed to enter an excavation and rise to cause unbalanced pressure on foundations and structures until the concrete or mortar has set at least 24 hours. E . Dewatering and 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 . F. Dewatering and drainage operations shall be conducted in a manner which does not cause loss of ground or disturbance to the pipe bedding or soil which supports overlying or adjacent structures. Dewatering and Drainage 02140-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3 .04 DISPOSAL OF DRAINAGE A. All water discharged from temporary dewatering and drainage systems shall be disposed of in accordance with the Sedimentation and Erosion Control plans as specified in Section 02270. Existing or new sanitary sewer systems shall not be used to dispose of drainage . END OF SECTION Dewatering and Drainage 02140-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART l : GENERAL 1.00 STATUTORY REQUIREMENTS SECTION 02200 EARTHWORK A. All excavation, trenching, sheeting, bracing, etc. shall comply with the requirements of OSHA excavation safety standards (29 CRP Part 1926 .50 Subpart P) and any State and local requirements . Where conflicts between OSHA, state, and local regulations exist , the most stringent requirements shall apply . 1.01 SCOPE OF WORK A. Furnish all labor, equipment, materials, and incidentals necessary to perform the earthwork consisting of excavation , embankment and rough grading as shown on the Drawings and specified. B . The work to be performed under this Section of the Specifications shall include, but not be limited to , excavation for the project roadways and access areas; placement of embankment materials for and around the project structures and other facilities for roadways , parking and access areas ; disposal of waste, surplus and unsuitable material; grading, and all related work such as sheeting and bracing and pumping and drainage . 1.02 RELATED WORK SPECIFIED ELSEWHERE A . Testing and Laboratory Services in Section O 1410 B . Trench safety requirements are included in Section 01665 . C. Site preparation, including clearing and grubbing is included in Section 02100. D . Demolition is included in Section 02050 . E . Dewatering and drainage systems are included in Section 02140. F. Trenching, backfilling and compaction is included in Section 02221 . G . Granular fill materials are specified in Section 02230 . 1.03 SUBMIIT ALS A. Plan for excavation support systems as required under Article 1.04 of these specifications . Earth work 02200-1 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B. Plan for handling surface runoff. The plan shall describe (in text and Drawings) how the Contractor plans to handle surface runoff around the perimeter of excavations; how the collected or diverted surface runoff is to be conveyed to adjacent and local storm drainage facilities, or to a temporary on-site retention basin if used. If the contractor uses a temporary on-site retention basin to store and percolate collected surface runoff, the plan shall describe safety features designed into retention basin to handle overflows from the facilities and mitigative measures to prevent flood damage to private property beyond the plant site should the basin overflow . 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D422 -Standard Test Method for Particle-Size Analysis of Soils 2. ASTM D698 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (ft-lbf/ft3 (600 kN-m/m3)) 3 . ASTM D854 -Standard Test Method for Specific Gravity of Soil Solids by Water Pycnometer 4 . ASTM D 1140 -Standard Test Method for Amount of Material in Soils Finer than the Number 200 (75 micrometer) Sieve 5 . ASTM D1556 -Standard Test Method for Density and Limit Weight of Soil in Place by the Sand Cone Method . 6 . ASTM D2216 -Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass 7. ASTM D2487 -Standard Test Method for Classification of Soils for Engineering Purposes 8. ASTM D2488 -Practice for Description and Identification of Soils (Visual-Manual Procedure) 9 . ASTM D2922 -Standard Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Method (Shallow Depth) 10. ASTM D2937 -Standard Test Method for Density of Soil in Place by Drive Cylinder Method 11. ASTM D3017 -Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Method (Shallow Depth) 12. ASTM D4318 -Standard Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils B . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. Earthwork 02200-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.05 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 01665 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. C. An ongoing excavation and slope observation and monitoring program shall be initiated at the onset of excavation and continued at periodic intervals during construction . Monitoring shall be performed by a qualified Geotechnical Engineer licensed in the State of Texas and acceptable to the Engineer. Modifications to the excavation slopes or supports may be required by the Engineer based on the results of these observations. Costs of the monitoring program and any required slope or excavation support modifications shall be borne by the Contractor. 1.06 SURFACE WATER AND DRAINAGE CONTROL A. At all times while necessary during construction, provide and maintain proper equipment and facilities to remove any and all surface water entering the excavations . Keep the excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until embankments, fill materials, seal slabs, structures or pipes to be built thereon have been completed to such extent that neither they nor the subgrade will be floated, softened or otherwise damaged by the entrance of water into the bottom of excavations. B . Water that may enter an excavation as surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to a sump, and pumped or otherwise diverted away from the excavation, to a local surface water course, storm drain, or temporary on-site retention facility acceptable to the Engineer. If surface runoff is diverted to an on-site retention basin, the basin shall be located in an area of the plant site acceptable to the Engineer so that flow or seepage back into the excavated area(s) will be prevented and the retention basins do not interfere with the project construction activities . C . Protect all graded and sloped areas from damage due to erosion from runoff. Repair all erosion damage to sloped and graded areas to the satisfaction of the Engineer. Earthwork 02200-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D. The Contractor shall correct all damage resulting from flooding of the construction site or inadequate control of surface water at no additional cost to the Owner. 1.07 SOIL TESTING/QUALITY ASSURANCE A. All field testing and inspection services will be provided per Section O 1410. B . Required Special Inspections are described in Section 01455. C. Prior to the placement of any embankment materials the Engineer may have the material inspected and tested to ensure that it conforms to the applicable requirements of Section 02230 of these specifications . During the placement of material in embankments or as structural fill or backfill, the Engineer may select areas within the limits of any work for testing the degree of compaction obtained . The Contractor shall cooperate fully with the Engineer in obtaining representative material samples for testing and conducting the compaction tests requested . C. Payment for testing will be made by the Owner. If test results are unsatisfactory, the Contractor shall correct all deficiencies with the placed materials to the satisfaction of the Engineer. D . Notify the Engineer, at the start of site clean-up, the initiation of excavation or grading, and any time that earthwork operations are resumed after an interruption. Each step of the earthwork should be approved for specific areas by the Geotechnical Engineer before proceeding with subsequent work. PART 2: PRODUCTS 2 .01 GENERAL A. Specifications for fill materials are included in Section 02230 B . Concrete for seal slabs and fill shall be as specified in Section 03300. PART 3: EXECUTION 3.01 GENERAL A. Perform all excavation, placement of embankment, and grading necessary to complete the project rough grading. B. Perform all remaining miscellaneous earthwork required for the Work. Make all excavations, embankments, fills and grading necessary for placing of landscaping, and for constructing roadways, parking areas, or any other such items required for the construction of the Work under this Contract. C. Perform exploratory excavation work (test pits) as required to verify the location of underground utilities and structures before commencing excavation. Backfill test pits as soon as the desired information is obtained. Earthwork 02200-4 February 20 l l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D. Dewatering and drainage systems shall be in place and operational before commencing excavations. 3 .02 DISPOSAL OF UNSUITABLE, WASTE AND/OR SURPLUS MATERIALS A . Unsuitable waste and surplus material resulting from the earthwork operations shall be removed and disposed of off-site in a manner acceptable to the Engineer. Organic material, such as vegetation, tree root systems and brush, pavement, broken concrete and s imilar construction waste s shall be disposed of off-site at a landfill licensed by the State of Texas to accept such wastes. B . Unsu itable waste and surplus material to be disposed of off-site may be temporarily stockpiled in an area of the plant site that does not disrupt construction activities and is acceptable to the Engineer. Such material stockpile areas shall be protected so that they do not create any nuisance s or safety hazards . Remove the stockpiled material from the project site and dispose of it if requested to do so by the Engineer. C . Contractor's equipment fluids shall be collected during servicing and removed from the site and disposed off-site and in accordance with environmental regulations . Flammable or toxic waste shall be contained and not allowed to be spilled on the ground . Used filters , batteries, machine parts, tires and other waste material shall also be remo ved from the s ite and disposed off-site in accordance with environmental regulations. 3 .03 EXCAVATION BELOW GRADE -GENERAL A. Excavations shall be made to the limits and depths indicated on the Drawings or specified . B. Excavations for the Work are expected to pass through clay, silty clay, tan limestone, light-gray limestone and/or gray shale layers depending on the required depth . In general , it is anticipated that the clay overburden soils can be excavated with ordinary excavation equipment while limestone and shale layers will require significant additional effort to excavate . Drilling and blasting will not be permitted as methods of excavation . C. Postpone final excavation immediately above the subgrade on which structures will be placed until shortly before placing of the new work. Properly control ground and surface water to maintain the subgrade in proper condition prior to final excavation and/or placement of seal slab . D . For structures shown to bear directly on grade or on concrete seal slabs, excavate to the elevation s required using methods that do not loosen the subgrade. Re-compact any materials loosened during excavation by scarifying the top 6 inches and compacting to minimum 95 percent of maximum density determined by ASTM D 698 for such on-s it e material s. Place seal slab s within 12 hours of exposure of the subgrade. Over-excavation in such areas shall be replaced by compacted select fill , controlled low strength material, or compacted common fill as determined by the Engineer. E. For structures shown to be constructed over void forms , protect the exposed subgrade from moisture changes by placement of a concrete seal slab or other barrier acceptable to the Engineer within 12 hours after exposure of the surface . F . If, in the opinion of the Engineer, the material at or below the normal grade of the excavation as indicated on the Drawings is unsuitable for foundations, it shall be removed to such depth and Earth wo rk 02200-5 Fe bruary 20 II City of Fort Worth Eagle Mountain WTP Clearwell No. 3 width as he may direct and be replaced with suitable material as directed by the Engineer. Costs of such overexcavation and replacement shall be paid in compliance with the General Conditions of this Specification. G. Excavation Supports. Furnish, install, monitor and maintain excavation supports as required to protect personnel, the sides of excavations, adjacent structures and utilities. When work in the area is completed, carefully remove supports in a manner that does not endanger or damage the work or surrounding structures, utilities, or property. See Section 01665 for additional requirements . 3.04 PLACEMENT OF EMBANKMENT A. No embankment or fill materials shall be placed until the subgrade has been prepared in accordance with the provisions of Article 3.04B. B. In any proposed fill or embankment areas, existing topsoil, organic matter, and loose fill materials shall be stripped prior to fill placement. Separate fill and organic matter for disposal as specified in Article 3.02. Stockpile topsoil for reuse at the site. Scarify the exposed subgrade to a depth of at least 6 inches and recompact at or near optimum moisture content to an average density of at least 95 percent of Standard Proctor density as measured by ASTM D 698. C. Place common fill embankment material to the grades required. Spread embankment in uniform, loose, relatively horizontal lifts 6 to 8 inches deep. This could require benching of the subgrade in some areas. Adjust the moisture content of the material to -1 to +4 percent of optimum and compact to at least 95 percent Standard Proctor density as determined by ASTM D 698. Under roadways and future roadways, the top 12 inches shall be compacted to at least 98 percent Standard Proctor density as determine by ASTM D698. Field density tests shall be performed on each lift as directed by the Engineer to verify compaction . D . 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. E. When the moisture content of the material is below that specified, water shall be added until the moisture content is as specified. When the moisture content of the material is above that specified, the material shall be aerated by blading, discing or other means acceptable to the Engineer until the moisture is as specified. F. Oversized material (rocks and boulders) may be placed in areas away from construction as directed by the Engineer. Oversized material shall be placed in such a manner that nesting of the material will not occur and the oversized material will be completely surrounded by fine material (with maximum dimension less than 3 inches). Oversized material shall be placed in lifts having a maximum thickness of 3 feet. Each lift shall be mixed sufficiently to assure that sufficient fines surround each oversized particle. G. Existing slopes shall be reconstructed as shown on the Drawings. H . No excavation for pipe or any structures shall begin until the surface of the embankment is at least Earthwork 02200-6 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1 foot above the top of the proposed pipe or footing. I. If the Contractor completes construction of embankments after pipe is installed, the methods adopted shall be acceptable to the Engineer. The pipe shall not be subjected to construction equipment loading until at least 2 feet of compacted backfill has been placed over the initial backfill. Compaction equipment shall be operated in a slow and careful manner. Any pipe damaged during construction operations shall be promptly and satisfactorily replaced at the Contractor's expense . 3 .05 FILL AND BACKFILL PROCEDURES A . Place fill and backfill materials in lifts to suit the compaction requirements specified . Place to lines and grades, making allowance for settlement and placement of cover materials . B . Do not place fill and backfill on soft, deteriorated, or frozen surfaces, or on surfaces coverd by water, snow or ice . C . Compaction in open areas may be accomplished by compaction equipment, fully loaded trucks, tractor dozers weighing at least 30,000 pounds, or heavy vibratory rollers . Compaction in confined areas (including areas within a 45-degree angle extending upward and outward from the base of a wall) and in areas where the use of large equipment is impractical shall be accomplished using hand-operated vibratory equipment or mechanical tampers. D . Do not place or compact fill and backfill when moisture content of the materials or surrounding surfaces is too wet for proper compaction . E. Do not backfill outside walls or grade beams until the structures bracing them at the top and bottom have been installed and, in the case of cast-in-place concrete, have achieved their 28-day compressive strength as specified in Section 03300 . F . Place fill so that depth is increased uniformly and gradually around the structure. G . Unless otherwise approved by the Engineer, all structure water-tightness tests and dampproofing/waterproofing shall be complete before placing backfill. 3 .06 GRADING A . Grading shall be performed at all places that are indicated on the Drawings, to the lines, grades, and elevations shown and otherwise as directed by the Engineer and shall be performed in such a manner that the requirements for formation of slopes, lines and grades can be followed. During the process of grading, the subgrade shall be maintained in such condition that it will be well drained at all times . B. If at the time of grading it is not possible to place any material in its proper section of the permanent embankment it shall be stockpiled in approved areas for later use . C. The right is reserved to make minor adjustments or revisions in lines or grades if found by the Engineer to be necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction . Earthwork 02200-7 February 20 l l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D . In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as directed by the Engineer. 3.07 FINISH GRADING A. Finish Grading 1. Rough grade compacted fill allowing for a maximum amount of natural settlement and compact. Eliminate uneven areas and low spots . Remove debris, roots, branches, stones, etc ., in excess of three inches in size . Remove fill material which has been contaminated with petroleum products . 2 . Compact areas which are to receive paving or stabilizing base to sub-grade elevation, and to at least 95 percent and not more than 98 percent maximum dry density . Moisture shall be between optimum and 4 percent above optimum . 3 . Bring compacted fill to required levels, profiles and contours. Make changes in grade gradually. Blend slopes into level areas. Finish grade to eliminate rough and low areas to ensure positive drainage. 4. Slope grade away from structures minimum 6-inches in IO-feet unless otherwise indicated on drawings . 5 . Where fill to required subgrade elevation is less than 6-inches, scarify to a depth of 6-inches and compact. 6 . Cultivate subgrade to a depth of 6-inches where topsoil is to be placed . Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subgrades . 7 . In areas to be sodded, adjust finish grading accordingly to allow for additional depth of sod. B. Placing Topsoil Earthwork l . Place in minimum ±6-inches depth up to finished grade elevations in lawn areas Leave plant bed areas six inches low to receive bed mix material as specified in Section 02950. 2 . Use topsoil in relatively dry state. Place during dry weather. 3 . Import topsoil if necessary. 4 . Fine grade topsoil eliminating rough and low areas to ensure positive drainage . Maintain levels, profiles and contours of s ub-grades . Rake until surfaces are smooth. 5 . Remove stone, roots, grass, weeds, debris and other foreign material while spreading. 6. Manually spread topsoil around trees , plants and building to prevent damage which may be caused by grading equipment. 02200-8 February 20 l l City of Fort Worth Eagle Mountain WfP Clearwell No. 3 7 . Lightly compact, 90% minimum of maximum dry density as defined by ASTM D698, (Standard Proctor) 0 to 4% above optimum moisture, topsoil after placing. C. Maintenance 1. Protect newly graded areas from traffic and erosion; keep free of trash and rubbish. 2 . Repair settled , eroded or rutted areas , using additional topsoil upon final acceptance of the facilities . 3 .08 REMOVAL OF NON-ENGINEERED Fil..LS A. Any non-engineered fills encountered during the earthwork shall be completely removed and the underlying natural ground shall be prepared in accordance with these Specifications . 3.09 COMPACTION TESTS A. Where backfill is required to be compacted to a specified density, tests for compliance shall be made by the Owner, at the expense of the Owner, using the test procedure specified in ASTM D 698 . Contractor shall provide supplementary testing as required to ensure that all fill and backfill materials conform to the specified compaction requirements . B. In the event such tests reveal non-compliance with the requirements of these Specifications, remove, replace and recompact unacceptable work until retests indicate that the Work conforms to these Specifications . It is understood and agreed that the making of test shall not constitute an acceptance of any portion of the Work, or relieve the Contractor from compliance with the terms of the Contract Documents and these Specifications. END OF SECTION Earthwork 02200-9 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART I: GENERAL SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION 1.01 SCOPE OF WORK A . Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for electrical ductwork, pipelines and appurtenances, including drainage, b~dding, filling, backfilling, disposal of surplus material, and restoration of trench surfaces and easements. B . Excavation shall extend to the width and depth shown on the Drawings or as specified and shall provide suitab le 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, the Contractor may be ordered to deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying . All excavation shall be made in open trenches . D . All excavation, trenching, and related sheeting, bracing, etc., shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and H.B . 1569 of the 71 st Regular Legislative Session . E . Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698 . F. Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review. 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. B. Sedimentation and erosion control is included in Section 02270. C. Loaming and hydroseeding is included in Section 02490. D . Roadways and concrete paving are included in Section 02535 . E. Embankment fill procedures and disposal of surplus excavated material is included in Section 02200. F . Trench safety requirements are included in Section 01665 . G . Dewatering and Drainage is covered in Section 02140. H . Site Preparation is covered in Section 02100. Trenching, Backfilling and Compaction 02221-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION 3.01 TRENCHEXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. B . The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option , topsoil may be otherwise dispo sed 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 Agreement. 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 12-inches nor more than 24-inches greater than the pipe outside diameter. 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. Sub grade 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 gravel fill as required by the Engineer at the Contractor's expense. F. Clay and organic s ilt soils are particularly susceptible to disturbance due to construction operations. When excavation is to end in such soils, the Contractor shall use a smooth-edge bucket to excavate the last one foot of depth. G . Where pipe is to be laid in gravel bedding , the trench may be excavated by machinery to the nonnal depth of the trench provided that the material remaining in the bottom of the trench is no more than slightly disturbed. 3.02 DISPOSAL OF MATERIALS A. Refer to Item D-9 in the special conditions for disposal of materials . 3 .03 SHEETING AND BRACING A. Furnish, put in place and maintain sheeting 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 may order additional supports placed at the expense of the Contractor. Compliance with such order shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are fonned, they shall be immediately filled and rammed . Trenching , Backfilling and Compaction 02221-2 February 20 l l City of Fort Worth Eagle Mountain WfP Clearwell No. 3 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. C . When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the gravel backfill. l . When installing rigid pipe (R.C ., D.I., V.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, gravel backfill shall be placed to fill any voids created and the gravel 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 shall be included in the bid items for trench safety and shall include full compensation for driving, bracing and later removal of sheeting. E . All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private . All voids left after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with tools especially adapted to that purpose, or otherwise as directed . 3.04 TEST PITS A. The Contractor may be required to excavate test pits for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work . 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 DEW ATERING 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 facilities to be built therein 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. Trenching, Backfilling and Compaction 02221-3 February 2011 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 D . In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar has set at least 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing backfill. E . See Section 02140 for additional requirements. 3 .06 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective . B . If the Contractor excavates below grade through error or for his own convenience, or through failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense . C. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which may work into the gravel backfill notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6-in layer of coarse sand, or a mixture graded from coarse sand to fine peastone, as approved by the Engineer, to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the Engineer prior to placement. Gravel backfill shall then be placed in 6-in . layers thoroughly compacted up to the normal grade of the pipe . D. Geotextile filter fabric may be substituted for granular filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N, Supac equivalent, or approved equal. 3.07 EMBEDMENT A. Embedment for water lines shown on the Drawings shall be using bedding material meeting the requirements of PART 2 of Section 02230 . Bedding shall be installed as required for the pipe material selected by the Contractor from those specified for each application . Contractor shall modify the bedding materials as required to meet the selected pipe manufacturer requirements due to pipe design and burial depth. B. The initial layer of embedment placed to receive the pipe shall be brought to grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount 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 length of the pipe, except immediately at the joint. All embedment and encasement shall extend the full width of the trench bottom . C . In general, pipe embedment shall be as described herein . Compaction shall be verified based on required bedding materials and compaction associated with selected piping. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately equal on each side of the pipe, to 12 inches above the top of pipe. Compaction shall be 90 percent of Standard Proctor density for embedment material below the top of pipe. For the 12 inches of embedment above the top of pipe, compaction shall be 85 percent of Standard Proctor density . Trenching , Backfilling and Compacti on 02221-4 February 201 l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3.08 BACKFILLING A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding, as specified for the type of pipe installed, shall be placed as shown on the Drawings and as specified in Paragraph 3.07 above . B . Where the pipes are laid in the yard, the remainder of the trench shall be filled with common fill material, as defined in Section 02230, in layers not to exceed 8-in in loose measure and compacted to 85 percent standard proctor density at optimum moisture content +/-4%. The backfill shall be mounded 6-in above the existing grade or as directed. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. C . Where the pipes are laid in paved areas or designated future paved areas , the remainder of the trench above the embedment shall be backfilled with select common fill or granular fill material in layers not to exceed 8-in loose measure and compacted at optimum moisture content(+/-3%) to 95 percent standard proctor density . The top 18-inches below subgrade level shall be compacted at optimum moisture content ( +/-3%) to 100 percent of standard proctor density. D . To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until the bedding material has been placed and compacted to a level 1-ft over the pipe . E . Backfill shall be brought up evenly on both sides of the pipe . Each layer of backfill material shall be thoroughly compacted by rolling , tamping , or vibrating with mechanical compacting equipment or hand tamping. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench . F . Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs . The material being spread and compacted shall be placed in layers not over 8-in loose thick . If necessary, sprinkling shall be employed in conjunction with rolling or ramming . G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive. Rock fragments shall not be placed until the pipe ha s at least 2-ft of cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled . Fill shall not be dropped into the trench in a manner to endanger the pipe. H . Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances . I. Water jetting will not be accepted as a means of consolidating/compacting backfill. J . All road surfaces shall be broomed and hose-cleaned immediately after backfilling . Dust control measures shall be employed at all times . 3 .09 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country areas , the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work Trenching , Backfilling and Comp ac ti on 02221-5 February 2011 City of Fort Worth Eagle Mountain wrP ClearweU No . 3 progresses. If settlement takes place, he shall immediately deposit additional fill to restore the level of the ground . B . In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced per Section 02535. 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 as per the paving details/sections, or if alternatively approved by the Engineer, equivalent to the paving which remains. D. In sections where the pipeline passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Engineer. 3.10 RESTRAINED JOINTS FOR FLEXIBLE-JOINT BURIED PIPING A. Restrained joints, designed per A WW A guidelines, shall be provided at all vertical and horizontal changes in pipe diameter (reducers), or direction (e.g ., tees, bends, elbows and crosses), plugs and valves, or other locations shown on the Drawings, on all buried piping having flexible joints. Joints shall be designed to prevent the pipe from moving when subjected to operating and test pressures . B. Concrete thrust blocks may be used only for special conditions when approved by the Engineer as per the yard piping drawings . END OF SECTION Trenching , Backfilling and Comp ac ti on 02221-6 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 DESCRIPTION SECTION 02230 GRANULAR FILL MATERIALS A. Granular fill materials are specified in this Section, but their use for fill and backfill, pipe bedding , replacement of unsuitable material , crushed stone base, cushion in bedrock excavation, pavement base, foundation support and similar uses are specified in detail elsewhere. The Engineer may order the use of fill materials for purposes other than those specified in other Sections if, in his opinion , such use is advisable . B . Contractor shall verify with the pipe manufacturer the recommended bedding materials ass ociated with the selected pipe material in relation to pipe design , burial depth and vertical loading . Alternative pipe materials are specified as acceptable in specific instances and embedment shall be determined accordingly. 1.02 RELATED WORK A . Earthwork is included in Section 02200. B . Trenching, backfilling and compaction is included in Section 02221 C . Concrete fill is included in Section 03300 . D . Flowable fill is included in Section 03650 . 1.03 SUBMITIALS A. Samples . Submit 50-pound samples of fill materials for observation and testing when requested by the Engineer. Samples provided shall be delivered directly to the construction site for Construction Manager/Resident Inspector referral. B . Test Reports. For each fill material proposed for incorporation into the work or reuse , submit the following test results in accordance with Section O 1300 . 1. Gradation test in accordance with ASTM D422. 2 . Moisture-den s ity te st in accordance with ASTM D698 . 3 . Atterberg limits (liquid limit, plastic limit and plasticity index) in accordance with ASTM D4318 . 4. Unified Soil Classification System identity in accordance wi th ASTM D2487 . Granular Fill Material s 02230-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 2: PRODUCTS 2 .0 I MATERIALS A. All materials noted herein, except Common Fill and Impermeable Clay, shall have a maximum of one percent (I%) 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. 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, a s approved by the Engineer, such that it can be readily spread and compacted . Common Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus O to plus 5 percent of optimum moisture content, to at least 95 percent of the standard proctor maximum dry density determined by ASTM D698 . C . Select Common Fill shall consist of hard, granular material free from organic materials, trench loam and clay, uniformly graded, containing no stone having any dimension greater than 3/4-inch, and having less than 50 percent fines by weight passing the No. 200 sieve. The material shall classify as SC, SM or SP according to the Unified Soil Classifications System and shall have a Plasticity Index less than 12, and a Liquid Limit less than 35 percent. Select Common Fill shall be placed in loose lifts 8-inches or le ss in depth (measured before compaction), and compacted at a moisture content in the range of m inu s 3 to plus 3 percent of optimum moisture contetn , to at least 95 percent of the standard proctor maximum dry density determined by ASTM D698 . D. Granular Embedment (Granular Fill) Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D -2487. The embedment material shall be s uch that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3 . Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measure d by ASTM G-57 . 1. Granular Embedment For Rigid Pipe: This shall be cohesionless material meeting the following gradation requirements: Granular Fill Materials Sieve Size Sq . Openings 1/2" 3/8" No.4 No. 8 No . 16 02230-2 Amount Passi ng Percent by Weight 100 85-100 10-30 1 -10 0 -5 2/17/11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 2. Granular Embedment For Semi-Rigid And Flexible Pipe: This shall be cohesionless material meeting the following gradation requirements: Sieve Size Sq . Openings 1/2" No.4 No. 50 No. 200 Amount Passing Percent by Weight 100 25-50 0-20 0-5 3 . Granular Embedment For Small Pipe (< 4-inch diameter): This shall meet the gradation requirements for semi-rigid pipe specified in Paragraph D.2 above. 4. Pipe Classification a. For the purpose of this specification, "rigid pipe" shall be defined as the following : l) All diameters Ductile Iron Pipe. b . For the purpose of this specification, "semi-rigid pipe" shall be defined as the following: l) Bar-Wrapped Concrete Cylinder Pipe (A WWA C-303). 2) All diameters Steel Water Pipe (A WW A C-200). c. For the purpose of this specification, "flexible pipe" shall be defined as follows : l) All diameters of PVC Pipe. E . Structural Fill shall be the same material as the Select Fill specified on the Paragraph G of this Section . F . 3 x 5 Hard Stone shall consist of hard, durable particles of proper size and gradation, free from sand clay, excess fines and deleterious materials . The size of the particles shall be uniformly graded such that l 00 percent of the particles will pass a 5-inch sieve, l 00 to 80 percent will pass a 4-inch sieve, 70 to 40 percent will pass a 3-inch sieve, 20 to O percent will pass a 2-inch sieve, and 5 to O percent will pass a 1/2-inch sieve. G . Select Fill shall consist of non-expansive sandy clay or clayey sand with a liquid limit of 35 or less, a plasticity index (PI) of 4 to 12 and no more than 55 percent of the material passing the No 200 sieve. The select fill shall be spread in loose lifts, less than 8-inch thick and uniformly compacted to a minimum of 95 percent of modified proctor density as determined by ASTM 1557, between optimum and +3 percentage points above the soil's optimum moisture content. For fill depths over l O' compact to 98% ASTM D698. H. Impermeable Clay shall consist of materials classified CL, CH, or OH under the Unified Soil Classification System . Impermeable Clay shall be placed in loose lifts 6-inches or less in depth (measured before compaction), and compacted to a permeability of less than l x l 0-7 cm/sec using hand-operated equipment Granular Fill Materials 02230-3 2/17/ll City of Fort Worth Eagle Mountain WTP Clearwell No. 3 I. Drain Rock shall consist of sound, free-draining durable stone, free of organic material, lumps or balls of clay, or other deleterious material. Particle size shall be such that IOO percent of the material passes a 2-inch sieve; 95 tolOO percent passes a 1 1/2-inch sieve; 50 to IOO percent passes a 3/4-inch sieve; 15 to 55 percent passes a 3/8-inch sieve ; 0 to 25 percent passes a Number 4 sieve; and less than 2 percent passes a Number 200 sieve .. J . Aggregate Base Course (noted as "ABC" on the Drawings) shall consist of "Compacted Select Common Fill" as specified in this Section . PART 3 : EXECUTION (NOT USED) END OF SECTION Granular Fill Materials 02230-4 2/1 7/1 I City of Fort Worth Eagle Mountain WTP ClearweU No. 3 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 protection at storm drain inlets, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, erosion control blankets and final cleanup . 1.02 RELATED WORK A. Granular fill materials are included in Section 02230 . B. Loaming, Hydroseeding and Erosion Control is included in Section 02490 . C . Earthwork is included in Section 02200. D . Construction Temporary Controls are included in Section 01510. 1.03 SUB MITT ALS A. Within maximum of 10 days after award of Contract, and prior to commencement of any construction activities, 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 Section 02230 . Sedimentation and Erosion Control 02270-1 February 2011 Ci _ty of Fort Worth Eagle Mountain WTP ClearweU No . 3 B. Silt Fence l. 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 l OOX as manufactured by Mirafi, Inc., Charlotte, NC, or approved equal. 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips (hog rings), or 1/32-in diameter soft aluminum wire . 5 . Prefabricated commercial silt fence may be substituted for built-in-field fence. Pre-fabricated silt fence shall be "Envirofence" as manufactured by Mirafi Inc., Charlotte, NC, or approved equal. C. Erosion control blanket shall be installed as shown on the Drawings . The erosion control blanket shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. 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 . Sedimentation and Eros ion Control 02270-2 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B. Erosion control blankets shall be installed as shown on the Drawings and as directed by the Engineer in accordance with manufacturer's instructions . The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied . When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area . The blankets shall be applied in the direction of water flow and stapled. Side overlaps shall be 4 -in minimum . The staples shall be made of wire, 0.091-inch in diameter or greater, "U" shaped with legs IO -inches in length and a 12-inch crown . The staples shall be driven vertically into the ground , spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row . Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach. C . Contractor shall provide and install all necessary intennediate erosion control systems to accommodate construction sequencing and variation of their construction plans. Contractor shall notify Construction Manager of proposed site use variations that will affect intent of installed erosion control systems prior to proceeding . 3 .02 MAINTENANCE AND INSPECTIONS A. Inspections 1. Contractor shall make a vi sual inspection of all sedimentation control devices once per week and promptly after every rainstonn . 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 I . 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 Sedimentation and Erosion Control 02270-3 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.0 I SCOPE OF WORK SECTION 02271 RIPRAP A . This section provides for furnishing all labor, materials , materials testing, equipment, power, and incidentals to place riprap for slope protection and erosion control in accordance with these specifications. PART 2 PRODUCTS 2 .01 FABRICATION A. Stone used for riprap shall be hard , durable, angular in shape , resistant to weather and water action, and shall meet the size distribution requirements indicated in Table I for the class as indicated in these specifications. B . The length of each stone shall not exceed shall not exceed three times its width or thickness . Rounded stone or boulders will not be accepted. Shale and stone with shale seams are not acceptable. C. Each load of riprap shall be reasonably well-graded from the smallest to the maximum size specified . D. The minimum density of the stone shall be 150 pounds per cubic foot as computed by multiplying the bulk specific gravity saturated surface -dry basis , determined by AASHTO T85, by 62 .5 pounds per cubic foot. E . The stone shall have a percentage of wear not more than 40 when tested as per AASHTO T96 . Samples of the larger size stones shall be broken down to provide the smaller (less than 1-1/2- inch) sizes required for the T96 test. F. The stone shall be free from overburden, spoil, shale, and organic material. G. Control of gradation will be by visual inspection. H. The approval of some stone from a particular quarry shall not be construed as constituting the approval of all stone taken from that quarry. Riprap 02271-1 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 Size of Stone In Pounds 400 300 200 100 75 60 40 25 2 2.02 FILTER BLANK.ET Table I Riprap Stone -Size Distribution Maximum Percent of Total Weight Smaller Than the Given Size Class of Stone I II 100 80 100 50 80 50 IO IO A. Filter blanket shall consist of sand base of the thickness as shown on the drawings. B. Sand for the filter blanket shall be natural sand meeting ASTM C33 requirements for fine aggregate . C. Sand shall meet the size distribution requirements as indicated in Table 2. Table 2 Filter Material -Size Distribution Sieve Size Percent by Weight Passing 4 inches 100 1-1/2 55-85 No .4 15 -40 No. 40 0-25 No. 200 0-10 2.03 FILTER FABRIC A. Filter fabric shall be used as a continuous base for the filter blanket material. Joints in the filter fabric that are perpendicular to the direction of flow shall overlap a minimum of 12 inches, and the top flap will be a downstream position to prevent water from going under the filter fabric . Joints in the fabric in the direction of flow shall overlap a minimum of two feet. B. Filter fabric shall be made from non-woven material with a weight of 10 oz/yd3 and thickness of 125 mil. Riprap 02271-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 PART 3 EXECUTION 3 .0 I RIPRAP PLACEMENT Riprap A . Slopes and other areas to be protected shall be compacted and dressed to the line and grade as shown on the plans prior to installation of filter fabric . B . Install filter fabric in accordance with manufacturer's recommendations. C. Filter material shall be spread uniformly on the filter fabric to the neat lines indicated on the plans. Contractor shall make necessary precautions to prevent damaging the filter fabric during placement of filter material and rock riprap. Placing of material by methods, which will tend to segregate particle sizes within the filter material will not be permitted . D. Stone shall be placed on the prepared filter material in a manner to reproduce a reasonably well-graded mass with a minimum practicable percentage of voids , and shall be constructed to the lines and grades as shown on the drawings . Stones shall be placed to its full course thickness in a manner to avoid displacing the underlying material. E . The stones shall be roughly dressed to properly bed them and make them fit together so that they shall rest on their longest face . It is not intended to have a specially smooth or even appearance on the outside slope or face as long as the underlying stone s are completely covered by the bigger stones . END OF SECTION 02271-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 SECTION 02490 LOAMING, HYDROSEEDING AND EROSION CONTROL PART l : GENERAL 1.0 l 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. B . See Civil Drawings for additional erosion control requirements for Permanent Ground CoverN egetation. 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 0 2221. C. Sedimentation and Erosion Control is included in Section 02270. 1.03 SUBMITT ALS A. Samples of all materials shall be submitted for inspection and acceptance as specified herein . 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 shall not be acceptable. It s hall be without admixture of subsoil or slag and free of stones, lumps, plants or their roots, sticks, clay, peat and other extraneous matter and shall not be delivered to the site or used while in a frozen or muddy condition. Topsoil as delivered to the site or stockpiled shall have pH between7 .0 and 8 .0 and shall contain not less than 3 percent organic matter as determined by loss of ignition of moisture-free samples dried at l 00 degrees Celsiu s . The topsoil shall meet the following mechanical analysis: 1-in screen opening No . 10 me sh No . 270 mesh 0.002 mm * Percentage Finer 100 95 -100 35 -75 5 -25 • Clay size fraction determined by pipette or hydrometer analysis. Loaming, Hydroseeding and Erosion Control 02490-1 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B . At least ten days prior to anticipated start of topsoiling operations a twenty-five (25) pound sample of topsoil material shall be delivered to the Construction Manager on-site for review and approval. Based on tests performed by the Engineer, the topsoil shall be identified as acceptable, acceptable with certain fertilizer applications, or unacceptable. If the topsoil is found acceptable, the fertilizer requirements will be as specified or as recommended by the Engineer. If the topsoil is found unacceptable, the Contractor shall be responsible for identifying another source of topsoil and shall incur all expenses associated with testing additional samples. All topsoil incorporated into the site work shall match the sample provided to the Engineer for testing. Topsoil stockpiled under other Sections of this Division may be used subject to the testing and approval outlined above . Contractor will be responsible for screening stockpiled topsoil and providing additional topsoil as required at his own expense. C . Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20-10 (N-P205-K20) grade for lawn and naturalized areas. Fertilizer shall be delivered to the site in original unopened containers each showing the manufacturer's guaranteed analysis conforming to applicable state fertilizer laws. At least 40 percent of the nitrogen in the fertilizer used shall be in slowly available (organic) form. D. Seed shall be labeled in accordance with USDA Rules and Regulations under the Federal Seed Act and applicable State seed laws. Seed shall be furnished in sealed bags or containers bearing the date of the last germination, which date shall be within a period of 6 months prior to commencement of planting operations. Seed shall be from same or previous year's crop; each variety of seed shall have a purity of not less than 85 percent, a percentage of germination of not less than 90 percent, shall have a weed content of not more than 1 percent, and contain no noxious weeds. E. The seed shall be furnished and delivered premixed. A manufacturer's certificate of compliance to the specified mixes shall be submitted by the manufacturers for each seed type. These certificates shall include the guaranteed percentages of purity, weed content and germination of the seed and also the net weight and date of shipment. No seed may be sown until the Contractor has submitted the certificates . F. Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis. G. Fiber Mulch shall be a specially processed cellulose fiber containing no growth or germination- inhibiting factors . It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material become uniformly suspended to form a homogeneous slurry . When sprayed on the ground, the material shall allow absorption and percolation of moisture. Each package of the cellulose fiber shall be marked by the manufacturer to show the air dry weight content and not contain in excess of l O percent moisture . H. Erosion control blanket installed in all drainage swales and ditches as directed by the Engineer shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington , TX. Loaming, Hydroseeding an d Eros ion Control 02490-2 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 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. 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'1 l Rye 35 lbs/acre September through February'1 l Bermuda (unhulled) 12 lbs/acre I ) Both rye and bermuda required 1f planted September through February. b . All planting shall be done between the date s specified except as specifically authorized in writing. If planting is authorized to be done outside the date s spec ified, the seed shall be planted with the addition of winter fescue (Kentucky 31) at a rate of I 00 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 e ven 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 I 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 remo ved . Subgrade surfaces shall be raked or otherwise loosened immediately prior to being cove red with topsoil. C. Topsoil shall be placed o ver 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 . Loaming, Hydros eeding and Erosion Control 02490-3 February 20 11 City o f Fort Worth Eagle Mountain WfP ClearweU No . 3 D . After top soil has been spread, it shall be carefully prepared by scarifying or harrowing and hand raking. All stiff clods, lumps, roots, litter and other foreign material shall be removed from the topsoiled area and disposed of by the Contractor. The areas shall also be free of smaller stone s, in excessive quantities, as determine by the Engineer. The whole surface shall then be rolled with a hand roller weighing not more than 100 pounds per foot of width . During the rolling, all depressions caused by settlement or rolling shall be filled with additional topsoil and the surface shall be regraded and rolled until a smooth and even finished grade is created . E . Seeding, mulching and conditioning shall only be performed during those periods within the seasons which are normal for such work as determined by the weather and locally accepted practice, as approved by the Engineer. The Contractor 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 furnish the Engineer with a certified statement as to the number of pounds of materials to be used per 100 gallons of water. This statement shall also specify the number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. Upon completion of seeding operations, the Contractor shall furnish the Engineer with a certified statement on the actual quantity of solution applied . G . In order to prevent unnecessary erosion of newly topsoiled and graded slopes and unnecessary siltation of drainageways, the Contractor shall conduct seeding and mulching as soon as he has satisfactorily completed a unit or portion of the project. For the purpose of this project a unit is defined as 10 ,000 square feet. When protection of newly topsoiled and graded areas is necessary at a time which is outside of the normal seeding season, the Contractor shall protect those areas by whatever mean s 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 manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied . When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow , and stapled . Blankets shall be placed a minimum of three rows (of four foot each) wide (total 12-ft width) within the drainage swale/ditch and stapled together in accordance with manufacturer's in structions . Side overlaps shall be 4-in . minimum . The staples shall be made of wire, .091-in. in diameter or greater, "U" shaped with legs 10-in . in length and a 12-in . crown . The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row. I. When newly graded subgrade areas cannot be topsoiled and seeded because of season or weather conditions and will remain exposed for more than 30 days, the Contractor shall protect those areas against erosion and washouts by whatever means necessary such as straw applied with a tar tack, wood chips or by other measures as approved by the Engineer. Prior to application of topsoil, any such materials applied for erosion control shall be thoroughly incorporate d into the subgrade by discing. Fertilizer shall be applied prior to spreading of topsoil. Loaming, Hydroseeding and Erosion Control 02490-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 Loaming , Hydroseeding and Erosion Control 02490-5 February 20 l l City ofFort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 02535 PAVEMENT A. Furnish all labor, tools, materials and equipment and perform all work necessary for the construction of aggregate base, asphaltic concrete paving, and concrete paving at the locations shown on the drawings . 1.02 RELATED WORK A . Section 02100: Site Preparation B . Section 02221 : Trenching, Backfilling and Compaction C . Section 03100 : Concrete Formwork D. Section 03300 : Cast-in-Place Concrete 1.03 SUBMITTALS A. Submit proposed mix design for concrete pavement in accordance with Section 01300. 1.04 QUALITY CONTROL A. Standards of the City of Fort Worth Transportation and Public Works (FWTPW): Unless otherwise noted , all paving and surfacing shall conform to the Interim Standard Specifications for the Construction of Roads of the FWTPW. Stone grading designations shall be as shown in FWTPW Specification 312 . B . Soil Compaction Testing: Soil compaction testing shall be in accordance with this section and Section 02221. C. Observation and field compaction tests will be conducted during grading as directed by the Engineer in order to provide a basis for quality control and compliance with the specified degree of compaction and proper moisture content. D. Degree of compaction as set forth herein is the ratio, expressed as a percentage of the density of the fill material in the field to the maximum laboratory density of the same material determined by ASTM D1557 . PART 2 PRODUCTS 2.01 MATERIALS A. Concrete Paving: Use Class El, 4000 psi concrete as specified in Section 03300 for all concrete Pavement 02535-1 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 pavmg. B. Lime Treatment: Lime Treatment shall consist of treating subgrade , subbase, and base material as specified in FWTPW Division 2, Item 210 . PART 3 EXECUTION 3 .01 INSTALLATION A . General: Roadways and parking areas shall be constructed to the widths, grades, and lines shown. Base courses shall not be constructed until the Engineer has approved the subgrade. The base course shall also be approved prior to the fina l surfacing operation. Maximum variations in finished grade of base course shall be plus or minus 0.05 feet. B. Subgrade: 1. Subgrade : All areas to be paved shall be graded in accordance with Section 02221. The prepared subgrade shall be scarified to a depth of at least 12 inches and recompacted to at least 95 percent of the maximum density. Six inches (6") of the subgrade shall be lime treated as specified in Paragraph 2.01.C. 2. Aggregate Base: Placing of aggregate base shall comply with and as herein modified. The Contractor may elect to use any method of placing and compacting that will provide a uniformly dense material of a relatively compaction of not less than 95 percent as determined by ASTM Test Method D1557. 3. Prime Coat: Prime coat shall be applied at the approximate rate of 0.20 to 0 .50 gallons per square yard. Application shall comply with the City of Fort Worth Transportation and Public Works Specifications . Prior to placement of subsequent material , any excess asphalt which has failed to penetrate the surface shall be blotted with clean sand . 3.02 PORTLAND CEMENT CONCRETE PAVEMENT A. Prepare subgrade as specified in Paragraph 3 .01 .A and 3 .01 B.1, 2 and 3 B. Install reinforcing, as shown on drawings . C. Set forms and place concrete. Pavement thickness shall be as shown on the drawings . Concrete mixing and placement shall be as specified in Section 03300 -Cast-in-Place Concrete. F ormwork shall be as specified in Section 03 100 -Concrete F ormwork. D . Finishing Concrete Pavement: Pavement 1. Thoroughly work concrete around reinforcement and embedded fixtures . 2. Provide a mechanical strike and tamping template Qitterbug) the width of the pavement. Shape the template to the pavement section . Strike off concrete with a strike-off screed . Move the strike-off screened forward with combined transverse and longitudinal motion in direction work is progressing, maintaining the screed in contact with the forms , and 02535-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 Pavement maintaining a slight excess of materials in front of the cutting edge . Tamp the concrete with a tamping template. 3. Use a longitudinal float to level the surface. 4. After completion of the straightedge operation , finish concrete to match adjacent pavement. If no adjacent pavement, make the first pass of a burlap drag consisting of 4 plies of IO ounce burlap material as soon as construction operations permit and before the water sheen has disappeared from the surface. Follow this by as many passes as required to produce the desired texture depth . Permit no unnecessary delays between passes . Keep the drag wet, clean, and free from encrusted mortar during use . END OF SECTION 02535-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART I : GENERAL I .0 I SCOPE OF WORK SECTION 02613 CONCRETE PRESSURE PIPE AND FITTINGS A. Furnish all labor, materials, tools, equipment and incidentals necessary to install, ready for operation and test concrete pressure pipe and fittings, rubber gaskets, mortar for inside joints for pipe 30-in diameter and larger and for outside joints of all pipe as shown on the Drawings and as specified herein. B . Bar-wrapped concrete pressure pipe (A WW A C-303) may be used for pipe 60-inch diameter and smaller. 1.02 RELATED WORK A . Trenching, backfilling and compacting are included in Section 02221. B . Granular materials are included in Section 02230. C . Valves and appurtenances are included in Sections 02640 and 15100 . D. Disinfection is included in Section 01656 . E . Steel Pipe and Fittings are included in Section 02615 . F . Buried Ductile Iron Pipe and Fittings are included in Section 02616. 1.03 SUB MITT ALS A . Submit shop drawings to the Engineer for review in accordance with Section 01300, showing all details of reinforcement, concrete and joint dimensions for all pipe and fittings. Submit a tabulated laying schedule which references stationing and invert elevations as shown on the Drawings as well as all fittings, bevels, restrained joints, outlets , tees, bends, adapters, closures and specials, along with the manufacturer's drawings and specifications indicating complete details of all items. The laying schedule shall show pipe class, class coding, station limits and transition stations for various pipe classes . The above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. B . Submit anticipated production and delivery schedule . C . Design Data I . Submit all design data in accordance with A WW A C 303 for bar-wrapped concrete pressure pipe . D . Test Reports I. Shop test results as applicable per most current version of A WW A C303 . 2 . Field pressure/leakage tests . E . Certificates Concrete Pressure Pipe and Fittings 02613-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 l . Prior to shipment of pipe, submit certified affidavit of compliance stating that the pipe for this Contract was manufactured, inspected and tested in accordance with the A WW A standards specified herein . 1.04 QUALIFICATIONS A. The materials specified herein are intended to be standard types of bar-wrapped concrete pressure pipe and prestressed concrete cylinder pipe and fittings for use in transporting water. B. All bar-wrapped concrete presure pipe and prestressed concrete cylinder pipe and fittings shall be furnished by reputable manufacturers with a minimum of ten years of experience in manufacturing concrete cylinder pipe 30-in and larger. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all referenced standards and specifications. 1.05 REFERENCE STANDARDS A. The A WW A Standard and Design Standard for Bar-wrapped Concrete Pressure Pipe, Steel Cylinder Type (A WW A C303 and A WW A C304, latest editions and as applicable) are made a part of these Specifications. B . Other standards applicable to the work specified herein are, but not limited to, the following: l . A WW A C200 -Steel Water Pipe 6-in and Larger 2. A WW A C303 -Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 3 . A WW A C600 -Installation of Ductile-Iron Water Mains and Their Appurtenances 4 . AWWA C651 -Disinfection ofWatermains 5. A WW A M-9 -Concrete Pressure Pipe 6. A WW A M-11 -Steel Pipe Guide for Design and Installation 7 . A WW A C304 -Design for Prestressed Concrete Cylinder Pipe C . American Association of State Highway and Transportation Officials (AASHTO) D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A . The bar-wrapped concrete pressure pipe manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of A WW A C303. The Owner reserves the right to provide, at Owner's expense, the services of an independent testing agency to verify testing of the pipe. Concrete Pre ssure Pipe and Fittings 02613-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B . Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory at the place of manufacture . Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once, unless otherwise approved by the Engineer. PART 2: PRODUCTS 2 .01 MATERIALS A . Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of A WW A C303 for bar-wrapped concrete press ure pipe . Core and coating thickness for pipe shall be as specified in A WW A C303 . B . Concrete pressure pipe and fittings shall be manufactured by Hanson Pipe and Products, Inc ., or approved equal. C. Design Conditions 1 . Pipe shall be designed in accordance with the A WW A C304-92 Design Standard, using the following design conditions ; these conditions shall also be used in designing fittings that include a reinforced concrete exterior coating of the steel cylinder: a. External Loading l) The earth load shall be taken as the greater of the following: (a) Depth from final ground level to top of pipe as shown on plans , or (b) Six feet minimum in all cases. 2) Earthloads (deadloads) shall be computed as outlined by the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook ", American Concrete Pipe Association, latest editions . Trench width is assumed to be that giving the maximum load on the pipe (transition width) for the following parameters: (a) Soil Weight= 130 pounds per cubic foot (b) Ku'= 0.130 3) Live loads shall be calculated as: (a) All pipe AASHTO H-20 for two trucks passing (b) Pipe within railroad right-of-way Coopers E-80 . (c) Both H-20 and E-80 load shall be computed in accordance with the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook". 2 . Design working pressure for the plant piping shall be as follows : (a) Filtered Water (FW) Pipe -50 psi (b) All other piping -150 psi Concrete Pressure Pipe and Fittings 02613-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D. Fittings 1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in paragraph 2 .01 C 1 of this Section. In addition, under the internal loading conditions described in Section 2.01 C2 of this specification , the thickness shall be determined in accordance with Chapter 8 of A WW A Manual M9 . 2. Fabrication of the fittings shall be as per the applicable standard and A WW A Manual M9. 3 . Interior and exterior concrete/mortar coating shall be as per the applicable standard . E . The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi, or 7 days after manufacture, and/or repair, whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs . Pits, blisters, rough spots, minor breakage, and other imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4500 psi at the end of 28 days, when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling from interior of pipe shall be reason for the rejection of pipe. Pipe may be repaired under unloaded conditions (removal of prestressing wire). Cement mortar used for repair shall have a minimum compressive strength of 3000 psi at 7 days and 4500 psi at 28 days. F. Cement shall be Type I or II and shall be in accordance with ASTM C150 . G . The pipe core shall be manufactured by the centrifugal or vertically cast process . H . Mortar coatings shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate, by weight. Rebound, not to exceed one fourth of the total mix weight may be used, provided the rebound is treated as fine aggregate. I. Bell and spigot joint rings shall be steel, self-centering type, and otherwise as specified in A WW A C301. J . The rubber gaskets shall be in accordance with A WW A C301 . K. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Pipe and Products, Inc . Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and construction. L. Restrained joints, installed as indicated on the Drawings or as directed by the Engineer, shall be the field welded, clamp type or snap ring type as manufactured by Hanson Pipe and Products, Inc., or approved equal. M . Radii for curved sections as specified on the Drawings may be produced by joint deflection up to 75 percent of that recommended by the manufacturer. Deflections required which are in excess of those recommendations shall be produced by bevel ing one or both ends of the pipe . N. Bends shall be fabricated to the degree of curvature required . O. Pipe fitting hardware, bolt and nut sets, for buried applications shall be Type 316 stainless steel per ASTM F593 and F594 . Anti-seize materials shall be applied to installation of all fasteners . ALL bolt and nut sets shall be hexagonal per ASME B 18 .2.1 with threading per ASME B 1.1. Square- Concrete Pressure Pipe and Fittings 02613-4 Fe bruary 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 head bolts are not acceptable. Flanges, where required, shall be furnished based on specified design and surge allowance pressures specified herein. Flange gaskets shall be l/8-in thick rubber gaskets (SBR) with cloth insertions. PART 3: EXECUTION 3 .01 GENERAL A. Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes, fittings, or coatings . Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid shall conform to the lines and grades shown on the Drawings. B. All pipe and fittings shall be subjected to a careful inspection and mortar coating disbonding and soundness test by tapping with a hammer prior to installation. C . If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured . For prestressed concrete cylinder pipe, pipe found to have longitudinal cracks from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required . E . The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions . Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. 3.02 INSTALLING CONCRETE PRESSURE PIPE A. Concrete pressure pipe and fittings shall be installed in accordance with requirements of A WW A M9, Concrete Pressure Pipe, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be provided by digging bells holes at each joint and by tamping granular fill at the side of the pipe to the springline. BLOCKING WILL NOT BE PERMITTED. B . All concrete pressure pipe shall have a minimum of three feet of cover. Pipe shall be laid such that the invert elevations shown on the Drawings are not exceeded. C. The pipe interior shall be maintained dry and broom clean throughout the construction period. D . Gasket, gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends looking ahead. As soon as the tongue is centered in the groove of the previously laid pipe, it shall be forced home with approved automatic equipment. After the gasket is compressed, verify the position of the gasket with a feeler gage provided by the pipe manufacturer. Concrete Pressure Pipe and Fittings 02613-5 February 20 l l City of Fort Worth Eagle Mountain WTP Clearwell No. 3 E . Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wire or steel strapping stitched into its edges. Mix a 1 :2 mortar grout of sufficient liquid consistency to flow easily and pour it into the joint recess beneath the cloth band. To assist the flow and to assure complete filling of the entire recess completely around the pipe, rod the joint recess with a stiff-wire curved to the radius of the pipe. Close the joint recess at the top with a stiffer mix of the same mortar. F . Pack interior joints of pipe 30-in in diameter and larger with mortar after backfilling is completed. Mortar grout shall be employed, consisting of one part by volume of Portland cement, 1-1/2 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33 and sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry, crumbly consistency and shall be pushed into place and troweled to make a smooth joint. G. All pipe shall be sound and clean before laying. When laying is not in progress , including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recommended by the manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing utilities or other obstructions which may be encountered upon opening the trench. H . Have on hand a sufficient supply of assorted short pipe lengths, adaptors, and any other fittings necessary to prevent delays in pipe layings. I. Concrete thrust blocks shall be installed at all fittings not provided with approved mechanical restraints as provided herein, and other locations as directed by the Engineer. Minimum bearing area shall be as shown on the Drawings . Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks . Refer to Drawings for acceptability of use. J. Restrained joints shall be provided and installed to the limits indicated on the Drawings or as directed by the Engineer in accordance with applicable provisions of the above. 3 .03 TESTING A . Hydrostatic and Leakage Tests 1. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines . The procedures and method for carrying out the pressure tests shall be approved by the Engineer. 2. Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required in conjunction with testing portions of the pipe . Furnish test pumps, gauges, meters and any other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform with A WW A M-9. 3 . All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the normal operating pressure at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be permitted shall be in accordance with A WW A C600. 4. Lines which fail to meet the requirements of the test shall be re paired and retested as necessary until test requirements are met. Defective materials, pipes, valves, and acce ss ories shall be removed and replaced . Concrete Pressure Pipe and Fittings 02613-6 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 5 . The Owner will supply at no cost to the Contractor a maximum quantity of water for testing purposes equal to 110 percent of the volume of the pipeline. The Contractor shall furnish and install the necessary connections which may be required to transport the water to the pipe being tested . Additional water required will be provided at the Owner's standard rates for the volume required . 3 .04 CLEANING A. At the conclusion of the work, thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period . Debris cleaned from the lines shall be removed from the lowest manhole. If, after this cleaning, obstructions remain , they shall be removed. B . After the pipe lines are cleaned and if the ground-water level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks . If defective pipes or joints are discovered at this time, they shall be repaired or replaced. 3 .05 DISINFECTION A . Before being placed into service, pipelines which will convey filtered, treated, and potable water shall be disinfected in accordance with Section O 1656 and A WW A C-651. END OF SECTION Concrete Pressure Pipe and Fittings 02613-7 February 2011 City of Fort Worth Eagle Mountain WTP ClearweU No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 02615 STEEL PIPE, FITTINGS AND SPECIALS A. Furnish all labor, material, tools, equipment and incidentals required and install and test steel pipe and fittings, rubber gaskets, mortar for inside joints and wrap outside joints of all buried pipe as shown on the Drawings and as specified herein . B. Cathodic protection details and spacing requirements are shown on the Drawings and as described in Division 15 of the Specifications. C. Buried steel pipe shall be provided with cement mortar coating and lining for this project, as specified herein. 1.02 RELATED WORK A . Trenching, backfilling, and compaction is included in Section 02221.. B. Testing of Pipelines is included in Section 01666. C . Disinfection of potable water facilities is included in Section O 1656 . D. Non-buried steel pipe and fittings are specified in Section 15061. E . Piping specialties are included in Section 15120. F. Buried Valves, Hydrants and Appurtenances are included in Section 02640 . 1.03 SUB MITT ALS A. Submit shop drawings in accordance with Section 01300. Include dimensioning and technical specifications for all piping, fittings and specials to be furnished. B . Submit shop drawings with a tabulated layout schedule showing the location of each piece, by mark number, for the entire job, method of manufacture and installation of pipe, joint details, fittings and any specials. Design calculations for the conditions specified in Paragraph 1.03D below, shall be submitted with the shop drawings and shall include all formulas used in the calculations, all values of constants used in the formulas in accordance with A WW A C200 and A WW A Ml 1 based on internal pressure, deflection and external loads. C . Prior to shipment of pipe, submit certified test reports that the pipe for the Contract was manufactured and tested in accordance with the A WW A standards specified herein. D . Design Data 1. Pipe and fittings shall be designed in accordance with A WW A C200 and C208, using the following design conditions: Steel Pipe , Fittings and Specials 02615-1 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 a. External Loads 1) Weight of earth 130 lbs/cu ft Assume minimum of 6-ft depth or if greater as shown in plan/profile on Drawings 2) Deflection Lag Factor 1.25 3) Bedding Constant (k) 0 .10 4) Soil Modulus E' 1,000 psi 5) Live Load a) All pipe -AASHTO H-20 for two trucks passing. b) Pipe within railroad right-of-way: Coopers E-80. b. Internal Pressure. Design working pressure for the plant piping shall be as follows: 1) Filtered Water (FW) Pipe -50 psi 2) All other piping-150 psi c. Surge Pressure. Surge allowance shall be 50 percent of design working pressure . 2. Pipe and fittings shall be designed with a maximum deflection of the steel cylinder of 2 percent of the internal diameter. 3. Minimum wall thickness -0 .250 (in) or outside diameter/230, whichever is greater. The wall thickness shall be increased, as required, at all bends, fittings and anchorage locations where thrust is transmitted by the pipe. 4 . All pipe and fittings dimensions shall be nominal O.D. of the pipe for 12-inch diameter and smaller and shall be actual inside diameter after lining for 14-inch diameter and larger. 1.04 REFERENCE ST AND ARD A. American Society for Testing and Materials (ASTM) l. ASTM A 139 -Standard Specification for Electric-Fusion (Arc) -Welded Steel Pipe (NPS 4-in and over) 2. ASTM A283 -Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 3. ASTM A570 -Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality 4 . ASTM A572 -Standard Specification for High-Strength Low-Alloy Columbium - Vanadium Structural Steel 5 . ASTM Cl50 -Standard Specification for Portland Cement Steel Pipe , Fittings and Specials 02615-2 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B. American Water Works Association (A WW A) 1. A WW A C200 -Steel Water Pipe -6-in (150-mm) and Larger 2. A WW A C205 -Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4-in and Larger -Shop Applied 3 . A WW A C206 -Field Welding of Steel Water Pipe 4 . A WW A C207 -Steel Pipe Flanges for Waterworks Service -Sizes 4-in Through 144-in (l 00mm Through 3600mm) 5 . A WW A C208 -Dimensions for Fabricated Steel Water Pipe Fittings 6. A WW A C209 -Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections and Fittings for Steel Water Pipelines 7. A WW A C2 l 4 -Tape Coating Systems for the Exterior of Steel Water Pipelines 8 . A WW A C600 -Installation of Ductile-Iron Water Mains and Their Appurtenances 9 . A WW A C606 -Grooved and Shouldered Joints 10 . A WW A C65 l -Disinfecting of Water Mains 11 . A WW A M 11 -Steel Pipe -A Guide for Design and Installation C. American National Standards Institute (ANSI) 1. ANSI B 16 .1 -Cast Iron Pipe Flanges and Flanged Fittings 2 ANSI B 16 .5 -Pipe Flanges and Flanged Fittings D . American Welding Society (A WS) E. American Society of Mechanical Engineers (ASME) F . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS. Pipe shall be the product of one manufacturer which has not less than five (5) years of successful experience manufacturing pipe of the particular type and size indicated, or which has demonstrated an experience record that is satisfactory to the Engineer and Owner. The acceptability of this experience record will be thoroughly investigated by the Engineer, and will be at the sole discretion of the Engineer and Owner. Pipe manufacturing operations (pipe, fittings, lining, and coatings) shall be performed a one (l) location unless otherwise approved by the Engineer. The lining shall be shop applied spun cement mortar lining . The steel pipe Steel Pipe, Fittings and Specials 02615-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 manufacturer shall be certified by SPFA or ISO 9001 for steel pipe manufacturing or fabricating . All steel pipe, fittings, etc. shall be produced in the United States. B . OWNER TESTING AND INSPECTION 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, the Pipe Manufacturer shall provide proper facilities for access and for inspection . The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory . Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C . FACTORY TESTING The Manufacturer shall perform all tests as required by the applicable A WW A standards and as listed herein . 1. Shop-applied cement mortar linings shall be tested in accordance with A WW A C-205 . 2 . Hydrostatic Pressure Testing a . Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure . As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b . Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be made by applying air to the welds under 10 pounds per square inch pressure and checking for leaks around and though welds with a soap solution . 3 . Charpy V-Notch Test. Each heat of steel shall be tested to verify minimum impact values of 25 foot-lb at 30° F . 4 . Mill Certification . The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate and cement. The Manufacturer shall perform the tests described in A WW A C-200, for all pipe, fittings and specials. Steel Pipe, Fittings and Speci als 02615 -4 Fe bruary 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 5. Absorption Test for Mortar Coating. A water absorption test shall be performed on samples of cured mortar costing taken from each working shift. The mortar costing samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by ten (10) consecutive passing test results at which time testing may be performed on a weekly basis for each working shift. Daily testing shall be resumed fore ach working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is reestablished by ten (10) consecutive passing test results . 6 . Strength Test for Mortar Coating. Tests shall be made of cured mortar costing for the purposes of qualifying the mortar coating machine and the mortar mix design . One inch (l ") cubes shall be tested in accordance with ASTM C-1-9. The equivalent cylinder compressive strength of the mortar (0. 7 4 times the cube strength) shall be not less than 5,500 psi in 28 days . PART 2 PRODUCTS 2 .01 MATERIALS A. Steel pipe shall be fabricated from steel meeting the requirements of A WW A C-200 and shall be of continuous casting . Steel shall be homogeneous and shall be s uitable for field welding, fully killed and fine austenitic grain size. Design stress shall be limited to 50 percent of the yield. Yield is based on the Grade of Steel. See Table 4 -l of Ml 1. Minimum yield strength shall be 36000 psi. B . Fittings and specials shall be fabricated in accordance with A WW A C200, Section 4. Fittings shall conform to the dimensions of A WW A C208 or may be fabricated into standard pipe lengths . Elbows O to 22-1/2 degrees shall be two piece, 23 to 45 degrees shall be three piece, 46 to 67-1/2 degrees shall be four piece and 67 .5 to 90 degrees shall be five piece. All tee s, laterals and outlets shall be reinforced in accordance with A WW A M-11 Section 19.4 and 19 .5, except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. Fittings and specials not detailed on the Drawings shall conform to the detail s furnished by the manufacturer as approved by the Engineer. C. Flanges shall be in accordance with A WW A C207, Class D, Class E or Class F, as dictated by the design pressure and required surge pressure allowance specified herein . Flange bolt and nut sets shall be provided per A WW A C207 as Type 316 stainless steel per ASTM F593 and F594 . Anti-seize materials shall be applied to installation of all fasteners . ALL bolt and nut sets shall be hexagonal per ASME B 18 .2 .1 with threading per ASME B 1.1. Square-head bolts are not acceptable . Bolt number and size same as flange standard; studs -same quality a s machine bolts ; 1/8-in thick rubber gaskets (SBR per A WW A C207) with cloth insertions. D . Thrust at bends, tees, or other fittings shall be resisted by restrained joints . Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure. Restrained joints shall consist of welded joints Steel Pipe , Fittings and Specia ls 02615-5 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 for buried piping . The length of pipe with restrained joints to resist thrust forces shall be detennined by the Pipe Manufacturer in accordance with A WW A M-11 and the following: 1) The weight of earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 110 pcf (maximum value to be used) 3) Coefficient of Friction = 0 .30 (maximum value to be used) E . Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections with the longitudinal and girth seams butt welded or shall be spirally fonned and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. F . Maximum joint length shall not exceed 40 feet. G. Mechanical couplings where indicated on the Drawings shall be Dresser Style 38 or equal. Middle ring shall be of a thickness equal to or greater than the thickness of pipe wall. Couplings shall have plain gaskets, Grade 27 and shall be shop coated with Dresser Red "D" or primer compatible with the tape coat system . Dresser couplings shall be furnished complete with bonding wire and brazing cartridges . H. Interior surfaces of all steel pipe, fittings, and specials shall be cleaned and lined in the shop with cement mortar lining applied centrifugally in confonnity with A WW A C205. Wire mesh reinforcement shall be used in gunited mortar lining of fittings and specials. I. Cement shall be Type II and shall be in accordance with ASTM C 150 . J . Non-shrink grout employed in the interior joints shall be Masterflow 713 grout by Master Builders or equal. K. Mortar Linings and Coatings I. Welded steel pipe shall be provided with shop-applied cement mortar lining . Welded buried pipe shall be cement mortar coated in the plant. Piping exposed to view shall be painted from the outside as specified herein . Piping that is to be installed below structural slabs and noted to be completely concrete encased shall be furnished with shop-applied prime coat similar to above slab piping in lieu of mortar coating . 2. Shop Applied Cement Mortar Lining. Cement mortar lining shall be applied by centrifugally spinning. Miters, angles, bends, reducers, and other specials shall be lined with mortar applied by hand troweling, mechanical placement, or a method obtaining equivalent results. Linings shall have, minimum thickness set forth in A WW A C205. 3. Cement Mortar Coatings. Cement mortar coating for buried pipe shall be in accordance with A WW A C205 . The coating shall be shop applied . L. Where harnesses are required for restraining sleeve-type couplings, they shall be in accordance with the requirements of A WW A M -11. Pipe ends for mec hanical couplings shall confonn to A WW A C200 Section 3.6 and in accordance with manufacturers' recommendations . The shop applied outside coating shall be held back as required for field assembly of the mechanical coupling or to harness lugs and rings. Harness lugs or rings and pipe ends shall be painted with Steel Pipe, Fittings and Specials 02615-6 February 20 l l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 one shop coat of primer compatible with exterior coating and field joint coating materials. The inside lining shall be continuous to the end of the pipe. M . The manufacturer shall supply pipe complete with sufficient struts to maintain the pipe in a round condition and to limit its deflection during storage and transportation to the job site. N . The manufacturer shall supply any insulated adapter where the pipeline is connected to existing prestressed concrete cylinder pipe. 2.02 PIPE JOINTS Pipe ends shall be either rolled spigot rubber gasket joint, Carnegie-shape rubber gasket, lap welded slip joints, butt strap joint, flanged joint, or flexible coupled joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. A. Rubber Gasket and Joint. 1. Joints shall conform to A WW A C-200 standard. The joints shall consist of a flared bell end formed and sized by forcing the pipe or a pug die or by expanding on segmental dies. The spigot end shall be a rolled spigot or carnegie shaped steel joint ring in accordance with A WW A C200 and as shown as Item F or H in Figure 8-1 of A WW A Manual M 11, 4th edition. The welded area of bell and spigot pipe ends shall be checked after florming by the dye penetrant or magnetic particle method. The difference in diameter between the I.D. of the bell and the O.D of the spigot should at point of full engagement with an allowable deflection shall be no more than 0 .00" to 0.04" as measured on the circumference with a diameter tape . The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to A WW A C200. The joint shall be suitable for the specified pressure and a deflected joint with a pull of%". Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 2%. 2 . 0-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. Be responsible for checking the continuity of this system before final acceptance . B . Lab Welded Slip Joint. 1. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. 2. In addition to the provisions for a minimum lap of 1-1/2" as specified in A WW A C-200, the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. 3. Lap welded slip joints shall be welded from the inside for pipe diameter 42" and larger. Lap welded slip joints may be welded on the insde or outside for pipe diameters smaller than 42". Steel Pipe , Fittings and Specials 02615-7 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 C . Butt Strap Closure Joints l. Where necessary to make closure to pipe prev iously laid, closure joints shall be installed using butt strap joints in accordance with A WW A C-206 and applicable provisions of this specifications. D. Flanged Fittings 1. Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of A WW A C-207 and A WW A C-206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. PART 3 EXECUTION 3 .01 HANDLING PIPE AND FITTINGS A. Pipe shall be transported from the coating plant to the jobsite on padded bunks with nylon tie-down straps or padded banding to adequately protect the pipe and coating. B. Coated pipe shall be handled, stored and shipped in a manner that will prevent damage to the coating. Pipe shall be handled with wide belt slings or rubber padded forklifts. Chains, cables or other equipment likely to cause damage to the pipe or coating shall not be used . C. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen will be permitted to walk upon the coating only when necessary, in which case they shall wear shoes with rubber or composition soles and heels. All pipe and fittings, specials and couplings shall be examined before laying and no piece shall be installed which is found to be defective . Any damage to the coatings shall be repaired as acceptable to the Engineer. D . If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his/her own expense. E. Stored pipe shall at all times be supported on sawdust bags, sand bags, or other suitable support. Bags shall be of sufficient size to prevent contact of the pipe coating with the ground or any other obstruction. Rolling the pipe on the coated surface will not be permitted. 3.02 LAYING STEEL PIPE AND FITTINGS A. Regulate the equipment and construction operations such that the loading of the pipe does not exceed the loads for which the pipe is designed and manufactured. B. Except as otherwise specified herein, pipe and fittings shall be installed in accordance with the requirements of A WW A M 11 . C . Struts are to be left in the pipe until backfill is complete. Steel Pipe , Fittings and Specials 02615-8 February 2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 D. Permit and aid in the inspection of the coating on the underside of the pipe at the time of installation and shall repair any damage before lowering the pipe into the trench. While being laid, the pipe shall not be rolled, skidded, or otherwise moved, when it contacts with the ground at any point. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions . Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. Pipe shall be laid with bell ends upstream, unless otherwise approved by the Engineer. F. As soon as the excavation is completed to the bottom of the excavation, place granular fill in the trench . The pipe shall then be firmly bedded in this gravel to conform to the line and grade indicated on the Drawings. The granular fill shall be placed and compacted as specified in the Contract Documents. Blocking under the pipe will not be permitted. G . Granular fill shall be compacted to give complete vertical and lateral support of the pipe. A depression shall be left in the supporting gravel at the joint to prevent contamination of the rubber gasket immediately before being forced home . Before the pipe is lowered into the trench, the bell and spigot shall be cleaned and free from dirt. Gasket and bell shall be lubricated with a vegetable lubricant furnished by the manufacturer. The lubricant shall not be soluble in water, and shall be harmless to the rubber gasket. As soon as the spigot is centered in the bell of the previously laid pipe, it shall be forced home with jacks or come-alongs, if used . After the pipe is brought fully home, the gasket shall be carefully checked for proper position around the full circumference of the joint. The jacks or come-alongs (if used) shall be anchored sufficiently back along the pipeline so that the pulling force will not dislodge the pieces of pipe already in place. H . As soon as the pipe is in place and before the come-along (if used) is released, granular fill shall be placed to the top of the pipe for at least one half the length of the pipe. Not until this backfill is placed shall the jacks or come-along (if used) be released . If any motion at joints can be detected, a greater amount of backfill shall be placed before pressure is released. I. 0-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. J . Field joints shall be wrapped in accordance with A WW A C209. The joints shall be cleaned, primed and wrapped with two wraps of tape with a 35 mil thickness each and holiday tested . K. Any damage to the pipe or the protective coating from any cause during the installation of the pipeline shall be repaired and holiday tested as acceptable to the Engineer at no additional cost to the Owner. L. The interior joints of pipe 30-in in diameter and larger shall be filled with non-shrink grout after backfilling is completed. Non-shrink grout shall be employed. Prior to application the entire joint shall be wetted and the interior concrete mortar allowed to absorb the moisture. A curing agent as recommended by the grout manufacturer shall also be employed subsequent to grout application. Steel Pipe , Fittings and Specials 02615-9 February 20 II City of Fort Worth Eagle Mountain WTP Clearwell No. 3 M . All pipe shall be sound and clean before laying. When laying is not in progress , including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed that recommended by the manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided. N . Have on hand a sufficient supply of assorted short pipe length s, adaptors and any other fitting s necessary to prevent delays in pipe laying . 0. Where concrete thrust blocks are required by Owner or Engineer, minimum bearing area shall be as directed by the Engineer. Refer to Drawings regarding acceptability of use. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts , or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. 3.03 FIELD WELDING A. All field welding shall be in accordance with the A WS . Welding for restrained joints shall be a full fillet weld for the entire circumference in accordance with A WW A C206. B . During welding the coating shall be protected by draping an 18-in wide strip of heat resistant material over the top half of the pipe on each side of the coating holdback to avoid damage to the coating by hot weld splatter. No welding ground shall be made on the coated part of the pipe . 3 .04 CONNECTIONS TO STRUCTURES A. Wherever a pipe 3-in in diameter or larger passes from concrete to earth horizontally, a minimum of one flexible joint hall be installed within 2-ft of the exterior face of the wall, whether or not shown on the Drawings. Acceptable flexible joints shall be sleeve couplings per Section 15120 . B. Wall pipes shall have a thrust collar located at mid-depth of wall. C. Piping underneath structures shall be concrete encased . 3.05 CLEANING A. At the conclusion of the laying, and prior to testing , thoroughly clean all of the new pipelines by spraying with water or other means to remove all dirt, stones , wood struts, pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed at construction access manholes or acce ss ports. If, after this cleaning, obstructions remain, they shall be removed. B . After the pipelines are cleaned and if the groundwater level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks . If defective pipes or joints are discovered at this time, they shall be repaired or replaced at no additional cost to the Owner. 3.06 TESTING A. Testing shall be done in accordance with Section 01666 . Steel Pipe, Fittings and Specials 02615-10 February 20 II City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3 .07 DISINFECTION OF PIPELINES A. The pipe shall be disinfected according to Section 01656. END OF SECTION Steel Pipe, Fittings and Specials 02615-11 February 2011 Ci ty of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 SECTION 02616 BURIED DUCTILE JR.ON PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidental s required and install buried ductile iron pipe and fittings for yard piping complete as shown on th e Drawings and as specified herein . 1.02 RELATED WORK A. Trenching, backfilling and compaction is included in Section 02221 . B . Granular fill material s are included in Section 02230 . C . Testing of pipelines is included in Section O 1666 . D . Disinfection of potable water facilities is included in Section O 1656 . E . Trench safety requirements are included in Section 01665 . F . Non-buried ductile iron pipe is included in Section 15072 . 1.03 SUBMITI ALS A . Submit to the Engineer, within thirty days of the Effective Date of the Agreement , the name of the proposed pipe and fitting suppliers and a list of materials to be furnished . B . Submit to the Engineer, as provided in Section 01300, completely detailed working drawing s and schedules of all ductile-iron pipe and fittings required . C . Prior to each shipment of pipe, submit certified test reports that the pipe for thi s Contract wa s manufactured and tested in accordance with the ASTM and ANSI/ A WW A Standards specifi ed herein . 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM ) l . ASTM A307 -Standard Specification for Carbon Stee l Bolts and Studs 60,000 PSI Ten s ile Strength . B . American Water Works A ss ociation (A WW A) 1. A WW A C104 -Cement-Mortar Lining for Du ctile-Iron Press ure Pipe and Fittings. 2 . A WW A C 105 -Pol yethylene Encasement for Ductile-Iron Pip ing for Water and Oth er Liquid s . Buri ed Ductile Iron Pipe and Fitt ings 02616-1 Febru ary 20 1 I City of Fort Worth Eagle Mountain WfP Clearwell No . 3 3 . A WW A Cl 10 -Ductile-Iron and Gray-Iron Fittings, 3-in Through 48-in for Water and Other Liquids . 4. A WW A Cl 11 -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . 5. A WW AC 115 -Standard for Flanged Ductile-Iron Pipe with Threaded Flanges . 6. A WW A Cl5 l -Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds for Water or Other Liquids. 7. A WW A CI53 -Ductile-Iron Compact Fittings, 3 -in Through 16-in for Water and Other Liquids. 8 . A WW A C600 -Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. 9. A WW A C65 I -Disinfection Water Mains C. American National Standards Institute (ANSI) I . ANSI B 16 .1 -Cast Iron Pipe Flanges and Flanged Fittings . D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A. Ductile iron pipe shall be provided by a single manufacturer. Ductile iron fitting shall be provided by a single manufacturer, but may be a different manufacturer than that of the ductile iron pipe . Ductile iron fittings shall be provided by the pipe manufacturer, Star, Sigma, or Owner approved manufacturer. All ductile-iron pipe to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory provided by the Owner. The Contractor shall require the manufacturer's cooperation in these inspections . The cost of foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe will be borne by the Owner. B. Inspection of the pipe will be made by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time due to failure to meet any of the Specification requirements, even though pipes may have been accepted as satisfactory at the place of manufacture . Pipe rejected after delivery shall be marked for identification and shall immediately be removed from the job. C. All pipe and fittings shall be manufactured in the United States. Buri ed Du ctile Iron Pip e and Fittings 02616-2 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 2 : PRODUCTS 2.01 MATERIALS A. Ductile iron pipe shall conform to AWWA Cl51, with the pressure class listed below . Pipe Diameter 4 6 8 10 12 14 16 18 20 24 30 36 >36 Pressure Class 350 350 350 350 350 250 250 250 250 200 200 200 200 B . Ductile iron fittings shall conform to A WW A C 110 . C. All pipe and fittings shall have a bituminous outside coating in accordance with A WW A Cl5 l and Cl 10, respectively. All pipe and fittings shall be cement-mortar lined and seal coated in accordance with A WW A C104. Cement mortar lining shall be double thickness . D. Joints for buried pipe and fittings shall be push-on or mechanical joints conforming to A WW A Cll 1. E. Restrained joints shall be restrained push-on joints, TR Flex by U.S . Pipe and Foundry; Flex-Ring by American Cast Iron Pipe Company, or approved equal. Joints shall be suitable for 250 psi working pressure and be fabricated of heavy section ductile iron casting. Bolts and nuts shall be galvanized low carbon steel conforming to ASTM A307, Grade B. F . Sleeve type couplings shall be of steel and shall be Style 38 by Dresser Mfg . Div .; Smith-Blair; or approved equal. Couplings shall be furnished with black steel bolts and nuts and with pipe stop removed. Gaskets shall be of a material suitable for exposure to liquid within the pipe . 2.02 POLYETHYLENE ENCASEMENT A. Encasement shall be polyethylene tube conforming to A WW A Cl 05. Class usage shall be : 1. Class A -Natural Color where exposure to weather (including sunlight) is less than 48 hours total before burial. 2. Class C -Black where exposure to weather (including sunlight) may be more than 48 hours . Buried Ductile Iron Pipe and Fitting s 02616-3 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B. Exposure to weather shall be kept to a minimum, and in no case shall it exceed 10 days. The Class of polyethylene used shall be approved by the Engineer. PART 3 : EXECUTION 3.01 LA YING DUCTILE IRON PIPE AND FITTINGS A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe, lining or coatings . Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is found to be defective . Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid, shall conform to the lines and grades required. Ductile iron pipe and fittings shall be installed in accordance with requirements of A WW A C600, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by placing bedding material per Section 02221 and as shown on the Drawings. Blocking will not be permitted. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his/her own expense. C. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed 75 percent of that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities or other obstructions which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. D. When cutting pipe is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. E. Concrete thrust blocks shall be used on this project except as specifically shown on the Drawings . Where concrete thrust blocks are required, minimum bearing area shall be as shown on the Drawings or as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete . Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks . F. In areas where sufficient soil bearing cannot be achieved, restrained joint pipe shall be used . Provide joint restraint per A WW A Manual M4 l guidelines and other locations as directed by the Owner or shown on the Drawings . Refer to Section 02221, Paragraph 3.10. Buried Ductile Iron Pipe and Fittings 02616-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3 .02 PUSH-ON JOINTS A. Push-on joints shall be made in accordance with the manufacturer's instructions . Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated . The plain end of the pipe to be laid shall then be aligned and inserted in the bell of the pipe to which it is to be joined and pushed home with a jack or by other means . After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 3 .03 MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of A WW A C 111 and the manufacturer's instructions . Thoroughly clean and lubricate the joint surfaces and rubber gasket with soapy water before assembly. Bolts shall be tightened to the specified torques. Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3 .04 RESTRAINED JOINTS A. Restrained joints shall be installed as required , and/or as shown on the Drawings, to prevent movement of the pipe during testing and normal operation . The joint assemblies shall be made in accordance with the manufacturer's recommendations . 3.05 SLEEVE TYPE COUPLINGS A. Couplings shall be installed where shown . Couplings shall not be assembled until adjoining push-on joints have been assembled . After installation , apply a heavy bitumastic coating to bolts and nuts . 3.06 POLYETHYLENE ENCASEMENT A. The polyethylene encasement shall be installed in accordance with either method specified in AWWAC105 . 3 .07 TESTING AND CLEANING A. Testing shall be as specified in Section O 1666 . 3 .08 DISINFECTION A. Disinfection shall be as specified in Section 01656 . END OF SECTION Buried Ductile Iron Pipe and Fittings 02616-5 Fe bru ary 20 11 City of Fort Worth Eagle Mountain wrP Clearwell No . 3 PART 1: GENERAL SECTION 02640 BURIED VAL YES, HYDRANTS AND APPURTENANCES 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to provide all direct-buried valves , valves in manholes, hydrants and appurtenances complete with actuators and all accessories as shown on the Drawings and as specified herein . B . Valves specifically excluded from this Section are as follows : 1. All interior valves for process piping. 2. All valves for plumbing work. 3 . All valves for heating and ventilation work. 4 . All valves specifically included with equipment. 1.02 RELATED WORK A. Trenching, backfilling and compacting are included in Section 02221. B . Concrete is included in Division 3 . C . Field painting is included in Section 09902. D . Interior process valves and appurtenances are in included in Section 15100 and 15120, respectively . 1.03 SUB MITT ALS A. Submit materials required to establish compliance with these Specifications in accordance with Section 01300 for shop drawings . Submittals shall include the following : 1 . Manufacturer's literature, illustrations, specifications and engineering data including: a. Dimensions . b . Size. c . Materials of construction . d . Weight. e . Protection coating. f. Actuator weight. g. Calculations for actuator torque where applicable . Buried Valves, Hydrants and Appurtenances 02640-1 2/17/11 Ci ty of Fort Worth Eagle Mountain WTP Cl earwell No. 3 B . Test Reports 1. Four copies of all certified shop te st results specified herein. C . Operation and Maintenance Manuals I . Submit complete operation and maintenance manuals including copies of all approved Shop Drawings. D . Certificates I. Certificates of compliance where required by referenced standard s: For each valve specified to be manufactured and/or installed in accordance with A WW A and other standards, submit an affidavit of compliance with the appropriate standard s, including certified results of required test s and certification of proper installation. 1.04 REFERENCE STANDARDS A . Comply with applicable provisions and recommendations of the following , except as otherwise shown or specified . B . American Water Works Association (A WW A) 1. A WW A C502 -Dry-Barrel Fire Hydrants . 2 . A WW A C504 -Rubber-Seated Butterfly Val ves . 3 . A WW A C509 -Resilie nt-Seated Gate Valves for Water Supply Service 4 . A WW A C515 -Reduced-Wall , Resilient-Seated Gate Valve s for Water Supply Service C . American National Standards Institute (ANSI) l . ANSI B 16 .1 -Cast-Iron Pipe Flanges and Flanged Fitting s. 2. ANSI C 111 -Rubber-Gasket Joints for Ductile-Iron and Gray -Iron Pre ss ure Pipe and Fittings. D . American Society for Testing and Material s (ASTM) 1. ASTM A48 -Gray Iron Castings . 2 . ASTM Al26 -Gray Iron Castings for Valves , Flanges and Pipe Fitting s. 3 . ASTM Al53 -Zinc Coating (Hot-Dip) on Iron and Stee l Hardware . 4. ASTM A276 -Standard Specification for Stainle ss and Heat Res isting Steel Bars and Shapes . 5 . ASTM A536 -Ductile Iron Castings . E . Steel Structure s Painting Council (SSPC ) l . SSPC SP-6 -Commercial Blast Cleaning . Buried Va lves , Hydrants and App urtenances 02640-2 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 F . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A . Manufacturer's Qualifications 1. Valves and appurtenances provided under this Section shall be the standard product in regular production by manufacturers whose products have proven reliable in similar service for at least five years. If required, the manufacturer shall furnish evidence of installation in satisfactory operation . 2 . All units of the same type shall be the product of one manufacturer. B . Design Criteria 1. All valves and appurtenances shall be new and in perfect working condition. Valves shall be designed for continuous use with a minimum of maintenance and service required and shall perform the required function without exceeding the safe limits for stress, strain or vibration . In no case will used or damaged valves be acceptable. The selection of equipment to meet the specified design conditions is the responsibility of the Contractor. Both workmanship and material shall be of the very best quality and shall be entirely s uitable for the service conditions specified . C. Source Quality Control 1. Valves shall be shop tested in accordance with the following : a . Gatevalves: AWWAC509orC515. b . Rubber-seated butterfly valves: A WW A C504 . 2 . Obtain each type of valve from the same manufacturer. 3 . Plug valves shall be hydrostatically tested for 30 minutes at two times the maximum working pressure, with no evidence of distress , leakage or weeping. Plug valves shall be capable of providing drop-tight shut-off up to the full pressure rating . 1.06 SYSTEM DESCRIPTION A. General 1. Buried valves are used on filtered water, drainage, potable water and service water piping. 2. Underground valves shall be of the type shown on the Drawings . 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to ensure uninterrupted progress of the work. B . Protect threads and seats from corrosion and damage. Rising stem s and exposed stem valves shall be coated with a protective oil film which shall be maintained until time of use . C. Furnish covers for all openings. 1. All valves 3-in and larger shall be shipped and stored on site until time of use with wood or plywood covers on each valve end. Buried Valves , Hydrants and Appurtenances 02640-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2 . All valves smaller than 3-in shall be shipped and stored as above except that heavy cardboard covers may be furnished instead of wood. D . Store equipment to permit easy access for inspection and identification. Any corrosion in evidence at the time of Owner acceptance shall be removed, or the valve shall be removed from the job. E . Store all equipment in covered storage off the ground . 1.08 COORDINATION A. Review installation procedures under other Sections and coordinate with the work which is related to this Section including buried piping installation, site utilities , piping insulation, heating, ventilating and air conditioning, plumbing and chemical feed facilities. B. Coordinate the location and placement of restrained joints or concrete thrust blocks when required. PART 2: PRODUCTS 2 .01 GENERAL A. Unless otherwise noted , all manual operating input shafts for valves 4-in diameter and larger shall tum to the right (clockwise) to open the valve . AU valve manual actuators shall open to the right (clockwise). Refer to Section 15100 for requirements associated with valve actuators. B. The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configuration desired . C. Valves shall be of the size shown on the Drawings or as noted and as far as possible equipment of the same type shall be identical and from one manufacturer. D. Valves shall have the name of the maker, nominal size, flow directional arrows, working pressure for which they are designed and standard to which they are manufactured cast in raised letters on some appropriate part of the body. The operator open direction shall be cast on the handwheel or stem extension . E . Unless otherwise noted, valves shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to , whichever is higher, and suitable for the pressures noted where they are installed . F . Valves shall be of the same nominal diameter as the pipe or fittings they are connected to . Except as otherwise noted, joints shall be mechanical joints, with joint restraint where the adjacent piping is required to be restrained. G. Valves shall be especially constructed for buried service when required . H . Buried valves shall have mechanical joints unless noted otherwise or approved by the Engineer. All non-buried valves to be located in valves, manholes , etc ., shall be flanged unless otherwise noted. 2.02 VAL VE BOXES A. All gate, butterfly and plug valves shall be provided with extension shafts , operating nuts and valve boxes as follows: Buried Valves, H ydrants and Appurtenances 02640-4 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 l . Extension shafts shall be Type 304 stainless steel and the operating nut shall be 2-in square. Shafts shall be designed to provide a factor of safety of not less than four. Operating nuts shall NOT be permanently attached (pinned) to the shafts . 2 . Top of the operating nut shall be located 2-in below the rim of the valve box. 3. Valve boxes shall be as manufactured by Clow; Mueller; Tyler; Western Iron Works, or approved equal , and shall be a heavy-pattern cast iron, three-piece, telescoping type box with dome base suitable for installation on the buried valves. Inside diameter shall be at least 4 l/2-in. Barrel length shall be adapted to the depth of cover, with a lap of at least 6-in when in the most extended position. Covers shall be cast iron with integrally-cast direction-to-open arrow. Aluminum and plastic are not acceptable. A means of lateral support for the valve extension shafts shall be provided in the top portion of the valve box. 4. Covers shall have "WATER", "SEWER", "SLUDGE", or "PROTECTED WATER" cast into the top or as appropriate for the respective service of the valve . 5 . The upper section of each box shall have a bottom flange of sufficient bearing area to prevent settling. The bottom of the lower section shall enclose the stuffing box and operating nut of the valve and shall be oval. At grade the valve box shall be installed in conjunction with a 4- ft square reinforced (#4 bars at 12" OC EW) concrete pad per the Civil Details. Install concrete pad atop a 12-in layer of drain rock per Section 02200 . 6. An approved operating key or wrench shall be furnished. 7 . All fasteners shall be Type 304 stainless steel. 2.03 GATE VALVES A . General 1. Valves 2 l/2-in and smaller shall be all bronze construction; valves 3-in and larger shall be iron body, bronze mounted. 2. All gate valves shall conform to the requirements of A WW A C509 or C515, except as may be specifically modified herein. B. Gate valves 2 l/2-in and smaller 1. Screwed ends, solid wedge, rising stem and screwed-in bonnet with minimum non-shock working pressure of 150 psig. 2. Product and Manufacturer: Furnish valves as manufactured by one of the following : a . Jenkins Brothers, Figure 47 . b. Crane Company, Figure 431-UB. C. Gate valves 3-inch and larger. I. Valves shall be resilient seated gate valves with minimum working pressure of 150 psig. 2. Valves shall be as specified in Paragraph 2 .04. Buried Valves , Hydrants and Appurtenances 02640-5 2/17/11 City of Fort Worth Eagle Mountain wrP Clearwell No. 3 2 .04 RESILIENT SEATED GATE VALVES A. Valves shall be manufactured in accordance with A WW A C509 or C515, by American Flow Control, Clow or approved equal. Gate valves of diameters greater than 48-in may be furnished as a reduced body configuration to match connecting piping diameter. Refer to section 15100, Paragraphs 2.02 and 2 .09 for additional specification requirements associated with resilient seated, buried gate valves. Refer to Civil Drawings for required buried gate valve installations including joint fitting requirements. B . Valves shall be non-rising stem valves and shall be provided with a minimum of two 0-ring stem seals. Bypass valves shall be provided if required by the manufacturer for the specified operating pressures. Manufacturer shall provide, upon request by the Owner, certified torque values for valve actuation over the entire operational design range . Tables will be used for verification of compliance with specified manual actuator requirements and determination of need for bypass valve. C. Gate valves shall be furnished with spur gear assemblies; bevel gearing will NOT be accepted. D . Wedges shall be totally encapsulated. E . Units shall be, in addition, UL and FM approved . 2.05 TAPPING SLEEVES AND TAPPING VALVES A. Tapping sleeves shall be of cast iron, designated for working pressure not less than 200 psi. Armored end gaskets shall be provided for the full area of the sleeve flanges. Sleeves shall be as manufactured by A.P. Smith Division of U.S . Pipe; Mueller; Clow, or approved equal. Nuts and bolts shall be Type 304 stainless steel. B . Tapping valves shall conform to the requirements specified above for gate valves except that one end shall be flanged and one mechanical, or with two flanged ends as shown on the Drawings. Tapping valves shall be provided with an oversized opening to permit the use of full size cutters. 2 .06 PLUG VALVES A. All plug valves shall be of the nonlubricated, eccentric type with bodies and plugs of semi-steel construction . Valves shall be rated for a minimum working pressure of 150 psig. The area at the valve port shall be at least 80 percent of the full pipe area. ALL VALVES SHALL OPEN 'RIGHT' OR CLOCKWISE. B. Valves shall have balanced plugs with a resilient facing of neoprene solidly bonded thereto to assure bubble-tight shutoff low torque requirements. C. Seats shall have a welded-in overlay of 90 percent pure nickel on all surfaces contacting the plug face . D. Valves shall be furnished with bolted bonnets and self-adjusting chevron-type packing. Packing shall be replaceable without disassembling the valve or removing the bonnet from the valve. E . Corrosion-resistant, permanently-lubricated bearings shall be provided at both ends of the valve shafts . F . All valves shall be supplied with mechanical joint ends conforming to ASNI BI 6. I, Class 125, unless otherwise noted herein. Valves in vaults shall be flanged . G. All exterior hardware on valves shall be of Type 304 stainless steel. Buried Val ves, Hydrants and Appurtenance s 02640-6 2/17/11 City of Fort Worth Eagle Mountain wrP Clearwell No. 3 2 .07 BUTTERFLY VALVES A. Valves shall be manufactured in strict accordance with A WW A C504 . Valves shall be bubble tight at rated pressures . Valve discs shall rotate 90 degrees from full closed to open . Operators shall be assembled to the valve by the valve manufacturer. The valve/operator shall be tested as a complete assembly by the valve manufacturer. The manufacturer shall have produced A WW A butterfly valves for a minimum of five years. B . Valve bodies shall be constructed of cast iron ASTM A126, Class B . Valves in vaults shall be flanged. Flange drilling shall be in accordance with ANSI B 16.1, Class 150. Laying length shall be short body as listed in A WW A C504. Buried valves shall be mechanical joint end conforming to ANSI C 111 . C. Valve discs shall be constructed of cast iron ASTM A126 or A48, ductile iron ASTM A536. Disc edge shall be either Ni-chrome or Type 316 stainless steel. D . Rubber valve seats shall be EPDM. The seat shall be located on the valve disc or in the valve body and MUST be mechanically retained . Seat retaining hardware such as screws and segments shall be 316 stainless steel. Seats must be fully mechanically adjustable for valves 30-inch and larger. E. Valve shafts shall be Type 304 stainless steel , ASTM A276 and shall be of a diameter not less than those listed in AWWA C504, Class 150B . F . Shaft seals shall be furnished where the shaft projects through the valve body. Shaft seals shall be standard split-v type packing. G. Valves shall be fitted with sleeve type bearings contained in the trunions of the valve body. Bearing material shall be nylon for valves through 20-in and fiberglas s with teflon lining for valves 24-in and larger. H . Valve manufacturer shall furnish and mount operator suitable for buried service . Operators shall be self-locking and suitable for submergence to 20-ft . A 2-in square operating nut shall be furnished. Operator stops shall be capable of withstanding an input of 450 ft lbs . I. All valves shall be hydrostatically and leak tested . J. Valve class shall be A WW A Class 150B with operators sized for bi -directional flow . K. Valves shall be manufactured by one of the following : 1. M&H Valves 2 . Val-Matic 3. Crispin/K-Flo 2.08 YARD HYDRANTS A. Yard hydrants shall be located and installed as shown on the Drawings . B . Caution sign , as shown on the Drawings, shall be provided on each yard hydrant connected to plant protected water system . Buried Valves, Hydrants and Appurtenances 02640-7 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 .09 FIRE HYDRANTS A. Fire hydrants shall be dry-barrel type conforming to the requirements of A WW A C502. Hydrants shall be designed such that the hydrant valve closes with line pressure preventing loss of water and consequent flooding in the event of traffic damage . B. Hydrants shall have 6-inch mechanical joint inlet connections, two 2 1/2-inch hose connections and one 4-inch pumper connection. Threads for the hose and pumper connections shall be in accordance with National Standard Thread as per applicable NFPA standards. Hydrants shall be according to manufacturer's standard pattern. Hydrants shall be equipped with "O" ring packing. Each nozzle cap shall be provided with a Buna-N rubber washer. C. Hydrants shall be arranged so that the direction of outlets may be turned 90 degrees without inter- ference with the drip mechanism or obstructing the discharge from any outlet. D. A bronze or rustproof steel nut and check nut shall be provided to hold the main hydrant valve on its stem. E . Hydrant valve opening shall have an area at least equal to that area of a 5 1A -inch minimum diameter circle and be obstructed only by the valve rod. Each hydrant shall be able to deliver 500 gallons minimum through its two 2 Y2 -inch hose nozzles when opened together with a loss of not more than 2 psi in the hydrant. F . Hydrants shall be designed for installation in a trench that will provide minimum cover as noted on Drawings. Hydrant extensions shall be as manufactured by the company furnishing the hydrants and of a style appropriate for the hydrants as furnished. G . Hydrants shall open by turning operating nut to right (clockwise) and shall be marked with a raised arrow and the work "open" to indicate the direction to turn stem to open hydrant. H . Hydrants shall be furnished with caps, double galvanized steel hose cap chain, galvanized steel pumper hose cap chain, a galvanized steel chain holder and any other hooks and/or appurtenances required for proper use . I. Hydrant operating nut shall be A WW A Standard square type measuring 1 -inch flat-to-flat. J. Hydrants shall be hydrostatically tested as specified in A WW A C502 . K . Hydrants shall be one of the models and manufacturers on the Fort Worth Water Department's approved list of fire hydrants; American Darling Valve, Clow Corporation, M&H Valve Company. L. All iron work to be set below ground, after being thoroughly cleaned, shall be painted with two coats of asphalt varnish specified in A WW A C502 . Iron work to be left above ground shall be shop painted silver with two coats of paint of quality and color to correspond to the present standard of the Owner. 2.10 CORPORATION STOPS A. Corporation stops shall be brass with Mueller-type threads, not less than 1-inch in diameter and shall be installed where shown, specified or required . B . Furnish corporation stops as manufactured by the following: I. Mueller Company, Figure H-10003. Buried Valves , Hydrants and Appurtenances 02640-8 February 20 11 City of Fort Worth Eagle Mountain WTP Cleaiwell No. 3 2.11 SURFACE PREPARATION AND SHOP COATINGS A. The interior ferrous metal surfaces, except finished or bearing surfaces, shall be blast cleaned in accordance with SSPC SP-6 and painted with fusion bonded epoxy coating specifically formulated for potable water use. The coating used must appear on the current edition of the United States Environmental Protection Agency's list entitled "Accepted Categories and Subcategories of Coatings, Liners and Paints for Potable Water Usage". B . Exterior ferrous metal surfaces of all buried valves and hydrants shall be blast cleaned in accordance with SSPC SP-6 and given two shop coats of a heavy coal tar enamel or an approved two -component coal tar epoxy paint. C . Exterior ferrous metal surfaces of all non -buried valves shall be shop painted with one coat of primer in accordance with the requirements of Section 09901. PART 3: EXECUTION 3.01 INSPECTION AND PREPARATION A. During installation of all valves and appurtenances, verify that all items are clean , free of defects in material and workmanship and function properly. B . All valves shall be closed and kept closed until otherwise directed by the Engineer. 3 .02 INSTALLATION OF BURIED VALVES AND VALVE BOXES A. Buried valves shall be cleaned and manually operated before installation . Buried valves and valve boxes shall be set with the stem vertically aligned in the center of the valve box . Valves shall be set on a firm foundation and supported by tamping pipe bedding material under the sides of the valve. Valves 8-inch and larger shall be set on a lean concrete pede sta l a s shown in the Standard Detail Drawings. The valve box shall be supported during backfilling and maintained in vertical alignment with the top flush with finish grade . The valve box shall be se t so as not to transmit traffic loads to the valve. B . Before backfilling, all exposed portions of any bolts shall be coated with two coats of bituminous paint comparable to Bitumastic No . 50 by Kap-Coat, Inc., and wrapped with polyethylene. C. Install valve floorstand operators with stainless steel bolts . 3.03 INSTALLATION OF TAPPING SLEEVES AND VALVES A. The proper authority shall be contacted and their permission granted prior to tapping a "live" line . The required procedures and time table shall be followed exactl y. B. Installation shall be made under pressure and flow shall be maintained . The diameters of the tap shall be a minimum of 1/4-in less than the inside diameter of the branch line. C . The entire operation shall be conducted by workers experienced in the installation of tapping sleeves and valves. The tapping machine shall be furnished by the Contractor. D . Determine the location of the line to be tapped to confirm that the proposed location will be satisfactory and that no interference will be encountered such as joints or fittings . No tap or sleeve will be made closer than three feet from a pipe joint. Buried Valves, Hydrants and Appurtenances 02640-9 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 E. Tapping sleeve and valve with boxes shall be set squarely centered on the line to be tapped. Adequate support shall be provided under the sleeve and valve during the tapping operation. Thrust blocks or other permanent restraint acceptable to the Engineer shall be provided behind all tapping sleeves . Proper tamping of supporting pipe bedding material around and under the valve and sleeve is mandatory for buried installations. F. After completing the tap, the valve shall be flushed to ensure that the valve seat is clean . All proper regulatory procedures (including disinfection) shall be followed exactly . G. Tapping coupons shall be tagged and delivered to the Owner. 3 .04 FIELD TESTS AND ADJUSTMENTS A. Conduct a functional field test of each valve, includ ing actuators and valve control equipment, in presence of Engineer to demonstrate that each part and all components together function correctly. All testing equipment required shall be furnished by the Contractor. END OF SECTION Buried Valves, Hydrants and App urtenances 02640-10 February 2011 City of Fort Worth Eagle Mountain WTP ClearweU No. 3 PART 1: GENERAL SECTION 02658 CONNECTIONS TO AND WORK ON EXISTING SYSTEM 1.01 SCOPE OF WORK A. 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. B. The Contractor shall supply all materials, equipment and labor required for plugging existing piping, all work on existing piping end connections, and all additional work required . Contractor shall field verify end-connections of existing pipe prior to fabrication and order of new, connecting pipe. C. 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. D. The Contractor shall notify the Engineer immediately of any discrepancies in elevations and configuration of existing piping 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. Construction scheduling and sequencing are included in Section O I 040 . B . Trenching, backfilling and compaction are included in Section 02221. C. Concrete is specified in Section 03300 . PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3 .01 HANDLING FLOWS A. The Contractor shall provide all labor, equipment and materials necessary to maintain existing flows, including temporary diversions that may be required . B. Workplan submittal is required for any activity that will interrupt facility operations . Workplan shall include complete schedule and listing of all work activities for review and acceptance by the Owner/Engineer. Contractor shall submit the Workplan 21 days in advance of proposed flow interruption . Following acceptance of Workplan and 21-day time frame, minimum of 48-hours notice shall be provided prior to commencing proposed work . END OF SECTION Connections to and Work on Existing System 02658-1 2/17/1 I DIVISION 3 CONCRETE • • ,· ~- City ofFort Worth Eagle Mountain WTP Clearwell No. 3 PARTl GENERAL 1.01 SCOPE OF WORK SECTION 03100 CONCRETE FORMWORK A. Furnish all labor, materials, equipment and incidentals required and design , install and remove formwork for cast-in-place concrete as shown on the Drawings and as specified herein . B. Secure to forms as required or set for embedment as required , all miscellaneous metal items , sleeves, reglets , anchor bolts, inserts and other items furnished under other Sections and required to be cast into concrete. 1.02 RELATED WORK A . Concrete Reinforcement is included in Section 03 200 . B. Concrete Joints and Joint Accessories are included in Section 03 2 50 . C . Cast-in-Place Concrete is included in Section 03 300. D. Grout is included in Section 03600 . 1.03 SUBMITTALS A . Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: I. Form release agent 2 . Form ties B . Samples 1. Demonstrate to the Engineer on a designated area of the concrete substructure exterior surface that the form release agent will not adversely affect concrete surfaces to be painted, coated or otherwise finished and will not affect the forming materials . C . Certificates 1. Certify form release agent is suitable for use in contact with potable water after 3 0 days (non-toxic and free of taste and odor). Concrete Formwork 03100-1 2/17/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 301 -Standard Specification for Structural Concrete 2 . ACI 350 -Building Code Requirements for Environmental Engineering Concrete Structural 3 . ACI 347 -Formwork for Concrete B . American Plywood Association (APA) 1. Material grades and designations as specified C . Where reference is made to one of the above standards, the revi s ion in effect at the time of bid opening shall apply. 1.05 SYSTEM DESCRIPTION A . General : Architectural Concrete is wall, slab , beam or column concrete which will have surfaces exposed to view in the finished work. It includes similar exposed surfaces in water containment structures from the top of walls to 2-ft below the normal water surface in open tanks and basins . B . Structural design responsibility : All forms and shoring shall be des igned at the CONTRACTOR 's expense by a professional engineer licensed in the state of Texas . Formwork shall be designed and erected in accordance with the requirements of ACI 301 and ACI 35 0 and as recommended in ACI 34 7 and shall comply with all applicable regulations and codes. The design shall consider any special requirements due to the use of plasticized and/or retarded se t concrete . PART 2 PRODUCTS 2 .01 GENERAL A . The usage of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations des ired . 2 .02 MATERIALS A . Forms for cast-in-place concrete shall be made of wood , metal , or other approved material. Construct wood forms of sound lumber or plywood of suitable dimens ions and free from knotholes and loose knots. Where used for exposed surfaces , dress and match boards . Sand plywood smooth and fit adjacent panels with tight joints. Metal form s may be used when approved by the Engineer and shall be of an appropriate type for the class of work involved . All forms shall be designed and constructed to provide a flat , uniform concrete surface requiring minimal finishing or repairs . Concrete Form work 03100-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B. Wall Forms I. Forms for all exposed exterior and interior concrete walls shall be "Plyform" exterior grade plywood panels manufactured in compliance with the APA and bearing the trademark of that group, or equal acceptable to the Engineer. Provide B grade or better veneer on all faces to be placed against concrete during forming . The class of material and grades of interior plies shall be of sufficient strength and stiffness to provide a flat, uniform concrete surface requiring minimal finishing and grinding. 2. All joints or gaps in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and will withstand placing pressures without bulging outward or creating surface patterns. 3. Forms for circular structures shall conform to the circular shape of the structure. Straight panels may be substituted for circular panels if the straight panels do not exceed 2-ft in width nor deflect more than 3-1 /2 degrees per joint, nor conflict with specific notes on the Drawings . C. Form Release Agent I . Coat all forming surfaces in contact with concrete using an effective, non-staining, non-residual, water based, bond-breaking form coating unless otherwise noted . Form release agents used in potable water containment structures shall be suitable for use in contact with potable water and shall be non-toxic and free of taste or odor. 2. Concrete surfaces which are to be painted shall be formed with hard plastic finished plywood or a similar material which does not require a form release agent unless the CONTRACTOR can substantiate to the satisfaction of the Engineer that the form release agent will not remain on the formed surface after it is stripped . D . Form Ties I. Form ties encased in concrete other than those specified in the following paragraphs shall be designed so that, after removal of the projecting part, no metal shall remain within 1-1/2-in of the face of the concrete . The part of the tie to be removed shall be provided with a removable cone at least 1-in diameter and 1-1/2-in deep. Form ties in concrete exposed to view shall be the cone-washer type . 2. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1-1/2-in and sufficient dimensions to permit proper patching of the tie hole . 3. Ties for liquid containment structures shall have an integral waterstop that is tightly welded to the tie . 4. Common wire shall not be used for form ties . 5. Alternate form ties consisting of tapered through-bolts at least I-in in diameter at smallest end or through-bolts that utilize a removable tapered sleeve of the same minimum size may be used at the CONTRACTOR's option. Obtain Engineer's acceptance of system and spacing of ties prior to ordering or purchase of forming . Clean, fill and seal form tie hole with non-shrink Concrete Fonnwork 03100-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 cement grout. The CONTRACTOR shall be responsible for watertightness of the form ties and any repairs needed. PART 3 EXECUTION 3.01 GENERAL A . Forms shall be used for all cast-in-place concrete including sides of footings . Forms shall be constructed and placed so that the resulting concrete will be of the shape, lines, dimensions and appearance indicated on the Drawings. B. Forms for walls shall have removable panels at the bottom for cleaning, inspection and joint surface preparation. Forms for walls of considerable height shall have closable intermediate inspection ports. Tremies and hoppers for placing concrete shall be used to allow concrete inspection, prevent segregation and prevent the accumulation of hardened concrete on the forms above the fresh concrete . C. Molding, bevels, or other types of chamfer strips shall be placed to produce blockouts, rustications, or chamfers as shown on the Drawings or as specified herein . Chamfer strips shall be provided at horizontal and vertical projecting corners to produce a 3/4-in chamfer. Rectangular or trapezoidal moldings shall be placed in locations requiring sealants where specified or shown on the Drawings. Sizes of moldings shall conform to the sealants manufacturer's recommendations . D. Forms shall be sufficiently rigid to withstand construction loads and vibration and to prevent displacement or sagging between supports. Construct forms so that the concrete will not be damaged by their removal. The CONTRACTOR shall be entirely responsible for the adequacy of the forming system . E. Before form material is re-used, all surfaces to be in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting nails withdrawn and all protrusions smoothed . Reuse of wooden forms for other than rough finish will be permitted only if a "like new" condition of the form is maintained. F. Accessories which remain embedded in the concrete after formwork removal shall be approved by the Engineer. Permanent embedments shall have sufficient concrete cover or be of suitable materials for the exposure condition as approved by the Engineer. 3.02 FORM TOLERANCES A. Forms shall be surfaced, designed and constructed in accordance with the recommendations of ACI 347 and shall meet the following additional requirements for the specified finishes. B. Formed Surface Exposed to View: Edges of all form panels in contact with concrete shall be flush within 1/32-in and forms for plane surfaces shall be such that the concrete will be plane within 1/16-in in 4-ft. Forms shall be tight to prevent the passage of mortar, water and grout. The maximum deviation of the finish wall surface at any point shall not exceed 1/4-in from the intended surface as shown on the Drawings. Form panels shall be arranged symmetrically and in an orderly manner to minimize the number of seams. Concrete Forrnwork 03100-4 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 C . Formed surfaces not exposed to view or buried shall meet requirements of Class "C" Surface in ACI 347. D . Formed rough surfaces including mass concrete, pipe encasement, electrical duct encasement and other similar installations shall have no minimum requirements for surface smoothness and surface deflections . The overall dimensions of the concrete shall be plus or minus I -in . E. Formed concrete Surfaces to Receive Paint: Surface deflections shall be limited to 1/32-in at any point and the variation in wall deflection shall not exceed 1/16-in per 4-ft . The maximum deviation of the finish wall surface at any point shall not exceed 1/4 -in from the intended surface as shown on the Drawings . 3.03 FORM PREPARATION A . Wood forms in contact with the concrete shall be coated with an effective release agent prior to form installation. B . Steel forms shall be thoroughly cleaned and mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface for all forms , except those utilized for surfaces receiving a rough finish . All forms shall have the contact surfaces coated with a release agent. 3 .04 REMOVAL OF FORMS A . The CONTRACTOR shall be responsible for all damage resulting from removal of forms. Forms and shoring for structural slabs or beams shall remain in place in accordance with ACI 301 and ACI 347 . Form removal shall conform to the requirements specified in Section 03300 . 3 .05 INSPECTION A. The Inspector shall be notified when the forms are complete and ready for inspection at least six hours, or as required by the agency, prior to the proposed concrete placement. B. Failure of the forms to comply with the requirements specified herein , or to produce concrete complying with requirements of this Section shall be grounds for rejection of that portion of the concrete work. Rejected work shall be repaired or replaced as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements of this Section and approval of the Engineer. END OF SECTION Concrete Formwork 03100-5 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03200 CONCRETE REINFORCEMENT A . Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein. B . Furnish only all deformed steel reinforcement required to be entirely built into concrete masonry unit construction . 1.02 RELATED WORK A. Concrete Formwork is included in Section 03100. B. Concrete Joints and Joint Accessories are included in Section 03250 . C. Cast-in-place Concrete is included in Section 03300 . D . Grout is included in Section 03600. 1.03 SUBMITTALS A . Submit to the Engineer, in accordance with Section 01300 , shop drawings and product data showing materials of construction and details of installation, including the following: 1. Reinforcing steel placing drawings. Placing drawings shall conform to the recommendations of ACI 315 . Clearly identify the portion of the Work covered by each placing drawing . All bar splice locations and lap lengths shall be clearly shown . Clearly show the placement of all required additional reinforcement (around openings, at comers, etc .) as shown on the Drawings . 2. Bill of materials (bar list). Clearly show the placement of each bar listed in the bill of materials on the placing drawings . 3. Bar bending details. The bars shall be referenced to the same identification marks shown on the placing drawings . Include standard bending diagrams in the submittal, as applicable . 4 . Identify the grade of reinforcing steel in the submittal. Clearly identify any bars that are of a different grade or that have special coatings . B . Submit Test Reports, in accordance with Section 01 3 00 , of each of the following items : 1. Certified copy of mill test on each steel proposed for use showing the physical properties of the steel and the chemical analysis. Concrete Reinforcement 03200-1 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 2. Welder's certification. The certification shall be in accordance with A WS D 1.4 when welding of reinforcement required . 1.04 REFERENCE ST AND ARDS A . American Society for Testing and Materials (ASTM) 1. ASTM A82 -Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM Al 84 -Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM Al 85 -Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 4. ASTM A496 -Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement 5 . ASTM A497 -Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement 6. ASTM A615 -Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement 7. ASTM A 706 -Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. B. American Concrete Institute (ACI) 1. ACI 301 -Standard Specification for Structural Concrete 2 . ACI 315 -Details and Detailing of Concrete Reinforcement. 3. ACI 350 -Building Code Requirements for Environmental Concrete Structure 4. ACI SP-66 -ACI Detailing Manual C . Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice D. American Welding Society (AWS) 1. A WS D 1.4 -Structural Welding Code -Reinforcing Steel E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. Co ncrete Reinforcement 03200-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 1.05 DELNERY, HANDLING AND STORAGE A. Reinforcing steel shall be substantially free from mill scale , rust, dirt, grease, or other foreign matter. B. Reinforcing steel shall be shipped and stored with bars of the same size and shape fastened in bundles with durable tags , marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted Placing Drawings . C . Reinforcing steel shall be stored off the ground, protected from moisture and kept free from dirt, oil, or other injurious contaminants. PART 2 PRODUCTS 2.01 MATERIALS A. Materials shall be new, of domestic manufacture and shall comply with the following material specifications . B. Deformed Concrete Reinforcing Bars : ASTM A615 , Grade 60 deformed bars . C. Concrete Reinforcing Bars required on the Drawings to be Welded : ASTM A 706 . D. Spiral Reinforcement 1. ASTM A6 l 5, Grade 60 for hot-rolled plain or deformed bars. 2. ASTM A82 for cold-drawn wire . E . Welded Steel Wire Fabric: ASTM Al 85 . Provide in flat sheets. F. Welded Deformed Steel Wire Fabric : ASTM A497 . G . Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars . H. Fabricated Deformed Steel Bar Mats: ASTM Al84 and ASTM A615 Grade 60 deformed bars . I. The following alternate materials are allowed : l . ASTM A6 l 5 Grade 60 may be used for ASTM A 706 provided the following requirements are satisfied: a. The actual yield strength of the reinforcing steel based on mill tests shall not exceed the specified yield strength by more than 18,000 psi. Retests shall not exceed this value by more than an additional 3 000 psi . b. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement shall not be less than 1.25. c. The carbon equivalency (CE) of bars shall be 0.55 or les s. Concrete Reinforcement 03200-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 J . Reinforcing Steel Accessories l . Plastic Protected Bar Supports: CRSI Bar Support Specifications, Class 1 -Maximum Protection. 2. Stainless Steel Protected Bar Supports : CRSI Bar Support Specifications, Class 2 -Moderate Protection . 3 . Precast Concrete Block Bar Supports: CRSI Bar Support Specifications, Precast Blocks. Blocks shall have equal or greater strength than the surrounding concrete . K. Tie Wire 1. Tie Wires for Reinforcement shall be 16-gauge or heavier, black annealed wire. L. Fiber Reinforcement 1. Synthetic reinforcing fiber for concrete shall be 100 percent polypropylene collated, fibrillated fibers as manufactured by Fibermesh Company of Synthetic Industries Inc ., Chattanooga, TN -Fibermesh or equal. Fiber length and quantity for the concrete mix shall be in strict compliance with the manufacturer's recommendations as approved by the Engineer. Synthetic fibers shall conform to ASTM C 1116 / C 1116M, Type III, Synthetic Fiber, and as follows. Fibers shall be 100 percent virgin polypropylene fibrillated fibers containing no reprocessed olefin materials. Fibers shall have a specific gravity of 0 .9, a minimum tensile strength of70 ksi graded per manufacturer, and specifically manufactured to an optimum gradation for use as concrete secondary reinforcement. 2.02 FABRICATION A. Fabrication of reinforcement shall be in compliance with the CRSI Manual of Standard Practice and ACI 315 . B. Bars shall be cold bent. Bars shall not be straightened or rebent. C . Bars shall be bent around a revolving collar having a diameter of not less than that recommended by the ACI 318. D. Bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded , shall have the applicable end(s) saw-cut. Such ends shall terminate in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. E . Spirals 1. Provide a minimum of 1-1/2 finishing turns at the top and bottom. 2. Splices shall be tension lap splices at least 48 bar diameters , but not less than 12-in in length. Welded splices shall only be used where specifically approved by the Engineer. 3 . Provide spacers as recommended by the CRSI. Co ncrete Reinforcement 03200-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART3 EXECUTION 3.01 INSTALLATION A. Surface condition, bending, spacing and tolerances of placement of reinforcement shall comply with the CRSI Manual of Standard Practice and ACI 301. The CONTRACTOR shall be solely responsible for providing an adequate number of bars and maintaining the spacing and clearances shown on the Drawings. B. Except as otherwise indicated on the Drawings, the minimum concrete cover of reinforcement shall be as follows: 1. See Structural Notes on Drawing S-1 . C. Reinforcement which will be exposed for a considerable length of time after being placed shall be coated with a heavy coat of neat cement slurry. D. No reinforcing steel bars shall be welded either during fabrication or erection unless specifically shown on the Drawings or specified herein, or unless prior written approval has been obtained from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work . When welding of reinforcement is approved or called for , it shall comply with A WS D 1.4. E . Reinforcing steel interfering with the location of other reinforcing steel, conduits or embedded items may be moved within the specified tolerances or one bar diameter, whichever is greater. Greater displacement of bars to avoid interference shall only be made with the approval of the Engineer. Do not cut reinforcement to install inserts , conduits, mechanical openings or other items without the prior approval of the Engineer. F . Securely support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete . G . Reinforcing steel bars shall not be field bent except where shown on the Drawings or specifically authorized in writing by the Engineer. If authorized, bars shall be cold-bent around the standard diameter spool specified in the CRSI. Do not heat bars . Closely inspect the reinforcing steel for breaks. If the reinforcing steel is damaged, replace, Cadweld or otherwise repair as directed by the Engineer. Do not bend reinforcement after it is embedded in concrete . 3 .02 REINFORCEMENT AROUND OPENINGS A . Unless specific additional reinforcement around openings is shown on the Drawings, provide additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional area of the reinforcing steel interrupted by an opening. The bars shall have sufficient length to develop bond at each end beyond the opening or penetration. Concrete Reinforcement 03200-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3.03 SPLICING OF REINFORCEMENT A. Lap splices shall be provided as shown on the Drawings. For lap splices not shown, request clarification from the Engineer. In general, lap splices will be required to be Class B tension lap splices in accordance with ACI 350. B. Install wire fabric in as long lengths as practicable. Splices in welded wire fabric shall be lapped in accordance with the requirements of ACI 350 but not less than 12-in. The spliced fabrics shall be tied together with wire ties spaced not more than 24-in on center and laced with wire of the same diameter as the welded wire fabric . Do not position laps midway between supporting beams, or directly over beams of continuous structures. Offset splices in adjacent widths to prevent continuous splices. 3 .04 ACCESSORIES A. Determine, provide and install accessories such as chairs, chair bars and the like in sufficient quantities and strength to adequately support the reinforcement and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Stainless steel bar supports or steel chairs with stainless steel tips shall be used where the chairs are set on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use of galvanized or plastic tipped metal chairs is permissible in all other locations unless otherwise noted on the Drawings or specified herein . D. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats , may be used if approved by the Engineer. END OF SECTION Concrete Reinforcement 03200-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART I GENERAL SECTION 03250 CONCRETE JOINTS AND JOINT ACCESSORIES 1.01 SCOPE OF WORK A. Furnish all labor, materials , equipment and incidentals required and install accessories for concrete joints as shown on the drawings and as specified herein. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03100 . B. Concrete Reinforcement is included in Section 03200. C. Cast-In-Place Concrete is included in Section 03300. D . Concrete Finishes are included in Section 03350 . E. Grout is included in Section 03600. 1.03 SUBMITTALS A . Submit, in accordance with Section 01300, shop drawings and product data. Submittals shall include the following: I . Standard Waterstops: Product data including catalogue cut, technical data, storage requirements, splicing methods and conformity to ASTM standards. 2 . Special Waterstops: Product data including catalogue cut, technical data, location of use, storage requirements, splicing methods, installation instructions and conformity to ASTM standards . 3. Premolded joint fillers: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. 4. Bond breaker: Product data including catalogue cut, technical data, storage requirements, installation requirements , location of use and conformity to ASTM standards . 5 . Expansion joint dowels: Product data on the complete assembly including dowels , coatings , lubricants, spacers, sleeves, expansion caps, installation requirements and conformity to ASTM standards . 6. Compressible joint filler : Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards . Concrete Joints and Joint Accessories 03250-1 2/17/11 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 7. Bonding agents : Product data including catalogue cut, technical data, storage requirements, product life, application requirements and conformity to ASTM standards. 8. Joint sealants: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards . B . Certifications 1. Certification that all materials used within the joint system are compatible with each other. 2. Certification that materials used in the construction of joints are suitable for use in contact with potable water 30 days after installation. 1.04 REFERENCE ST AND ARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D395 -Standard Test Methods for Rubber Property -Compression Set. 2. ASTM D412 -Standard Test Methods for Valcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers -Tension . 3 . ASTM D573 -Standard Test Method for Rubber-Deterioration in an Air Oven. 4. ASTM A675 -Standard Specification for Steel Bars , Carbon, Hot-Wrought, Special Quality, Mechanical Properties . 5 . ASTM C881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete . 6 . ASTM C1059 -Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete . 7. ASTM Dl 149 -Standard Test Method for Rubber Deterioration -Surface Ozone Cracking in a Chamber. 8 . ASTM Dl 751 -Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. (Nonextruding and Resilient Bituminous Types). 9. ASTM Dl 752 -Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 10 . ASTM D2240 -Standard Test Method for Rubber Property -Durometer Hardness. 11 . ASTM D2628 -Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements. B. U.S . Army Corps of Engineers (CRD). 1. CRD C572 -Specification for Polyvinylch loride Waterstops . Co ncrete Joints and Joint Accessories 03250-2 2/17/11 City of Fort Worth Eagle M o untain WTP Cl earwell No. 3 C . Federal Specifications 1. FS SS-S-21 OA -Sealing Compound for Expansion Joints . D . Where reference is made to one of the above standards, the rev ision in effect at the time of bid opening shall apply unless otherwise noted . PART 2 PRODUCTS 2 .01 GENERAL A . The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired . B . All materials used together in a given joint (bond breakers, backer rods, joint fillers , sealants, etc .) shall be compatible with one another. Coordinate selection of suppliers and products to ensure compatibility. Under no circumstances shall asphaltic or bituminous bond breakers or joint fillers be used in joints receiving sealant. C . All chemical sealant type waterstops shall be products specifically manufactured for the purpose for which they will be used and the products shall hav e be en successfully used on si milar structures for more than five years . 2.02 MATERJALS A . Standard Waterstops 1. PVC Waterstops -The PVC waterstops shall be made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials . Minimum tensile strength of waterstop shall be 1750 psi . Th e waterstop shall conform to CRD-C572 . Waterstop s for ex pansion joints shall be 9-in wide and be the ribbed type with a center bulb . Expansion joint wate rstops shall be style 696 by Greenstreak Plastic Products, St. Louis , MO ; style RLB9-38 by Vinylex Corp ., Knoxv ille , TN, or equal. Waterstops for non -expansion joints shall be 6-in wide and be the flat ribbed type . Non-expansion joint waterstops shall be style 679 by Greenstreak Plastic Products, St. Louis , MO; style R6-38 by Vinylex Corp., Knoxville , TN, or equal. Equal waterstops may have an integral fastening system . B . Special Waterstops 1. PVC Special Waterstop -The special type waterstop shall be made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials . Minimum tensile strength of waterstop shall be 1750 ps i. The waterstop shall conform to CRD-C572 . Waterstop shall be Style 792 , by Greenstreak Plastic Products, St. Louis , MO or equal. 2 . Expansive Waterstops -Non-expansion joint. The waterstops shall be gun applied hydrophilic rubber sealant. Installation adhesives used with the expansive waterstops shall be as recommended by the waterstop manufacturer. The waterstop shall be Adeka Ultraseal P2 0 l as C oncrete Jo ints and Joi nt Accessories 03250-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 distributed by Mitsubishi of Houston , TX; Leakmaster by Greenstreak Plastic Products, St. Louis, MO, or equal. 3 . Injected Tube Waterstops (Injection Waterstops) for non-expansion joints: The permeable injection tubes shall be composed of a reinforcing spiral covered with inner and outer protective membranes. The injected material shall be a polyurethane grout with an accelerator system. The accelerator shall be capable of controlling the reaction time up to one hour. After reaction, the polyurethane grout shall form a flexible closed cell polyurethane foam . The system shall be INJECTO with Flex LV resin by DeNeef America, Inc or approved equal. C . Premolded Joint Filler 1. Premolded joint filler -structures.Concrete tanks and buildings for structures shall have self-expanding cork, premoldedjoint filler and shall conform to ASTM DI 752, Type III. The thickness shall be 3/4-in unless shown otherwise on the Drawings . For civil structures (sidewalk and pavement), isolate structures from pavement on sidewalk with premoldedjoint filler, Yi-inch (unless noted otherwise on Drawing), conforming to AASHTO M213 and ASTM Dl751. D. Bond Breaker 1. Bond breaker tape shall be an adhesive-backed glazed butyl or polyethylene tape which will satisfactorily adhere to the premolded joint filler or concrete surface as required. The tape shall be the same width as the joint unless otherwise noted. 2 . Except where tape is specifically called for on the drawings, bond breaker for concrete shall be either bond breaker tape or a non-staining type bond prevention coating such as Williams Tilt-up Compound by Williams Distributors Inc.; Silcoseal 2000F, by SCA Construction Supply Division, Superior Concrete Accessories or equal. E. Expansion Joint Dowels I. Dowels shall be smooth steel conforming to ASTM A675, Grade 60 . Dowels must be straight and clean, free of loose flaky rust and loose scale. Dowels may be sheared to length provided deformation from true shape caused by shearing does not exceed 0 .04-in on the diameter of the dowel and extends no more than 0.04-in from the end. Bars shall be coated with a bond breaker on the expansion end of the dowel. Expansion caps shall be provided on the expansion end. Caps shall allow for at least 1-1/2-in of expansion. F . Bonding Agent 1. Epoxy bonding agent shall be a two-component, solvent-free, moisture insensitive, epoxy resin material conforming to ASTM C881 (2002), Type V . The bonding agent shall be Sikadur 32 Hi-Mod by Sika Corporation of Lyndhurst, N .J.; Concresive Liquid (LPL) by Master Builders of Cleveland, OH or equal. 2 . Latex bonding agent shall be a non-reemulsifiable acrylic-polymer latex conforming to ASTM Cl 059, Type II . Concrete Joints and Joint Accessories 03250-4 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 G . Joint Sealant 1. Joint sealants shall be two-part urethane sealant as specified . Minimum sealant thickness at concrete joints shall be 3/8-in . 2 . The expansion joint seals shall conform to the following properties: Property Tensile strength, minimum psi Elongation at break, minimum percent Hardness, Type A durometer Compression set, 70 hours at 212 degrees F, maximum Oven aging, 70 hours at 212 degrees, Tensile strength, loss maximum . Elongation, loss, maximum Hardness, Type A durometer (points change) 0 to plus 10 Ozone resistance 20 percent strain, 300 pphm in air 70 hours at 104 degrees F. Low temperature recovery, 7 4 hours at 14 degrees F. Low temperature recovery 22 hours at minus 20 degrees F . High temperature recovery, 70 ours at 212 degrees F. Requirements 2000 250 55 plus/minus 5 40 percent 20 percent 20 percent No cracks 88 percent 83 percent 85 percent ASTMMethod D412 D412 D2240 D395 method B D573 Dl 149 D2628 D2628 D2628 3. Lubricant adhesive shall be one component polychloroprene compound with solids content: 24 plus or minus 3 percent -density: 8 .5 lbs/gallon -color: concrete gray. 4. Expansion joint seal shall be Acmaseal "C" Series by Acme Highway Products Corporation or equal. Concrete Joints and Joint Accessories 03250-5 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 PART3 EXECUTION 3.01 INSTALLATION A. PVC Waterstops 1. Install PVC waterstops for all joints where waterstops are indicated on the Drawings , unless specifically noted otherwise. Waterstops shall be continuous around all corners and intersections so that a continuous seal is provided . Splices shall be made by welding. 2 . PVC splices shall be made by welding in accordance with the manufacturer's recommendations, subject to acceptance of the ENGINEER. Only manufacturer's special approved tools shall be used for welding. The finished splices shall provide a cross-section that is dense and free of porosity. 3 . To properly secure PVC waterstops in wall joints before concrete is placed, drill holes in waterstops approximately 1-in from each edge or between the outermost ribs at each edge and center the waterstop in the joint. Tie both edges of the waterstop and fasten to reinforcing steel with black annealed steel tie wire as specified for tying reinforcing steel and secure in place so that the waterstop will be perpendicular to the joint and remain in the required position during concrete placement. The spacing of the waterstop ties shall match the spacing of the adjacent reinforcing, but need not be spaced closer than 12 -in on center. 4. Horizontal PVC waterstops in slabs shall have the edge of the waterstop lifted while placing concrete below the waterstop. Then the waterstop shall be manually forced against and into the placed concrete and covered with fresh concrete , to ensure adequate encasement of the waterstop in concrete. 5. Waterstops shall be installed so that half of the width will be embedded on each side of the joint. Care shall be exercised to ensure that the waterstop is completely embedded in void-free concrete. 6 . Waterstops shall be terminated 3-in below the exposed top of walls . Expansion joint waterstop center bulbs shall be plugged with foam rubber, 1-in deep, at point of termination. B. Special Waterstops 1. Install special waterstops at joints where specifically noted on the Drawings. Waterstops shall be continuous around all corners and intersections so that a continuous seal is provided. 2 . Each piece of the waterstop shall be of maximum practicable length to provide a minimum number of connections or splices . Connections and splices shall conform to the manufacturer's recommendations and as specified herein . 3 . Waterstops shall be terminated 3-in below the exposed top of walls . 4. Prepare the joint surfaces, install primers or adhesives , and install expansive waterstops in accordance with the manufacturer's instructions. Concrete Joints and Joint Accessories 03250-6 2/17/1 I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 C . Construction Joints 1. Make construction joints only at locations shown on the Drawings or as approved by the ENGINEER. Any additional or relocation of construction joints proposed by the CONTRACTOR, must be submitted to the ENGINEER for written approval. 2 . Addit ional or relocated joints should be located where they least impair strength of the member. In general, locate joints within the middle third of spans of slabs, beams and girders. However, if a beam intersects a girder at the joint, offset the joint a distance equal to twice the wi dth of the member being connected . Locate joints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs . Do not locate joints between beams, girders, column capitals, or drop panels and the slabs above them. Do not locate joints between brackets or haunches and walls or columns supporting them. 3 . All joints shall be perpendicular to main reinforcement. Continue reinforcing steel through the joint as indicated on the Drawings . When joints in beams are allowed , provide a shear key and inclined dowels as approved by the ENGINEER. 4. Provide sealant grooves for joint sealant where indicated on the Drawings. 5. At all construction joints and at concrete joints designated on the Drawings to be "roughened", uniformly roughen the surface of the concrete to a full amplitude (distance between high and low points or side to side) of approximately 1/4-in to expose a fresh face. Thoroughly clean joint surfaces of loose or weakened materials [by waterblasting or sandblasting] and prepare for bonding. At least 2 hours before and again shortly before the new concrete is deposited , th e joints and adjacent concrete surfaces to at least 12-in past the joint shall be saturated with water. After glistening water disappears, horizontal construction joints shall be given a thorough coating of neat cement slurry mixed to the consistency of very heavy paste . The surfaces shall receive a coating at least 1/8-in thick, well scrubbed-in by means of stiff bristle brushes whenever possible . Horizontal wall joints with no access to the earlier concrete p lacement surface shall have the roughened surface thoroughly coated with a neat, cement slu rry of pouring consistency . New concrete shall be deposited before the neat cement dries. 6 . Provide waterstops in all wall and slab construction joints in liquid containment structures and at other locations shown on the Drawings . 7. Keyways shall not be used in construction joints unless specifically shown on the Drawings or approved by the ENGINEER. D . Expansion Joints 1. Do not extend through expansion joints, reinforcement or other embedded metal items that are continuously bonded to concrete on each side of joint. 2. Position premolded joint filler material accurately. Secure the joint filler against displacement during concrete placement and compaction . Place joint filler over the face of the joint, allowing for sealant grooves as detailed on the Drawings. Tape all joint filler splices to prevent intrusion of mortar. Seal expansion joints as shown on the Drawings . 3 . Expansion joints shall be 3/4-in in width unless otherwise noted on the Drawings . Co ncrete Joints and Joint Accessories 03250-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 4 . Where indicated on Drawings, install dowels at right angles to expansion joints. Align dowels accurately with finished surface. Rigidly hold in place and support during concrete placement. Unless otherwise shown on the Drawings, apply an approved bond breaker to one end of all dowels through expansion joints. Provide plastic expansion caps on the unbonded ends of expansion dowels. 5 . Provide center bulb type waterstops in all wall and slab expansion joints in liquid containment structures and at other locations shown on the Drawings. E . Installation of Expansion Joint Seals 1. Expansion joint seals shall be installed at the vertical expansion joints where detailed . 2 . All surfaces to receive adhesive that are in contact with the seal shall be free from dirt, water, oil, rust, frost and loose debris. 3 . Joint sides shall be constructed straight and parallel with no sharp edges . 4 . Installation should not be done when temperatures are above 75 or below 40 degrees F. 5. The exterior of the joint shall be flush with the surrounding construction . F . Control/Contraction Joints l . Provide sealant grooves, sealants and waterstops at control joints in slabs on grade or walls as detailed . Provide waterstops at all wall and slab control joints in water containment structures and at other locations shown on the Drawings . 2. Control joints at slabs on grade 6-in thick or less and without waterstops, may be sawed, if approved by the ENGINEER. If control joint grooves are sawed, properly time the saw cutting with the time of the concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking. No reinforcing shall be cut during sawcutting. 3. Extend every other bar of reinforcing steel through control joints or as indicated on the Drawings. Where specifically noted on the Drawings, coat the concrete surface with a bond breaker prior to placing new concrete against it. Avoid coating reinforcement or waterstops with bond breaker at these locations . END OF SECTION Concrete Joints and Joint Accessories 03250-8 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART I GENERAL 1.01 SCOPE OF WORK SECTION 03300 CAST-IN -PLACE CONCRETE A. Furnish all labor, materials , equipment, and incidentals required and install cast-in-place concrete complete as shown on the Drawings and as specified herein . B. Furnish, as required to establish concrete mixes, all sampling and laboratory testing of products and materials performed by an independent testing laboratory . Field sampling, testing , inspection and related laboratory tests will be provided as indicated in Divis ion O I of the specifications . 1.0 2 RELATED WORK A . Concrete formwork is included in Section 03100 . B . Concrete reinforcement is included in Section 03200 . C . Concrete joints and joint accessories are included in Section 03250. D . Concrete finishes are included in Section 03 3 50 . E. Grout is included in Section 03600 . 1.03 SUBMITTALS A. Submit, in accordance with Section 01300 , product data for : I . Sources of cement, fly ash, aggregates , and batched concrete . 2 . Air-entraining admixture. Product data including catalogue cut, technical data, storage requirements, product life , recommended dosage , temperature considerations and conformity to ASTM standards . 3. Water reducing admixture . Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 4. Sheet curing material. Product data including catalogue cut, technical data and conformity to ASTM standard . 5. Material Safety Data Sheets (MSDS) for all concrete components and admixtures . 6 . High-range water-reducing admixture (plasticizer). Product data including catalogue cut, technical data, storage requirements , product life , recommended dosage, temperature Cast-in-Place Concrete 03300-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 considerations, retarding effect, slump range and conformity to ASTM standards. Identify proposed locations of use. 7 . Liquid membrane forming curing compound. Product data including catalogue cut, technical data, storage requirements, product life, application rate and conformity to ASTM standards. Identify proposed locations of use. B . Samples 1. Fine and coarse aggregates if requested for examination by the ENGINEER. C . Test Reports 1. Aggregates: Conformance to ASTM standards, including sieve analysis, mechanical properties, deleterious substance content, and mortar bar expansion test results. 2. Cement and fly ash: Conformance to ASTM standards, including chemical analysis and physical tests . 3. Concrete mixes : For each formulation of concrete proposed for use, submit constituent quantities per cubic yard, water cementitious ratio, air content, concrete slump, type and manufacturer of cement and type and manufacturer of fly ash . Provide either Paragraph a. or b., below, for each mix proposed. a. Standard deviation data for each proposed concrete mix based on statistical records. Provide the following for each strength data point used in the calculation of the standard deviation for determination of the minimum required average strength : 1) Date of sampling and name of testing laboratory. 2) Name of concrete batch plant. 3) Water cementitious ratio . 4) Slump of batch. 5) Air content of batch. 6) Compressive strengths of all cylinders tested at that age in that batch . 7) If available, temperature and unit weight of batch . Provide data from projects not more strictly controlled than outlined in these specifications. Provide summary sheet showing all pertinent data and the computation of the standard deviation. b. Water cementitious ratio curve for concrete mixes based on laboratory tests. Provide average cylinder strength test results at 7, 14, and 28 days for laboratory concrete mix designs. Cast-in-Place Concrete 03300-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D . Certifications I. Certify that admixtures used in the same concrete mix are compatible with each other and the aggregates. 2. Certify admixtures are made for use in concrete in contact with potable water after 30 days of concrete curing. 3 . Certify that the CONTRACTOR is not associated with the independent testing laboratory proposed for use by the CONTRACTOR nor does the CONTRACTOR or officers of the CONTRACTOR's organization have a beneficial interest in the laboratory. 4. Certify that cement is produced by a manufacturer that does not use hazardous waste derived fuel as an energy source for its kilns. 5. Certificate of conformance for concrete production facilities from the NRMCA . 6. Certify curing compound is suitable for use in contact with potable water after 30 days (non-toxic and free of taste or odor). E. Qualifications I . Independent Testing Laboratory a. Name and address b . Names and positions of principal officers and the name , position , and qualifications of the responsible registered professional ENGINEER in charge. c. Listing of technical services to be provided. Indicate external technical services to be provided by other organizations. d. Names and qualifications of the supervising laboratory technicians. e. Statement of conformance provided by evaluation authority defined in ASTM CI 077 . Provide report prepared by evaluation authority when requested by the ENGINEER. f . Submit as required above for other organizations that will provide external technical services. 1.04 REFERENCE STANDARDS A . American Society for Testing and Materials (ASTM) 1. ASTM C3 l -Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2 . ASTM C33 -Standard Specification for Concrete Aggregates . 3. ASTM C39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. Cast-in -Place Concrete 03300-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 4 . ASTM C42 -Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 5. ASTM C94 -Standard Specification for Ready-Mixed Concrete. 6 . ASTM C 13 8 -Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete. 7. ASTM Cl43 -Standard Test Method for Slump of Hydraulic-Cement Concrete 8 . ASTM C 150 -Standard Specification for Portland Cement 9. ASTM Cl 56 -Standard Test Method for Water Retention by Liquid Membrane-Forming Curing Compound for Concrete I 0 . ASTM Cl 71 -Standard Specification for Sheet Materials for Curing Concrete 11 . ASTM Cl 73 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method . 12. ASTM C 192 -Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory . 13 . ASTM C23 l -Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 14. ASTM C260 -Standard Specification for Air-Entraining Admixtures for Concrete . 15 . ASTM C309-Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete . 16. ASTM C3 l l -Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for use in Portland Cement Concrete . 17. ASTM C494 -Standard Specification for Chemical Admixtures for Concrete . 18 . ASTM C596 -Standard Test Method for Drying Shrinkage of Mortar Containing Hydraulic Cement. 19 . ASTM C618-Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 20 . ASTM C 1077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation . 21 . ASTM C 1260 -Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar~ Bar Method). 22 . ASTM E329 -Standard Specification for Agencies Engaged in Construction Inspection and/or Testing. Cast-in-Place Concrete 03300-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B . American Concrete Institute (ACI) 1. ACI 211.1 -Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete . 2. ACI 232.2R -Use of Fly Ash in Concrete. 3. ACI 304R-Guide for Measuring, Mixing, Transporting and Placing Concrete . 4. ACI 304.2R -Placing Concrete by Pumping Methods . 5. ACI 305R -Hot Weather Concreting. 6. ACI 306R-Cold Weather Concreting. 7. ACI 350 -Code Requirements for Environmental Engineering Concrete Structures and Commentary . C. National Ready Mixed Concrete Association (NRMCA) 1. Quality Control Manual, Section 3 -Certification of Ready Mixed Concrete Production Facilities . D . Truck Mixer Manufacturers Bureau (TMMB) 1. TMMB 100 -Truck Mixer, Agitator and Front Discharge Concrete Carrier Standards . E . Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A . Comply with ACI 350 and other stated specifications, codes and standards . Apply the most stringent requirements of other stated specifications, codes, standards, and this Section when conflicts exist. B . Independent testing laboratory shall meet the requirements of ASTM E329 and ASTM C1077 and be acceptable to the ENGINEER. Laboratories affiliated with the CONTRACTOR or in which the CONTRACTOR or officers of the CONTRACTOR's organization have a beneficial interest are not acceptable. C. Use only one source of cement and aggregates for the project. Provide concrete uniform in color and appearance. D. At least ten working days before the first concrete placement hold a preconstruction meeting to review the requirements for concrete placement, waterstop placement, jointing, concrete curing, hot weather concreting, cold weather concreting and finishing. Review, with the attendance of the plasticizer manufacturer, the properties and techniques of batching and placing concrete containing high-range water-reducing admixture. Notify all parties involved , including the ENGINEER, of Cast-in-Place Concrete 03300-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 the meeting at least ten working days prior to its scheduled date . Prepare an agenda for the meeting. Take meeting minutes and distribute to all attendees. E. If, during the progress of the work, it is impossible to secure concrete of the specified workability and strength with the materials being furnished, the ENGINEER may order such changes in proportions or materials, or both , as may be necessary to secure the specified properties. Make all changes so ordered at no additional cost to the OWNER. F. If, during the progress of the work, the materials from the sources originally accepted change in characteristics, make, at no additional cost to the OWNER, new acceptance tests of materials and establish new concrete mixes with the assistance of an independent testing laboratory. G. All field testing and inspection services and related laboratory tests required will be provided by as indicated in Division 01 of the specifications. Methods of testing will comply with the latest applicable ASTM methods. The following items will be tested by the OWNER to verify conformity with this Section. H. Provide laboratory tests of samples of constituents and of concrete as-placed . All materials incorporated in the work shall conform to accepted samples . 1.06 DELIVERY, STORAGE, AND HANDLING A. Cement: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination and to prevent warehouse set. B. Aggregate: Arrange and use stockpiles to prevent segregation or contamination with other materials or with other sizes of like aggregates . Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started . Do not use frozen or partially frozen aggregate. C . Sand: Arrange and use stockpiles to prevent contamination . Allow sand to drain to a uniform moisture content before using. Do not use frozen or partially frozen sand. D . Admixtures: Store in closed containers to prevent contamination, evaporation or damage . Provide agitating equipment to uniformly disperse ingredients in admixture solutions which tend to separate. Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics . E. Fly Ash: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination. F. Sheet Curing Materials: Store in weathertight buildings or off the ground and under cover. Cast-in-Place Concrete 03300-6 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 PART 2 PRODUCTS 2 .01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B . Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service . 2 .02 MATERIALS A. Materia ls shall comply with this Section and any applicable State or local requirements . B . Cement: Domestic portland cement conforming to ASTM Cl 50. Cement shall be low alkali cement. Do not use air entraining cements. Do not use cement produced by a manufacturer that uses hazardous waste derived fuel as an energy source for its kilns . Cement brand must be approved by the ENGINEER and one brand shall be used throughout the work . Provide the following type(s) of cement: 1. C lass A & F Concrete -Type II . 2 . Class El Concrete -Type II with the addition of fly ash (Class F) resulting in C3A being below 5 percent of total cementitious content. C . Aggregates: 1. Fine Aggregate : Washed inert natural sand conforming to ASTM C33 . 2 . Coarse Aggregate : Well-graded crushed stone or washed gravel conforming to ASTM C3 3. Grad ing requirements as listed in ASTM C33, Table 2 for the specified coarse aggregate size num ber lis ted in Table 1 herein . Limits of deleterious substances and physical property re q uirements as listed in ASTM C33, Table 3 for severe weathering regions. Do not use coarse aggregates known to be deleteriously reactive with alkalis in cement. 3 . The fine and coarse aggregates used shall not cause expansion of mortar bars greater than O .1 percent in 16 days when tested in accordance with ASTM C1260 and using the cement prop osed for the project. If aggregates proposed for use do not meet this requirement, then satisfy a . below. a . Total equivalent alkali content of the cement used shall not exceed 0.60 percent as provided in the Optional Chemical Requirements of ASTM C150 . D . Water: Potable water free of oil, acid, alkali , salts, chlorides (except those attributable to drinking water), organic matter, or other deleterious substances . E. Admixtures: Use admixtures free of chlorides and alkalis ( except for those attributable to drinking w ater). The admixtures shall be from the same manufacturer when it is required to use more than one ad mixture in the same concrete mix . Use admixtures compatible with the concrete mix Cast-in-Place Concrete 03300-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 including other admixtures and made for use in concrete in contact with potable water after 30 days of concrete curing. I . Air Entraining Admixture : Conforming to ASTM C260 . Proportion and mix in accordance with manufacturer's recommendations. 2. Water Reducing Admixture: Conforming to AS TM C494, Type A . Proportion and mix in accordance with manufacturer's recommendations . 3. High-Range Water-Reducing Admixtures (Plasticizer): Conforming to ASTM C494, Type F or ASTM CIOI 7, Type I resulting in non-segregating plasticized concrete with little bleeding and with the physical properties of low water/cementitious ratio concrete. The treated concrete shall be capable of maintaining its plastic state in excess of2 hours . Proportion and mix in accordance with manufacturer's recommendations . 4. Do not use admixtures causing retarded or accelerated setting of concrete without written approval from the ENGINEER. Use retarding or accelerating water reducing admixtures when so approved. F . Fly Ash : Class F fly ash complying with ASTM C6 I 8, including the requirements of Table I but with the Loss of Ignition (LOI) limited to 3 percent maximum and the optional physical requirements of Table 3. Test in compliance with ASTM C3 I I with a minimum of one sample weighing four pounds taken from each 200 tons of fly ash supplied for the project. G . Sheet Curing Materials : Waterproof paper, polyethylene film or white burla p-polyethylene sheeting, all conforming to ASTM C 171. H . Liquid Membrane-Forming Curing Compound . Compound conforming to ASTM C309, Type I -D ( clear or translucent with fugitive dye) and containing no wax, paraffin , or oil. Curing compounds shall be non-yellowing and have a unit moisture loss no greater than 0.039 gm/cm2 at 72 hours as measured by ASTM Cl 56. Curing compound shall comply with Federal, State and local VOC limits. Curing compound shall be approved for use in contact with potable water after 30 days (non-toxic and free of taste or odor). 2.03 MIXES A . An independent testing laboratory engaged by and at the expense of the CONTRACTOR shall establish concrete mixes and perform all sampling and laboratory testing of products and materials . B. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and to produce placeable, durable concrete conforming to these specifications . Proportion ingredients to produce a homogenous mixture which will readily work into comers and angles of forms and around reinforcement without permitting materials to segregate or allowing free water to collect on the surface. Cast-in-Place Concrete 033 00-8 2/17/11 City ofFort Worth Eagle Mountain wrP Clearwell No. 3 C. Base concrete mixes on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if not available , develop concrete mixes by laboratory tests using the materials proposed for the work. 1. For concrete mixes based on standard deviation data of prior mixes, submit standard deviation data of prior mixes with essentially the same proportions of the same constituents in accordance with ACI 350 and based on the modification factors for standard deviation tests contained in ACI 350. 2 . For concrete mixes developed by laboratory testing, base cementitious content of the concrete on curves showing the relation between water cementitious ratio and 7, 14 and 28 day compressive strengths of concrete made using the proposed materials. Determine curves by four or more points, each representing an average value of at least three test specimens and one water-cementitious ratio at each age. Provide curves with a range of values sufficient to yield the desired data, including the compressive strengths specified, without extrapolation. The cementitious content of the concrete mixes to be used, as determined from the curve, shall correspond to the required average compressive strength in Table 5.3 .2 .2 of ACI 318 . The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content specified in Table 1. D . Test the fly ash and concrete mixture to provide test data confirming that the fly ash in combination with the cement to be used meets all strength requirements and is compatible with the other concrete additives. E . Test aggregates for potential alkali reactivity in accordance with ASTM Cl 260. If initial testing indicates aggregates are not potentially reactive repeat test at 3 month intervals. F. Compression Tests: Provide testing of the proposed concrete mixes to demonstrate compliance with the compression strength requirements in conformity with the provisions of ACI 318 . G . Entrained air, as measured by ASTM C231 , shall be as shown in Table 1. 1. If th e air entraining agent proposed for use in the mix requires testing methods other than ASTM C23 l to accurately determine air content, make special note of this requirement in the admixture submittal specified under Paragraph 1.03 . H . Slump of the concrete as measured by ASTM C143 , shall be as shown in Table 1. If a high-range water-reducing admixture (plasticizer) is used , the slump indicated shall be that measured before plasticizer is added. Plasticized concrete shall have a slump ranging from 7 to 10-in . I. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of the other admixture( s). Cast-in-Place Concrete 03300-9 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 Class A El F Class A El F Design Strength I 3000 4500 3000 W/C Ratio 5 0.62 max. 0.42 max. 0.54 max. NOTES: TABLE I Fine Cement Aggregate 2 3 Type II Sand Type II Sand Type II Sand AE Fly Ash Range WR 6 7 8 Yes 3.5 to 5 Yes Yes 3.5 to 5 Yes Yes 3.5 to 5 Yes 1. Minimum compressive strength in psi at 28 days . 2 . ASTM designation in ASTM Cl 50. 3. Size Number in ASTM C33. Coarse Cementitious Aggregate Content 3 4 57 440 57 580 57 480 HRWR Slump Range 9 Inches No 1-4 Yes 3-5 No 1-3 4 . Minimum cementitious content in lbs per cubic yard (where fly ash is used , cementitious content is defined as cement content plus fly ash content). 5. W IC is Maximum Water Cementitious ratio by weight. 6 . Fly ash (Class F) content in the range of 20-25 percent of the total cement content plus fly ash content, by weight. 7. AE is percent air entrainment. 8. WR is water reducing admixture . 9 . HRWR is high-range water-reducing admixture . PART 3 EXECUTION 3.01 MEASURING MATERIALS A. Provide concrete composed of portland cement, fly ash, fine aggregate, coarse aggregate, water and admixtures as specified and produced by a plant complying with ACI 318 and ASTM C94. Batch all constituents, including admixtures, at the plant. High-range water reducing admixtures may be added in the field. B. Measure materials for batching concrete by weighing in conformity with and within the tolerances given in ASTM C94 except as otherwise specified. Use scales last certified by the local Sealer of Weights and Measures within one year of use . C. Weigh cement and fly ash in individual weigh batchers that are separate and distinct from the weigh batchers used for other materials. When cement and fly ash are weighed in a cumulative weigh batcher, the cement shall be weighed first. Cast-in-Place Concrete 03300-10 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 D. Measure the amount of free water in fine aggregates within 0.5 percent with a moisture meter. Compensate for varying moisture contents of fine aggregates . Record the number of gallons of water as-batched on printed batch tickets . E . Dispense admixtures either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specific admixture . 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. 2. Inject multiple admixtures separately during the batching sequence. 3.02 MIXING AND TRANSPORTING A . Provide ready-mixed concrete produced by equipment complying with ACI 318 and ASTM C94 and produced by a plant certified by the NRMCA. Do not hand-mix. All truck mixers shall carry a rating plate conforming to TMMB 100 . Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds . B. Transport ready-mix concrete to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate . C . Keep the water tank valve on each transit truck locked at all times . Any addition of water must be directed by the ENGINEER. Incorporate water directed to be added by additional mixing of at least 50 revolutions at mixing speed after the addition of all water . Meter all added water and show the amount of water added on each delivery ticket. D . Comply with ACI 318 and ASTM C94 for all central plant and rolling stock equipment and methods . E. Select equipment of size and design to provide continuous flow of concrete at the delivery end . Use metal or metal-lined non-aluminum discharge chutes with slopes not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 20-ft long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution . F . Do not retemper (mix with or without additional cement, aggregate, or water) concrete or mortar which has partially hardened. G. Handle concrete from mixer to placement providing concrete of specified quality in the placement area and not exceeding the maximum time interval specified in Paragraph 3.02.1.4. Dispatch trucks from the batching plant so they arrive at the work site just before the concrete is required to avoid excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms . Remix for a minimum of 5 minutes prior to discharge or testing . H . Furnish a delivery ticket for ready mixed concrete to the ENGINEER as each truck arrives . Provide a printed record of the weight of cement and each aggregate as batched individually on each ticket. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged . Indicate for each batch the weight of fine and coarse aggregate, cement, fly ash , and Cast-in-Place Concrete 03300-11 2/17/l l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 water, moisture content of fine and coarse aggregate at time of batching, and types, brand and quantity of each admixture, the quantity of concrete delivered, the time any water is added and the amount, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck . Indicate the number ofrevolutions of transit mix truck . I. Temperature and Mixing Time Control 1. In cold weather (see Paragraph 3.07D) maintain the as-mixed temperature of the concrete and concrete temperatures at the time of placement in the forms as indicated in Table 3 . 2. If water or aggregate has been heated , combine water with aggregate in the mixer before cement is added . Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90 degrees F. 3. In hot weather (see Paragraph 3.07E), cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of90 degrees F. Well-crushed ice may be substituted for all or part of the mixing water. 4 . The maximum time interval between the addition of mixing water and/or cement to the batch and the final placing of concrete in the forms shall not exceed the following : TABLE2 AIR OR CONCRETE TEMPERATURE (WHICHEVER IS HIGHER) (27 Degree C) 80 Degree F to 90 Degree F (32 Degree C) (21 Degree C) 70 Degree F to 79 Degree F (26 Degree C) (5 Degree C) 40 Degree F to 69 Degree F (20 Degree C) MAXIMUM TIME 45 minutes 60 minutes 90 minutes If an approved high-range water-reducing admixture (plasticizer) is used to produce plasticized concrete, the maximum time interval shall not exceed 90 minutes. 3.03 INSPECTION AND COORDINATION A. Batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection of the ENGINEER at all times . Advise the ENGINEER of readiness to proceed at least six working hours prior to each concrete placement. The ENGINEER will inspect the preparations for concreting including the preparation of previously p laced concrete , the reinforcing and the alignment, cleanliness and tightness of form work. Do not place concrete without the inspection and acceptance of the ENGINEER. Cast-in-Place Concrete 03300-12 2/17/11 C ity of Fort Worth Eagle Mountain WTP Clearwell No. 3 3 .04 EMBEDDED ITEMS A . Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, anchors, inserts and other items furnished under other Sections and required to be embedded into concrete. Set and secure such items in the locations and alignments needed so they are not displaced by concrete placement. B . Clean embedded items free of rust, mud, dirt, grease, oil , ice , or other contaminants which would reduce or prevent bonding with concrete . C. Coat or isolate all aluminum embedments to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. D . Do not embed piping in concrete unless shown on the Drawings . E . Do not embed electrical conduits in concrete unless shown on the Drawings. F . Pipes and conduits embedded within a slab or wall (other than those merely passing through) shall satisfy the following, unless otherwise shown on the Drawings or approved : 1. Maximum outside dimension of pipe or conduit shall not be greater than one third the overall thickness of the slab or wall. 2 . Spacing of pipes or conduits shall be greater than or equal to three diameters or width s on center. G . Fabricate piping and conduit such that the cutting, bending, or relocation ofreinforcing steel is not required . H . Close open ends of piping, conduits, and sleeves embedded in concrete with caps or plugs prior to placing concrete . I. Ensure all specified tests and inspections on embedded piping are completed and satisfactory before starting concrete placement. Ensure all mechanical or electrical tests and inspections are completed and satisfactory prior to starting concrete placement. Do not place concrete until unsatisfactory items and conditions have been corrected. J . Position embedded anchor bolts using templates . K. Check location, alignment, and support of anchor bolts , piping, electrical conduits, and other items which will be fully or partially embedded in concrete before depositing concrete. Correct mislocated and misaligned items and secure items which have become loose before depositing concrete . L. Correct all embedded items not installed in the location or alignment needed or displaced by concrete placement at no additional cost to the OWNER. Cast-in-Place Concrete 03300-13 2/17/l l City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3.05 CONCRETE APPEARANCE A. Remix concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Reject remixed concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Make, at no additional cost to the OWNER, changes in the concrete mix design for future deliveries only by adjusting one or more of the following if the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed: 1. The gradation of aggregate . 2. The proportion of fine and coarse aggregate. 3. The percentage of entrained air, within the allowable limits . B. Provide concrete having a homogeneous structure which, when hardened, will have the specified strength, durability and appearance. Provide mixtures and workmanship such that concrete surfaces, when exposed, will require no finishing except as specified in Section 03350 . 3.06 PLACING AND COMPACTING A. Placing I. Verify that all formwork completely encloses concrete to be placed and is securely braced prior to concrete placement. Remove ice, standing water, dirt, debris, and other foreign materials from forms and exposed joint surfaces. Confirm that reinforcement and other embedded items are securely in place. Have a worker at the location of the placement that can check that reinforcement and embedded items remain in designated locations and alignments while concrete is being placed . Sprinkle semi-porous subgrades or forms to eliminate suction of water from the mix . Do not place concrete on frozen subgrade, snow, or ice . 2 . Deposit concrete as near its final position as possible to prevent segregation due to rehandling or flowing . Place concrete continuously at a rate that allows the concrete previously placed to be integrated with fresh plastic concrete. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to cause formation of seams or planes of weakness within the section . If the section cannot be placed continuously, place construction joints as specified or as approved. 3 . Pumping of concrete will be permitted . Use a mix design and aggregate sizes chosen for pumping and submit for approval. Do not use pipelines made of aluminum or aluminum alloy . When concrete is pumped, slump will be determined at point of truck discharge and air content will be determined at point of placement. 4 . Remove temporary spreaders from forms when the spreader is no longer needed. Temporary spreaders may remain embedded in concrete only when made of galvanized steel or concrete and if prior approval has been obtained. 5 . Do not place concrete for supported elements until concrete previously placed in the supporting element has attained design strength . Cast-in-Plac e Concrete 03300-14 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 6. Where surface mortar is to form the base of a finish , especially surfaces designated to be painted, work coarse aggregate back from forms to bring the full surface of the mortar against the form. Prevent the formation of surface voids . 7 . Slabs a. After bulkheads, screeds and jointing materials have been positioned , place con crete continuously between joints beginning at a bulkhead, edgeform, or corner. Place each batch into the edge of the previously placed concrete to avoid stone pockets and segregation . b. Avoid delays in placement. If there is a delay in placement, spade and consolidate the concrete placed after the delay at the edge of the previously placed concrete to avoid cold joints. Bring concrete to correct level and strike off with a straightedge. Use bullfloats or darbies to smooth the surface, leaving it free of humps or hollows. c . Where slabs are to be placed integrally with the walls below them , place the walls and compact as specified . Allow one hour to pass between placement of the wall and the overlying slab to permit consolidation of the wall concrete . Keep the top surface of the wall moist to prevent cold joints . 8 . Formed Concrete a . Place concrete in forms using tremie tubes taking care to prevent segre gati on . Maintain bottom oftremie tubes in contact with the concrete already placed . Do not permit concrete to drop freely more than 4-ft. Place concrete for walls in 12-in to 24 -in lifts , keeping the surface horizontal. If a high-range water-reducing admixture is used do not permit concrete to drop freely more than 15 -ft ; maximum lift thickness not to exceed 7-ft. 9 . Bollards a . Conform to requirements specified above for formed concrete and completely fill pipe with concrete as indicated. B. Compacting l . Conso lidate concrete by vibration and puddling, spading, rodding or forking so that concrete is completely worked around reinforcement, embedded items and openings and into corners of forms. Continuously perform puddling, spading, rodding and forking along with vibration of the p lacement to eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness . 2. Compact all concrete with mechanical vibrators. Do not order concrete until vibrators (including standby units in working order) are on the job. 3 . Use mechanical vibrators having a minimum frequency of 8000 vibrations per minute . Insert vibrators and withdraw at points from 18-in to 30-in apart. Vibrate sufficiently at each insertion to consolidate concrete, generally from 5 to 15 seconds . Do not over vibrate so as to segregate . Keep standby vibrators on the site during concrete placing operations . Cast-in -Pl ace Conc ret e 03300-15 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 4. Concrete Slabs: Vibration for concrete slabs less than 8-in thick shall be by vibrating screeds . Vibration for concrete slabs 8-in and thicker shall be by internal vibrators and (optionally) with vibrating screeds . Place vibrators into concrete vertically. Do not lay vibrators horizontally or lay over. 5. Walls and Columns : Use internal vibrators (rather than form vibrators) unless otherwise approved by the ENGINEER. In general, for each vibrator needed to melt down (level) the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize and perfect the surface . Insert vibrators vertically at regular intervals, through the fresh concrete and slightly into the previous lift, if any. 6. Amount of Vibration: Use vibrators to consolidate properly placed concrete. Do not use vibrators to move or transport concrete in the forms. Continue vibration until: a. Frequency of vibrator returns to normal. b. Surface appears liquefied , flattened and glistening. c . Trapped air ceases to rise . d . Coarse aggregate has blended into surface, but has not disappeared. 3.07 CURING AND PROTECTION A . Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. Curing Methods l. Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain a temperature of at least 50 Degrees F at the concrete surface for a minimum of seven days after placement. Use the following curing methods as specified : a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or covered with saturated burlap . Begin water curing as soon as concrete attains an initial set and maintain water curing 24 hours a day . Do not permit the surface of the concrete to dry out at any time during the curing period. Temperature of curing water shall be within 20 Degrees F of the concrete temperature . b . Sheet Material Curing: Cover entire surface with sheet material. Anchor sheeting to prevent wind and air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs . c. Liquid Membrane Curing: Apply over the entire concrete Sl,lrface except as follows. Curing compound shall NOT be placed on any concrete surface where additional concrete or grout is to be placed, where concrete sealers or surface coatings are to be used, or where the concrete finish requires an integral floor product. Apply curing compound as soon as the free water on the surface has disappeared and no water sheen is visible, but not after the concrete is dry or when the curing compound can be absorbed into the concrete . Apply in compliance with the manufacturer's rec ommendations. Cast-in-Place Concrete 03300-16 2/17/1 l - City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 . Specified applications of curing methods: a. Slabs for Liquid Retaining Structures: Water curing only . b. Slabs on Grade and Footings (not used to retain liquids): Water curing or sheet material curing or liquid membrane curing. c. Structural Slabs (other than Liquid Retaining Structures): Water curing or liquid membrane curing. d . Horizontal Surfaces which will Receive Additional Concrete, Coatings , Grout or Other Material that Requires Bond to the substrate : Water curing. e. Formed Surfaces : None if nonabsorbent forms are left in place seven days . Water curing if absorbent forms are used. Water curing if forms are removed prior to seven days. Sheet cure or liquid membrane cure if forms are removed prior to seven days . Exposed horizontal surfaces of formed walls or columns shall be water cured for seven days or until next placement of concrete is made. f. Surfaces of Concrete Joints : Water curing or sheet material curing. C . Protect finished surfaces and slabs from the direct rays of the sun to prevent checking and crazing. D . Cold Weather Concreting 1. For this Specification, "cold weather" is defined as a period when for more than three successive days, the average daily outdoor temperature drops below 40 degrees F. Calculate average daily temperature as the average of the highest and the lowest temperature during the period from midnight to midnight. 2. Batch, deliver, place, cure and protect concrete during cold weather in compliance with the recommendations of ACI 306R and the additional requirements of this Section . 3 . Review the cold weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during cold weather including the production, transportation, placement, protection, curing and temperature monitoring of the concrete and the procedures to be implemented upon abrupt changes in weather conditions or equipment failures. 4. The minimum temperature of concrete immediately after placement and during the protection period shall be as indicated in Table 3. The temperature of the concrete in place and during the protection period shall not exceed these values by more than 20 degrees F. Prevent overheating and non-uniform heating of the concrete . Cast-in-Place Concrete 03300-17 2/17/11 City of fort Worth Eagle Mountain WfP Clearwell No . 3 TABLE3 Concrete Temperatures Minimum Dimension of Section < 12-in Min . cone temp: 55 Degree F 12 to 36-in 50 Degree F 5 . Protect concrete during periods of cold weather to provide continuous warm, moist curing (with supplementary heat when required by weather conditions) for a total of at least 350 degree-days of curing. a . Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete (e .g ., 7 days at an average 50 degrees F = 350 degree-days). b . To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in the shade at the surface of the concrete talcing any measurement less than 50 degrees Fas O degrees F . Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day . 6 . Do not use salt, manure or other chemicals for protection. 7 . At the end of the protection period, allow the concrete to cool gradually to the ambient temperature . If water curing has been used, do not expose concrete to temperatures below those shown in Table 3 until at least 24 hours after water curing has been terminated and air dry concrete for at least 3 days prior to first exposure to freezing temperatures. 8. During periods not defined as cold weather, but when freezing temperatures are expected or occur, protect concrete surfaces from freezing for the first 24 hours after placing. E . Hot Weather Concreting 1. For this Specification, "hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation as estimated in ACI 305R, approaching or exceeding 0 .2 pounds per square foot per hour (lb/sq ft/hr). 2 . Batch, deliver, place, cure and protect concrete during hot weather in compliance with the recommendations of ACI 305R and the additional requirements of this Section . a. Temperature of concrete being placed shall not exceed 90 degrees F. Maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall not cause loss of slump, flash set or cold joints. b. Promptly deliver concrete to the site and promptly place the concrete upon its arrival at the site, not exceeding the maximum time interval specified in Paragraph 3.021.4. Provide vibration immediately after placement. c. The ENGINEER may direct the CONTRACTOR to immediately cover concrete with sheet curing material. Cast-in-Place Concrete 03300-18 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3. Review the hot weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during hot weather including production, placement, and curing . 3.08 REMOVAL OF FORMS A. Do not remove forms before the concrete has attained a strength of at least 70 percent of its specified design strength for beams and slabs and at least 30 percent of its specified design strength for walls and vertical surfaces, nor before reaching the following number of day-degrees of curing (whichever is the longer): TABLE4 Forms for Degree Days Beams and slabs 500 Walls and vertical surfaces 100 (See definition of degree-days in Paragraph 3 .07D). B. Do not remove shores until the concrete has attained at least 70 percent of its specified design strength and also sufficient strength to support safely its own we ig ht and the construction live loads upon it. C. In cold weather, when temperature of concrete exceeds ambient air temperature by 20 Degrees F at the end of the protection period , loosen forms and leave in place for at least 24 hours to allow concrete to cool gradually to ambient air temperature . 3 .09 FIELD AND LABORATORY TESTS A. Sets of field control cylinder specimens will be taken by the CONTRACTOR's testing laboratory inspector during the progress of the work, in compliance with ASTM C3 l. The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set per day, nor less than one set for each 100 cu. yds. of concrete nor less than one set for each 5,000 sq ft of surface area for slabs or walls . Specimens shall be formed in 6-in diameter by 12-in long non-absorbent cylindrical molds. 1. A "set" of test cylinders shall consist of five cylinders : one to be tested at seven days , one to be tested at 14 days, and two to be tested and their strengths averaged at 28 days . The fifth may be used for a special test at 3 days or to verify strength after 28 days if 28 day test results are low . 2. When the average 28 day compressive strength of the cylinders in any set falls below the required compressive strength or below proportional minimum seven-day or 14-day strengths (where proper relation between seven, 14 and 28 day strengths have been established by tests), change proportions, cementitious content, or temperature conditions to achieve the required strengths at no additional cost to the OWNER. B. Cooperate in the making oftests by allowing free access to the work for the selection of samples. Provide four firmly braced , insulated , heated, closed wooden curing boxes , each sized to hold ten Cast-in -Place Concrete 03300-19 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 specimens, complete with cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication until shipment to the testing lab . Protect the specimens against injury or loss through construction operations. C. Slump tests will be made in the field by the CONTRACTOR's testing laboratory inspector immediately prior to placing the concrete. Such tests will be made in accordance with ASTM Cl 43. Test slump immediately prior to placing the concrete. Test shall be made in accordance with ASTM Cl 43. When concrete is pumped, slump will be determined at point of truck discharge . If the slump is outside the specified range, the concrete will be rejected. D . Test for air content will be made by the CONTRACTOR's testing laboratory inspector on a fresh concrete sample. Test for air content shall be conducted on a fresh concrete sample. Air content for concrete made of ordinary aggregates having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM CI 73. If aggregates with high absorptions are used, the latter test method shall be used. When concrete is pumped, air content will be determined at point of placement. 3 .10 FIELD CONTROL A . The ENGINEER may have cores taken from any questionable area in the concrete work such as construction joints and other locations as required for determination of concrete quality . The results of tests on such cores shall be the basis for acceptance, rejection or determining the continuation of concrete work . The right of the ENGINEER to take such cores shall not be construed as creating any obligation to take such cores, and not exercising this right to do so shall not relieve the CONTRACTOR from meeting the requirements of these Specifications. B . Cooperate in obtaining cores by allowing free access to the work and permitting the use of ladders , scaffolding and such incidental equipment as may be required . Repair all core holes with non- shrink grout as specified in Section 03600 . The work of cutting, testing and repairing the cores will be at the expense of the CONTRACTOR. 3.11 FAILURE TO MEET REQUIREMENTS A . Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table I, the ENGINEER may require changes in proportions or materials, or both, to apply to the remainder of the work in accordance with Paragraph I .OSE. Furthermore, the ENGINEER may require additional curing on those portions of the structure represented by the test specimens which fall below the values given in Table I . The cost of such additional curing shall be at no additional cost to the OWNER. In the event that such additional curing does not give the strength required, as evidenced by core and/or load tests, the ENGINEER may require strengthening or replacement of those portions of the structure which fail to develop the required strength . Coring and testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be at no additional cost to the OWNER. In such cases of failure to meet strength requirements the CONTRACTOR and OWNER shall confer to determine what adjustment, if any , can be made in compliance with Sections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaser" referred to in C94 is the CONTRACTOR. B. When the tests on control specimens of concrete fall below the required strength , the ENGINEER will permit check tests for strengths to be made by means of typical cores drilled from the structure Cast-in -Place C oncrete 03300-20 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 in compliance with ASTM C42 and C39. In cases where tests of cores fall below the values given in Table 1, the ENGINEER, in addition to other recourses, may require load tests on any one of the slabs, walls, beams, and columns in which such concrete was used. Test need not be made until concrete has aged 60 days. The ENGINEER may require strengthening or replacement of those portions of the structure which fail to develop the required strength . All coring and testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be at no additional cost to the OWNER. C . Should the strength of test cylinders fall below 60 percent of the required minimum 28 day strength, the concrete shall be rejected and shall be removed and replaced at no additional cost to the OWNER. 3.12 PATCHING AND REPAIRS A . It is the intent of these Specifications to require quality work including forming , mixture and placement of concrete and curing so completed concrete surfaces will require no patching or repairs. B . As soon as the forms have been stripped and the concrete surfaces exposed : remove fins and other projections; fill recesses left by the removal of form ties ; and repair surface defects which do not impair structural strength . Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. C . Immediately after removal of forms remove tie cones and metal portions of ties as specified in Section 03100 . Fill holes promptly upon stripping as follows : Moisten the hole with water, followed by a 1/16-in brush coat of neat cement slurry mixed to the consistency of a heavy paste . Immediately plug the hole with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch Uust short of "balling"). Hammer the grout into the hole until dense , and an excess of paste appears on the surface in the form of a spider web . Trowel smooth with heavy pressure. A void burnishing. D . When filling tie cone holes and patching or repairing exposed surfaces use the same source of cement and sand as used in the parent concrete. Adjust color to match by addition of white cement. Rub lightly with a fine carborundum stone at an age of one to five days if necessary to bring the surface down with the parent concrete. Do not damage or stain the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. E . Defective concrete and honeycombed areas: Chip down square and at least 1-in deep to sound concrete with hand chisels or pneumatic chipping hammers . Irregular voids or surface stones need not be removed if they are sound, free of laitance , and firmly embedded in the parent concrete. If honeycomb exists around reinforcement, chip to provide a clear space at least 3/8-in wide all around the steel. For areas less than 1-1/2-in deep, the patch may be made in the same manner as described above for filling form tie holes , care being exercised to use adequately dry (non- trowelable) mixtures and to avoid sagging. Thicker repairs will require build-up in successive 1- 1/2-in layers on successive days, each layer being applied (with slurry, etc .) as described above. F . For very heavy (generally formed) patches, the ENGINEER may order the addition of pea gravel to the mixture and the proportions modified as follows : Cast-in-Place Concrete 03300-21 2/17/11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 Material Cement Sand Pea Gravel Volumes 1.0 1.0 1.5 Weights 1.0 1.0 1.5 G . The CONTRACTOR may use a pre-packaged patching compound, such as : Poly-Patch by Euclid Chemical Company; Emaco R310 by BASF Chemical Company; Sikatop 122 Plus by Sika Chemical Corporation or equal only if approved by the ENGINEER for use and for color match . 3 .13 SCHEDULE A . The following (Table 5) are the general applications for the various concrete classes and design strengths : A El F Cast-in -Pl ace Concrete Design Strength (psi) 3 ,000 4 ,500 3,000 TABLES Description Concrete Fill : concrete fill for bollards and pipe encasements . Structural Concrete : Foundation mats, foundation slabs, walls, elevated slabs, and all other structural concrete including light pole foundation s. Civil Sidewalk Paving Concrete and where s pecified or noted . END OF SECTION 03 3 00-22 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03350 CONCRETE FINISHES A. Furnish all labor, materials , equipment and incidentals required and finish cast-in-place concrete surfaces as shown on the Drawings and as specified herein . 1.02 RELATED WORK A . Concrete Formwork is included in Section 03100 . B . Cast-In -Place Concrete is included in Section 03300 . C. Grout is included in Section 03600. D. Painting, toppings and special surfaces are included in Division 9. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300 , shop drawings and product data showing material s of construction and details of installation for : 1. Concrete sealer. Confirmation that the sealer is compatible with additionally applied coatings shall also be submitted . 2 . Chemical hardener. Confirmation that the hardener is compatible with sealer shall also be submitted. 1.04 REFERENCE ST AND ARDS A . American Society for Testing and Materials (ASTM) 1. ASTM C33 -Standard Specification for Concrete Aggregates. 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 . Finishes 1. For concrete which will receive additional applied finishes or materials , the surface finish specified is required for the proper application of the specified manufacturer's products . Where alternate products are approved for use, determine if changes in finishes are required and provide the proper finishes to receive these products . Concrete Finishes 03350-1 2/17/1 I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2. Changes in finishes made to accommodate products different from those specified shall be perfonned at no additional cost to the OWNER. Submit the proposed new finishes and their construction methods to the ENGINEER for approval. B. Services of Manufacturer's Representative I . Make available at no additional cost to the OWNER, upon 72 hours notification, the services of a qualified field representative of the manufacturer of sealer or hardener to instruct the user on the proper application of the product under prevailing job conditions. PART2 PRODUCTS NOT USED PART 3 EXECUTION 3 .01 FORMED SURFACES A. Fonns shall not be removed before the requirements of Section 03300 have been satisfied. B . Exercise care to prevent damaging edges or obliterating the lines of chamfers, rustications or corners when removing the fonns or perfonning any other work adjacent thereto . C. Prepare the exposed surface as specified in Section 03300 . D . Rough-Fonn Finish 1. No additional finishing is required . E. Rubbed Finish 1. While the wall is still damp, apply a thin coat of medium consistency neat cement slurry by means of bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. A void coating large areas with the slurry at one time . 2. Before the slurry has dried or changed color, apply a dry (almost crumbly) grout proportioned by volume and consisting of one part cement to 1-1 /2 parts of clean masonry sand having a fineness modulus of approximately 2.3 and complying with the gradation requirements of ASTM C33 for such a material. Grout shall be unifonnly applied by means of damp pads of coarse burlap approximately 6-in square used as a float. Scrub grout into the pits and air holes to provide a dense mortar in all imperfections . 3 . Allow the mortar to partially harden for one or two hours depending upon the weather. If the air is hot and dry , keep the wall damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it can be scraped from the surface with the edge of a steel trowel without damaging the grout in the small pits or holes, cut off all that can be removed with a trowel. (Note : Grout allowed to remain on the wall too long will harden and will be difficult to remove.) Conc rete Finishes 03350-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 4 . Allow the surface to dry thoroughly and rub it vigorously with clean dry burlap to completely remove any dried grout. No visible film of grout shall remain after this rubbing. The entire c leaning operation for any area must be completed the day it is started. Do not leave grout on surfaces overnight. Allow sufficient time for grout to dry after it has been cutoff with the trowel so it can be wiped off clean with the burlap. 5. On the day following the repair of pits, air holes and blemishes , the walls shall again be wiped off clean with dry, used pieces of burlap containing old hardened mortar which will act as a mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, such a film is present, a fine abrasive stone shall be used to remove all such material without breaking through the surface film of the original concrete. Such scru b bing shall be light and sufficient only to remove excess material without changing the texture of the concrete . 6 . A thorough wash-down with stiff bristle brushes shall follow the final bagging or stoning operation. No extraneous materials shall remain on the surface of the wall. The wall shall be sprayed with a fine fog spray periodically to maintain a continually damp condition for at least three days after the application of the repair grout. 3.02 FLOORS AND SLABS A . Floated Finish 1 . Machine Floating a. Screed floors and slabs with straightedges to the established grades shown on the Drawings. Immediately after final screeding, a dry cement/sand shake in the proportion of two sacks of portland cement to 350 lbs . of coarse natural concrete sand shall be sprinkled evenly over the surface at the rate of approximately 500 lbs ./1,000 sq . ft . of floor. Do not sprinkle neat, dry cement on the surface. b. The application of the cement/sand shake may be eliminated at the discretion of the ENGINEER if the base slab concrete exhibits adequate fattiness and homogeneity and the need is not indicated. When the concrete has hardened sufficiently to support the weight of a power float without its digging into or disrupting the level surface , thoroughly float the shake into the surface with a heavy revolving disc type power compacting machine capable of providing a 200 lb. compaction force distributed over a 24-in diameter disc . c. Start floating along walls and around columns and then move systematically across the surface leaving a matte finish . d. The compacting machine shall be the "Kelly Power Float with Compaction Control" as manufactured by Kelley Industries of SSP Construction Equipment Inc., Pomona, CA or equal. Troweling machines equipped with float (shoe) blades that are slipped over the trowel blades may be used for floating . Floating with a troweling machine equipped with normal trowel blades will not be permitted . The use of any floating or troweling machine which has a water attachment for wetting the concrete surface during finishing will not be permitted. 2 . Hand Floating Concrete Finishes 03350-3 2/17 /1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 a . In lieu of power floating, small areas may be compacted by hand floating. The dry cement/sand shake previously specified shall be used unless specifically eliminated by the ENGINEER. Screed the floors and slabs with straightedges to the established grades shown on the Drawings. While the concrete is still green , but sufficiently hardened to support a finisher and kneeboards with no more than 1/4-in indentation, wood float to a true, even plane with no coarse aggregate visible . Use sufficient pressure on the wood floats to bring moisture to the surface. 3. Finishing Tolerances a . Level floors and slabs to a tolerance of plus or minus 1/8 -in when checked with a 10-ft straightedge placed anywhere on the slab in any direction Where drains occur, pitch floors to drains such that there are no low spots left undrained . Failure to meet either of the above requirements shall be cause for removal, grinding, or other correction as directed by the ENGINEER. B . Broom Finish 1. Screed slabs with straightedges to the established grades indicated on the Drawings. When the concrete has stiffened sufficiently to maintain small surface indentations , draw a stiff bristle broom lightly across the surface in the direction of drainage , or, in the case of walks and stairs , perpendicular to the direction of traffic to provide a non-slip surface . C. Steel Trowel Finish 1. Finish concrete as specified in Paragraph 3.02A. Then, hand steel trowel to a perfectly smooth hard even finish free from high or low spots or other defects. 3.03 APPROVAL OF FINISHES A . All concrete surfaces, when finished, will be inspected by the ENGINEER. B. Surfaces which, in the opinion of the ENGINEER, are unsatisfactory shall be refinished or reworked. C. After finishing horizontal surfaces, regardless of the finishing procedure specified, the concrete shall be cured in compliance with Section 03300 unless otherwise directed by the ENGINEER. 3.04 SCHEDULE OF FINISHES A. Concrete shall be finished as specified either to remain as natural concrete to receive an additional applied finish or material under another section . A. Concrete for the following conditions shall be finished as noted on the Drawings and as further specified herein: 1. Concrete to receive dampproofing or waterproofing: Rough-form finish. See Paragraph 3.0lD above. Concrete Finishes 03350-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2. Concrete not exposed to view and not scheduled to receive an additional applied finish or material : Rough-form finish. See Paragraph 3.0ID above . 3. Exterior vertical concrete above grade exposed to view : Rubbed finish . See Paragraph 3 .0IE above . 4. Interior vertical concrete exposed to view except in water containment areas: Rubbed finish. See Paragraph 3.0IE above. 5. Vertical concrete in water containment areas . Rubbed finish on exposed surfaces and extending to two feet below normal operating water level : Rough-form finish on remainder of submerged areas. See Paragraphs 3 .0IE and 3 .0ID above. 6. Interior and exterior underside of concrete exposed to view : Rubbed finish. See Paragraph 3.0IE above. 7. Interior or exterior horizontal concrete not requiring floor hardener or sealer: Floated finish. See Paragraph 3.02A above. 8. Concrete for exterior walks, interior and exterior stairs: Broomed finish perpendicular to direction of traffic. See Paragraph 3.02B above. 9. Concrete slabs on which process liquids flow or in contact with sludge : Steel trowel finish . See Paragraph 3.02C above . l 0 . Concrete structure bottoms to be covered with grout: See Section 03600 . END OF SECTION Concrete Finishes 03350-5 2/17/11 City ofFort Worth Eagle Mounta in WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03600 GROUT A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A . Formwork is included in Section 03100. B . Concrete Reinforcement is included in Section 03200. C . Concrete Joints and Joint Accessories are included in Section 03250 . D . Cast-in-Place Concrete is included in Section 03300 . 1.03 SUBMITTALS A . Submit, in accordance with Section 01300 , shop drawings and product data showing materials of construction and details of installation for : 1. Commercially manufactured nonshrink cementitous grout. The submittal shall include catalog cuts, technical data, storage requirements , product life, working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet. 2 . Commercially manufactured nonshrink epoxy grout. The submittal shall include catalog cuts, technical data, storage requirements, product life , working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet. 3. Cement grout. The submittal shall include the type and brand of the cement, the gradation of the fine aggregate , product data on any proposed admixtures and the proposed mix of the grout. 4. Concrete grout. The submittal shall include data as required for concrete as delineated in Section 03300. This includes the mix design , constituent quantities per cubic yard and the water/cement ratio. B. Samples 1. Samples of commercially manufactured grout products when requested by the ENGINEER. 2 . Aggregates for use in concrete grout when requested by the ENGINEER. C . Laboratory Test Reports Grout 03600-1 2/17/11 City offort Worth Eagle Mountain WTP Clearwell No . 3 1. Submit laboratory test data as required under Section 03300 for concrete to be used as concrete grout. D . Certifications 1. Certify that commercially manufactured grout products and concrete grout admixtures are suitable for use in contact with potable water after 30 days curing. E . Qualifications I. Submit documentation that manufacturers of commercially manufactured grout products have at least IO years' experience in the production and use of the proposed grouts which they will supply. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C53 l -Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 2 . ASTM C579 -Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars , Grouts and Monolithic Surfacings and Polymer Concretes 3. ASTM C827 -Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures 4 . ASTM Cl 107 -Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A . Qualifications I. Manufacturers of commercially manufactured grout products shall have a minimum of 10 years' experience in the production and use of the type of grout proposed for the work . B . Field Testing Grout I. All field testing and inspection services required will be provided by the OWNER. The CONTRACTOR shall assist in the sampling of materials and shall provide any ladders , platforms, etc ., for access to the work. The methods of testing will comply with the applicable ASTM Standards. 2. The field testing of Concrete Grout will be as specified for concrete in Section 03300. 03600-2 2/17/11 City of fort Worth Eagle Mountain WTP Clearwell No . 3 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name , product identification, batch numbers and printed instructions. B. Store materials in full compliance with the manufacturer's recommendations . Total storage time from date of manufacture to date of installation shall be limited to six months or the manufacturer's recommended storage time, whichever is less . C . Material which becomes damp or otherwise unacceptable shall be immediately removed from the site and replaced with acceptable material at no additional expense to the OWNER. D . Nonshrink cement-based grouts shall be delivered as preblended, prepackaged mixes requiring only the addition of water. E . Nonshrink epoxy grouts shall be delivered as premeasured, prepackaged, three component systems requiring only blending as directed by the manufacturer. 1.07 DEFINITIONS A . Nonshrink Grout: A commercially manufactured product that does not shrink in either the plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base plate. PART2 PRODUCTS 2.01 GENERAL A . The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired. B. Like materials shall be the products of one manufacturer or supplier in order to provide standardization of appearance. 2.02 MATERIALS A . Nonshrink Cementitious Grout Grout 1. Nonshrink cementitious grouts shall meet or exceed the requirements of ASTM Cl 107 , Grades B or C . Grouts shall be portland cement based, contain a pre-proportioned blend of selected aggregates and shrinkage compensating agents and shall require only the addition of water. Nonshrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. a. General purpose nonshrink cementitious grout shall conform to the standards stated above and shall be SikaGrout 212 by Sika Corp .; Set Grout by Degussa Building Systems; NS Grout by The Euclid Chemical Co .; Five Star Grout by Five Star Products, Inc or equal. b . Flowable (Precision) nonshrink cementitious grout shall conform to the standards stated above and shall be Masterflow 928 by Degussa Building Systems ; Hi-Flow Grout by the 03600-3 2/17/11 City of Fort Wo rth Eagle Mountain WTP Clearwell No. 3 Euclid Chemical Co.; SikaGrout 212 by Sika Corp .; Five Star Grout or Five Star Fluid Grout 100 by Five Stars Products, Inc or equal. B. Nonshrink Epoxy Grout 1. Nonshrink epoxy-based grout shall be a pre-proportioned, three component, 100 percent solids system consisting of epoxy resin , hardener, and blended aggregate . It shall have a compressive strength of 10,000 psi in seven days when tested in conformity with ASTM C579 and have a maximum thermal expansion of 30 x 10-6 when tested in conformity with ASTM C53 l. The grout shall be Masterflow 648 CP by DeGussa Building Systems; Five Star HP Epoxy Grout by Five Stars Products, Inc; Sikadur 42 Grout-Pak by Sika Corp.; High Strength Epoxy Grout E3-G by the Euclid Chemical Co . or equal. C . Cement Grout 1. Cement grouts shall be a mixture of one part portland cement conforming to ASTM C 150 , Types II or ill and one to two parts sand conforming to ASTM C33 with sufficient water to place the grout. The water content shall be sufficient to impart workability to the grout but not to the degree that it will allow the grout to flow. D. Concrete Grout I. Concrete grout shall conform to the requirements of Section 03300 except as specified herein. It shall be proportioned with cement, pozzolan, coarse and fine aggregates, water, water reducer and air entraining agent to produce a mix having an average strength of 2900 psi at 28 days , or 2500 psi nominal strength . Coarse aggregate size shall be 3/8-in maximum . Slump should not exceed 5-in and should be as low as practical yet still retain sufficient workability . 2 . Synthetic reinforcing fibers shall be added to the concrete grout mix at the rate of 1.5 lbs . of fibers per cubic yard of grout. Fibers shall be added from the manufacturer's premeasured bags and according to the manufacturer's recommendations in a manner which will ensure complete dispersion of the fiber bundles as single monofilaments within the concrete grout (see spec . 03200). E. Water I. Potable water, free from injurious amounts of oil , acid, alkali, organic matter, or other deleterious substances . PART 3 EXECUTION 3.01 PREPARATION A. Grout shall be placed over cured concrete that has attained its full design strength unless otherwise approved by the ENGINEER. B. Concrete surfaces to receive grout shall be clean and sound, free of ice, frost, dirt, grease , oil , curing compounds, laitance and paints and free of all loose material or foreign matter which may affect the bond or performance of the grout. Grout 03600-4 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 C. Roughen concrete surfaces by chipping, sandblasting, or other mechanical means to ensure bond of the grout to the concrete . Remove loose or broken concrete. Irregular voids or projecting coarse aggregate need not be removed if they are sound, free of laitance and firmly embedded into the parent concrete . 1. Air compressors used to clean surfaces in contact with grout shall be the oilless type or equipped with an oil trap in the airline to prevent oil from being blown onto the surface. D . Remove all loose rust, oil or other deleterious substances from metal embedments or bottom of baseplates prior to the installation of the grout. E. Concrete surfaces shall be washed clean and then kept moist for at least 24 hours prior to the placement of cementitious or cement grout. Saturation may be achieved by covering the concrete with saturated burlap bags, use of a soaker hose, flooding the surface, or other method acceptable to the ENGINEER. Upon completion of the 24 hour period, visible water shall be removed from the surface prior to grouting. The use of an adhesive bonding agent in lieu of surface saturation shall only be used when approved by the ENGINEER for each specific location of grout installation. F. Epoxy-based grouts do not require the saturation of the concrete substrate. Surfaces in contact with epoxy grout shall be completely dry before grouting . G . Construct grout forms or other leakproof containment as required . Forms shall be lined or coated with release agents recommended by the grout manufacturer. Forms shall be of adequate strength, securely anchored in place and shored to resist the forces imposed by the grout and its placement. 1. Forms for epoxy grout shall be designed to allow the formation of a hydraulic head and shall have chamfer strips built into forms . H. Level and align the structural or equipment bearing plates in accordance with the structural requirements and the recommendations of the equipment manufacturer. I. Equipment shall be supported during alignment and installation of grout by shims , wedges , blocks or other approved means. The shims, wedges and blocking devices shall be prevented from bonding to the grout by appropriate bond breaking coatings and removed after grouting unless otherwise approved by the ENGINEER. 3 .02 INSTALLATION -GENERAL A . Mix, apply and cure products in strict compliance with the manufacturer's recommendations and this Section. B. Have sufficient manpower and equipment available for rapid and continuous mixing and placing. Keep all necessary tools and materials ready and close at hand . C . Maintain temperatures of the foundation plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and until grout compressive strength reaches 1000 psi or as recommended by the grout manufacturer, whichever is longer. Take precautions to minimize differential heating or cooling of baseplates and grout during the curing period. Grout 03600-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D . Take special precautions for hot weather or cold weather grouting as recommended by the manufacturer when ambient temperatures and/or the temperature of the materials in contact with the grout are outside of the 60 and 90 degrees F range . E . Install grout in a manner which will preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control joint. F . Reflect all existing underlying expansion, control and construction joints through the grout. 3.03 INSTALLATION -CEMENT GROUTS AND NONSHRINK CEMENTITIOUS GROUTS A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel or admixtures without prior approval by the ENGINEER. B. Avoid mixing by hand. Mixing in a mortar mixer (with moving blades) is recommended. Pre-wet the mixer and empty excess water. Add premeasured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability . Do not exceed the manufacturer's maximum recommended water content. C . Placements greater than 3-in in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added. D. Place grout into the designated areas in a manner which will avoid segregation or entrapment of air. Do not vibrate grout to release air or to consolidate the material. Placement should proceed in a manner which will ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary . E . Place grout rapidly and continuously to avoid cold joints. Do not place cement grouts in layers. Do not add additional water to the mix (retemper) after initial stiffening . F . Just before the grout reaches its final set, cut back the grout to the substrate at a 45 degree angle from the lower edge of bearing plate unless otherwise approved by the ENGINEER. Finish this surface with a wood float (brush) finish . G. Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement or longer if recommended by the manufacturer. Saturate the grout surface by use of wet burlap, soaker hoses, ponding or other approved means . Provide sunshades as necessary. If drying winds inhibit the ability of a given curing method to keep grout moist, erect wind breaks until wind is no longer a problem or curing is finished. 3.04 INSTALLATION -NONSHRINK EPOXY GROUTS A. Mix in accordance with the procedures recommended by the manufacturer . Do not vary the ratio of components or add solvent to change the consistency of the grout mix. Do not overmix. Mix full batches only to maintain proper proportions of resin, hardener and aggregate . Grout 03600-6 2/1 7/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 B. Monitor am b ient weather conditions and contact the grout manufacturer for special placement procedures to be used for temperatures below 60 or above 90 degrees F . C . Place grout into the designated areas in a manner which will avoid trapping air. Placement methods shall ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces . Provide grout holes as necessary . D. Minimize "shoulder" length (extension of grout horizontally beyond base plate). In no case shall the shou lder length of the grout be greater than the grout thickness. E. Finish grout by puddling to cover all aggregate and provide a smooth finish . Break bubbles and smooth the top surface of the grout in conformity with the manufacturer's recommendations . F. Epoxy grouts are self curing and do not require the application of water. Maintain the formed grout within its recommended placement temperature range for at least 24 hours after placing, or longer if recommended by the manufacturer. 3.05 INSTALLATION -CONCRETE GROUT A . Screed underlying concrete to the grade shown on the Drawings. Provide the surface with a broomed finish, aligned to drain . Protect and keep the surface clean until placement of concrete grout. B. Remove the debris and clean the surface by sweeping and vacuuming of all dirt and other foreign materials . Wash the surface using a strong jet of water. Flushing of debris into drain lines will not be permitted. C. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout. Saturation may be maintained by ponding, by the use or soaker hoses , or by other methods acceptable to the ENGINEER. Remove excess water just prior to placement of the concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the slurry is moist when the grout is placed . Work the slurry over the surface with a broom until it is coated with approximately 1/16 to 1/8-in thick cement paste . (A bonding grout composed of one part portland cement, 1.5 parts fine sand, an approved bonding admixture and water, mixed to achieve the consistency of thick paint, may be substituted for the cement slurry.) D. Place concrete grout to slopes and final grade . E. Provide grout control joints as indicated on the Drawings . F . Finish and cure the concrete grout as specified for cast-in-place concrete. 3.06 GROUT SCHEDULE A. The following list indicates where the particular types of grout are to be used: 1. General purpose nonshrink cementitious grout: Use at all locations where non shrink grout is called for on the plans except for base plates greater in area than 3-ft wide by 3-ft long and except for the setting of anchor rods, anchor bolts or reinforcing steel in concrete. Grout 03600-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Grout 2 . F lowable nonshrink cementitious grout: Use under all base plates greater in area than 3-ft by 3-ft. Use at all locations indicated to receive flowable nonshrink grout by the Drawings. The CONTRACTOR, at his/her option and convenience, may also substitute flowable nonshrink grout for general purpose nonshrink cementitious grout. 3. Nonshrink epoxy grout: Use for the setting of anchor rods, anchor bolts and reinforcing steel in concrete and for all locations specifically indicated to receive epoxy grout. 4. Cement grout: Cement grout may be used for grouting of incidental base plates for structural and miscellaneous steel such as post base plates for platforms, base plates for beams, etc. It shall not be used when nonshrink grout is specifically called for on the Drawings or for grouting of primary structural steel members such as columns and girders . 5 . Concrete grout: Use for overlaying the base concrete to allow more control in placing the surface grade. Use for concrete grout fill within liquid-containment structures and other locations where specifically indicated on the Drawings. END OF SECTION 03600-8 2/17/11 DIVISION 5 METALS City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 05515 MET AL LADDERS AND ACCESSORIES A . Furnish all labor, materials, equipment and incidentals required and provide complete ladders and accessories as shown on the Drawings and as specified herein . 1.02 SUBMITT ALS A. Submit, in accordance with Section 01300, manufacturer's shop drawings to indicate compliance with this Section. Show locations, methods of supporting, methods of anchoring and finishes. 1.03 REFERENCE STANDARDS A . Occupational Safety and Health Administration (OSHA). B . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . PART2 PRODUCTS 2 .0 I FIXED WALL LADDERS A . Fixed wall ladders and accessories shall comply with all requirements of OSHA, 29 CFR 1910.27. B . ManufaGturers: 1. Shop-fabricated from details on the Drawings. 2 . Ladder shall be designed by an Engineer (provided by the Contractor) licensed in the state of Texas. See Drawing SZ-2 for minimum design guide . Design detail and calculation shall be submitted for Engineer's approval. 4. Or equal product. C. Materials 1. Side Rails/Safety Cages. Type 316 stainless steel or Type 316 stainless steel extrusions. Where extensions are provided, the side rail shall be channel shapes having a wall thickness not less than .125-in and a depth of not less than 3-in . 2. Rungs/Treads . Knuckled or serrated aluminum bars, not less than 3/4-in in diameter fabricated of Type 316 stainless steel. Alternatively, serrated tubular aluminum extrusions of · Type 316 stainless steel not less than 1-1/4-in square . Attach rungs to side rails with self locking Type 316 stainless steel fasteners . Metal Ladders and Acces sories 05515-1 2/17/11 City of fort Worth Eagle Mountain WTP Clearwell No . 3 3 . Wall/Floor Support Brackets. Stainless steel plates, Type 316. Type 316 fasteners/rigid attack/locking. 4. "Walk-through Roofover Rail Extensions". As detailed with square section tabular serrated grab rails. 5 . Hardware -All Type 316 stainless steel fasteners and accessories . 6 . Security Door. Fabricated from .125-in thick stainless steel sheet, Type 316. Secure door to ladder with continuous Type 316 stainless steel piano hinge and Type 316 stainless steel locking hasp(s) as indicated on the Drawings . 2 .02 LADDER SAFETY POST EXTENSION A . Fixed ladders occurring below hatch doors shall be provided with attached telescoping tubular safety post extension, unless otherwise noted . Unit shall be completely assembled with stainless steel fasteners and brackets for securing to the ladder rungs provided by the manufacturer. Provide corrosion resistant construction . Type 304 stainless steel shall be allowed for this product only . B. Manufacturers . 1. Bilco -ladder UP Safety Post, Model LU-3 , or equal. 2.03 FALL PREVENTION SYSTEM A. Fall Prevention System 1. For all ladders subject to the requirements of STD O 1-01-003 -STD 1-1.3 -29 CFR 1910.27(d)(5) -Fixed Ladders, Special Requirements , Ladder Safety Devices, which adopts ANSI Al 4.3-1956, including those ladders with over 20-feet in unbroken length shall, in lieu of cage protection, a fall prevention system that conforms to the requirements of the cited regulations and standards. 2. Provide complete rigid-rail and locking sleeve fall prevention system such as "Saf-T-Climb" by North Consumer Products (Division of Siebe North , Inc .) or equal at locations noted on the Drawings. System shall be complete with all mounting hardware and accessories furnished in the same metal as the rail unless otherwise noted . 3. Rail material shall be Type 316 Stainless Steel. 4. Provide basic system accessories including: two bronze locking climbing sleeves (Saf-T-Lok Sleeve) two climbing belts (Saf-T-Belt), two harnesses (Saf-T-Climb Harness), removable extension kit. 5. Where ladder begins below the access platform of a structure (i .e., vaults, hatchways , etc.), provide a permanently installed mandrill at each ladder to allow use of the removable extension previously specified. Metal Ladders and Acce sso ries 05515-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 B . Fabrication I. Details shall be as shown on the Drawings and as specified . 2 . Components shall be free of splinters, sharp edges, burrs or hazardous projections. 3. For ladders, round or cap top ends of side rails. Grind welds on exterior face of side rails or stringers smooth. Accurately fabricate joints for neat, tight fit . 4. Attachments not made by welding shall be made with self-locking Type 316 stainless steel fasteners. PART3 EXECUTION 3 .01 INSTALLATION A . Install ladders and accessories in compliance with manufacturer's shop drawings and detailed instructions. B . Install fabrications, plumb, square and level and securely anchored to supports . Smooth and adjust miters and field cuts to assure tight joints. 3.02 PROTECTION A . Protect fabrications from damage due to work of adjacent trades . 3 .03 CLEANING A. As work progresses, remove debris and leave installation sites broom clean . B . Prior to final acceptance, clean ladders of any paint, mud or other adherents . END OF SECTION Metal Ladders and Accessories 05515-3 2/17/11 DIVISION 9 FINISHES City of Fort Worth Eagle Mountain WTP · Clearwell No . 3 PARTl GENERAL 1.01 SCOPE OF WORK SECTION 09821 CEMENTITIOUS FINISH A. Furnish all materials, labor, equipment, and incidentals required to install cementitious finish on all exposed exterior concrete surfaces of the wire-wrapped, precast concrete tank . Cementitious finish shall extend down the tank wall to at least one-foot below finished grade . B. The Contractor selected concrete tank constructor shall be responsible to furnish all materials required for coating of the tank, prepare all tank surfaces for coating, and apply the approved coating system . The Contractor selected general painting contractor will not be accepted as an alternative applicator of the cementitious finish specified herein . 1.02 RELATED WORK A. Precast prestressed concrete ground storage tank is included in Section 13205. 1.03 SUBMITTALS A. Submit shop drawings , working drawings , and product data in accordance with the Special Conditions, including detailed product informat ion on materials proposed and material installation methods. B . Submit certification that coating is approved for installation on the exterior of a potable water ground storage tank . C. Submit three sets ofrepresentative samples (minimum 12 inches by 12 inches) of proposed materials showing available colors. 1.04 REFERENCE STANDARDS A. Federal Specifications 1. FS-TT-P-35 B Paint, Cementitious Powder, White, and Colors (For Interior and Exterior Use). PART 2 PRODUCTS 2 .01 MATERIALS A. Cementitious finish shall be waterproof finish designed as a protective and decorative finish for concrete substrates . Cementitious finish materials shall meet specifications set forth in Federal Specification TT-P -3 5 . Cementitious Finish 09821-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B. Cementitious finishes must be mixed utilizing an acrylic based bonding agent in a ratio not to exceed one part bonding agent to three parts potable water in the mixing solution . l. Cementitious finish shall consist of Thoro System by Harris Specialty Chemicals, Inc ., Thoro Division, Jacksonville, Florida, or approved equal. Finish shall include one coat of Thoroseal and two coats of Thorocoat, fine texture or approved equal. 2. Bonding agent shall be Acryl 60 or approved equal. 3. Water shall be potable drinking water for all operations . 4 . Color shall be as selected by the Owner from manufacturer's standard color charts. C. Coating and sealant systems may be proposed by tank manufacturer for review as alternatives to the specified system. If an alternative coating system is proposed, tank manufacturer shall provide historical references of application and all product information related to proposed alternative coating system for review and consideration for acceptance by the Engineer." PART 3 EXECUTION 3.01 INSTALLATION A. Surface Preparation l. Concrete shall have been finished and cured as specified in Division 3 prior to application of cementitious finish . 2 . Water containment structures shall be watertightness tested prior to application of cementitious finish. 3. Remove all efflorescence, laitance, loose concrete, and foreign material by effective, approved means. Acid etching and neutralizing or sandblasting may be required to obtain an acceptable substrate. 4. No cementitious finish operations shall commence until substrate has been inspected and approved by the cementitious finish applicator and the surface conforms to the coating manufacturer's recommendations. B. Installation Requirements I. Cementitious finish mixing, application, and curing shall be in strict conformance with the manufacturer's instructions. 2. Installation shall be performed only by workers trained in the application of the approved system. 3 . Base Coat. Apply a base coat of Thoroseal (or approved equal) at a minimum rate of two pounds per square yard to effectively fill all surface voids and irregularities. 4 . Intermediate Coat and Finish Coat. Apply two coats of Thorocoat ( or approved equal) at a minimum dry film thickness (DFT) of 8 mils per coat. Cementitious Finish 09821-2 2/17/11 City of Fon Worth Eagle Mountain WTP Clearwell No . 3 5 . Apply finish to an entire substrate or unit with interruptions occurring only at openings , rustications, or control joints. 6 . Protect other surfaces against spattering or spills . Promptly remove finish from other surfaces that are not to be coated. 7 . No materials which are caked or lumpy or which are contaminated with foreign materials shall be used . No retarding or accelerating agents will be allowed in mixes without approval of the Engineer. Minimum air temperature at application shall be 40 degrees F and rising . 8 . Place finish within a maximum of 22 hours after mixing, except during hot, dry weather, reduce maximum placing time as required to prevent premature stiffening . Do not retemper stiffened materials with additional water or bonding agent. 9 . Warm Weather Requirements. Protect finishes against uneven and excessive evaporation and from strong flows of dry air, either natural or artificial. Apply and cure cementitious coating as required by climatic and job conditions and as recommended by the coating supplier to prevent rapid dryout. Provide suitable coverings, moist curing, and barriers as required to deflect sunlight and wind . END OF SECTION Cementitious Finish 09821-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 SECTION 09901 SURF ACE PREPARATION AND SHOP PRIME PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required for the surface preparation and application of shop primers on ferrous metals, excluding stainless steel and galvanized steel, as specified herein and as shown on the Drawings. 1.02 RELATED WORK A. Field painting is included in Section 09902. 1.03 SUB MITT ALS A . Submit to the Engineer for review in accordance with Section 01300 complete shop drawings , manufacturer's specifications, and data on the proposed primers and detailed surface preparation, application procedures, and dry mil thickness. 1.04 REFERENCE SPECIFICATIONS · A . Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 -Solvent Cleaning 2 . SSPC-SP-2 -Hand Tool Cleaning 3 . SSPC-SP-3 -Power Tool Cleaning 4. SSPC-SP-6 -Commercial Blast Cleaning 5. SSPC-SP-7 -Brush Blast 6. SSPC-SP-10 -Near-White Metal Blast Cleaning PART 2: PRODUCTS 2.01 MATERIALS A . Ferrous Metals submerged or subject to splashing: 1. Tnemec 1 Coat:69-BJ45 Gray Epoxy Primer (4.0 -6.0 DFT) or 1 Coat: 140-1255 PotaPox Plus (6-8 DFT per coat) for potable water Surface Preparation and Shop Prime Painting 09901-1 2/17/11 Ci ty of Fort Worth Eagle Mountain WTP Clearw eU No . 3 2. Carboline 1 Coat: Carboguard 890 (3 .5 -4 .5 DFT) 3 . ICI Paints 1 Coat: Intergard 750HS or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3 .5 -4 .5 DFT) 4. Sherwin-Williams 1 Coat: Hi -Solids Catalyzed Epoxy (5.0 -6 .0 DFT) or Copoxy Epoxy Primer (3 .0-5 .0 DFT) 5. PPG Industries 1 Coat: DTR 97-148 Series (5 -7 DFT) B . Structural Steel , Loose Steel Lintels and Other Ferrous Metals (i.e., Mechanical Equipment, Piping, etc .): 1. Tnemec 1 Coat: 66-BJ45 Gray Epoxy Primer (4.0 -6 .0 DFT) 2. Carboline l Coat: Carboguard 890 (3 .5 -4.5 DFT) 3. ICI Paints 1 Coat: Intergard 750HS (3.5 -4 .5 DFT) or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 -4 .5 DFT) 4 Sherwin-Williams 1 Coat: Recoatable Epoxy Primer (3 .5 -4 .5 DFT) 5 . PPG Industries 1 Coat:DTR 97 -148 Series (5 -7 DFT) C . Nonprimed Surfaces : l. Gears, bearings surfaces, and other similar surfaces that are not to be painted shall be given a heavy shop coat of grease or other suitable rust-resi stant coating. This coating shall be maintained as necessary to prevent corrosion during all periods of storage and erection and shall be satisfactory to the Engineer up to the time of the final acceptance test. D. Compatibility of Coating Systems : 1. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with their corresponding primers and finish coats specified in Section 09902 for use in the field and which are recommended for use together. 2 . Coating system for substrates that will be submerged or in contact with process water shall be NSF-61 certified . Surface Preparation and Shop Prime Painti ng 09901 -2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 E . Masonry: See Section 09902 . F . Plastic pipe: See Section 09902 . G. Metal surfaces above 250 Deg F : See Section 09902. H. Insulated pipe (non-metallic insulation and building insulation): See Section 09902. I. Repair of cut edges and damage to galvanized steel : 1. Tnemec 1 Coat: 90-97 Tnemec Zinc (2.5 -3 DFT) 2 . Carboline 1 Coat: Galvanox (2.5 -3 DFT) 3. ICI Paints 1 Coat: Interzinc 308 (2.5 -3 DFT) or 1 Coat: Glid-Guard Organic Zinc Rich Coating 5513 (2.5 -3 DFT) 4 . Sherwin-Williams 1 Coat: Zinc Clad 4 (2.5 -3 DFT) or Corothane I Galvapac Zinc Primer(3.0-4 .0 DFT) 5. PPG Industries 1 Coat: 97-670 (2 .5 -3 DFT) J . Primers containing lead will not be allowed . PART 3: EXECUTION 3.01 APPLICATION A . Surface Preparation and Priming: l. Nonsubmerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-6 "Commercial" immediately prior to priming. Submerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-10 "Near White," immediately prior to priming. 2 . All surfaces shall be dry and free of dust, oil, grease, dirt, rust, loose mill scale, and other foreign material before priming . 3. Shop prime in accordance with approved paint manufacturer's recommendations. 4 . Surface preparation for field painting unprimed surfaces or for touch up shall be the same . 5. Plastic pipe surfaces shall not be painted unless specifically noted on the Drawings . Surface Preparation and Shop Prime Painting 09901-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 6. Wood surfaces shall be dry and sanded to a smooth surface. 7. Bituminous-coated pipe shall not be used in exposed locations . Pipe to be exposed in the finished work shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting . 8 . All primed or previously painted surfaces and nonferrous surfaces shall be cleaned prior to application of successive coats. All nonferrous metals shall be cleaned in accordance with SSPC-SP-1. Test galvanized steel for treatment or any passivation and handle as required. 9. Shop-coated surfaces shall be protected from damage and corrosion before and after installation. Damaged areas shall be repaired immediately upon detection. Abraded or corroded spots shall be cleaned and touched up with the same materials as the shop coat. All shop coated surf aces which are determined to be faded or discolored or which require more than minor touch-up, shall receive new surface preparation and be repainted . Cut edges of galvanized steel and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves shall be solvent cleaned in accordance with SSPC-SP-1 and primed. Verify compatibility of shop prime coatings with proposed finish painting system prior to application . If systems are non-compatible, propose alternative system for approval or strip and re-prime the surf ace. 10. Galvanized steel and stainless steel surfaces shall be cleaned in accordance with SSPC-SP-7. Such surfaces designated not to be painted shall be cleaned to this standard . 11 . Aluminum embedded or in contact with concrete shall be painted with one coat of epoxy as scheduled in Section 09902 . 12. Surface temperature and all other application conditions shall be in accordance with approved primer manufacturer's recommendations. Enclosures and auxiliary heat shall be utilized as necessary to achieve compliance . 13. Priming of edges, comers, indentions, etc. shall be performed by stripe coating. 3.02 FABRICATED AND MANUFACTURED EQUIPMENT A. Unless otherwise indicated, all fabricated and manufactured equipment shall be shop primed . Initial finish coats may be shop or site applied. All further coats shall be site-applied. In all cases, final coat shall be site-applied. B . Wherever equipment is required to be sandblasted, Contractor shall protect all motors, drives, bearings, gears, nameplates, and any other parts not required to be painted, from sandblasting and from the entry of grit. Any equipment found to contain grit shall be disassembled, cleaned and reassembled . END OF SECTION Surface Preparation and Shop Prime Painting 09901-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 09902 FINISH PAINTING A. The work of this section consists of furnishing all materials, labor, equipment, and incidentals required and performing all the finish painting necessary to complete this Contract in its entirety as described herein. B . It is the intent of these Specifications to paint all interior concrete where scheduled, exposed miscellaneous metal, pipe, fittings, supports, valves, equipment, and all other work obviously required to be painted unless otherwise specified . Minor items omitted in the schedule of work shall be included in the work of this Section where they come within the general intent of the specifications as stated herein. C . In addition to the new structures, all renovated portions of existing structures are to be prepared for painting and painted. This includes all items in these existing areas including exterior, interior and submerged. The paint systems to be used on all existing surfaces are as scheduled for the new structures. All pipes are to be painted to conform to the pipe color code in this Section . Colors are to be consistent throughout the new and existing structures . Surface preparation and shop priming shall conform to Section 09901. E . The following surfaces or items are NOT required to be painted : l. Portions of metal , other than aluminum, embedded in concrete. This does not apply to the back face of items mounted to concrete or masonry surfaces which shall be painted before erection. Aluminum to be embedded in or in contact with concrete or masonry shall be coated to prevent electrolysis . 2. Stainless steel. 3. Fencing . 4 . Concealed surfaces of pipe or crawl spaces. 5. Acoustical ceilings. 6. Tile . 7 . Exterior concrete, unless otherwise specified, and heavy duty concrete topping. 8. Finish hardware , except door closers that are not finished . 9. Manhole frames and covers . 10. Fiberglass other than piping. Finish Painting 09902-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 11. Packing glands and other adjustable parts, and nameplates and data plates of mechanical equipment 12. PVC Piping 13. Galvanized Steel -Repair cut or damaged galvanized steel in accordance with Section 09901. 14. Aluminum Conduit. 1.02 RELATED WORK A . Surface Preparation and Shop Prime Painting are included in Section 09901. B . Cementitious coatings are included in Section 09821. 1.03 REFERENCES A . American Association of State Highway and Transportation Officials (AASHTO) B . American Society for Testing and Materials (ASTM) 1. ASTM C150 -Specification for Portland Cement 2 . ASTM D4258 -Practice for Surface Cleaning Concrete for Coating C. National Sanitation Foundation (NSF) 1. Standard 61 D . Occupational Safety and Health Act (OSHA) 1. Air Pollution Control Rules 2. Color Coding E . Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 -Surface Preparation Specification -Solvent Cleaning 2 . SSPC-SP-2 -Surface Preparation Specification -Hand Tool Cleaning 3. SSPC-SP-3 -Surface Preparation Specification -Power Tool Cleaning 4. SSPC-SP-6 -Commercial Blast Cleaning 5 . SSPC-SP-7 -Brush Blast 6. SSPC-SP-10 -Near White Metal Blast Cleaning Finish Painting 09902-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.04 SUB MITT 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 and detailed surface preparation, application procedures and dry film thickness . Certify that the systems submitted meet all applicable volatile organic carbon regulations . Equivalent systems are to be submitted at no additional costs to meet any new regulations . B . Submit to the Engineer for review in accordance with Section 01300 color cards, including standard and special colors , for initial color selections. C. Schedule of Painting Operations: Submit to the Engineer for re view a complete Schedule of Painting Operations within 90 days after the Notice to Proceed . This Schedule is imperative so that the various fabricators may be notified of the proper shop prime coat to apply . Properly notify and coordinate the fabricators' surface preparation and painting operations with these Specifications . This Schedule shall include for each surface to be painted , the brand name , the percent volume of solids, the coverage and the 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 instructions. Wet and dry paint film gauges shall be made available to the Engineer to verify the proper application while work is in progress . 1.05 SPARE MATERIAL A. Spare paint, in addition to excess remaining following painting operations , is not required . Remnants from painting operations shall be provided to the Owne r. 1.06 PRE-PAINTING COORDINATION A. Well in advance of commencement of painting operations, but after major equipment has been delivered. Contractor, Sub-Contractors, and Construction Manager shall meet to coordinate painting operations . The Contractor shall contact each party and arrange th e meeting. B . The conference shall include an inspection of the areas to be painted by all parties and a discussion of the conformance of each area with the specifications. Important issues such as environmental conditions, climate control systems, original primer, dry film thickness, and monitoring the number of coats that have been field applied shall be discussed and problems shall be resolved . PART 2 : PRODUCTS 2.01 MATERIALS A . All painting materials shall be fully equal to those manufactured by the Tnemec Company Inc ., Carboline Company, !CI-Devoe Coatings, Sherwin-Williams Company, Ameron Paint Company , and PPG Industries . The painting schedule has been prepared on the basis of Tnemec, Carboline, !CI-Devoe Coatings, 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 th e Engineer for Finish Painting 09902-3 2/17/l l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with the finish paints to be used. Refer to Section 09901 for special primers . D . No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. E . Work areas will be designated by the Engineer for storage and mixing of all painting materials . Materials shall be in full compliance with the requirements of pertinent codes and fire regulations. Proper containers outside of the buildings shall be provided and used for painting wastes, and no plumbing fixture shall be used for this purpose. F. All recommendations of the paint manufacturer in regard to the health and safety of workmen shall be followed . 2.02 PAINTING SYSTEMS A. All colors will be selected by the Engineer from color charts submitted by the Contractor. B . The following surfaces shall have the types of paint scheduled below applied at the dry film thickness (DFT) in mils per coat noted. Some colors will require an additional coat from what is listed to get the proper color coverage. 1. Ferrous metals submerged or subject to splashing: Finish Painting a . Tnemec 2 Coats: 69-Color Hi-Build Epoxoline II (a) (6 -8 DFT per coat) or 2 Coats: 140-Color Pota-Pox Plus (6-8 DFT per coat) for potable water b. Carboline 2 Coats: Carboguard 890 (6 DFT per coat) c. ICI -Devoe Coatings 2 Coats : Bar-Rust 236 Multi-Purpose Epoxy Coating (6 -8 DFT per coat) or 2 Coats : Bar-Rust 233H Multi-Purpose Epoxy Coating (6 -8 DFT per coat) d. Sherwin-Williams 2 Coats : Tank Clad HS (5.0-8.0 DFT per coat) e . Ameron 2 Coats: Amercoat 385 (7 DFT per coat) 09902-4 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series 2 . Exterior nonsubmerged ferrous metals: a . Tnemec 1 Coat: 69-Color Hi-Build Epoxoline II (4 -6 DFT) 1 Coat: 75-Color Endura-Shield (3 -5 DFT) b. Carboline 1 Coat: Carboguard 890 (4 DFT) 1 Coat: 133HB (3 - 4 DPT) c . ICI -Devoe Coatings 1 Coat: 224HS High Build Epoxy (4 - 6 DFT) 1 Coat: Devthane 379 Aliphatic urethane Gloss Enamel (3 -4 DFT) d. Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (5 DFT) 1 Coat: Hi Solids Polyurethane, B65 Series (2.5 DFT) e . Ameron 1 Coat: Amercoat 385 ( 4 DFT) 1 Coat: Amercoat 450 HS (2.5 DFT) f. PPG Industries 1 Coat: Direct To Rust 97-114/149 series 1 Coat: High Build Pitthane7 97-840/UC55575 3 . Interior nonsubmerged ferrous metals : a Tnemec 2 Coats : 69-Color Hi-Build Epoxoline II (4 - 6 DPT per coat) b. Carboline 2 Coats: Carboguard 890 ( 4 - 6 DPT per coat) c. ICI -Devoe Coatings 2 Coats: 224HS High Build Epoxy (4 -6 DFT per coat) d. Sherwin-Williams 1 Coat: R ecoatable Epoxy Primer, B62 Series (4 -6 mils) 1 Coat: Sher-Tile Hi-Solids Epoxy, B67 Series (4 DPT) e . Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series 4 . Insulated Pipe: (Block Insulation: Same systems only 3 coats at 2 - 3 DFT per coat). Finish Painting 09902-5 2/17/11 City of Port Worth Eagle Mountain WTP Clearwell No . 3 a. Tnemec 2 Coats: 6-Color Tneme-cryl (2 - 3 DFT per coat) b. Carboline 2 Coats: 3359 (3 DFT per coat) c. ICI -Devoe Coatings 2 Coats: Lifemaster-Pro 4216 High Performance Waterborne Acrylic (2 -3 DFT per coat) or 2 Coats: Lifemaster Pro HB Acrylic Coating 5440 (2 - 5 DFT per coat) d . Sherwin-Williams 2 Coats: DTM Acrylic Gloss or Semi-Gloss, B66 Series (2 - 3 DFT per coat) e. Ameron 2 Coats : Amerguard 220 (3 DFT per coat) f. PPG Industries 1 Coat: Pitt-Tech? DTM 90-712 1 Coat: Pitt-Tech? DTM 90-Line (satin/gloss) 5. Aluminum in contact with dissimilar materials: a. Tnemec 2 Coats: 66-Color Hi-Build Epoxoline (2 DFT per coat) b. Carboline 2 Coats : Carboguard 890 (3 DFT per coat) c. ICI -Devoe Coatings 1 Coat: Devran 205 Universal epoxy (4-6 DFT) 1 Coat: 224HS High Build Epoxy (4-6 DFT) d. Sherwin-Williams 2 Coats: Macropoxy HS (3 - 6 DFT per coat) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats: Direct to Rust 97-144/149 6 . Parking Stall lines on asphalt pavement: Approved reflective pavement marking paint, white in color, conforming to AASHTO standards for materials and installation. a. PPG Industries 1 Coat: Traffic and Zone Marking Paint 11-3 Finish Painting 09902-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 surfaces . No extra payment shall be made for this painting. 2.03 COLOR CODING FOR PIPES AND EQUIPMENT A. When color coding is specified, it shall consist of color code painting and identification of all exposed conduits, trough items, and pipelines for the transport of gases, liquid, and semi-liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and all operating accessories which are integral to be whole functional mechanical pipe and electrical conduit system. Colors shall be as noted in the Paint and Color Coding Schedules attached at the end of this Section. B . All hangers and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports. Stainless steel supports shall not be painted. The system shall be painted up to, but not including, the flanges attached to the mechanical equipment nor the flexible conduit connected to electrical motors. When more than one pipe system is supported on the same bracket, the bracket shall be painted the same color as the adjacent wall or ceiling. Colors shall be as noted in the Paint and Color Coding Schedule. C. All systems which are an integral part of the equipment, that is originating 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 liquids, shall be indicated on each pipe system. Titles shall be determined by the Engineer. Titles shall not be located more than twenty (20) linear feet apart and shall also appear directly adjacent to each side of any wall the pipe breaches, adjacent to each side of the valve regulator, flow check, strainer cleanout, and all pieces of equipment. B . Titles shall identify the contents by complete name. 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 pressure-sensitive vinyl markers which conform to ANSI Al3 .l requirements. Markers may be of the pre-printed type. Adhesive and finish surface shall be protected with one piece removable liners. Color shall be white or Engineer approved equal to provide contrast with respective pipe painting. Finish Painting 09902-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D . Letter size shall be as indicated in the following table: OUTSIDE DIAMTER OF PIPE SIZE 3/4-in to 1-1/4 in 1-1/2-in to 2-in 2-1/2-in to 6-in 8-in to 10-in Over 10-in SIZE OF LEGEND LETTERS OR COVERING 1/2-in 3/4-in 1-1/4-in 2-1/2-in 3-1/2-in E . The system for preparation and application of letters shall be ASI/LTV Series by Architectural Signing, Inc., Marina Del Rey, CA, Architectural Graphics Inc., Norfolk, VA, Carlton USA, LaGrange, TX, or approved equal. Letter type shall be Helvetica Medium, upper case. Grid 2 spacing shall be employed. Arrows shall be standard Helvetica Medium. Arrow shall match type size. The instructions of the manufacturer shall be as followed in respect to storage, surf ace preparation and applications of letters . 2.05 TITLES FOR EQUIPMENT A. Titles shall be provided on all equipment, including pumps and blowers using 1-in high Helvetica Medium upper case, Grid 2 spacing, white in color, except as otherwise noted on the Drawings in these specifications . Titles shall include both the equipment tag number and name, as shown in the Drawings, or as otherwise indicated by the Engineer. Titles shall be mounted at eye level on machines where possible or at the uppermost broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, the items shall be numbered consecutively as indicated on the Mechanical Drawings or as directed by the Engineer; for example Pump No . 1, Pump No. 2, etc. B . Titles shall be sized, proportioned, arranged and located to be easily readable. It may be required by the Engineer that some equipment be labeled in two or more places, in which case, the Contractor shall comply with no additional cost to the Owner. C. The Contractor shall submit for Engineer's approval in accordance with Section 01300 a listing of all equipment's labeling: 1. Size and color of letters to be used . 2. Location(s) of labels. 3 . Formation of label, e.g.: DRAIN PUMP NO. 1 (DRP-01) D . It is the intent of these specification that all equipment items be labeled and that such labeling allow easy identification of the item of equipment from the direction(s) that it will most normally be viewed. To satisfy this intent, all equipment shall be labeled as directed by the Engineer. E. Hazardous Materials Signs 1. Signs shall be pressure-sensitive backed vinyl panels by Seton Name Plate Co., or equal, and complying with NFPA No. 704. Finish Painting 09902-8 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2. Provide 20 signs for chemical storage and feed areas, numbers and symbols as directed by the Engineer. Size of sign shall be 7 1/2 inches each side, with 3-inch numbers and symbols. 2 .06 MET AL TAGS A. For pipelines smaller than 2-in in diameter, securely fasten metal tags, 22-in by 2-in, of Birmingham or Stubs, 17 gauge brass with lettering etched and filled with enamel. Tags shall be approved by the Engineer. 2.07 FABRICATED EQUIPMENT A. Unless otherwise indicated all fabricated equipment shall be shop primed and shop or field finished. B. All items to be shop primed shall be thoroughly cleaned of all loose material prior to priming. If, in the opinion of the Engineer, any prime coating shall have been improperly applied or if material contrary to these Specifications shall have been used, that coating shall be removed by sandblasting to white metal and reprimed in accordance with these Specifications. C. All shop prime coats shall be of the correct materials and applied in accordance with these Specifications. Remove any prime coats not in accordance with these Specifications by sandblasting and apply the specified prime coat at no additional cost to the Owner. D. Shop primed surfaces shall be cleaned thoroughly and damaged or bare spots retouched with the specified primer before the application of successive paint coats in the field . E. Be responsible for and take whatever steps are necessary to properly protect the shop prime and finish coats against damage from weather or any other cause. F . A shop finish coat shall be equal in appearance and protection quality to a field applied finish coat. If, in the opinion of the Engineer, a shop finish coat does not give the appearance and protection quality of other work of similar nature, prepare the surfaces and apply the coat or coats of paint as directed by the Engineer to accomplish the desired appearance and protection quality. Submit to the Engineer substantial evidence that the standard finish is compatible with the specified finish coat. G . Wherever fabricated equipment is required to be sandblasted, protect all motors, drives, bearings, gears, etc., from the entry of grit. Any equipment found to contain grit shall be promptly and thoroughly cleaned . PART 3: EXECUTION 3.01 PREPARATION OF SURFACES A . All surfaces to be painted shall be prepared as specified herein or in Section 09901 and shall be dry and clean before painting. Special care shall be given to thoroughly clean interior concrete and concrete block surfaces of all marks before application of finish . B . All metal welds, blisters, etc., shall be ground and sanded smooth in accordance with SSPC-SP-10. All pits and dents shall be filled and all imperfections shall be corrected so as to Finish Painting 09902-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 provide a smooth surf ace for painting. All rust, loose scale, oil, grease, and dirt shall be removed by use of approved solvents , wire brushing, or sanding. C . Concrete surfaces shall have been finished as specified in Division 3 . Report unsatisfactory surfaces to the Engineer. Concrete shall be free of dust, oil, curing compounds, and other foreign matter, conforming to ASTM D4258 . D . All submerged concrete shall be prepared as specified in Division 3. E . Concrete block surface shall be smooth and cleaned of all dust, efflorescence, chalk, loose mortar, dirt, grease, oil , tar, and other foreign matter, conforming to ASTM D4258. F . Wood surfaces shall be dry . Sand to obtain a smooth surface. All encrustations shall be removed . G. Exposed Pipe: Bituminous coated pipe shall not be used in exposed locations . Pipe which shall be exposed after project completion shall be primed in accordance with the requirements herein . Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. After installation all exterior, exposed flanged joints shall have the gap between adjoining flanges sealed with a single component polysulfide sealant to prevent rust stains. H. Primed or Previously Painted Surfaces and Nonferrous Surfaces : All coated surfaces shall be cleaned prior to application of successive coats . All nonferrous metals not to be coated shall be cleaned. This cleaning shall be done in accordance with SSPC-SP-1, Solvent Cleaning. I. Shop-Finished Surfaces: All shop-coated surfaces shall be protected from damage and corrosion before and after installation by treating damaged areas immediately upon detection . Abraded or corroded spots on shop-coated surfaces shall be "Hand Cleaned" and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored , or which require more than minor touch-up in the opinion of the Engineer shall receive new surface preparation before being repainted. Cut edges of galvanized sheets and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves , that are not to be finished painted, shall be "Solvent Cleaned" and primed with zinc dust-zinc oxide metal primer. J . Aluminum embedded or in contact with concrete must be painted according to the schedule for aluminum in contact with dissimilar materials . 3.02 WORKMANSHIP A . General 1. Primer (spot) and paint used for a particular surface shall, in general, be as scheduled for that type of new surface. Confirm with the paint manufacturer that the paint proposed for a particular repaint condition will be compatible with the existing painted surface . Sample repainted areas on the actual site will be required to insure this compatibility. Finished repainted areas shall be covered by the same guarantee specified for remainder of work. 2 . At the request of the Engineer, samples of the finished work prepared in strict accordance with these Specifications shall be furnished and all painting shall be equal in quality to the approved samples. Finished areas shall be adequate for the purpose of determining the quality Finish Painting 09902-10 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 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 any paint. 6. Only skilled painters shall be used on the work and specialists shall be employed where required. B. Field Priming 1. Steel members, metal castings, mechanical and electrical equipment, and other metals that are shop primed before delivery at the site will not require a prime coat on the job. All piping and other bare metals to be painted shall receive one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule . 2 . Equipment which is customarily shipped with a baked-on enamel finish or with a standard factory finish shall not normally be field painted unless the prefinished equipment is specifically color selected and unless the finish has not been damaged in transit or during installation. Surfaces that have been shop painted and have been damaged, or where the shop coats or coats of paint have deteriorated, shall be properly cleaned 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 finish . C. Field Painting 1. All painting at the site shall be designated as Field Painting. Finish Painting 09902-11 2/17/11 City of Fort W o rth Eagle Mountain WTP Clearwell No. 3 2. All paint shall be at room temperature before applying, and no painting shall be done when the temperature is below 50°F, in dust-laden air, when rain or snow is falling, or until all traces of moisture have completely disappeared from the surface to be painted. 3 . Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. 4 . Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back-primed before installation . 5 . Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection . All exterior concrete and masonry paint shall be performed at one continuous manner structure by structure. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 6 . All materials shall be brush painted unless spray painting is specifically approved by the Engineer. The Contractor shall be responsible for all damage caused by overspray or drifting . 7 . All surfaces to be painted as well as the atmosphere in which painting is to be done shall be kept warm and dry by heating and ventilation, if necessary, until each coat of paint has hardened . Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions. 8 . Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. 9 . Any pipe scheduled to be painted and having received a coating of a tar or asphalt-compound shall be painted with two coats of Kap-Coat's Inertol Tar Stop, ICI -Devoe Coatings' Tarset Standard 7000 or equal before successive coats are applied per the schedule . Tnemec recommends using 69 Hi-Build Epoxoline II over tar, but a test patch must be run initially to test the paint's compatibility with the tar. 3.03 CLEANUP A. The premises shall at all times be kept free from accumulation of waste material and rubbish caused by employees or work . At the completion of the painting remove all tools, scaffolding , surplus materials, 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 Finish Pai nting 09902-12 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 -Devoe Coatings # Carboline # White WHOl 4550 White S800 Orange SC03 Safety Orange 4444 Yellow BW56 [SC02] Medium Yell ow 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 X Crylight Green 90GY 10/250 4372 Tan AF32 Bellows 3216 Ivory AF82 Seashell 3848 Light Grey BG62 C731 Medium Grey 2047 20YY 43/083 (Scroll Beige) 0746 Dark Grey BK33 Silver Grey 2525 Red SC09 Safety Red 5555 Blue SC06 Safety Blue S150 Dark Blue 2042 70BG 10/214 A183 Medium Blue 2041 70BG 23/276 0118 Light Blue 2040 70BG 67/126 7107 Aqua AX42 Turquoise Green 82GG 33/374 4132 International Orange SC04 International Orange N498 Dark Bronze BM07 Architectural Brown 2277 Tank Blue BB42 70BG/40/284 8155 Blue Green AX22 Blue Lagoon 81GG 10/276 A337 Magenta BP14 30RB 11/250 S585 5 . All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Orange #CA26. Finish Painting 09902-13 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 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 . 3 .05 PAINT AND COLOR CODING SCHEDULE A. All colors shall be selected by the Engineer and Owner at the time of shop drawing review . B . Piping colors shall be assigned with respect to TCEQ requirements for process piping colors . Refer to Chapter 290.42(d)(13)(A). END OF SECTION Fini sh Painti ng 09902-14 2/1 7/11 DIVISION 11 EQUIPMENT City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 11216 SUMP PUMPS A. Furnish all labor, material , equipment, and incidentals required and install, complete and ready for operation, sump pumps as shown on the Drawings and as specified herein . 1.02 RELATED WORK A . Piping and appurtenances are included in Division 15. B . Electrical is included in Division 16 . C . Instrumentation and Controls is included Division 13. 1.03 SUB MITT ALS A. Submit to the Engineer in accordance with Section 01300 certified shop drawings and literature describing the equipment and showing all important details , including pump and motor characteristics and performance. B . Operating and maintenance instructions shall be furnished to the Engineer in accordance with Section O 1730 . 1.04 DESCRIPTION OF SYSTEM A. The sump pumps shall be installed as shown on the Drawings and as schedule herein. The locations of the sump pumps and equipment tag numbers shall be as follows : Location of Installation Tag Number Voltage Clearwell Drain Box No . 2 SP -H-01 480 B . All sump pumps listed in Paragraph 1.04.A shall meet the following design performance conditions Maximum Speed Maximum HP Power Supply Power Operation , Switch Type Pump Construction Minimum Shut-off Head Sump Pumps 3500 rpm 1/2-HP 480V,3ph.60Hz Manual/Automatic (as described herein) Tilt Bulbs Cast Iron 60 -ft 11216-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 The sump pump shall operate over a pump curve that will meet the following operating conditions: Flow (gpm) 63 58 40 20 TDH (ft) 15 20 42 53 C. Each sump pump shall be Model SHEF-50 as manufactured by Hydromatic Pump, or equal 1.05 QUALITY ASSURANCE A. The sump pump shall be furnished by a manufacturer who is fully experienced, reputable and qualified in the manufacture of the equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods . 1.06 WARRANTY A. Refer to Section 01740 for requirements and conditions associated with the required manufacturer's warranty period PART2: PRODUCTS 2.01 PUNIP A . Each sump pump shall have the following characteristics. 1. The submersible motor shall be constructed with open winding and operate in clean dielectric oil for cooling winding and lubricating bearings. Motor shaft shall be sealed with mechanical shaft seal, having lapped seal rings of carbon and ceramic. Integral motor and pump shaft shall be stainless steel. 2. Pump and motor housing shall be cast iron; impeller shall be thermoplastic or cast iron of the non-clog type, passing at minimum 3/4-inch solids. Discharge connection shall be 2" NPT. No suction strainers or screens shall be used. Fasteners shall be 18-8 stainless steel. 3 . Level switches for control of sump pumps shall be tilt-bulb type, as specified in Division 13 and as shown in the associated electrical schematics. Diaphragm pressure switches shall not be used. B . The sump pits shall be as shown on the structural drawings . Furnish a reinforced concrete splash block at all locations which discharge directly on to ground. Refer to Drawings for associated detail. C . Piping and valves shall be as shown on the Drawings. As a minimum each pump shall have a check valve and an isolation ball valve on the pump discharge whether shown on the Drawings or not. Sump Pumps 11216-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 .02 SUMP PUMP CONTROLS A. The CONTRACTOR shall provide a complete control system as shown on the Electrical Drawings . Provide NEMA 4X stainless steel 316 cabinet with hinged , gasketed door and mounting brackets or pedestal, as indicated on the drawings and all necessary components to provide the functions for the sump pump per the respective electrical schematic. All equipment shall comply with the requirements of Division 16. The control panel shall be sized to include the termination of the signal from a tilt bulb provided by Division 13 . The control panel shall be in · accordance with the Section 16486 and the Electrical Drawings. 2.03 SHOP PAINTING A. Surface preparation and shop painting (prime and finish) shall be according to the manufacturer's recommendations for the specific sump pump application . PART 3: EXECUTION 3.01 INSTALLATION A. Installation shall be in strict accordance with the manufacturer's instructions and recommendations and these specifications and details shown on the Drawings. B . Discharge piping shall be routed as noted or shown on the Drawings . If a location is not explicitly noted or shown on the drawings, the Contractor shall route discharge piping so as to discharge away , towards a downhill grade from manhole or structure which the pump serving to prevent drainage from reentering . Routing shall be as approved by the Field Engineer. 3.02 FIELD PAINTING A. The only field painting required shall be touch-up to repair damage incurred during shipment and installation . This painting shall be according to the manufacturer's instructions . 3.03 INSPECTION AND TESTING A. After a pump has been installed, conduct in the presence of the Engineer, such tests as are necessary to indicate that pump performance and discharge conform to the Specifications . The Contractor shall supply all electric power and water to complete the field tests. B. If the pump performance does not meet the Specifications, corrective measures shall be taken by the Contractor, or pump shall be removed and replaced with a pump which satisfies the conditions specified . END OF SECTION Sump Pumps 11216-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 11319 SUBMERSIBLE PUMP A. Furnish all labor, materials , equipment, and installation, start-up , and testing services required , for the supply and installation of a complete and operational submersible non-clog centrifugal pump system as shown on the Drawings and as specified herein. Equipment to be furnished includes but is not limited to the following as specified herein and/or as shown on the Drawings . B . All installation, and all necessary equipment, materials and labor for the related work , shall be performed and furnished by the General Contractor. C. The pump unit (DRP-H-02) will be installed by the General Contractor at the new Clearwell Drain Box No. 2, which is an outdoor installation, as shown on the Drawings. 1.02 RELATED WORK A. Division 2: Yard Piping B . Division 3: Concrete C. Division 9 : Painting D . Division 13: Instrumentation , unless specified herein E . Division 15: Mechanical F . Division 16: Electrical 1.03 REFERENCE ST AND ARDS A. The work under this Section shall comply as a minimum with the specified requirements and standards of the following organizations: 1. American Society of Testing and Materials (ASTM) 2. National Electrical Code (NEC) 3 . National Electrical Manufacturer's Association (NEMA) 4. Underwriter's Laboratories, Inc . (UL) 5. Factory Mutual (FM) 6. Anti-Friction Bearing Manufacturer's Association (AFBMA) Submersible Pumps 11319-1 2/17/11 City of Fort Worth Eagle Mountain WTP ClearweU No . 3 7 . American National Standards Institute (ANSI) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 DESCRIPTION OF SYSTEM A. All of the equipment included herein is intended to be standard for use in the service noted . B. All pump described in this section shall be installed by the General Contractor as shown on the Drawings in the locations as noted. All pump shall be of the size and type specified herein or as shown on the Drawings without requiring additional support structure, wiring, controls, and piping . C . The pump shall be as follows : 1. Name: Clearwell Drain Pump No . 2 (DRP-H-02) a . Location: Clearwell Drain Box No. 2 b . Number of Units: One (1) (DRP-H-02) C. Type of Motor: Submersible d. Type of Drive: Constant Speed e. Liquid Pumped: Clearwell drainage up to 1 % solids f. Design Capacity: 700 gpm. g. Design Total Head: 17 feet. h . Minimum Shut-off Head : 37 feet i . Maximum Nominal Pump Operating Speed: 1800 rpm. j. Minimum Efficiency at Design Point: 60 percent. k. Maximum Motor Horsepower: 5 hp. I. Pump Discharge Diameter: 6-inch . 1.05 QUALITY ASSURANCE A. The equipment covered by these Specifications is intended to be standard pumping equipment of proven ability as manufactured by reputable companies having at least twenty (20) similar system installations in the United States of the type proposed, each with a minimum of five (5) years of satisfactory service. All units specified herein shall be furnished by a single manufacturer. B. Manufacturer shall maintain a complete stock of spare parts commonly needed for the equipment specified at a location within the State of Texas. Submersi ble Pumps 11319-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 C. Pump and motors shall be manufactured and assembled by the same company. The equipment furnished shall be designed, constructed, and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed as shown on the Drawings . D. Pump units shall be manufactured and supplied by ITT Flygt Corporation (N-class pump); Fairbanks Morse; KSB; or Wilo-EMU. The Drawings and specifications are based upon the mechanical equipment manufactured by Flygt. Equipment which differs will only be accepted on the basis that any revision in the design and/or construction of the structures, piping, electrical work etc . required to accommodate such equipment shall be made at no additional cost to the Owner and be as approved by the Engineer. Therefore, manufacturers shall verify physical design of the pump wet-well and associated piping as it pertains to their proposed product. E . Conditional approval by the Engineer under this section is based on a general review only and in no way constitutes final approval of equipment, nor waives any equipment of these specifications, nor relieves the manufacturer of any degree of responsibility for compliance with specific requirements of other portions of these specifications . F. The units supplied by any manufacturer shall comply in all ways with the requirements of these Specifications. Where modifications are required to standard products, to meet these Specifications, they shall be performed by the manufacturer during fabrication to bring the units into compliance. G. Unless otherwise noted, all units shall comply with and be installed and tested in accordance with the Hydraulic Institute Standards, latest edition. A factory certified test curve shall be submitted and approved for each pump prior to shipment. H. The rated horsepower of the drive unit of each pump shall be such that the unit will not be overloaded, nor the service factor reduced, when the pump is operated at any point on the pump's capacity curve, from pump shut-off to pump run-out condition. Maximum allowable horsepower shall be as specified . I. A manufacturer's factory representative, who is employed at the location of equipment manufacturer and has a complete knowledge of the proper startup , installation, and operation and maintenance, shall be provided as noted below: Service Provided By Factory Representative 1. Supervise, start-up, and instruct Owner and Engineer Representatives in proper startup and O &M Minimum No. Trip 1 Minimum Time On Site (8 hr working days) 1 The manufacturer's factory representative shall be on-site as needed to insure proper installation and testing of the equipment. J . Include test data sheets, curve test results, performance test logs, certified by a factory test engineer. K. Functional Test: Perform motor test on equipment. Include a vibration test, as follows: 1. Dynamically balance rotating parts on each pump and its driving unit before final assembly . Submersible Pumps 11319-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 . Limits: Complete rotating assembly, including drive unit and motor, shall be less than 90 percent of limits established in the Hydraulic Institute Standards . L. Performance Test: Conduct on each pump under simulated operating conditions . M. Hydrostatic Test: Pump casing tested at 150 percent of shutoff head. Test pressure maintained for not less that five minutes. N. The equipment manufacturer shall furnish and be responsible for the complete system including pump, motor, monitoring and protection devices, and connections . 1.06 SUB MITT ALS A. Copies of all materials required to establish compliance with the specifications shall be submitted in accordance with the provisions of Section 01300. Submittals shall include at least the following: 1. Certified shop and installation drawings showing all important details of construction, dimensions, and anchor bolt locations, required clearances, and location and size of each field connection. 2 . Descriptive literature, bulletins, and/or catalogs of the equipment. a. Data on the characteristics and performance of the pump. Data shall include guaranteed performance curves, based on actual shop tests of similar units, which show that they meet the specified requirements for head, capacity, efficiency, allowable NPSH and/or minimum submergence, and horsepower. Curves shall be submitted on 8 .5-inch by 11-inch sheets . Catalog sheets showing a family of curves will not be accepted. 3. The total weight of the equipment including weight of the single largest item. 4. A complete bill of materials for all equipment. 5. A statement indicating bearing life at duty point. 6. Complete motor data on motors and power factor correction capacitors (if required) in accordance with Division 16. 7 . Complete description of surface preparation and shop painting. 8. Schematic electrical wiring diagram and other data as required for completion of each pump installation. 9 . Complete motor nameplate data, as defined by NEMA, motor manufacturer, and include any motor specifications . B. Information Submittals: 1. Factory functional and performance test reports and log . 2. Manufacturer shall supply a certified statement that their unit complies with all of the referenced standard specifications noted herein , and other requirements of this section . Submersible Pumps 11319-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3. Special shipping, storage and protection, and handling instructions . 4. Manufacturer's instructions for installation. C. Operation and Maintenance 1. Operating and Maintenance Manuals for each pump shall be furnished to the Engineer as required in Section O 1730. The manuals shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions, etc. that are required to instruct operating and maintenance personnel unfamiliar with such equipment. 2. A pump manufacturer's technical representative who has complete knowledge of proper operation and maintenance shall be provided as per Paragraph 1.05.I, excluding travel time, to instruct representatives of the Owner and the Engineer on proper operation and maintenance in accordance with Section O 1730. Manufacturer's representative shall coordinate on-site time to provide training based on Owner's operating shift schedule . This work may be conducted in con junction with the inspection of the installation and test run as specified under PART 3 . If there are difficulties in performance and/or operation of the equipment due to the manufacturer's design or fabrication, additional services shall be provided at no cost to the Owner. 1.07 WARRANTY A. Refer to Section 01740 for requirements and conditions associated with the required manufacturer's warranty period B . Manufacturer shall provide a non-prorated warranty for equipment supplied under this Section for a period of five (5) years, including full-coverage of all parts, labor and shipping, without limitations or restrictions . Warranty shall be in accordance with requirements of Section 01740 . PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. These Specifications are intended to give a general description of what is required, but do not cover all details which will vary in accordance with the requirements of the equipment as offered. It is, however, intended that all units will be provided with all necessary materials, equipment, and appurtenances for the complete pumping units, whether specifically mentioned in these Specifications or not. B . Pump bases or base elbows as the case may be, will be rigidly and accurately anchored into position on concrete and all necessary foundation bolts, plates, nuts and washers will be furnished and installed by the equipment manufacturer. Anchor bolts and all hardware submerged shall be Type 316 stainless steel. "Anti-seize" will be used on all stainless steel hardware. Manufacturer shall provide maximum reactive forces at all anchorage points and also recommendation of anchor size and embedment. C. Stainless steel nameplates giving the name of equipment manufacturer, the rated capacity, head, speed, and all other pertinent data shall be attached to each pump. D. The pump shall conform to all regulatory noise limitations. Submersible Pumps 11319-5 2/17111 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 E. The manufacturer shall supply complete factory mounted equipment with sufficient power as required by the location. F. The pump and motors shall be designed and constructed to avoid the generation of objectionable noise, vibration, or cavitation . When operating at any point between no-load and full-load, the vibration measured in a horizontal plane at the top of the motor shall not exceed the limits recommended by the Hydraulic Institute Standards. 2.02 PUMP CONSTRUCTION A. The pump shall be totally submersible, solids handling, nonclog, screenless pump. Each submersible pump shall be mounted on a single or dual pipe guide rail system as required by the manufacturer to allow the pump to be easily removed for inspection or service, requiring no bolts, nuts or other fastenings to be removed for this purpose and no need for personnel to enter the wet well. Each pump shall be fitted with a stainless steel lifting chain or cable of adequate strength and length to permit raising the pump for inspection and removal. B . The motor casing and volute shall be constructed of gray cast iron, ASTM A-48, Class 35B or better with smooth surfaces devoid of blow holes or other irregularities. The volute shall have a single-piece design with smooth fluid passages of sufficient size to pass solids through the impeller. The bottom shall have suction bell design . All exposed nuts or bolts shall be type 304 stainless steel. C. The impeller shall be of multi vane cast iron, ASTM A-48, Class 35B or better. The impeller shall be of a centrifugal, nonclog design, capable of passing solids, fibrous material and heavy sludge, and constructed with long through way with no acute turns . The impeller shall be protected by a removable, replaceable stainless steel wear ring. The impeller shall be statically and dynamically balanced, double-shrouded non-clogging design, secured to the shaft with a key and locknut with set screw. OR [N-Type Impeller] The impeller shall be of semi-open, multi-vane, back-swept, screw-shaped, non- clog design, made of grey cast iron, ASTM A-48 Class 35B . The impeller leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral groove located on the volute suction. The screw shaped leading edges of the impeller shall be hardened to Rc45 and shall be capable of handling matter normally found backwash sludge. The screw shape of the impeller inlet shall provide an inducing effect for the handling for up to 5% sludge . The impeller shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer. Mass moment of inertia calculations of the rotating assembly shall be provided by the pump manufacturer upon request. D. Each pump shall be provided with a tandem mechanical shaft seal running in an oil reservoir, composed of two separate lapped seal faces . Each seal face shall consist of one stationary and one positively driven rotating tungsten-carbide ring with each pair held in contact by a separate spring . The pumped liquid shall be sealed from the oil reservoir by one face seal and the oil reservoir from the air- filled motor chamber by the other. The seal shall require neither maintenance nor adjustment, and shall be easily replaceable. Conventional double mechanical seals with a single spring between the rotating faces, requiring constant differential pressure to effect sealing and subject to opening and penetration by pumping forces shall not be considered equal to the tandem seal specified and required. A leak detector shall be integral to the oil reservoir to detect intrusion of water and to activate an alarm once water is sensed . Submersible Pumps 11319-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 E. Pump shafts shall be 431 stainless steel or approved equal. F. Provide a minimum of two (2) permanently lubricated bearings consisting ofupper radial bearings and lower thrust bearings. Pump and motor bearings shall be anti-friction type with an AFB MA B-10 life of 50,000 hours minimum. G . The pump shall be provided with stainless steel lifting handles , suitable for use with a lifting chain as later specified herein. H . A motor cooling jacket shall encircle the stator housing, providing for dissipation of motor heat , regardless of the type of pump installation . An impeller, integral to the closed-loop cooling system and driven by the pump shaft, shall provide the necessary circulation of the cooling liquid through the jacket. The coolant circulation passages should be sized to provide enhanced heat transfer from stator housing to coolant through improved turbulent flow of coolant as it passes the stator housing. The cooling system shall incorporate one fill port and one drain port in the cooling jacket. I. Where a guide rail system is noted : 1. The pump discharge elbow connection shall be permanently installed in the wet well of pump station along with the discharge piping. The pump shall be automatically connected and sealed to its discharge connection elbow when lowered into place and shall be easily removable. Each pump shall be mounted on a sliding guide bracket which is used to guide the pump into place with the discharge "90-degree" connection . The sliding guide bracket and the pump casing shall have a machined angle connection with yoke to connect with the cast iron discharge connection, which shall be bolted to the floor of the wet well and so designed as to receive the pump angle connection without the need of any bolts or nuts . 2. Sealing of each pumping unit to its discharge connection shall be accomplished by a simple linear downward motion of the pump with the entire weight of the pumping unit guided to the wedging tightly against the angled discharge connection ; no portion of the pump shall bear directly on the wet well or sump floor and no rotary motion of the pump shall be required for sealing. Sealing at the discharge connection by means of a diaphragm or similar method of sealing will not be accepted as an equal to a metal contact of the pump discharge and mating discharge connection as specified and required. 3. The lower guide holders shall be integral with the discharge connection. Each pump shall ride on guide bars when raised and lowered in the wet well or sump. Guide bars shall be of standard weight Schedule 40 Type 304L stainless steel pipe as shown in the Drawings. The discharge connection elbow shall have a flanged connection to the discharge piping . J . Each pump motor shall be squirrel cage induction motor, shell type design, housed in an air filled, or oil-filled watertight chamber. If oil -fi lled, oil shall be food grade or NSF approved . The stator shall be dipped and baked three times in Class H varnish and be heat shrink fitted in the stator housing . Locating pins or bolts shall be specifically excluded. The stator windings shall be moisture resistant, Class H and rated for 180 deg F . The motor shall be designed for continuously handling pumped media of 40° C and be capable of 15 evenly spaced starts per hour. Thermal switches shall be embedded in the stator windings and shall be set to open at 125° C and shall be connected to the control panel. Connections between cable conductors and stator leads shall be made with threaded binding posts permanently affixed to a terminal board . Wire nuts or crimping devices are not acceptable. Submersible Pumps 11319-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 The combined motor service factor shall be 1.15. The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from run out to shut off. The service factor is for unusual operating conditions and cannot be used to meet maximum motor horsepower requirements. The pump motors shall have cooling characteristics suitable to permit continuous operation in a totally, partially, or non-submerged condition and shall be capable of running dry for extended periods without damage. K. Power and Control Cables: 1. Pump power cable shall be suitable for each submersible pump and Class I, Division 1, Group D applications. Cable sizing shall conform to NEC requirements for pump motors. Cable entry to each pump shall be designed for submersible pump applications . The cable entry junction box and motor shall be separated by a stator load sealing gland or terminal board which shall isolate the motor interior from foreign materials gaining access through the pump top . Provide cable holders. 2 . Manufacturer shall supply a minimum of 30-ft of power cable per pump. Splices in either cable between the terminal junction box and the motor are prohibited. 3 . Power cables shall be hypalon jacketed, Type SPC or SJO cable, suitable for submersible application and shall have stainless steel cable grips for supporting cable at the top brackets. 4. Cable entry shall be watertight and submersible. 5. The cable entry chamber junction shall be sealed from the motor chamber with a terminal board or the motor leads shall be staggered and sealed in a manner that prevents wicking. L. Each pump, with appurtenances and cable, shall be capable of continuous submergence under water without loss of watertight integrity to a depth of 65 feet. The pump shall receive a factory test to determine that each unit operates satisfactorily and that all seals are properly in place, under the above specified submergence conditions . M. All wetted parts shall be shop primed with a PVC epoxy. Exterior of pump, in addition to above, shall receive a chlorinated rubber finish coat. Provide one gallon of touch-up paint with the pump , for use by the General Contractor during installation . N. A wear ring system shall be used as required for furnished impeller type to provide efficient sealing between the volute and suction inlet of the impeller. Each pump shall be equipped with a brass or nitrile rubber coated steel ring insert that is drive fitted to the volute inlet. 2.03 MONITORING SENSORS A. The pump shall be factory equipped with, as a minimum, the following sensor devices with dry contacts for connection to instrumentation and control components. 1. Motor winding high temperature sensors 2. A leakage sensor to detect moisture in the stator chamber Submersibl e Pumps 11319-8 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B . The thermal switches and leakage sensors shall be connected to a monitoring unit, as shown on the Electrical Drawings. . C . The motor controls shall be compatible with all sensors selected. 2.04 PUMP CONTROLS A . Clearwell Drain Pump 1. The pump shall be controlled locally (automatic) by the tilt-bulb float system as shown on . the Drawings . The pump control panel shall be provided with the necessary contacts for remote monitoring as shown on the Drawings . 2. All necessary relays, contacts, etc. for monitoring and indication of thermal and moisture sensors , and provide discrete outputs as shown on the Electrical Drawings . 3 . The pump supplier shall supply a control panel in accordance with Section 16486 which will contain the pump manufacturer's monitoring and status module. The module will receive input from the sensors located in the submersible motor plus an input for a Reset pushbutton. 4. The pump control panel shall include necessary contacts for monitoring and relay of the high-high level flood alarm as shown. The pump supplier shall furnish the tilt bulb float as part of their package. 2 .05 SUBMERSIBLE PUMP ACCESSORIES AND APPURTENANCES A. Pump accessories and appurtenances shall include, but not be limited to: 1. Power and control/sensory holder for each pump . 2. Lifting chain/cable assembly for each pump. 3. Safety chain hooks for each pump. 4. Guide rails and brackets . 5 . Base connection as shown on drawings . B. Chain, safety chain hook , and cable holder shall be Type 304 stainless steel. Chain hooks and cable holder shall be positioned on the access hatch cover frame or in concrete, as applicable. C . Provide stainless steel upper guide bar brackets to support the pump guide bars , where guide rails are used . D. All exposed metal within the wet well or sump shall be Type 304 stainless steel , or unless otherwise specified herein. 2 .06 SURF ACE PREPARATION AND PRIME PAINTING A . All equipment furnished under this section shall be shop primed and finish painted as specified in Division 9 , and herein . Submers ible Pumps 11319-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 3 EXECUTION 3.01 DELIVERY AND STORAGE A. All equipment shall be crated, delivered and uncrated so as to protect against any damage. The pump shall be cleaned and lubricated in preparation for testing and field painting. B . All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. Upon shipment of materials from the manufacturer/suppliers location of business, the materials supplied under the scope described herein will be the responsibility of the General Contractor. C . Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. D. The finished surfaces of all exposed flanges shall be protected by wooden blind flanges , strongly built and securely bolted thereto. E. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. 3.02 INSTALLATION A. Manufacturer shall provide explicit instructions and recommendations for installation of their proposed pumping units for use by the General Contractor. 3.03 INSPECTION AND TESTING A. The manufacturer shall furnish the services of a qualified factory representative, who is employed at the location of pump manufacture, for a minimum of 1-day (8-hours), excluding travel time, to inspect the completed pump installations with the Owner and to observe the testing coordinated by the General Contractor. Testing will include, but not be limited to the following: 1. Check equipment for correct direction of rotation and freedom of moving parts. 2. Check installation prior to start-up for conformance to Manufacturer's instructions. 3. Adjust or modify equipment to ensure proper installation. B. The General Contractor shall conduct in the presence of the Engineer such tests as necessary to indicate that the pump conform to the head and capacities specified . A 30 day operating period of the pump will be required before acceptance. If pump performance does not meet the Specifications, corrective measures shall be taken by the General Contractor and/or the pump manufacturer the pump shall be removed and replaced with a pump which satisfies the conditions specified. The decision of the Engineer shall be final. END OF SECTION Submersible Pumps 11319-10 2/17/11 DIVISION 13 SPECIAL CONSTRUCTION City of Fort Worth Eagle Mountain WTP Clearwell No. 3 SECTION 13205 WIRE AND STRAND WRAPPED PRESTRESSED CONCRETE TANKS PARTl GENERAL 1.01 SCOPE OF WORK A . The ground storage tank (GST) manufacturer shall furnish all labor, materials, equipment, and incidentals required to design, construct, test, and disinfect a 3.5-rnillion gallon (MG), 170-ft diameter, circular, wire and strand wrapped prestressed concrete tank with A WW A D 110 Type III core wall and all appurtenances complete as shown on the Drawings and as specified herein. In the event of conflict between this Section and another of these Specifications, this Section shall govern as applied to the prestressed, concrete tank. B. Furnish and install all piping and fittings associated with the concrete tank to the limits as shown on the Drawings and as specified herein and in other applicable Sections. C. The ground storage tank (GST) manufacturer shall provide written acceptance of all items supplied and installed under or adjacent to the specified storage tank. Written acceptance shall state GST manufacturer's approval of the materials, construction and installation and their conformance with the tank design intent. D . In accordance with the Final Geotechnical Report by Fugro Consultants for this project, install a below grade tank foundation drainage system per their recommendations. Excavation shall extend down to the gray limestone in all areas underneath the tanks . 1.02 RELATED WORK A. Disinfection of potable water facilities , including tank, is included in Section O 1656 . B. Special Inspections and Wind and Seismic requirements are included in Division 1. C . Water tightness testing for hydraulic structures is included in Section 01680 . D. Excavation, dewatering, and backfill are included in Division 2. E . Concrete work other than construction of the tank is included in Division 3. F. Cementitious Finish required for the tank is included in Section 09821. G. Instrumentation is included in Division 13 . H . Pipe, valves, and fittings are included in Division 2 and Division 15 . 1.03 SUB MITT ALS A . Submit, in accordance with Section O 1300, shop drawings and product data, showing materials of construction and details of installation for: Wire and Strand Wrapped Prestressed Concrete Tanks 13205-1 February 2011 City of Fort Worth Eagle Mountai n WTP Clearwell No. 3 1. Product Data: Manufacturer's information, specifications , and installation instructions for the tank appurtenances . This submittal will be reviewed for operational requirements only. Appurtenances shall include the following : a . Inlet, outlet, drain , and overflow pipes b . Ladders , hatches, and railings c. Manways d . Roof vents 2. Shop Drawings: Submit a detailed erection shop drawings and construction procedures stamped by a professional engineer registered in the State of Texas. Provide complete details for the foundation , floor slab , walls , roof construction, piping, and all other details and accessories necessary to build the tank. The submittal will be reviewed for operational requirements only and will be used in the field by the Owner's representative during construction . The GST manufacturer shall remain responsible for the design and details. B. Design Data 1. Submit the design calculations of the proposed tank, sealed by a professional engineer registered in the State of Texas for the project records only. The calculations will not be subjected to approval by the Engineer. The tank designer is solely responsible for the complete tank design in accordance with these specifications . C . Certification 1. The tank manufacturer shall be responsible for the design and construction of the precast, prestressed concrete tank, including foundation and floor, walls , dome, and appurtenances . The tank manufacturer shall submit written certification prepared , sealed , and signed by a professional engineer registered in the State of Texas certifying that the design, details, and construction conform to the requirements of A WW A D 110 Type III construction, this specification, and applicable City and State building codes. Submit certification on Form 13205-A, included at the end of this Section, with the shop drawing submittal. 2 . Tank manufacturer shall submit written certification stating that all earthwork and piping beneath the tank is installed in conformance with the contract documents and is acceptable to manufacturer prior to commencing with slab construction . D . Statement of Qualification -Personnel 1. Submit experience record in shotcrete work of each nozzleman and foreman to be employed on the project as specified herein. 1.04 REFERENCE STANDARDS AND DOCUMENTS A . American Society for Testing and Materials (ASTM) 1. ASTM Al85 -Standard Specification for Steel Welded Wire Reinforcement , Plain , for Concrete Wire and Strand Wrap ped Pres tressed Concrete Tanks 13205-2 Fe bruary 20 11 C ity ofFort Worth Eagle Mountain WTP Clearwell No. 3 2. ASTM AI008/Al008M-04B -Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability 3 . ASTM A416 -Standard Specification for Steel Strand, Uncoated Seven-Wire for Prestressed Concrete. 4 . ASTM A475 -Standard Specification for Zinc-Coated Steel Wire Strand. 5. ASTM A603 -Standard Specification for Zinc-Coated Steel Structural Wire Rope. 6 . ASTM A615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement 7 . ASTM A722 -Standard Specification for Uncoated High-Strength Steel Bars for Prestressing Concrete. 8 . ASTM A821 -Standard Specifications for Steel Wire, Hard Drawn for Prestressing Concrete Tanks. 9 . ASTM C260 -Standard Specification for Air-Entraining Admixtures for Concrete 10 . ASTM C33 -Standard Specification for Concrete Aggregates 11 . ASTM C 150 -Standard Specification for Portland Cement 12 . ASTM C494 -Standard Specification for Chemical Admixtures for Concrete 13 . ASTM C88I -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. 14 . ASTM D395 -Standard Test Methods for Rubber Property-Compressi on Set 15 . ASTM D412 -Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers -Tension. 16. ASTM DI056 -Standard Specification for Flexible Cellular M aterial s-Sponge or Expanded Rubber. 17 . ASTM DI 752 -Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Filler for Concrete Paving and Structural Construction. 18 . ASTM D2000 -Standard Classification System for Rubber Products in Automotive Applications. 19. ASTM El 745 -Standard Specifications for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill Under Concrete Slabs . B. American Concrete Institute (ACI) 1. ACI 318 -Building Code Requirements for Structural Concrete . Wi re and Strand Wrapp ed Prestressed Concrete Tanks 13205-3 Febru ary 201 1 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 2. ACI 350R -Environmental Engineering Concrete Structures. 3. ACI 3 72R -Design and Construction of Circular Wire-and Strand-Wrapped Prestressed Concrete Structures . 4 . ACI 506R -Guide to Shotcrete C . American Water Works Association (A WW A) I . A WW A C200 -Steel Water Pipe 6-in and Larger 2 . A WW A C652 -Disinfection of Water-Storage Facilities 3 . A WW A DI 10-04 -Wire-and Strand-Wound Circular, Prestressed Concrete Water Tanks. D . Texas Commission on Environmental Quality (TCEQ) I. Chapter 290 -Water Hygiene, Article 290.43 -Water Storage E . U .S. Army Corps of Engineers Spec . CRD-C572 -Specification for PVC Waterstop F . Occupational Safety and Health Administration (OSHA) G . Concrete Reinforcing Steel Institute (CRSI) -Manual of Standard Practice. H. Dynamic Pressure on Fluid Containers of Nuclear Reactors and Earthquakes -Publication TID-7024. I. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply 1.05 QUALITY ASSURANCE A . The tank shall be a wire and strand wrapped prestressed concrete tank with a A WW A D 110 , Type III core wall as manufactured by Natgun Corp . Wakefield, MA or Preload Inc., Hauppauge, NY. B . The tank design and construction shall be performed by an established manufacturer of recognized ability, with at least IO years of experience in the design and construction of wire and strand wrapped circular prestressed concrete tanks as specified herein. The design of all aspects of the floor slab, wall , prestressing, shortcrete and roof of the wire and strand wound circular prestressed concrete tank shall be performed by the tank manufacturer. The tank manufacturer shall perform all work associated with the tank construction, but may, under their direct supervision, subcontract general concrete work associated with the floor slab and pre-casting of wall dome panels. C. All excavation, backfill, grading and concrete work shall be under the supervision and responsibility of the tank manufacturer, including the base slab and foundation . The manufacturer shall have designed and constructed at least 5 wire and strand wrapped prestressed concrete tanks with domed roofs conforming to A WW A D 110 with Type III core wall that have been put into service within the last 10 years. Wi re and Strand Wrapped Pres tressed Concrete T anks 13205-4 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D. Foreman supervising the placing of the shotcrete shall have a minimum of 3 years experience as a nozzleman. Each shotcrete nozzleman shall have a minimum of 2 years experience on similar applications and shall be able to demonstrate by tests, if required , his/her ability to satisfactorily gun shotcrete of the required quality. E. All concrete work associated with the tank shall be performed by the tank manufacturer. No exceptions will be granted for subcontracting of this work. F . The tank manufacturer shall be responsible for verification of uniformity and suitability of the tank foundation and subgrade upon which the tank will be constructed. Tank manufacturer 's Geotechnical Engineer shall inspect the exposed subgrade surface following completion of excavation and installation of below slab piping prior to placement of any structural fill and drainage layer material. Upon completion of inspection, tank manufacturer's Geo technical Engineer shall submit a letter of certification confirming that the subgrade is acceptable for supporting the tank foundation loadings. Tank manufacturer shall be responsible for furnishing the geotechnical services needed. 1.06 DESIGN CRITERIA A . Tank Construction 1. Floor -Concrete membrane floor or non-prestressed cast-in-place reinforced concrete . The structural reinforced-concrete floor shall be designed according to the requirements of A WW A D 110 with special attention to crack control. a. The minimum thickness of the floor slab shall be 6-in . The floor system shall have a thickened edge for the exterior wall footing . Floor slabs 6-in in thickness shall have a single layer of reinforcement in each direction. Slabs greater than 6-in shall have top and bottom reinforcement in each direction. The transition from the bottom of the footings and pipe encasements to the underside of the floor slab shall not be steeper than 2 horizontal to 1 vertical. Pipe encasements shall be as required and designed by the tank manufacturer. b. The requirements of the over excavation, soil replacement, drainage systems , ground water and uplift control , design high groundwater level and subgrade preparation shall be per the recommendations of the geotechnical report of the project. And, shall be in accordance with the tank manufacturer's foundation design. c. Floor sloping: Tank floor shall be sloped eccentrically to the wall at 0.5% from high point elevation noted on the Drawings to the drain outlet location . Alternative sloping methods will be considered as proposed by the tank manufacturer. Contractor shall coordinate pipe installation with tank manufacturer based on floor elevations resulting from the specified slope . d Minimum reinforced cover: per ACI 350 Requirements 2. Floor/Wall Joint -Translation and rotation allowed 3. Wall -Precast concrete core wall with steel diaphragm (A WW A Dl 10, Type Ill) Wire and Strand Wrapped Prestressed Concrete Tanks 13205-5 February 2011 Ci ty of Fort Worth Eagl e Mountain WTP Clearwell No. 3 4. Horizontal prestressing shall be continuous. Discontinuous prestressing tendons or strands will not be allowed . 5. Wall/Roof Joint -Translation limited and rotation allowed or translation prevented and partial rotation allowed 6 . Roof -Concrete dome, precast or cast-in-place. a . Slope: Spherical Dome Minimum thickness: 4-inch pre-cast/ 3-3/4" cast-in-place b. Minimum reinforcement cover: 1 inch at exterior face, 1 inch at interior face minimum cover shall be increased for reinforcement to provide corrosion protection as needed. B. Design Loads -The tank manufacturer shall use the greater values of the minimum design loads specified in the A WW A D 110 or the following minimum loading in the design of the tank and tank appurtenances: I . Unit Weights: a . Concrete and Shotcrete -150 pcf b. Soil -120 pcf c . Water -62.4 pcf d. Steel -490 pcf 2. Live Load: a. Floor -62.4 psf times the height of water to overflow plus 6-in b. Roof -20 psf -horizontal projection to tank roof, Ground snow load of 5 psf. 3. WindLoad a. Per the 2003 International Building Code Enclosed structure using 90 mph (3 second gust) Basic Wind Speed, Exposure C and with an Importance Factor of 1.15 . 4 . Lateral Earth Pressure: a. Equivalent fluid pressure above groundwater level -per geotechnical report b. Equivalent fluid pressure below groundwater level -per geotechnical report c . Live Load surcharge equivalent to 2-ft earth 5 . Allowable Bearing Pressure : Tank manufacturer shall determine design requirement based on their interpretation of the geotechnical boring logs , geotechnical report, and the actual subgrade conditions due to variance of limestone sub grade elevations across the proposed excavation for structural fill compaction requirements and recommendation . Wire and Strand Wr apped Prestressed Concrete Tanks 13205-6 February 2011 City of Fort Worth Eagle Mountain WTP Clearwe ll No. 3 6 . Seismic Criteria: A WW A D 110 a . Seismic Use Group: II b. Importance Factor: 1.25 c. Site Class: B (for foundation on Rock) d . Sds = 0.080 e . Sdl = 0.038 f . Seismic Design Category: A g. Seismic Forces 1) Forces and moments resulting from water sloshing and seismic accelerations of roof, wall and water loads shall be calculated in accordance with Chapter 6 - Dynamic Pressure on Fluid Containers of Nuclear Reactors and Earthquakes - publication TID -7024. 2) If sufficient freeboard height is not provided to prevent uplift forces due to sloshing, the tank roof and its connections shall be designed for the uplift forces in accordance with A WW A D 110 . 7 . Ventilator(s) Capacity Requirements a . Normal Operation : I) Maximum fill rate -5 ,000 cfm 2) Maximum draw down rate -5,600 cfm b . Vent design shall not permit maximum pressure differential on tank components to exceed plus/minus 1/2-inch of water. 8 . Overflow Capacity Requirements a. Normal Operation: 1) Maximum overflow rate -37,500 gpm 9 . Inlet Weir Riser a . Design fill rate -27 ,800 gpm b. Maximum fill rate -37,500 gpm c . Maximum head over weir -12-inches (Design fill rate) d. Weir Cone Elevation -809 .50 1.07 DELIVERY, STORAGE AND HANDLING A. Delivery, storage and handling of all items shall be specified in Section O 1600 . Wire and Strand Wrapped Prestressed Concrete T anks 13205 -7 February 201 I Ci ty of Fort Worth Ea gle Mountain WTP Clearw ell No . 3 1.08 WARRANTY A. The tank manufacturer shall provide an unconditional warranty. The tank manufacturer shall guarantee that the tank structure and all associated appurtenances are free from defects from design , materials , or workmanship for a period of two (2) years from the date of final acceptance. If any materials or workmanship prove to be defective within that period, they shall be replaced or repaired by the tank manufacturer at no additional cost to the Owner within forty-five (45) days of the City contacting the tank manufacturer. The tank manufacturer and the City shall conduct a final inspection of the tank on the twenty-third (23rd) month after final acceptance . Inspection personnel shall include a technical representative of the tank manufacturer, the City and the City's Inspector. After the inspection, the manufacturer shall furnish a written report to the City describing the conditions of the tank and the associated appurtenances. Any remedial work necessary shall be completed within forty-five (45) days of the inspection date . PART 2 PRODUCTS 2.01 GENERAL A. Materials shall be new, and shall conform to the materials specified in A WW A D 110-04, ACI 372R and the specification requirements stated herein. Tank manufacturer shall furnish material testing or similar certifications upon request to verify compliance with applicable standards . B. All anchor bolts required for installation of tank appurtenances shall be furnished by the selected tank designer/manufacturer. All anchor bolts shall be Type 316 SS. 2 .02 MATERIALS A. Concrete and reinforcing steel for the tank core wall and roof dome shall conform to the requirements of A WW A D 110 . Concrete and reinforcing steel for all other structural elements shall conform to the requirements of Division 3 of these specifications . The following shall serve as minimum design requirements: I . Concrete Strength: Minimum concrete strength at 28 days. a. Pipe Encasement, fc = 3000 psi b. Footing and floors f C = 4500 psi C. Precast Wall Panels fc = 4500 psi d. Dome roof fc = 4000 psi 2 . Cement shall be domestic Portland cement conforming to ASTM C 150 , Type I or Type II . Type II cement shall be used for concrete case against or directly exposed to soil. 3 . Fine aggregate shall be washed and screened natural sand conforming to ASTM C33 . Sand shall be free of organic matter. Loam or other injurious material. 4 . Coarse aggregate shall be well-graded crushed stone conforming to ASTM C33 . The maximum size of coarse aggregate shall be 3/4-inch (unless noted otherwise). 5. Water shall be potable , clean and free of injurious amounts of acids , oils , organic matter, and other deleterious substances. Wir e and Strand Wrapp ed Pr estressed Concrete Tanks 13205-8 February 20 11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 6. Admixtures shall comply with the requirement of ACI 301 or ACI 506 .2 and all aspects of AWWA Dl 10-04. a. Water reducing admixture shall be used in all concrete . The admixture shall conform to ASTM C494, Type A. Proportioning and mixing shall be as recommended by the manufacturer. b. Air entraining admixture shall conform to ASTM C260 . c. A high range water reducing admixture (super plasticizer) conforming to ASTM C494 , Type F and containing less than 1 percent chloride ions may be used . d . Admixtures causing accelerated or retarded set of the concrete shall not be used unless approved in writing by the Engineer. e. All admixtures used in the concrete shall be by the same manufacturer and compatible with each other and the concrete mix . B. Reinforcing Steel 1. Concrete reinforcement shall be new billet conforming to ASTM A615, Grade 60. 2. Welded wire fabric shall conform to ASTM Al 85 . C. Prestressed Wire 1. Unless otherwise approved in writing by the Engineer, prestressed wire shall conform to ASTM A82 l, suitable for redrawing and having a minimum ultimate strength of 210,000 ps1. D . Prestressed Strand 1. Unless otherwise approved in writing by the Engineer, prestressing strand shall be a seven- wire stress-relived strand conforming to ASTM A416, Grade 250 . E . Shotcrete I . Shotcrete shall be in accordance with A WW A D 110, ACI 506R, and the recommendations in ACI 372 . F . Steel Diaphragm 1. Steel diaphragm shall conform to ASTM Al008 steel, shall be a minimum of 26-gauge thickness and shall be vertically ribbed with reentrant angles spaced not more than 3-in apart and with a depth of 3/8-in . Wire and Strand Wrapped Prestressed Concrete Tanks 13205-9 February 2011 City of Fort Worth Ea gle Mountain WTP Clearwell No. 3 G. Appurtenances 1. Ladders a. The ladders, rest platforms (straddle type) and safety cages shall be at locations shown on the Drawings. Tank manufacturer shall determine the need for rest platforms and safety cages based on the latest OSHA requirements. Exterior ladders, rest platforms and safety cages ( as required) shall be aluminum construction . Interior ladders shall be stainless steel Type 3 l 6L construction. Ladders , ladder accessories and ladder clearances shall conform to the requirements of OSHA. b. Ladders shall be provided with minimum 16 -inch rungs , spaced 12" apart. The rungs shall be a minimum %-inch diameter. Ladders shall be supported a minimum of every 5 feet of vertical height. c . Ladders shall be fitted with a fall prevention device conforming to OSHA requirements . This device shall be a SAF-T-CLIMB fall prevention device . The interior ladder shall be fitted with a SAF-T-CLIMB Removable Extension by North Consumer Products or equal. One climbing belt shall be provided to the Owner. Provide stainless steel hardware and fasteners, accessories, and all other materials required for the complete installation . 2. Roofhatch(es) a . Roof hatch location shall be as shown on the Drawings. Size noted shall be the minimum clear opening. b. Roof penetrations and hatches shall conform to the requirements of A WW A D 110 and TCEQ Chapter 290, Section 290.43 -Water Storage. c. Roof hatch shall be located on a raised concrete curb . The curb shall extend at least 4- inches above the height of the adjacent fini shed exterior roof surface. Roof hatch and its mounting curb shall provide a flange or flashing which laps over and down the outside face of the curb for a distance of no less than 2-inches. Construction and mounting of the roof hatch and curb shall prevent precipitation from entering the clearwell. d . Roof hatch and any perimeter frames shall be aluminum construction with mill finish . Manufacturer shall guarantee hatch against defects in materials or workmanship for a period of not less than 5-years from the date of substantial completion. e . The hatch shall be designed for a 40 psf li ve load and shall have a 42-in square minimum opening. Springs shall be of stainless ste el. Hatch shall be provided with spring latch and padlock hasp . Wire an d Strand Wra pp ed Prestressed Concrete Tanks 13 205-10 Fe bruary 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 f. Leaf/Leaves . Hatches shall include lockable single or double leaf doors as required for the sizes indicated. Door or leaf shall be minimum 12 gage material designed and reinforced to support a live load of not less than 40 psf with a maximum total load deflection of not more than 1/150 of the span length. Leaf/leaves shall open to a position of not less than 90-degrees from its closed position. They shall be equipped with a hold open device with spring and assist (2) that shall automatically lock open when the leaf is in the fully opened position. For hatches with double leaves, provide a center drip channel, which drains outside the hatch opening at the joint between the leaves . g. Frame. Frame shall be mounted to the concrete curb. Channel frames shall be minimum 1/4-inch thick aluminum with a continuous perimeter anchor flange and shall have a cross sectional area large enough to collect water drainage from the hatch leaves and drain it to a discharge point. Provide piping required to drain water from frame to exterior of clearwell. Frames for surface mounting shall be minimum 12 gage material provided with mounting flange around the full perimeter. Provide continuous 1/4-inch thick, 60-durometer neoprene sheet gasket under mounting flange , and fasten flange through gasket using stainless steel anchors. Hatch shall be watertight. h . Hardware. Hardware shall be Type 316 stainless throughout. Roof hatches shall be secured using a Hatchlok Access Hatch Security Lock with cross members, Billings, MT ( 406-294-6900). 1. Roof hatches shall be Bilco series J-5AL or equal. 3. Guardrail a. Guardrail shall be of aluminum construction conforming to OSHA standards . Railing shall be provided atop the tank as shown on the Drawings. The guardrail shall consist of vertical posts, kick plate, mid rail and a top rail 42-in in height. Two stainless steel safety chains with hooks shall be installed at the ladder. The chains shall be installed at the top and mid rail. 4. Ventilator(s) a. Roof Vents and their penetrations shall conform to the requirements of A WW A D 110, and TCEQ Chapter 290, Section 290.43 -Water Storage, and shall be designed in accordance with the requirements specified in paragraph 1. 06 of this Section. b. Vents shall be of corrosion-resistant aluminum construction . The vent shall be covered with 16 mesh or finer screen material of Type 316 SST, and securely held in place by stainless steel bands that will withstand the maximum anticipated inflow/outflow rate. c . Vents shall be mounted over a concrete curb that projects not less than 4-inches above the adjacent roof surface. Securely anchor vents to the curb in a manner which will prevent precipitation from entering the clearwell. Fasteners and anchors shall be Type 316 SST. Vents shall be mounted over a continuous 1/4-inch thick, 60-durometer neoprene sheet gasket under the mounting flange and fasten flange through gasket using stainless steel anchors . W ire and Strand Wrapped Prestressed Concrete Tanks 13205-11 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 5 . Tank overflow a. Tank overflow shall conform to the requirements of A WW A D 110-04 and TCEQ Chapter 290, Section 290.43 -Water Storage, and shall be designed in accordance with the requirements specified in Paragraph 1.06 of this Section . b. Overflow shall pass the maximum fill rate at the maximum static water surface, 12-inches above the overflow weir elevation while accounting for head losses due to the overflow construction and the hinged, gravity weighted flap gate at the end of the discharge pipe. The overflow shall conform to A WW A C200 . c. The overflow pipe shall be surface coated in accordance with Division 9 specifications. All coatings shall be NSF-61 certified for use in contact with potable water. d. As noted on the Drawings, overflow shall be sized by the GST manufacturer for the design rate and head noted herein. Also, a flap valve as per Section 15100 shall be provided to match the overflow design size. 6. Exterior tank coatings shall all be furnished and applied by the GST manufacturer (NOT the project general paint contractor) and in accordance with the requirements of these specifications . Any coatings for use within the tank interior shall be NSF-61 certified for use and contact with potable water. Exterior coating systems shall be as specified in Section 09821. 7. Tank inlet riser and weir shall be designed in accordance with the requirements specified in Paragraph 1.06 of this Section . The inlet riser shall be sized and designed by the tank manufacturer for installation within the tank and restrained seal ed connec tion to the below slab inlet pipe . The inlet piping shall conform to A WW A C200 and shall be surface coated in accordance with Division 9 specifications. All coatings shall be NSF-61 certified for use in contact with potable water. The inlet weir cone shall be a flanged cone section, separate from the inlet pipe riser. 8 . Ground storage tank liquid level device -ultrasonic le vel element -shall be as shown on the Drawings and as specified in Division 13 . W ire and Strand Wrapped Prestressed Concrete Tanks 13 205 -12 February 201 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 H . Moisture Barrier 1. Moisture barrier below tank slab shall be furnished and installed. The moisture barrier shall be polyethylene Class A conforming to ASTM El 745 . The thickness shall not be less than 6 mil. PART 3 EXECUTION 3 .01 INSTALLATION A . Reinforcing Steel 1. Reinforcing steel shall be installed in accordance with the CRSI, Code of Standard Practice . B. Placing Concrete 1. General Placement a. Concrete shall be in accordance with Division 3 . b. Cast-in-place concrete floor shall be installed in accordance with ACI 318 and ACI 350 except as specified herein. c . No concrete shall be mixed or placed during freezing weather without written permission of the Engineer. When placing concrete when air temperature is below 40 degrees F, the water, sand and gravel shall be heated so that the temperature of the concrete will be at least 50 degrees F. This temperature shall be maintained for 72 hours after placing. No concrete shall be placed on frozen ground. d . In hot weather, concrete, when deposited, shall have a placing temperature that will not cause difficulty from loss of slump, flash set, or formation of cold joints. In no case shall the temperature of concrete being placed exceed 90 degrees F. 2. Floor Slab a . Prior to placement of the floor slab, a 6 mil polyethylene moisture barrier shall be placed over the subbase. Joints in the polyethylene shall be overlapped a minimum of 6-in. b. The floor slab including the thickened portion for the wall footing shall be placed in one continuous concrete placement. Construction joints between the floor slab and footings shall not be allowed . Where a construction joint is approved in writing by the Engineer, the joint shall have a 6-in wide, 3/8-in thick PVC waterstop conforming to the same requirements as the wall -base slab waterstop. c. The floor slab shall be sloped as described in these specifications . Wire and Strand Wrapped Prestressed Concrete Tanks 13205-13 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 d . The tank floor shall be float finished then shall receive a hard, durable fine finish by the steel trowel method, bull float or by use of power finishing machines . No water shall be added to the slab during finishing. Curing of the tank floor shall be accomplished by ponding the entire area with 2-in minimum of water within 24 hours after concrete placement. The floor shall be kept ponded for a minimum of 7 days. 3 . RoofDome a. The dome shall be wood float finished and then receive a light broomed surface finish . Precast dome panels shall have a light broomed finish and be prepared to receive a cementitious coating. Cast-in-place dome shall be wood float finished and then receive a light broomed surface finish . No water shall be added during the finishing of the dome. 4 . Wall Details -Prestressed Core Wall(s) a. Wall and dome tension ring details including the steel diaphragm, PVC waterstops, elastomeric bearing pads, sponge rubber fillers, prestressing steel, prestressing earthquake cables, and shotcrete shall conform to the requirements of A WW A D 110 and the recommendations of ACI 3 72R, whichever is more stringent. b. A PVC waterstop shall be installed in the wall to base joint as shown on the Drawings . Field splices shall be in accordance with the manufacturer's specifications . The waterstops shall be installed so as to form a continuous watertight diaphragm. Adequate provisions shall be made to support and protect the waterstop during the progress of the work. Where the waterstop is placed in a concrete cove attached to the inner face of the wall , the cove shall attain 60 percent of its 28-day strength prior to the start of prestressing the wall . c. Circumferential Prestressing 1) Stress readings on a calibrated stressometer, furnished by the tank manufacturer, shall be made on every tenth prestressing wire or strand, or a minimum of one reading per vertical foot for each layer. A running log shall be maintained by the tank manufacturer of the stress readings and used to determine the final number of wires required. 2) In computing the final tension in the wires, provi de for an allowance for prestress loss due to creep, shrinkage, elastic deformation , and residual compression. The tank manufacturer shall submit an "as-built" revision to the design diagram showing the location and number of wires actually used for the project records only. This information will only be for records and will not be reviewed by the Engineer. d . Shotcreting 1) No pres tressing wire shall remain exposed during inclement weather over a holiday or weekend, it shall be covered with shotcrete and subsequently wet cured. Wire and Strand Wrapped Prestressed Concrete Tanks 13205-14 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2) Vertical shooting wires shall be installed to establish uniform and correct thickness of shotcrete. Shooting wires shall be at 3-ft on center around the circumference of the tank. The final coat shall be applied true to shooting wires so as to form a cylindrical surface. 3) At the end of the day's work, or similar stoppage period, the shotcrete shall be sloped off at an angle of approximately 45 degrees. Before placing adjacent sections , the sloped portions shall be thoroughly cleaned and wetted by means of air and water blast. Shotcrete with a strength lower than specified due to cold weather shall be removed and replaced with sound material. 4) The shotcrete shall be cured by keeping the shotcrete continuously wet for 7 days . Natural curing may be allowed if the relative humidity is at or above 85 percent. 5) Shotcrete shall receive a gun finish free from ridges or other defects . Flash coating for finishing will not be permitted. 6) In the event of sagging, the shotcrete shall be completely removed and the defective area replaced. Any loose sand shall be removed prior to placing of any original or succeeding layers of shotcrete . Shotcrete placed over a deposit of sand shall be cut out and replaced. C . Cementitious Finish 1. Cementitious finish shall be applied to all exterior exposed surfaces in accordance with Division 9 of these specifications. Finish shall extend down the tank wall to at least 2-foot below finished grade at the respective points around the tank perimeter. Colors will be selected by the Owner. Any required below grade coatings shall be as recommended per AWWA Dll0-04. D . Ladders 1. Ladders, exterior and interior, shall be installed at locations shown on the Drawings . Ladders, ladder accessories and ladder clearances shall be installed to conform to the requirements of OSHA. 2. Ladder supports shall be installed by stainless steel Type 316 expansion bolts . Prior to installing expansion bolts, the reinforcing bars shall be located with a "rebar locator" supplied by the tank manufacturer. The location of the reinforcing bars shall be marked on the concrete surface indicating the spacing and direction of the bars. 3. Where interference occurs, adjust anchor locations to clear reinforcing bars and alter supports at no additional cost to the Owner. E . Roof hatches 1. Roof hatch( es) shall be installed at locations shown on the Drawings . The hatches shall be installed on a concrete curb as specified above . However, at minimum a height of 4-inch and a minimum width of 6-inch shall be provided . The hatches shall be installed w ith a watertight gasket and stainless steel expansion bolts . Wire and Strand Wrapped Prestressed Concrete Tanks 13205-15 February 2011 C ity of Fort Worth Eagle Mountain WTP Clearwell No. 3 F. Guardrail 1. Guardrail shall be installed at locations shown on the Drawings . The Guardrails shall be installed to conform to the requirements of OSHA. Refer to Section 05500. 2 . Installation of the guardrails shall be either by stainless steel expansion bolts. Prior to installing expansion bolts, the reinforcing bars shall be located with a "rebar locator" supplied by the tank manufacturer. The location of the reinforcing bars shall be marked on the concrete surface indicating the spacing and direction of the bars. 3. Where interference occurs, adjust anchor locations to clear reinforcing bars and alter supports at no additional cost to the Owner. 4 . Guardrail attached to the precast or cast-in-place dome roof shall be installed with stainless steel bolts and thin slab ferrule inserts. G. Ventilator 1. Ventilator (roof vents) shall be installed at locations shown on the Drawings or as needed to comply with applicable regulations and specified venting rate . Vents shall be installed on a concrete curb with a minimum height of 6-inch and a minimum width of 6-inch or as needed to accommodate the furnished vent fitting. The ventilators shall be installed with a watertight gasket and stainless steel expansion bolts . H . Liquid Level Indicator l . The liquid level indicator shall be installed at the locations shown on the Drawings and in accordance with Diversion 13 . 3 .02 TESTING A. A minimum of one test panel for each 20 cu yd of shotcrete shall be made as directed by the Engineer. Additional panels shall be made if deemed necessary by the Engineer. The test panels shall be made from the shotcrete as it is being placed and shall, as nearly as possible, represent the material being applied. The method of making the test samples shall be as follows : 1. A rectangular frame of 4-mesh wire fabric 1-ft square and 4-in depth shall be secured to a plywood panel and hung or placed in the location where shotcrete is being placed. This form shall be filled in layers simultaneously with the nearby application. After 24 hours, the fabric and plywood back up shall be removed and sample slab placed in a safe location at the site . The sample slabs shall be sent to a recognized testing laboratory and tested at the age of 7 days . Nine 3-in cubes or cores shall be cut from each sample slab and subjected to compression tests in accordance with current ASTM Standards . Three cubes or cores shall be tested at the age of 7 days, three shall be tested at the age of 28 days , and the remaining three held in reserve. 2. Shotcrete testing shall be performed by the GST manufacturer at no additional cost to the Owner. 3 . Water tightness testing of the completed tank prior to placement of any backfill material shall occur in accordance with the provisions of Section 01680 . Wire and Strand Wrapped Prestressed Concrete Tanks 13205-16 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B . Testing the Completed Tank( s) -Per A WW A D 110-04 1 . After the tank has been completed, but before any backfill is placed, the tank shall be filled slowly in the presence of the Engineer. Careful observation for leaks shall be made and any leaks that occur shall be immediately repaired . 2 . The tank shall be kept full of water until the Engineer is satisfied that all defects have been discovered and repaired . There shall be no flowing water allowed through the walls, floor slab, or wall/floor slab joints. Damp spots that glisten on the exterior wall surface of the tank and spots where moisture can be picked up on a dry hand will not be allowed. Damp spots on the top of footing projections that are not from flowing water shall not be considered to be leakage . 3. The entire tank interior surface shall be wetted for a 48-hour period. There shall be no allowable leakage for a 24-hour period following the initial 24-hour period. If the liquid volume loss exceeds this amount, leakage shall be considered excessive and the tank shall be repaired and retested. 4 . All water for the first test will be furnished by the Owner at no cost to the Contractor. The Owner shall be reimbursed for water required for retesting at the normal water rate . 3.03 CLEANING AND DISINFECTION A . The tank manufacturer shall provide all labor, material , and facilities to disinfect the tank as specified in Section O 1656. END OF SECTION Wire and Strand Wrapped Prestressed Concrete Tanks 13205-17 February 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 FORM 13205-A 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 ________________________________ to design (Name of Contractor) one 3 .5-MGal wire-wrapped, prestressd concrete ground storage tank in conformance with Section 13205 and plan for the City of Fort Worth, TX, Westside Water Treatment Plant. The undersigned further certifies that he/she has performed the design of the above referenced ground storage tank, that said design is in conformance with all applicable local, state and federal codes, rules, and regulations, including the requirements A WW A D 110-04 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 "as-built" design drawings and calculations available to the City of Fort Worth, Texas within seven days following written request by the Owner. Professional Engineer Name Contractor's Name Signature Signature Address Title Address Wire and Strand Wrapped Prestre ssed Concrete Tanks 13205-18 February 2011 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 SECTION 13300 INSTRUMENTATION AND CONTROLS -GENERAL PROVISIONS PART I GENERAL 1.0 I SCOPE OF WORK A. The General Contractor shall be responsible in furnishing, installing and provide services for the field-mounted instruments as detailed herein and as shown on the Drawings . The services provided by others are specifically noted. B . The work will include the following Section: Section No . 13300 Instrumentation and Controls (l&C) -General Provisions C. Auxiliary and accessory devices necessary for Control system operation or performance, such as transducers, relays , signal amplifiers, intrinsic safety barriers, signal isolators , software, and drivers to interface with existing equipment or equipment provided by others under other Sections of this project, shall be included whether they are shown on the Drawings or not. D . Substitutions on functions or type of equipment specified w ill not be acceptable unless specifically noted . In order to confirm compatibility between all equipment, coordinate all interface requirements with mechanical and electrical systems and furnish any signal isolation devices that might be required . E . Equipment shall be assembled, installed and placed in operating condition in full conformity with the project Specifications, Drawings, engineering data, instructions , and recommendations of the equipment manufacturer as approved by the Engineer. F . To facilitate future operation and maintenance, similar products (e .g ., level transmitter) shall be supplied from the same manufacturer. G . All equipment and installations shall satisfy applicable Federal, State and local codes . H . Use the equipment, instrument, and loop numbering scheme that has been developed and shown on the Drawings and Specification in the development of the submittals. Do not deviate from or modify specified numbering scheme without the Engineer's approval. I. Supplementing this section, the Drawings provide additional details showing functional requirements of the Control system, and interfacing with other equipment. J . Provide a submittal as specified herein. K. All materials, equipment, labor, and services necessary to achieve the monitoring functions described herein shall be provided in a timely manner so that the monitoring functions are available when the equipment is ready to be placed into service. L. Where specified herein and/or on the Drawings, specific instruments and field devices are In strumentation and Controls -General Prov is ions 13300-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 provided by the vendor package systems . The package systems shall be installed by the General Contractor according to vendor instructions . The vendor shall provide the instruments and mounting hardware and will supervise installation . Upon satisfactory completion of installation , the General Contractor shall coordinate with each vendor to inspect finished work. The Owner shall submit to the Engineer written documentation indicating that each vendor has inspected and approved the installation . M. The General Contractor shall coordinate the Control System for proper operation with related equipment and materials furnished by other suppliers under other Sections of this project. N. Provide overall coordination, installation, and supervision for installation of the Control System, to include instrumentation and SCADA programming. 0 . Provide supervision of all field-wiring terminations associated with the instruments, conduit and wiring between field devices, PLC cabinets etc . P . The General Contractor is not responsible in implementing, testing, and installing all application programming required to achieve a fully integrated and operational Control System . The PLC controller programming, and Operator Workstation Station (OWS) Human Machine Interface (HMI) graphics and HMI configuration for this project will be performed by the Owner. Q . The General Contractor shall not program any vendor supplied PLC and Operator Interface Terminal (OIT). However, the Owner and the Contractor shall coordinate with the vendors . R . The General Contractor shall provide coordination with the Owner's staff in PLC and HMI programming to include the following monitoring signals, and as shown in the Drawings -Level from Clearwell No . 3 Ultrasonic Level Transmitter, vendor's supplied Clearwell Drain Box No. 2 pump package, high-high level alarm at the Drain Box No . 2, and the high-high alarm at the Clearwell Perimeter Drain Box. 1.02 RELATED WORK A . Process & Instrumentation Diagram (P&ID) is included in the Drawings. B. Division 16 specifications. C. Division 11 specifications . 1.03 SUBMITTAL A. General submittal requirements include : 1. Refer to Section O 1300 for general submittal requirements . 2 . Shop drawings shall be submitted as detailed herein. Shop drawings shall demonstrate that the equipment and services to be furnished comply with the provisions of these Specifications and shall provide a complete record of the equipment as manufactured and delivered . 3 . Submittal shall be complete, giving equipment Specifications, details of connections, wiring, ranges, installation requirements, and specific dimensions . Submittal consisting of only general sales literature shall not be acceptable . Instrumentation and Contro ls -General Provisions 13300 -2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 4. Submittal shall be bound in separate three-ring binders, with an index and sectional dividers, with all Drawings reduced to a maximum size of I I-inch by 17 -inch, then folded to 8.5 inch by 11 inch for inclusion within the binder. Maximum binder size shall be 3 inches. 5. The submittal Drawings' title block shall include, as a minimum, the Contractor's registered business name and address, Owner and project name, Drawing name, revision level, and personnel responsible for the content of the Drawing. 6. Incomplete or partial submittal not complying with the submittal arrangements outlined in this Section will be returned without review. 7. A single submittal shall is made as follows: a . Field Instrument and System Documentation Submittal B. Field Instruments and System Documentation Submittal 1. Submit complete documentation of all field instruments using ISA-S20 data sheet formats. Submit a complete Bill of Materials (BOM) or Index that lists all instrumentation equipment ordered by the loop numbering system as shown in the Contract Documents. 2 . Submit separate data sheets for each instrument including: a . Plant Equipment Number and ISA tag number per the Drawings b. Product (item) name used herein and on the Contract Drawings c. Manufacturers complete model number, including all options d. Location of the device e. Input/O utput characteristic f. Range, size, and graduations in engineering units . g. Physical size with dimensions, enclosure NEMA classification and mounting details in sufficient detail to determine compliance with the requirements of the Contract Documents. h. Materials of construction for enclosure and wetted parts . 1. Instrument or control device sizing calculations where applicable . J . Certified calibration data for all flow metering devices . k. Two-wire or four-wire device type as applicable . 3 . Submit index and data sheets in electronic format as well as hard copies on 8-1 /2" x 11" formats. Electronic format shall b e in Microsoft Excel or Word . Submit electronic copy on thumb drive formatted for IBM compatible personal computers. The thumb drive shall be Instrumentation and Controls -General Provi s ion s 13300-3 2/17/11 Ci ty of Fort Worth Eagle Mountain WTP Clearwell No. 3 returned to the General Manager. 4. The spares section of the Submittal shall include for each Subsystem : a . A list of, and descriptive literature for, spares, expendables, and test equipment as specified herein . b. A list of, and descriptive literature for, additional spares recommended by the manufacturer. c. Unit and total costs for the additional spare items specified or recommended for each subsystem. 5 . System Documentation a . Submit in accordance with Section O 1730 . b . The existing System Documentation shall be updated to include operations and maintenance manuals as specified herein. c . The operations and maintenance manuals shall be updated , at a minimum , to contain the following information : 1) Table of Contents a) A Table of Contents shall be updated for the entire manual with the specific contents of each volume clearly listed . The complete Table of Contents shall appear in each volume . 2) Instrument and Equipment Li sts a) The following lists shall be developed in Microsoft Excel format and included as a hard copy in O&M . The electronic copy of the O & M shall be updated accordingly. b) An instrument list for all devices supplied including tag number, de scription, specification section and paragraph number, manufacturer, model number, serial number, range, span, location, manufacturer's phone number, local supplier name, local supplier phone number, completion year replacement cost , and any other pertinent data. 3) Data Sheets with Vendor Operations and Maintenance Information a) ISA S20 data sheets shall be provided for all field instruments . b) Final vendor O&M documentation for each device , piece of equ ipment, or OEM software shall be either new documentation written specifically for this project, or modified standard vendor documentation . All standard vendor documentation furnished shall have all portions that apply clearly indicated with arrows or circles . All portions that do not apply shall be neatly lined out or crossed out. Groups of pages that do not apply at all to the specific model supplied shall be In strume ntatio n an d Co ntrol s -Ge neral Provi sions 13300-4 2/17/1 I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 removed . c) For any component requiring dip switch settings or custom software configuration, that information shall be included along with the corresponding data sheets and O&M information . 4) As-built Drawings a) Complete as-built Drawings, including all Drawings and diagram specified in this section under the "Submittal" section . These Drawings shall include all termination points on all equipment the system in connected to , including terminal points of equipment not supplied by the General Contractor. b) As built documentation shall include information from submittal, as described in this Specification, updated to reflect the as-built system. Any errors in or modifications to the system resulting from the Functional Acceptance Tests shall be incorporated in this documentation . 5) Electronic O&M Information a) In addition to the hard copy ofO&M data, provide an electronic version of all equipment manuals CDROM or DVD . Electronic documents shall be supplied in Adobe Acrobat format. b) Provide electronic files for all custom-developed manuals . Text shall be supplied in both Microsoft Office format and Adobe Acrobat format. c) Provide electronic files for all Drawings produced . Drawings shall be in AutoCAD ".dwg" format and in Adobe Acrobat format. Drawings shall be provided using the AutoCAD eTransmit feature to bind external references , pen/line styles , and fonts into individual zip files along with the Drawing file . 6 . The cover and edge of each volume shall contain the following information : Project Name (refer to Contract Documents) Contract Number (refer to Contract Documents) Instrumentation and Control System Hardware Operations and Maintenance Manual Specification Sections __ , __ , __ _ Subcontractor Name (If Applicable) Date VolumeX ofY (Where Xis the volume number and Y is the number of volumes) 1.04 COORDINATION MEETINGS A . The General Contractor shall schedule and administer a minimum of one mandatory control system coordination meeting during the shop drawing submittal phase of the project. The Contractor shall make arrangements for the meeting, prepare/distribute an agenda a minimum of Instrumentation and Controls -General Provi s ions 13300-5 2/17/11 City of Fort Worth Eagle Mountain wrP Clearwe ll No . 3 one week before the scheduled meeting date, preside at the meeting, record and distribute minutes within two days to Engineer, participants, and those affected by decisions made. The meeting shall be held at the Contractor's designated location and shall include, as a minimum, attendance by the Owner, Engineer, the Contractor's Project Engineer and any required subcontractors (if applicable). 1. The coordination meeting (Project kick-off meeting) shall be held two weeks in advance of Contractor shop drawing submittals. The purpose of the meeting shall be to discuss: a. Summarize the Contractor's understanding of the project. b. Discuss any proposed deviations, substitutions or alternatives . c. Present the Contractor's project schedule . d . Schedule delivery milestone dates . e. Provide a forum to coordinate hardware relat ed is s ues . f. Request any additional information required from the Owner and/or En g ineer. 2 . A typical agenda may include, but is not limited to , the following : a . Review work progres s. b. Field observations, problem s, and decisions . c . Identification of problems which impede planned progress . d . Review of submittal schedule and submittal status . e. Review of delivery schedule . f . Maintenance of progress schedule . g. Corrective measures to regain project schedule . h . Planned activities for subsequent work period . 1. Coordination of projected progress. J . Maintenance of quality and work standards . k. Effect of proposed changes on progress schedule and coordination. 1.05 REFERENCE STANDARDS A. Publications are referred to in the text by basic designation only. Where a date is given for reference standards, that edition shall be used. Where no date is given for reference standards, the latest edition in effect at the time of bid opening shall apply. In strum ent ati on an d Co ntrols -Gener al Provisio ns 13300-6 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 B. International Society of Automation (ISA) 1. ISA S5.2 Binary Logic Diagrams for Process Operations 2 . ISA S5.3 Graphic Symbols for Distributed Control/Shared Display Instrumentation Logic and Computer Systems. 3. ISA S5.4, Instrument Loop Diagrams. 4. ISA S20, Specification Forms for Process Measurement and Control Instruments, Primary Elements and Control Valves. 5 . ISA RP60.3, Human Engineering for Control Centers 6. ISA RP60 .6, Nameplates, Labels, and Tags for Control Centers C. National Electrical Manufacturers Association (NEMA) D. National Fire Protection Agency (NFPA) 1. NFPA 70 , National Electrical Code (NEC). E . Underwriters Laboratories, Inc . (UL) 1. UL 508 -Industrial Control Equipment -for custom fabricated equipment 2 . A nationally recognized testing laboratory, as approved by the Authority having jurisdiction, may substitute for UL listing on commercial off the shelf products. F. American Society for Testing and Materials (ASTM) 1. ASTM A269 -Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service . 1.06 DELIVERY, STORAGE, AND HANDLING A. Delivery, storage, and handling shall be in accordance with Section 01600. B . Shipping Precautions 1. All equipment shall be packed in protective boxes, and enclosed in heavy duty (5 mil) polyethylene envelopes or secured sheeting to provide protection from damage, dust, and moisture . Dehumidifiers shall be placed inside the polyethylene coverings. 2. Manufacturer's special instructions for field handling, storage and installation required for protection, shall be securely attached to the packaging for each piece of equipment prior to shipment. The instructions shall be stored in re-sealable plastic bags or other means of protection . 3. None of the monitoring equipment shall be shipped to the site until the areas comply with specified ambient temperature and humidity . Have qualified personnel accept the equipment Instrumentation and Controls -General Provisions 13300-7 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 on delivery and supervise unloading within the control room areas. 4. If any apparatus has been damaged, such damage shall be repaired at no additional cost to the Owner. 1.07 NOMENCLATURE AND IDENTIFICATION A. Field Instrument Tags I. A permanent stainless steel or other non-corrosive material tag firmly attached and permanently and indelibly marked with the instrument tag number, as indicated in the Drawings, shall be provided on each piece of equipment supplied under this Section. Equipment shall be tagged before shipping to the site. 2. Provide 1/8-in by 3/8-in, Type 316 stainless steel button head machine screws. 3 . All supplied field instrument transmitters and field instrument transmitter elements shall have a stainless steel identification tag attached to each transmitter and element prior to shipment. Tag shall be attached via stainless steel chain or stainless steel wire (24 gauge min) to a non- removable part of the device . The tag size shall be a minimum of 1.5 square inches. Tag shall include the ISA alphanumeric instrument number as indicated in the P&ID, loop, and detail Drawings. The alphanumeric instrument number shall be stamped into the tag and shall have a minimum of3/16-in high alphanumeric characters . 1.08 WARRANTY A. Provide warranty per Section O 17 40, Warranties and Bonds, and as specified herein . 1.09 PROJECT/SITE REQUIREMENTS A. Environmental Requirements : Refer to Section 16000 for specific environmental and hazardous area classifications. B. Elevation : Equipment shall be designed to operate at the project ground elevation. C. Temperature : I. Outdoor areas' equipment shall operate between -30 to 50 C degrees ambient. 2. Equipment located in indoor locations shall operate between IO to 35 C degrees ambient mm1mum. 3. Storage temperatures shall range from Oto 50 C degrees ambient minimum. 4. Additional cooling or heating shall be furnished if required by the equipment as specified herein. D . Relative Humidity: Air conditioned area equipment shall operate between 20 to 95 percent relative, non-condensing humidity. All other equipment shall operate between Oto I 00 percent relative, condensing humidity. Instrumentati on and Controls -General Provisions 13300-8 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 PART 2 PRODUCTS 2.01 PRODUCTS GENERAL A. All instrumentation and electronic equipment shall be of the manufacturer's latest design, utilizing printed circuitry and epoxy or equal coating to prevent contamination by dust, moisture and fungus. The field mounted equipment and system components shall be designed for installation in dusty, humid and slightly corrosive service conditions. B. All instruments shall be provided with mounting hardware and floor stands, wall brackets, or instrument racks unless otherwise noted . Fasteners for securing control panels and enclosures to walls and floors shall be either hot-dipped galvanized after fabrication or stainless steel. Provide stainless steel fasteners only in corrosive areas rated NEMA 4X on the Drawings or as defined under Section 16000. Provide and size anchors in accordance with Divisions l and 5 as required per the seismic calculations. Provide minimum size anchor of 3/8-inch . C . All indicators shall be linear in process units, unless otherwise noted . All transmitters shall be provided with indicators in process units, accurate to two percent or better. D. All equipment, cabinets and devices furnished shall be heavy-duty type, designed for continuous industrial service. The system shall contain similar products of a single manufacturer, and shall consist of equipment models, which are currently in production . All equipment provided shall be of modular construction and shall be capable of field expansion. E . All electronic/digital equipment shall be provided with radio frequency interference protection. F. Electrical I . Equipment shall operate on a 60 Hertz alternating current power source at a nominal 120 volts, plus or minus 10 percent, except where specifically noted. Regulators and power supplies required for compliance with the above shall be provided between power supply and interconnected instrument loop. Where equipment requires voltage regulation, constant voltage transformers shall be supplied. 2. With the exception for field device network connected devices, all electronic instrumentation shall utilize linear transmission signals of isolated 4 to 20 mA DC (milliampere direct current) capable of driving a load up to 750 Ohms, unless specified otherwise. However, signals between instruments within the same panel or cabinet may be 1-5 VDC (volts direct current). 3. Outputs of equipment that are not of the standard signals as outlined, shall have the output immediately raised and/or converted to compatible standard signals for remote transmission . No zero based signals will be allowed. 4. All switches shall have double-pole double-throw contacts rated at a minimum of 600 VA , unless noted otherwise . 5 . Switches and/or signals indicating an alarm, failure or upset condition shall be wired fail-safe to the Control system. A fail-safe condition is an open circuit when in an alarm state. 6. Materials and equipment shall be UL approved. Where components are not available with UL Instrumentation and Controls -General Provisions 13300-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 approval, integrate the device with ground fault protective devices, isolation transformers, fuses, or other protective equipment necessary to achieve compliance with UL 508 requirements . 7 . All equipment furnished shall be designed and constructed so that in the event of power interruption , the systems specified herein shall go through an orderly shutdown with no loss of memory, and shall resume normal operation without manual resetting when power is restored, unless otherwise noted. 8 . All transmitter output signals shall include signal and power source isolation . 2 .02 LIGHTNING/SURGE PROTECTION A. Lightning/surge protection shall be provided to protect the electronic instrumentation system from induced surges propagating along the signal and power supply lines from lightning, utility , or the plant electrical system . The protection systems shall be such that the protective level shall not interfere with normal operation, but shall be lower than the instrument surge withstand level. Protection shall be maintenance free and self-restoring. Ground wires for all instrumentation device surge protectors shall be connected to a low resi stance ground , and where practical , each ground wire run individually and insulated from each other. These protectors shall be mounted within the instrument enclosure or a separate NEMA 4Xjunction box coupled to the enclosure. B . Either a one or multi-stage protection circuit, depending on the application, shall furnish AC power protection . Either a two or three-stage protection circuit, depending on the application , shall furnish VO protection. C . All wiring, hardware , and connection means shall comply with the National Electric Code and/or applicable local codes . D . All suppressors shall have integral mounting brackets to attach 35mm DIN rail conforming to DIN EN50022 , with the exception of conduit mounted devices . E. The suppressor shall be mounted within the panel where the I/0 is installed. F. Mounting guidelines will be followed as indicated in in stallation instruction provided by the manufacturer . G . Wires shall be attached to the suppressor by means of a cable-clamping terminal block activated by a screw. Connections shall be gas-tight, and the terminal block shall be fabricated of non- ferrous , non-corrosive materials . H . All wiring points and plug connections shall be "touch safe" with no live voltages that can make contact with a misplaced finger in accordance with IEC 529. I. Connections between AC power systems and electrical and electronic equipment shall meet the following: 1. Surge suppression modules for AC power circuits shall be UL listed or recognized . 2 . Surge protection modules shall consist of two parts: a base terminal block and a plug protection module . Base shall directly connect to DIN rail. Replacing a plug shall not require In strumentati on and Control s -Genera l Prov isio ns 13300-10 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 the removal of any wires nor shall it interrupt the signal. Base and plug shall have the ability to be coded to accept only the correct voltage plug. 3. Both plugs and bases shall have a rating of IP20 according to IEC 529. Bases shall have an integral label holder to mark each terminal block . 4. Operating temperature range shall be at least -40°C to +80°C . 5 . Surge protection modules for continuous load current equal to 20 Amps or Jess shall meet the following: a . Surge protection modules shall be designed to withstand a maximum IO kA test current of an 8/20 microsecond waveform according to IEC I 024 Application Guide A and ANSI/IEEE C62.4 I Category C Area. b. Surge protection modules shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. c. Surge protection modules shall have a visual indication of circuit integrity . Devices shall include a SPDT contact rated for at least 250 V AC , I Amp , for remote failure indication . d . Bases shall include metal mounting foot, which provides ground connection to DIN-rail. e. Manufacturers shall be : I) Phoenix Contact-Plugtrab PT 2-PE/S Series 2) Approved Equal 6 . Protection modules for continuous load current over 20 Amps shall meet the following : a. Surge protection modules shall be designed to withstand up to a 40 kA test current of an 8/20 microsecond waveform according to IEC 1024 Application Guide A and ANSI/IEEE C62.41 Category C Area. b. Surge protection modules shall have a visual indication of circuit integrity. Devices shall include a SPDT contact rated for at least 250 V AC, I Amp, for remote failure indication . c . Manufacturers shall be: I) Phoenix Contact -Bricktrab Series 2) Approved Equal J. Analog and discrete DIN rail mounted, non-pluggable, high density devices shall meet the following: I. Surge protection shall consist of a multistage hybrid circuit with staging inductors or resistors to properly coordinate the components. Series resistance shall not exceed 4 .7 Ohms (plus or minus 10 percent). In strumentation and Controls -General Provi sion s 13300-11 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 2 . DIN rail mounted surge protection housing width shall not exceed 6.2 mm. 3 . Surge protection for analog and digital 1/0 shall be designed to withstand a 5 kA test current of a (8/20) µs waveform according to IEC I 024 Application Guide A and ANSI/IEEE C62.4 l (Line to Ground). Surge handling capability of Line I + Line 2 shall be IO kA of (8/20) µs waveform . 4 . Operating temperature range shall be at least -40°C to +85°C . 5 . Maximum load current through the surge protection module shall not exceed 250 milliamps for analog and digital signal protection . 6 . Cutoff frequency for analog modules shall be 3 MHz for a SO-Ohm system and I MHz for a 150-0hm system . Cutoff frequency for digital modules shall be 2 MHz for a SO-Ohm system and 600 KHz for a 150-0hm system . 7 . Wire size range shall between 24 and 14 AWG . 8 . Ex-I modules shall contain only diode and gas tube (no MOV) and shall be isolated from ground by SOOVDC as required by EN 50 020 . 9. Manufacturers shall be: a . Phoenix Contact b . Approved Equal K. Analog Signals (Conduit Mounted) I . Surge protection shall consist of a multistage hybrid circuit utilizing only diodes and gas discharge tubes but no metal oxide varistors (MOVs). 2 . Surge protection for analog and digital 1/0 shall be designed to withstand a IO kA test current of a (8/20) µs waveform according to IEC I 024 Application Guide A and ANSI/IEEE C62.4 l Category C Area. 3. Surge protection shall not have more than IO Ohms of series resistance. 4 . Surge protection shall have a response time less than lµs . 5 . Maximum operating voltage shall not exceed 28 VDC . 6 . Surge protection shall not have a cutoff frequency less than 400 kHz (for a 600 Ohm system) to allow HART protocol and other superimposed smart digital signals to function . 7. Surge protection module shall have an operating temperature range of at least -40°C to +65°C . 8 . Maximum load current through the surge protection module shall not exceed 250 mA. Instrumentation and Control s -General Provisions 13300-12 2/17/1 I City offort Worth Eagle Mountain WTP Clearwell No . 3 9 . Manufacturers: a . Phoenix Contact model series PIPETRAB. Protection circuit is mounted in 3/4" stainless steel pipe nipple . b. Approved Equal PART 3 EXECUTION 3 .01 GENERAL INSTALLATION A . Instrumentation and accessory equipment shall be installed in accordance with the manufacturer's instructions . The locations of equipment, transmitters, alarms and similar devices indicated are approximate only. Exact locations of all devices shall be as approved by the Engineer during construction . Obtain in the field , all information relevant to the placing of process control equipment and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner at no additional cost to the Owner. B . The P&ID and other Drawings indicate the intent and not the preci se nature of the interconnection between the individual instruments. Where indicated on the P&ID and/or other Drawings as not requiring installation, provide the instruments suitably packaged for storage . C . All equipment used in areas designated as hazardous shall be de s igned for the Class , Group and Division as required for the locations as show n on the Drawings and specified in Division 16 . All work shall be in strict accordance with codes and local rulings. D. The instrumentation installation details on the Contract Drawings indicate the designed installation for the instruments specified . Where specific installat ion detai ls are not specified or shown on the Drawings, the American Petroleum Institute (API) Recommended Practice 550 shall be followed as applicable. E . Unless specifically indicated, direct reading or electrical transmitting instrumentation shall not be mounted on process piping. Instrumentation shall be mounted on instrument racks or stands. F. Brackets and hangers required for mounting of equipment shall be provided. They shall be installed as shown and not interfere with any other equipment. G . The shield on each process instrumentation cable shall be continuous from source to destination and be grounded at only one ground point for each shield . H . Investigate each space in the building through which equipment must pass to reach its final location . If necessary, ship material in sections sized to permit passing through restricted areas in the building. Provide on-site service to oversee the installation, the placing and location of system components, their connections to the process equipment panels, cabinets and devices , subject to the Engineer's approval. Certify that field wiring associated with his/her equipment is installed in accordance with best industry practice . Schedule and coordinate work under this section with that of the electrical work specified under applicable Sections of Div is ion 16 . I. Provide local electrical shutoffs and disconnects for all 4-wire field instruments requiring 120 In strum entation and Controls -General Pro vi s ions 13300-13 2/17/11 City of F Ort Worth Eagle Mountain WTP Clearwell No . 3 V AC power. Electrical disconnects shall be suitably rated switches or manual motor starters as specified under Division 16. J. Provide sunshades for equipment mounted outdoors in direct sunlight. Sunshades shall include standoffs to allow air circulation around the cabinet. Orient equipment outdoors to face to the North or as required to minimize the impact of glare on LED, LCD, or other digital readouts . 3 .02 TESTING A. Field Testing-Operational Readiness Test (ORT) 1. Following installation of the Instruments and prior to startup and the Functional Demonstration Test, the instrumentation specified herein shall be certified (inspected, wired, calibrated, tested, etc., and documented) that it is installed and ready for the ORT as defined below. 2. Loop/Component Inspections and Tests: The instruments shall be checked for proper installation, calibrated, and adjusted on a loop-by-loop and component-by-component basis to ensure that it is in conformance with the submittal and this Specification . 3 . The Loop/Component Inspections and Tests shall be implemented using Engineer-approved forms and checklists. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check-off items with spaces for sign-off by the system supplier: a. Project Name, Test Date, Contractor Name, and Lead Contractor Technician Name . Loop Number. b. Tag Number for each component. c . Check-offs/sign-offs for each component: Tag/identification; installation; termination (wiring and tubing); scale, range, and set point as applicable; and calibration/adjustment (four-point for analog, set point for switches) rising and falling. d. Check-offs/sign-offs for the loop: Panel interface terminations; I/0 interface terminations; I/0 signal operation; inputs/outputs operational (received/sent, processed, adjusted); total loop operation; process controller scaling and adjustment; and space for comments. 4. Each active Analog Subsystem element and each I/0 module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign-off by the Contractor. a. Project Name. b . Loop Number. c. Component Tag Number ofl/0 Module Number. d. Component Code Number Analog System . Instrumentation and Co ntrols -General Provision s 13300-14 2/17/11 City ofFort Worth Eagle Mountain Wf P Clearwell No. 3 e. Manufacturer (for Analog system element). f . Model Number/Serial Number (for Analog system). g. Summary of functional requirements shall include, but not be limited to: scale and chart ranges of indicators, recorders, and transmitters/converters ; functions of computing elements; and parameters of controllers (i.e ., proportional, integral, derivative, reverse/forward acting, etc .). h. Calibrations shall include testing of analog input and output signals at zero, 10, 50, and 100 percent of span . Where appropriate, discrete input signals shall include details regarding actual trip points and reset points. 1. Space for comments. J. Space for sign-off by the Contractor. 5. The Contractor shall maintain the Loop Status Reports sheets at the job site and make them available to the Engineer/Owner at any time . 6. These inspections, calibrations, and tests do not require witnessing. However, the Engineer will review Loop Status Sheets and spot-check the General Contractors testing process periodically. Any deficiencies found shall be corrected by the Contractor prior to commencement of the Functional Demonstration Test. 7. Prior to checkout of the 1/0 to the HMI, the Contractor shall thoroughly test all 1/0 from the field device to the PLC-15 terminals. After the Contractor has successfully tested all 1/0 from the field devices to the PLC-15 terminals, the Contractor coordinate with the Owner and shall test all 1/0 from the HMI to the field device. 8. Upon successful completion of the ORT, the Contractor shall submit a record copy of the test results to the Owner and Engineer and request the scheduling of the FDT as noted in the following section . B. Field Testing -Functional Demonstration Test (FDT) 1. Prior to startup and the 30-day Site Acceptance Test, the installed instruments shall be certified that it is ready for operation . All preliminary testing, inspection, and calibration shall be complete as defined in the ORT. 2. Once the instruments have been started up and are operating, a witnessed FDT shall be performed on that instrumentation to demonstrate that it is operating and is in compliance with this Specification. Each specified function shall be demonstrated on a paragraph-by- paragraph, loop-by-loop, and site-by-site basis. 3 . Loop-specific and non-loop-specific tests shall be tested for all the instrumentation provided under this Specification, and all functions demonstrated using live field-based data to the greatest extent possible. 4 . Updated versions of the documentation specified shall be made available to the Engineer at the job site both before and during the tests. In addition, one copy of all O & M Manuals shall Instrumentation and Controls -General Provisions 13300-15 2/17/1 I City ofFort Worth Eagle Mountain WTP Clearwell No . 3 be available for reference at the job site, both before and during testing. 5. Punch list items and resolutions noted during the test shall be documented on the Punch list/Resolution form. In the event of rejection of any part or function test procedure, the Contractor shall perform repairs, replacement, and/or retest within 10 days. 6 . Upon successful completion of the FDT, the Contractor shall submit a record copy of the test results to the Owner and Engineer and request the scheduling of the SAT as noted in the following section. C. Field Testing-30-day Site Acceptance Test (SAT) 1. After completion of the Operational Readiness and Functional Demonstration Tests, the instrumentation specified herein shall undergo a 30-day Site Acceptance Test (SAT), under conditions of full plant process operation, without a single non-field-repairable malfunction . 2 . During this test, plant operations and Contractor personnel shall be present as required to address any potential issues that would impact the overall system operation. The Contractor is expected to provide personnel for this test who have an intimate knowledge of the hardware . When Contractor personnel are not on-site , the Contractor shall provide cell phone/pager numbers that Owner personnel can use to ensure that support staff is available by phone and/or on-site within four hours of a request by operations staff. 3 . While this test is proceeding, the Engineer and Owner 's staff shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. Plant operations shall remain the responsibility of Owner and the decision of plant operators regarding plant operations shall be final. 4 . Any malfunction during the tests shall be analyzed and corrections made by the Contractor. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. 5 . Any malfunction during this 30 consecutive day test period which cannot be corrected by the Contractor's personnel within 24 hours of occurrence, or more than two similar failures of any duration, will be considered as a non-field-repairable malfunction. Upon completion of repairs by the Contractor, the SAT will be re-started from the date which the Contractor successfully corrected the malfunction(s) and the Owner and Engineer have accepted and signed off on the repairs. 6 . In the event ofrejection of any part or function , the Contractor shall perform repairs or replacement within seven days . 7 . The total availability of the instruments provided under this contract shall be greater than 99 .5 percent during this test period . Availability shall be defined as : Availability in percent= 100 * (Total Testing Time -Down Time) I Total Testing Time. 8 . Down times due to power outages or other factors outside the normal protection devices or backup power supplies provided shall not contribute to the availability test times above . 9 . A failure is the inability of a component to perform its function regardles s of the cause or In strumentat ion and Con trols -General Provisions 13300-16 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 severity of the failure. 10 . Failures may be caused by hardware software faults . Software faults will be charged against the appropriate hardware component. 11. Downtime is the period of time between notification that a failure has occurred and notification that repair has been completed . a. For intermittent failures, downtime is the accumulation of the greater of the actual duration of each intermittent failure or 15 minutes per occurrence . This accumulation starts at failure modification and ends at repair complete notification , subject to verification of the repair by the Owner. b. Verify the end of downtime by testing repairs. 12 . A component is any equipment that is consistent in nature and function as those specified hardware . 13 . Availability is the fraction of operating time a component is capable of performing its intended function . 14 . Throughout the duration of the 3 0-day SAT, no hardware modifications shall be made to the instrumentation provided under this Specification without prior approval from the Own er and Engineer. 15 . Upon successful completion of the 30-day operatio n test and subsequent review and approval of final documentation , the instrumentation provided under this Specification shall be considered substantially complete and the warranty period shall commence . 16 . Certification of Installation: Following successful completion of the 30-day test, the Contractor shall issue a Certification of Installati on . Certification shall be on Contractor corporate letterhead and signed by an officer of th e firm. Certification shall state that the process instrumentation has been completed in conformance with plans and Specification . Certification shall be submitted to the Engineer as specified herein. 3.03 INSTRUMENTS A. Ultrasonic Level Meter -Transducer 1. Type a . Non-contact, ultrasonic level transducer. 2 . Function/Performance a . Measuring Range : Transducer range shall be suitable for the installation indicated on the Drawings, up to 50 ft (15m). The operating ran ge of th e le vel transducer (LE-17000) is 0- 22 ft . b . Temperature Range : -20 to 60 degrees C . In strumentation and Contro ls -Ge neral Provis ion s 13300-17 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 c . Relative Humidity: Zero to 100 percent. d. Temperature Compensation: Transducers shall be provided with integral temperature sensors for temperature compensation at above temperature ranges. 3. Physical a. Transducers shall be potted/encapsulated in a Kynar or other chemical and corrosion- resistant housing. Where indicated on the Drawings, transducers shall be approved for installation in Class I, Division 1, Groups C and D (Zone 0) environments. b . The surface of transducers shall be Teflon-coated where mounted on chemical tanks and exposed to vapors in the tanks that are not compatible with the transducer material. c. Transducers shall be capable of being completely submerged without damage. d. Transducers shall be suitable for surface, pipe , or flange mounting as indicated on the Drawings. Appropriate mounting hardwired shall be provided . Flanges shall be six inch (150 mm) and resistant to attack by the medium being metered or, where required, shall be protected by corrosion-resistant coatings and facings. 4. Options/ Accessories Required a . Transducers located in areas where freezing condensation may occur shall be provided with special heaters or other type of transducer protection designed to prevent sensor icing . b. Signal cable as recommended by the manufacturer, for installation between the transducer( s) and the transmitter. Length, up to I 000 feet (3 00 m ), shall be as required by installation indicated on the Drawings. 5 . Manufacturer(s): a . Siemens Milltronics HydroRanger 200, Transducer Echomax Series. b . Pulsar Ultra Series c. Endress + Hauser Prosonic FMU 40 Series w/FDU Series Transducers d . Approved Equal. B . Ultrasonic Level Meter -Transmitter I. Type a. Microprocessor based compatible with the transducer provided . 2 . Functional Performance a . Resolution (including transducer): Plus or minus 0 .1 percent of range or 0 .08 inches (2 mm), whichever is greater. In strumentation and Controls -General Provisi ons 13300-18 2/17/11 City of Fort Worth Eagle Mountain Wf P Clearwell No . 3 b. Accuracy (including transducer): Plus or minus 0.25 percent ofrange or 0 .24 inches (6 mm). c. Range: As required by the installation . d . Temperature Range: -20 to 50 degrees C . e. Output: Minimum one isolated 4-20 mA output. f. Temperature Compensation: Compensation over the temperature range of the sensor. g. Display: Digital indicator displaying level in Engineering units or percent as indicated on the Drawings. h . Diagnostics: On-screen instructions and display of self-diagnostics . 1. Loss of Signal: Transmitter shall ignore momentary loss-of-echo signals and shall indicate loss of echo on the transmitter unit. J. Configuration Protection: Programmable parameters shall be protected using E2PROM . Battery backup protection is not acceptable . 3. Physical a. Transmitter shall be suitable for surface or pipe stand mounting. b. Enclosure shall be NEMA 4X (IP65) with Aluminum sunshields. c . AJC power will be as specified in Section 13300. 4 . Accessories Required a . Hand-held programmer where required for configuration and calibration of the instrument. 5 . Manufacturer(s): a . Siemens Milltronics HydroRanger 200 . b . Pulsar Ultra Series c . Endress + Hauser Prosonic FMU 40 Series d . Approved Equal C . Float Switch 1. Type a. Mercury free ball float switch. Instrumentation and Controls -General Pro vision s 13300-19 2/17/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 2. Function/Performance a. Differential: Less than 1 inch . b. Switch Rating : 1 amps at 120 V AC or 100 VA @ 120 V AC . c. Provide NO or NC type contact for fail-safe operation per section 13300-2 .01 or as shown on the Drawings . d. The high-high level switch (LSHH-11000-06) shall be set at an elevation of 791.0 ft; the high-high level switch (LSHH-17070) shall be set at an elevation of 812 .0 ft. 3 . Physical a. Float: 316 stainless steel, Teflon or non-stick coating, minimum 5 in diameter b. Totally encapsulated switch c . Cable shall be heavy-duty, PVC or equivalent jacketed integral to float 4 . Options/Accessories Required a. Provide stainless steel supports/mounting hardware as required. b. Lead wire shall be a waterproof cable of sufficient length so that no splice or junction box is required in the vault. c . Provide cast aluminum weatherproof junction box outside the sump pit with terminals for all floats and tapped as required for conduit connections . 5. Manufacturer(s): a. Flygt ENM-10 b . Grainger c. Approved equal. END OF SECTION In strumentation and Controls -General Provisio ns 13300-20 2/17/11 DIVISION 15 MECHANICAL City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15052 PIPE TESTING -GENERAL REQUIREMENTS A. This Section specifies the general requirements for testing the various piping systems shown on the Drawings and specified elsewhere in these Specifications. Refer to Piping and System Section specs for actual test parameters. 1.02 RELATEDWORK A. Pipe, joints, piping systems and appurtenances are specified in other Sections of Division 15. 1.03 SUBMITTALS A. Test Records 1. Records shall be maintained of all tests performed . \ 2 . Test records shall include: a . Date of Testing b. Identification of Piping Tested c. Test Fluid d . Test Pressure e . Signature of Contractor 3 . If leaks are found, they shall be noted, on the record . After correction, retesting as specified for original test. 4. Records of test shall be maintained by the Contractor and two copies furnished to the Engineer. 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 . Service Pressure Test -The fluid for which the system is designed shall be the test fluid. Pipe Testing -General Requirements 15052-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 C. Pneumatic Test -Compressed air shall normally be used. Other gases may be used when specified or directed by the Engineer. Test pressures shall be 110 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. 2.02 TEST EQUIPMENT A. Hydrostatic Test 1. Water -Of sufficient capacity to deliver the required test pressure. 2 . Strainer -On inlet side of the pump to prevent foreign matter from entering the system. 3. Valves -Shall be provided on the suction and discharge side of the pump . 4. Heater -To allow heating of the test fluid when elevated temperatures are required for test. 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. 7. Pressure gages and relief valves shall be checked for accuracy before use in test procedures . B. Service Pressure Test l. A pressure gage capable of registering 25 psi over the design pressure shall be installed downstream from the supply shut-off valve if one is not included in the system . C . 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 to relieve at 10 to 15 percent over the test pressure. 4. Pressure gage(s) capable of reaching 50 percent over the test pressure . A gage shall be located on the compressor discharge and other location as required. PART 3: EXECUTION 3.01 HYDROSTATIC TEST A. This test specification shall be used to hydrostatically test piping systems for structural integrity and leaks. The test shall be performed at ambient temperature unless otherwise specified . B. Preparation For Test 1. Determine the fluid to be used for the test, and, if other than ambient temperature is required, what the test temperature will be . Pipe Testing -General Requi rements 15052-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 . When a fluid other than water is used for a test, the equipment used for the test shall be of a material compatible with the test fluid . Normally this would be equal to the piping material. 3. Vents shall be provided at the high points of the sy stem and drains provided where means of venting or draining do not exist. 4. Remove or block off, all relief valves, rupture discs , alarms, control instruments , etc . that shall not be subjected to the test pressure. 5. All discs, balls, or pistons from check valves shall be removed if they interfere with filling of the system. Open all valves between inlet and outlet of the section to be tested . 6. Connect pump and provide temporary closures for all of the external openings in the system. Use caution to ensure that the closures are properly designed and strong enough to withstand the test pressure. 7. All joints, including welds , are to be left uninsulated and exposed for examination during test. 8. A joint previously tested in accordance with this specification may be covered or insulated . 9 . Piping designed for vapor or gas shall be provided with additional temporary supports, if necessary , to support the weight of the test liquid. 10 . Expansion joints shall be provided with temporary restraint for additional pressure under test or shall be isolated from the test. 11. Flanged joints, where blanks are inserted to isolate equipment during the test , need not be tested . C . The hydrostatic test pressure shall be 1-1/2 times the design pressure unless otherwise specified in the System Specification Section . D . Test Procedures I . Allow the test fluid to enter the system . Open vents to allow displacement of all entrapped air . For all pipelines exceeding 500-ft in length, the max imum rate of filling shall be limited to that which produces a maximum nominal flow velocity of one foot per second in the pipe to be tested . 2 . Close vents and restrict personnel in the test area to those invol ved in the test. 3 . Raise the pressure slowly with the pump until the predetermined test pressure is reached. Maintain pressure for duration of time specified in System Specification Sec tion, keeping personnel at a safe distance . 4. Reduce the pressure about 20 percent and hold it at that po int while the entire system is carefully inspected for leaks , cracks, or other signs of defects. 5 . If defects are found , the pressure shall be released , the system drained , the defects corrected and the test repeated . Pipe Testing - General Requi re me nts 15052-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 6. After a satisfactory test has been completed, the line shall be drained. E . Flushing 1. Lines tested with water shall be completely drained. 2. Lines shall be flushed, after test. 3 .02 SERVICE PRESSURE TEST A . This test specification shall be used to test piping systems using service pressure and the fluid for which the system is used. It shall not be used to test piping systems conveying combustible or flammable liquids or systems that comply with ANSI B3 l codes. Insulated lines shall have all joints left exposed until completion of the test. B. The test pressure shall be equal to the maximum pressure that the line will be subjected to under normal operating conditions as determined by the Engineer. C. Test Procedures I . Liquids a. See that all personnel not involved in the test vacate the area. b. Allow the system fluid to enter the system slowly while venting the air at the extreme far and uppermost points. For all pipelines exceeding 500-ft in length, the maximum rate of filling shall be limited to that which produces a maximum nominal flow velocity of one foot per second in the pipe to be tested . c. When the system is full and all air is vented, close the vents. d . Allow the pressure in the system to build up to the full line pressure. e. Inspect entire system for leaks . 2. Gas or Vapor (Including Compressed Air and Steam) a. See that all personnel not involved in the test vacate the area. b. In systems that do not have a pressure gage near the main shut-off valve, a gage shall be installed. c. Allow the system fluid to enter the system slowly until the full operating pressure is reached. d. Shut off main supply valve. Observe the gage for 15 minutes . The pressure gage shall not drop during this time. Pipe Testing -General Requirements 15052-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 e. If the gage drops, indicating the presence of leaks, the systems shall be inspected visually and , if necessary, with soap suds or commercially available leak detectors to locate the leak(s). 3. If leaks are found, the lines shall be relieved of pressure, purged if necessary and repaired. Tests shall be repeated for repaired sections. 3.03 PNEUMATIC TEST A. This procedure for a pneumatic test 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. B . Safety 1. All pneumatic tests shall be done under the supervision of Contractor and in the presence of the Engineer. 2. New Construction: The Engineer's permission shall be secured before testing. 3 . Renovation Projects: The Owner representative and the Engineer must be informed and their permission secured before testing. 4 . Only those people actively participating in the test shall be allowed in the test area . 5. Safety glasses and hard-hats must be worn. C. Test Procedures 1. Increase the pressure in the line gradually, in steps, to the specified pressure . Checks shall be made at 25 psig intervals until the test pressure is reached using sound, soap solution or a drop in indicated pressure. 2. When the specified pressure for the test is reached, shut off the valve in the supply line from the compressor. 3 . Maintain the test pressure long enough to visually inspect all joints or a minimum of 10 minutes . There shall be no drop in the test pressure in this time. 4 . Leaks shall be repaired and the line retested. All leaks shall be noted on the Test Record form . 5 . After satisfactory completion of the test, vent the line and allow it to return to atmospheric pressure. Connection can then be made to the supply line. END OF SECTION Pipe Testing -General Requirements 15052-5 2/17/1 l City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15061 STEEL PIPE AND FITTINGS A . Furnish all labor, materials equipment, and incidentals required and install, test and disinfect (as required) all non-buried steel pipe and fittings as shown on the Drawings and as specified herein . B . Steel pipe shall include black steel and galvanized steel pipe and fittings. 1.02 RELATED WORK A. Disinfection of Potable Water Facilities is included in Section 01656. B . Concrete work is specified in Division 3. C . Surface Preparation and Painting is included in Sections 09901 and 09902 . D. Pipe testing is included in Section 15052. E . Stainless steel pipe and fittings are included in Section 15066 . F . Pipe hangers and supports are included in Section 15140 . G . Valves and appurtenances are included in Section 15100 . H. Buried Steel Pipe and Fittings is included in Section 02615 . 1.03 SUBMITT ALS A. Furnish shop drawings, product data, design calculations and test reports as described below and in accordance with Section 01300. 1. Certified copies of mill tests confirming the type of materials used in steel plates , mill pipe flanges , and bolts and nuts to show compliance with the requirements of the applicable standards . 2 . Complete and dimensional working drawings of all pipe layouts . Shop drawings shall include the grade of material , size, wall thickness of the pipe and fittings, type and location of fittings , and the type and limits of the lining and coating systems of the pipe and fittings . 3 . Product data to show compliance of all couplings , supports , fittings, coatings and related items. 1.04 REFERENCE STANDARDS A . Specifications of the American Water Works Association (A WW A ) listed below shall apply to this Section. Steel Pipe and Fittings 15061-1 2/1 7/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 C200 Steel Water Pipe 6 Inches and Larger C203 Coal-Tar Protective Coatings and Linings for Steel Water Pipelines --Enamel and Tape --Hot-Applied C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe --4 Inches and Larger --Shop Applied C206 Field Welding of Steel Water Pipe C207 Steel Pipe Flanges for Waterworks Service --Sizes 4 Inches through 144 Inches C208 Dimensions for Steel Water Pipe Fittings C209 Cold-Applied Tape Coatings for Special Sections, Connections, and Fittings for Steel Water Pipelines C210 Coal-Tar Epoxy Coating System for the Interior and Exterior of Steel Water Pipe C602 Cement-Mortar Lining of Water Pipelines --4 Inches and Larger --In Place C606 Grooved and Shouldered Type Joints B . Specifications of the American Society for Testing and Materials (ASTM) listed below shall apply to this Section. A53 Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless A234 Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures C. Specifications of the American National Standards Institute (ANSI) listed below shall apply to this Section . B2 .1 B16.l B16.5 Bl6.9 Bl6.ll Pipe Threads, Except Dry Seal. Cast Iron Pipe Flanges and Flanged Fittings Steel Pipe Flanges and Flanged Fittings Factory-Made Wrought Steel Butt Welding Fittings Forged Steel Fittings, Socket Welding and Threaded D. Specifications of the Federal Government (FS) listed below shall apply to this Section. WW-P-521F WW-U-531D Pipe-Fittings, Flange Fittings, and Flanges; Steel and Malleable Iron (Threaded and Butt Welded), 150 pound Unions, Pipe, Steel or Malleable Iron; Threaded Connection, 150 Pound and 250 Pound 1.05 QUALITY ASSURANCE A. All steel pipe and fittings shall be furnished by manufacturers who are fully experienced, reputable and qualified in the manufacture of the items to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. The steel pipe manufacturer shall be certified by SPFA or ISO 9001 for steel pipe manufacturing or fabricating. B. Steel pipe and fittings shall conform to all applicable standards of ASTM, ANSI and A WW A. Steel Pipe and Fittings 15061-2 2/17/1 I City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 2: PRODUCTS 2 .01 MATERIALS A. Description. Pipe shall comply with the applicable standard depending on the proposed piping system as designated by the pipeline sizes shown on the Drawings. Pipe Size Description Standard 3-in or smaller Black Steel ASTMA53 3-in or smaller Galvanized Steel ASTMA53 6-in and larger Steel AWWAC200 Unless otherwise specified, black steel or steel pipe sizes 3-inch to and including 6-inch, may comply with any of the above standards for black steel or steel pipe. B. Method of Manufacture. 1. Black or galvanized steel pipe may be seamless, electro-resistance welded or furnace-welded . 2. Steel Pipe. a . Except for seamless mill-type pipe, all piping shall be made from steel plates rolled into cylinders or sections thereof with not more than two longitudinal butt welded seams, or shall be spirally formed and butt welded. Girth seams shall be butt welded and shall not be closer than 6 feet except in specials and fittings. b. Spiral lap welded steel pipe will not be allowed for pipes 24 inches and larger. c. Circumferential deflection of all pipe in-place shall not exceed 2.0 percent of pipe diameter. C. Weight or Wall Thickness . 1. Black or galvanized steel pipe shall be standard weight (Schedule 40) or extra heavy weight (Schedule 80) depending on service. a. Standard weight (Schedule 40) unless otherwise indicated . 2. Wall Thickness -Fabricated Steel Pipe a. Designed in accordance with the latest edition of A WW A Ml 1. References below are to the fourth edition (2004) A WW A M 11. b. Wall thickness design shall be based on: 1) AWWA Mll, Chapter 4. Steel Pipe and Fittings 15061-3 2/17111 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2) Internal design pressures shall be equivalent water pressures equal to the following unless otherwise noted: a) Working or Design pressure -Gravity Lines, 50 psi; Pumped lines, 150 psi (unless noted otherwise herein). b) Surge allowance -50 percent of design pressure for pipes. c) Test pressure -See Section 15052 d) Water Temperature-90 degrees F maximum, 32.5 degrees F minimum. c . In no case shall a wall thickness be less than the following : Pipe Diamter, Inches Minimum Wall Thickness, Inch 24 and under 3/16 (0.188) 26 to 42 1/.i (0.250) 44 to 54 5/16 (0.313) 56 to 66 3/8 (0.375) Over 66 7/16 (0.438) D. Diameter. Nominal pipe diameter shall be as shown on the Drawings . Unless otherwise specified, the diameter shall be as follows: l. Steel Pipe. All pipe and fittings dimensions shall be nominal O.D. of the pipe for 12-inch diameter and smaller and shall be actual inside diameter after lining for 14-inch diameter and larger. 2 . Black or Galvanized Steel Pipe -diameter shall be per ASTM A53 . E. All steel pipe shall be manufactured domestically . 2.02 FITTINGS A. Threaded. l. Malleable iron fittings shall comply with FS WW-P-521, Type 1 for use with black steel pipe and Type 2 for use with galvanized steel pipe. 2. Forged steel fittings shall comply with ANSI B 16.11 for extra heavy weight piping . B. Welded. l. Forged steel fitting shall comply with ANSI B 16.11 2. Butt-welded fittings shall comply with ANSI Bl6.9. 3 . Wrought carbon steel fittings of seamless or welded construction shall comply with ASTM A234. Steel Pipe and Fittings 15061-4 2/17/1 I City of Fort Worth Eagle Mountain WTP Clearwell No . 3 4. Fabricated steel fittings shall be of the same material as pipe and shall comply with A WW A C208. C. Grooved 1. Cast ductile iron conforming to ASTM A536. 2. Forged steel fittings conforming to ASTMA234. 3 . Fabricated from carbon steel pipe conforming to ASTM A53 . 2.03 FLANGES A . Flanges shall comply with the requirements of ANSI B16 .l, Class 125, A WW A C-207, Class D, Class E, or Class F, as required for the respective pipe section design pressure. B. Gaskets for other than air service shall be cloth-inserted rubber (SBR), 1/8-inch thick. Gaskets shall be full face . C. Gaskets for air service shall be 1/8-inch thick, constructed of elastomers suitable for temperatures to 200 deg F. Gaskets shall be full face . D . Flanges shall be flat faced with a serrated finish. E. Flange and related assembly hardware shall be furnished as specified in Section 15120, Paragraph 2.03 . 2 .04 COUPLINGS A . Flexible Coupling -Type shall be as noted or illustrated on the Drawings with the following design requirements. 1. Coupling shall be of a gasketed, sleeve or split-sleeve type, with diameter to properly fit the pipe. 2 . Minimum sleeve length shall be 5 inches for pipe 5 inches and smaller, 7 inches for pipe larger than 5 inches and smaller than 36 inches, and 10 inches for pipe 36 inches and larger. Sleeves shall be supplied without pipe stop unless otherwise specified . 3. Couplings shall be Dresser Style 38, Smith Blair Style 411, or equal. 4 . Steel coupled joints which will be required to resist thrust shall be reinforced with a harness of bolts as follows: a. All tie bolts and lugs shall conform to the recommendations in the American Water Works Association, Manual of Water Supply Practice M-11 , Section 19.8 . b. Bolts shall span the steel couplings connecting to steel lugs. c. Lugs shall be either welded to the pipe or to a sleeve which is welded to the pipe. Steel Pipe and Fittings 15061-5 2/17111 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 d . Bolt length and lug placement shall permit steel coupling to be slipped in one direction to clear joint. e. Number of bolts shall depend on operating conditions, with a minimum of two 5/8-inch bolts installed . 5. Gaskets for couplings on air service piping shall be suitable for use up to 200 deg F. Gaskets for all other applications shall be compatible with the process fluid. Unless noted otherwise, gaskets shall be EPDM. 6. Split-sleeve type coupled joints which require restraint as shown on the Drawings for piping other than steel shall include the installation of restraint rings/flanges . Restraint harnesses/tie rods shall be provided and installed across the coupling to provide anchorage to the adjacent flanges . B. Grooved or Shouldered Type Coupling (Split Coupling). 1. Grooved or shouldered couplings shall be used were explicitly noted and/or shown on the Drawings, and may be used as an alternate to flanged couplings with the Engineers ' approval. 2 . Coupling shall comply with the requirement of A WW A C606. 3. Couplings shall be Victaulic Style77, W77,or Style 41 Vic-Ring type couplings for large pipe. Joints shall be flexible unless noted otherwise shown to be restrained or rigid. Rigid couplings shall be Victaulic Style 07 or W07. a. Rigid type couplings 1) 12" and Smaller: Housings case with offsetting angle-pattern bolt pads to provide rigidity and system support in accordance with ANSI B3I.1 and B 31.9. 2) 14" through 24": Cast with lead-in chamfer on keyway, and key shall be designed to fill the wedge shaped AGS groove to provide rigidity and system support in accordance with ANSI B3I.l and B 31.9 . b. Flexible type couplings shall be used in locations where vibration attenuation and stress relief are required . 4. Gaskets for couplings on air service piping shall be suitable for use up to 200 deg F. Gaskets for all other applications shall be compatible with the process fluid. Unless noted otherwise, gaskets shall be EPDM. 2.05 UNIONS A. Unions shall be malleable iron complying to FS WW-U-531, Class 1, Type A for use with black steel pipe and Type B for use with galvanized steel pipe. Use dielectric union where specified . Steel Pipe and Fittings 15061-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 3: EXECUTION 3.01 PIPE JOINTS A. Threaded l. Comply with ANSI B2.1, NPT. 2. Cut threads full and clean with sharp dies, with not more than three threads exposed at each connection. 3. Ream ends of pipe after threading and before assembly to remove burrs . 4. Use joint compound or thread tape on male threads only . After having been set up, a joint must not be backed off unless the joint is completely broken, the threads cleaned and new compound applied . B. Welded 1. All welds shall be sound and free from embedded scale or slag, shall have tensile strength across the weld not less than that of the thinner of the connected sections, and shall be watertight. All field welds shall comply with A WW A C206. 2. Use butt welds for fabrication of bends and other specials. Use fillet welds for flange attachment in accordance with A WW A C207. 3. After installation of pipe, fittings and specials, all unlined or uncoated ends adjacent to welded field joints, including the weld proper, shall be cleaned , primed, lined and coated as specified for the pipe adjacent to the weld . Preparation of surfaces to be lined and coated shall be as stipulated for shop application of coal tar primers and enamels except that all foreign matter, including all damaged lining or coating materials, shall be removed by scraping, chipping or brushing and the surfaces cleaned to bright metal free of all rust, slag and scale by means of wire brushing or sandblasting. Entry for application of interior linings to unlined ends shall be from open ends. Pour holes shall not be provided . C. Flanged 1. Tighten flange bolts so gasket is uniformly compressed and sealed . 2. Do not distort flanges. 3 . Leave flange bolts with ends projecting 1/8 to 3/8 inch beyond face of nut after tightening . 4 . Flange bolts shall be coated with anti-seize compound . D. Flexible Couplings 1. Prepare ends of pipe square, removing all burrs from inside and outside pipe . 2. Prepare exterior surface of pipe in accordance with compression coupling manufacturer's instructions. Steel Pipe and Fittings 15061-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3. Install harness lugs on pipe as applicable. 4. Pipe gaps shall be as recommended by coupling manufacturer with a maximum gap of 1/2- inch. Pipe exterior surface and interior surface of compression sleeve ring shall receive required protective coating prior to assembly. 5 . Dependent on the type of flexible coupling (sleeve or split-sleeve type) installed, Contractor shall verify coupling manufacturer's installation requirements and follow accordingly throughout the installation process . Confirm uniform gasket sealing between the coupling and the pipe over the entire perimeter of the coupling connection . 6. Deflection of piping at the coupling joint and pipe ends shall not exceed the maximum allowable deflection as recommended by the coupling manufacturer. E . Grooved or Shouldered Type Couplings (Split Couplings) 1. Cut grooves clean and sharp without burrs or chuck marks. 2 . Ream end of pipe after grooving and before assembly to remove burrs . 3. Pipe shall be free of indentations, projections, or roll marks from the end of pipe to the groove to provide a leak tight seat for the gasket. 4 . Lubricate gasket with manufacturer's furnished lubricant prior to assembly. 5. Split couplings used in lieu of flanges shall be of the rigid type. F . Shouldered 1. Assemble shoulder ring to pipe ends and weld. 2. Repair damaged pipe lining extending protective coating over pipe end and shoulder ring. 3. Lubricate gasket with manufacturer's furnished lubricant prior to assembly. 4. The Contractor's installing personnel shall be experienced in the installation of the selected coupling and preparation of pipe ends to accept the coupling. Contractor shall be responsible for removal and replacement of any couplings and pipe joints which are deemed improperly installed . Couplings shall be installed based on direction from the latest version of the manufacturer's installation instructions. 3.02 INSTALLATION A. Piping Exposed, 3-inch and Smaller 1. Piping Layout a. Make provisions for expansion and contraction during normal operations. b. Provide unions to permit removal of equipment, pumps, and valves. Steel Pipe and Fittings 15061-8 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 c . Provide dielectric unions for connection of copper piping. 2 . Cut pipe from measurements taken at the site, using Drawings as guide. 3. Water Piping: Arrange so system can be completely drained. 4. Air Piping: Grade to points of drainage collection . B. Piping, Exposed, Larger than 3-Inches 1. Piping Layout a. Install as shown on the Drawings and per fabricator's shop drawings . b . In placing the pipe, hold pipe by one or more padded slings . Handle in a manner that will prevent damage to the pipe or the protective coating . Support pipe adequately while being fitted and joined with adjoining pipe section. c. After each section of pipe has been set into position, attach to the adjoining section as specified or shown on the Drawings. 2. Provide drains and high point vents to facilitate pressure testing . 3 . Install valves with operator positioned to permit access for operation . C. Fittings 1. In addition to those shown on the Drawings, provide all fittings required to complete the work at no additional cost to the Owner. 3 .03 PIPE SUPPORTS A. Provide supports as shown on the Drawings and as described in Section 15140. B. Provide additional supports as required to support piping such that its weight is not supported by the pumps or equipment. 3.04 PROTECTIVE COATING ' A. Exterior Surface, Exposed Locations . Clean exterior surfaces , except machined surfaces, by sandblasting and give a prime coat, applied in the shop . Prime coat and field painting shall be as specified in Section 0990 l and Section 09902 . Steel Pipe and Fittings 15061-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B.Interior Surfaces 1. All A WW A C200 pipe, except that used for air service or for lime slurry applications, shall be mortar lined and shall comply with the requirements of A WW A C205 for shop application. Minimum thicknesses and tolerances shall be as follows : Pipe Size Lining Thickness Tolerance Plus or Minus 4" -10" 1/4" -1/32" + 1/32" 11" -23" 5/16" -1/16" + 1/8" 24" -36" 3/8" -1/16" + 1/8" over 36" 1/2" -1/16" + 1/8" For pipe 6-inch diameter or less, epoxy lining per A WW A C210 may be used in lieu of cement mortar lining . 2. Interior surfaces of galvanized pipe and black steel or steel pipe 3-inches and smaller will not be coated. 3. Interior surf aces of pipe designated for air service shall be cleaned only and shall be furnished bare metal. C. Machined Surfaces. Shop coat machined surfaces with a rust preventative compound. 3 .05 SMALL BRANCH CONNECTIONS A. Branch connections 2-1/2-inches and smaller shall be made with welding fittings with threaded outlets. Where there is some doubt as to the exact outlet size desired, but it is known that the size will be less than one inch, provide a one inch outlet and bush down as required. B. Branch connections 3-inches through 12-inches in size shall be made with pipe nipples or with welding fittings. Pipe nipples for branch connections shall be black, standard weight, Schedule 40, seamless pipe conforming to ASTM A120. Steel pipe nipples and welding fittings shall be welded to the pipe and shall be reinforced as required to meet design and test requirements. C. Small branch connections shall be located so as not interfere with joints, supports, or other details . 3.06 CLEANING A. Keep inside of all pipe, fittings and valves clean and free from dirt and debris . B. Thoroughly blow all lines before testing or placing in service . C. Applicable piping shall be disinfected in accordance with Section 01656 . Stee l Pip e and Fittings 15061-10 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3.07 TESTING A . Furnish all necessary equipment and labor for conducting a pressure test on the pipelines . The procedures and method for conducting the pressure tests shall be approved by the Engineer. The test gage shall have minor graduations no greater than one percent of the specified test pressure. B . Make any taps and furnish all necessary caps , plugs, etc., as required in conjunction with testing a portion of the pipe between valves. Furnish a test pump, gauges and any other equipment required in conjunction with conducting the hydrostatic tests . C. All steel pipe shall be hydrostatically tested at 150 percent of the working pressure or 50 psi, whichever is greater, or as approved by the Engineer. The specified test pressure shall be held for two hours with no drop in pressure and no leaks . Testing shall take place in the presence of the Engineer. If leaks are discovered, they shall be repaired at no additional cost to the Owner and approved by the Engineer. END OF SECTION Steel Pipe and Fittings 15061-11 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 SECTION 15064 PLASTIC PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A . Furnish all labor, materials, equipment and incidentals required and install 1/8-in to 6-in plastic piping and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Buried piping is included under Division 2. B. Concrete work is included in Division 3. C. Wall sleeves are included in Section O 1172. D. Pipe hangers and supports are included in Section 15140. E . Valves and appurtenances are included in Section 15100. F. Pipe insulation is included in Section 15250. 1.03 SUBMITT ALS A . Shop drawings and product data, in accordance with Section 01300, shall include the following: 1. Shop drawings including piping layouts and schedules shall be submitted to the Engineer and shall include dimensioning, fittings, locations of valves and appurtenances, joint details, methods and locations of supports and all other pertinent technical specifications for all piping to be furnished. 2 . Shop drawing submittals for piping under this Section shall include all data and information required for the complete piping systems. All dimensions shall be based on the actual equipment to be furnished . Types and locations of pipe hangers and/or supports shall be shown on the piping layout for each piping submittal. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM Dl 784-Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 2. ASTM D 1785 -Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. 3 . ASTM D244 7 -Standard Specification for Polyethylene (PE) Plastic Pipe, Schedules 40 and 80, Based on Outside Diameter. 4. ASTM D2464 -Standard Specification for Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. Plastic Pipe and Fittings 15064-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 5. ASTM D2466 -Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40 . 6 . ASTM D2467 -Standard Specification for Socket -Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 7 . ASTM D2564 -Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings . 8. ASTM D2657 -Standard Practice for Heat-Joining Polyolefin Pipe and Fittings. 9 . ASTM D2855 -Standard Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 10 . ASTM D3261 -Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing . 11 . ASTM F437 -Standard Specification for Threaded Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 12. ASTM F438 -Standard Specification for Socket -Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 40. 13 . ASTM F439 -Standard Specification for Socket-Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80 . 14. ASTM F441 -Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. 15. ASTM F493 -Standard Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 16 . ASTM F593 -Standard Specification for Stainless Steel Bolts , Hex Cap Screws and Studs. 17 . ASTM F594 -Standard Specification for Stainless Steel Nuts . B. Plastic Pipe Institute (PPI) 1. PPI TR31 -Underground Installation of Polyolefin Piping. C. American National Standard Institute 1. ANSI Bl6.5 Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revisions in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All plastic pipe and fittings of each type shall be furnished by a single manufacturer who is experienced in the manufacture of the items to be furnished ; however, it shall not be a requirement that the pipe and fittings be manufactured by the same manufacturer, provided that the pipe and fittings are compatible in both compounding and size. The pipe and fittings shall be designed, manufactured and installed in accordance with the best practices and methods and shall be suitable for the intended service . Plas ti c Pip e and Fitting s 15064-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.06 SYSTEM DESCRIPTION A. Piping shall be installed in those locations as shown on the Drawings . B . The equipment and materials specified herein are intended to be standard types of plastic pipe and fittings for use in transporting water and chemicals. C. Plastic piping systems shall be designed for the following conditions : System: Protected Water Drain (Pumged) Water Material: Schedule 80 PVC Schedule 80 PVC Fluids : Protected water Plant water Pressure: Atmosphere to 120 psig Atmosphere to 120 psig Flow Velocity : Up to 10 fps Up to 10 fps Temperature : 35 F to 100 F 35 F to 100 F Special Conditions: None None PART 2: PRODUCTS 2.01 MATERIALS A. Poly (Vinyl Chloride) Pipe and Fittings -PVC 1. Pipe shall be manufactured from PVC compounds meeting ASTM D1784, Class 12454-B in accordance with ASTM D 1785, PVC 1120. The pipe shall have a minimum hydrostatic design stress of 2,000 psi at 73 F and shall be suitable for field cutting and solvent welding. Pipe shall be of the sizes as shown on the Drawings and shall be Schedule 80 unless otherwise shown . 2. Fittings shall be the socket type for solvent welded joints conforming to ASTM D2467 or ASTM D2466 where Schedule 40 pipe is shown on the Drawings . Fittings shall be manufactured from PVC compound meeting ASTM Dl 784, Class 12454-B. Solvent cement shall be as specified in ASTMD2564. B . Threaded joints shall be as specified under the applicable ASTM standard for the pipe and fittings being used . Thread sealer shall be thread tape which shall be standard industrial quality Teflon, Type l. C. Flanged Joints 1. Where flanged joints are shown on the Drawings, they shall be supplied with 1/8-in thick full-faced Viton gaskets or equal. 2. Flange bolt spacing, number and dimensions shall conform to the requirements of ANSI B16.5. CPVC and PVC flanges shall be single piece, suitable for solvent cementing to the pipe and shall be suitable for a minimum pressure of 150 psi. Two piece sleeved flanges (Van Stone type) shall not be acceptable . 3. Bolts, nuts and washers for flanged joints shall be for corrosive service conditions and shall be ASTM F593 and F594, Type 316 stainless steel. Antisieze compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molycoat-G or equal. Plastic Pipe and Fittings 15064-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D. Fittings, specials, unions and flanges shall be of the same schedule number and manufactured of the same materials as the pipe. Whenever unions are called out on the Drawings, flanged connections may be substituted, provided that dimensional controls do not preclude use of flanges . E . Sleeves for plastic pipe shall be as specified in Section O 1172. F. Expansion joints for PVC sizes 1/2-in to 6-in shall be telescoping type as manufactured by Plastinetics , Inc.; ASAHI/America or equal. Expansion in pipes smaller than 1/2-in shall be accommodated with expansion loops . PART 3: EXECUTION 3.01 INSTALLATION A . The installation of plastic pipe shall be strictly in accordance with the manufacturer's technical data and printed instructions. B . Joints for PVC pipe shall be solvent cemented unless threaded are otherwise shown on the Drawings or are specified as other types herein. In making solvent cemented connections, clean dirt and moisture from pipe and fittings, bevel pipe ends slightly with emery cloth to remove any shoulder or burrs created by cutting of the pipe. Solvent cement joints shall be made in accordance with ASTM D2855. Primer shall be used whenever recommended by the pipe, fitting, or cement manufacturer and in all cases for joints on pipe systems four inches in diameter or larger. Making solvent cement joints shall not be performed and the work shall stop when the temperature , measured in the shade, is 40 F and falling. C. Installation of valves and fittings shall be in accordance with manufacturer's instructions . Particular care shall be taken not to overstress threaded connections. In making solvent cement connections, the solvent cement or primer shall not be spilled on valves . Any cement allowed to run from joints shall be cleaned from the pipe and fittings immediately. D. All piping shall have a sufficient number of unions to allow convenient removal of piping and shall be as approved by the Engineer. PVC pipe shall be installed with at least one expansion joint or loop near the center of each straight run of pipe which is 50 feet or longer with the maximum spacing between expansion joints or loops being 150 feet. E. Where plastic pipe passes through wall sleeves, the space between the pipe and sleeve shall be sealed with a mechanical sealing element as specified in Section O 1172 unless noted otherwise on the Drawings. F. All plastic pipe to metal pipe connections shall be made using flanged connections . Metal piping shall not be threaded into plastic fittings , valves, or couplings nor shall plastic piping be threaded into metal valves, fittings or couplings. Only socket to thread adaptors shall be used for threaded plastic pipe connections to other threaded devices. G. Concrete inserts for hangers and supports shall be furnished and installed in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout and the Contractor shall verify these locations from approved piping layout drawings and the structural drawings. Pipe hangers and supports are specified in Section 15140. Plastic Pipe and Fittings 15064-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3.02 FIELD TESTING A. All pipelines shall remain undisturbed for the minimum curing or cooling time specified for each type of pipe material but no less than 8 hours to develop full curing and complete strength at all joints. All pipe systems shall be flushed clean and then subjected to a hydrostatic pressure test for 12 hours at a test pressure and temperature specified below . Testing procedures shall be as specified below and in Section 15052 . Should the temperature not be attainable under hydrostatic conditions, then the test may be performed under hydro-dynamic conditions, provided that accurate measurements for loss of the test fluid can be made, or the pressure shall be proportionally increased to simulate the stresses of the higher temperature in relation to the lowest system temperature that is expected during the duration of the test. The proportionally higher test pressures shall be determined in accordance with the accepted temperature versus strength properties as published by the pipe manufacturer, Plastic Pipe Institute or other pipe material standards organization . B. The test pressures and temperatures for the various pipe lines shall be 100 psi at ambient temperature. C. The test shall be performed by slowly filling the piping system, expelling entrapped air from all high points. The fill rate shall be controlled so that the fluid velocity within the pipe system is less than two fps. Upon completion of the filling process, the system shall be brought up to the specified test temperature as applicable, holding the system pressure to less than ten percent of the test pressure . Once the system has been stabilized at the specified test temperature , the pipe should be slowly brought up to the test pressure in such a manner so as to not create shock, surge or water hammer in the pipe system. The test duration time limit shall not begin until the full pressure specified above has been reached and the system has been stabilized to within five percent of the test temperature. The system pressure and temperature shall be maintained to within one-half percent but no more than five percent of the specified value for the temperature and within five psi of the specified value for the pressure. These tolerances shall be held for the entire duration of the test. No leakage will be allowed . Upon completion of the test, the pressure shall be slowly removed by opening a valve or other pressure relieving device at a location remote to the location of the pressure/temperature monitoring equipment. D. The pressure test shall be monitored by a recording type pressure gage for all tests . The entire test process shall be recorded, including the initial temperature stabilization and pressurization of the piping system. The record shall be continuous through the system test and shall show the final de- pressurization of the pipe system . If temperature control is required, Contractor shall coordinate recording procedure with Engineer. E . All visible leaks detected during the pressure test shall be repaired and the pressure/temperature test rerun. A successful test shall be a test in which no visible leaks are detected and the pipe system pressure can be maintained with no leakage. F . Prior to testing, the pipelines shall be supported in an approved manner to prevent movement during the tests. 3.03 PAINTING A. All PVC pipe shall NOT be painted. END OF SECTION Plastic Pipe and Fittings 15064-5 2/1 7/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15072 DUCTILE IRON PIPE AND FITTINGS A. Furnish all labor, materials, equipment and incidentals required, install and test non-buried ductile iron pipe and fittings for plant mechanical piping as shown on the Drawings and as specified herein. B. Mechanical piping shall include all piping and fittings installed above grade, in utility tunnels or galleries, but shall exclude pipe in valve vaults, manholes , cleanouts and similar yard structures . C. Mechanical piping shall be installed as shown on the Drawings . Provide pipe supports , hangers and couplings as required to achieve a complete pipe system . D . Where the word "pipe" is used , it shall refer to pipe, fittings, or appurtenances unless otherwise noted. 1.02 RELATED WORK A . Yard Piping is included in Division 2 . B. Pipe Hangers and Supports are included in Section 15140 . C. Piping Specialties are included in Section 15120. D . Valves and Appurtenances are included in Section 15100. E . Delivery, Storage and Handling are included in Section 01600. F. Painting is included in Division 9 . G. Steel pipe sleeves are included in Section 01172 . 1.03 SUB MITT ALS A . Shop drawings and product data shall be submitted in accordance with Section 01300 for Engineer's review . 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A377 -Specification for Ductile Iron Pressure Pipe 2. ASTM C150 -Standard Specification for Portland Cement. Ductile Iron Pipe and Fittings 15072-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B. American National Standards Institute (ANSI) 1. ANSI B 1.1 -Unified Inch Screw Threads (UN and UNR Thread Form). 2. ANSI B16.1 -Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800. 3. ANSI B18 .2 -Square and Hex Bolts and Screws Inch Series Including Hex Cap Screws and Lag Screws. C . American National Standards Institute (ANSI)/ American Water Works Association (A WW A) l. ANSI/A WW A C104/A21.4 -ANSI Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water. 2 . ANSI/A WWA C110/A21.10 -ANSI Standard for Ductile-Iron and Gray-Iron Fittings, 3-in Through 48-in for Water and Other Liquids. 3. ANSI/A WW A Cl 11/A21.1 l -ANSI Standard for Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings . 4. ANSI/A WW A Cl 15/A21.15 -ANSI Standard for Flanged Ductile-Iron and Grey-Iron Pipe with Threaded Flanges . 5. ANSI/AWWA C150/A21.50 -ANSI Standard for the Thickness Design of Ductile-Iron Pipe. 6. ANSI/A WW A Cl51/A21.51 -ANSI Standard for Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds, for Water or Other Liquids. 7. ANSI/A WW A C600 -ANSI Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. 8. ANSI/ A WW A C606 -ANSI Standard for Grooved and Shouldered Type Joints . D. American Water Works Association (A WW A) 1. A WW A C65 l -Disinfection of Water Mains. E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A . The manufacturer is responsible for the performance of all inspection requirements as specified in ANSI/A WW A Standards . In addition, all pipe and fittings to be installed under this Contract may be inspected at the plant for compliance with these Specifications by an independent testing laboratory selected by the Owner. B. Inspection of the pipe and fittings will also be made by the Engineer or representative of the Owner after delivery. The pipe shall be subject to rejection at any time on account of failure to meet any of the Specification requirements , even though sample pipes may have been accepted as Ducti le Iron Pipe and Fittings 15072-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 satisfactory at the place of manufacture . Pipe rejected after delivery shall be marked for identification and shall be removed from the job. C. All pipe and fittings shall be permanently marked with the following information: 1. Manufacturer, date . 2. Size, type, class, or wall thickness. 3. Standard produced to (ANSI/AWWA, ASTM, etc). 1.06 DELIVERY , STORAGE AND HANDLING A. See Section 01600 for general requirements. B . Care shall be taken in loading, transporting and unloading to prevent injury to the pipe or coatings . Under no circumstances shall the pipe be dropped or skidded against each other. Slings, hooks, or pipe tongs shall be padded and used in such a manner as to prevent damage to the exterior surface or internal lining of the pipe. C. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other appurtenances shall be kept free from dirt or foreign matter at all times. D . Pipe shall not be stacked higher than the limits recommended by its manufacturer. The bottom tier shall be kept off the ground on timbers, rails, or concrete. Pipe in tiers shall be alternated . At least two rows of 4-inch by 4-inch timbers shall be placed between tiers and chocks affixed to each end in order to prevent movement. PART 2: PRODUCTS 2.01 MATERIALS A. Pipe 1. Ductile iron pipe shall conform to ANSI/A WW A C115/A21.51 and Cl10/A21.10 standards. The pipe shall be Class 53 per ANSI/A WW A C150/A21.50 . 2. Pipe shall be supplied in standard lengths as much as possible. B . Joints 1. Ductile iron pipe shall have flanged or grooved joints. Flange shall be flat face type , unless otherwise noted , meeting ANSI requirements either ANSI Bl6 . l Class 125 . 2. Flange gasket shall be full face type SBR per ANSI/ A WW A C 111/ A2 l .11 to provide positive sealing for the flanged ductile iron joints. Thickness shall be 1/8-inch unless otherwise indicated. 3. Flange and related assembly hardware shall be furnished as specified in Section 15120, Paragraph 2.03. Ductile Iron Pipe and Fittings 15072-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 4. Grooved joints shall conform to ANSI/ A WW A C606 standard rigid and shall be Style 31 couplings as manufactured by Victaulic Company of America or equal. 5. Sleeve type couplings shall be Dresser Style 38 or 138 as manufactured by Dresser Industries or equal. 6. Flanged coupling adaptors shall be Smith-Blair Type 913 or equal. Restrained flanged couplings shall be through use of dismantling joints by Viking-Johnson or approved equal. C. Fittings 1. Ductile iron pipe fittings shall be Class 150. Fittings shall meet the requirements of ANSI/A WW A Cl 10/A21.10 as applicable. Fittings shall have the same pressure rating, as a minimum, of the connecting pipe. D . Interior Lining 1. Ductile iron pipe and fittings shall have the same type of lining as specified or indicated on the Drawings. 2. Ductile iron pipe shall have a cement mortar lining and bituminous seal in accordance with ANSI/A WWA C104/A21.4. The cement shall be Type II per ASTM C150 and shall be centrifugally spun with a uniform thickness of not less than 1/8-inch for pipe smaller than 24-inches in diameter and 1/4-inch for pipe 24-inches and larger to suit application or refer to ANSI/A WW A C104/A21.4 for standard thickness. E. Exterior Coatings 1. Unless otherwise specified, all coatings shall be shop applied with "hold-backs" provided as required at pipe and fitting ends for satisfactory installation for joint connections in the field. Provide all necessary coating materials to perform field coating applications at joints. Unless otherwise noted, field applied coating material shall be compatible with or equal to the shop applied material. Field repair of pipe with damaged coating shall receive prior approval of the Engineer. If, in the opinion of the Engineer that the coating damage is beyond repair, the pipe shall be replaced at the expense of the Contractor. All flange bearing surf aces shall be uncoated. 2. Unless otherwise specified, all exposed exterior ferrous surfaces shall be painted with an applicable paint system as specified under Division 9. Surface preparation and application thereof shall be in conformance with applicable provisions of Division 9. F. Pipe Hangers and Supports 1. Pipe hangers and supports shall be provided at suitable distance along the pipeline regardless whether they are shown or not shown on the Drawings. 2 . Pipe hangers and supports shall be as specified in Section 15140 . Ductile Iron Pipe and Fittings 15072-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 3: EXECUTION 3.01 PIPE INSTALLATION A . General 1. All piping and fittings shall be installed true to alignment and rigidly supported . Anchorage shall be provided where required . Any damage to linings shall be repaired to the satisfaction of the Engineer before the pipe is installed . Each length of pipe shall be cleaned out before installation . All of manufacturer's recommendations shall be utilized. 2 . The deflection at joints shall not exceed 7 5 percent of that recommended by the pipe manufacturer. Fittings, in addition to those shown on the Drawings , shall be provided, if required, in areas where conflict exists with the existing facilities . 3. When pipe cutting is acceptable to the Engineer, the cutting shall be done by abrasive saw, leaving a smooth cut at right angles to the axis of the pipe. 4. Ductile iron pipe and fittings shall be installed in accordance with requirements of A WW A C600 modified . B . Jointing 1. Flanged joints shall be made using gaskets , bolts, bolt studs with a nut on each end , or studs with nuts where the flange is tapped. The number and size of bolts shall conform to the same ANSI Standard as the flanges . 2 . Bolts in flanged joints or mechanical joints shall be tightened alternately and evenly . 3 . Sleeve type couplings and grooved joints using split ring couplings shall be installed in accordance with the recommended procedures required by their respective manufacturers . C. All pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. When manufacturers ha ve indicated requirements that piping loads shall not be transmitted to their equipment, submit a certification stating that such requirements have been complied with. D. Sleeves of proper size shall be installed for all pipes passing through floors or walls . Sleeves shall be installed as shown on the Drawings. Where indicated on the Drawings or required for liquid or gas-tightness, the pipe shall be sealed with a mechanical seal equal to Link-Seal as manufactured by Thunderline Corporation , or equal. All link seal hardware shall be Type 316 SST. E. Concrete inserts for hangers and supports shall be furnished and installed as recommended by the manufacturer or as specified herein or as shown on the Drawings . The inserts shall be set in accordance with the requirements of the piping layout and the Contractor shall verify their locations from approved piping layout drawings and the structural drawings . 3.02 TESTING A. All piping shall be subject to acceptance tests. Provide all necessary utilities, labor and equipment for flushing and testing and dispose all waste after the test including water . Ductile Iron Pipe and Fittings 15072-5 2/17111 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 B. All pipe and fittings shall be pressure tested using water to 1.5 times the specified working pressure for one hour and the pipeline shall show no leakage . C. The Contractor shall, at his/her own expense, correct any leakage and repair any damage to the pipe and pipe appurtenances or to any structures resulting from, or caused by tests . All leaks shall be repaired and lines retested. 3.03 CLEANING A. Clean all of the pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered during the construction period. All debris shall be removed from the pipeline. The lowest segment outlet shall be flushed last to assure debris removal. 3.04 DISINFECTION A. All water piping, except raw water and sludge, shall be disinfected as specified in Section 01656. END OF SECTION Ductile Iron Pipe and Fittings 15072-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15100 VALVES A . Furnish all labor, materials, equipment and incidentals required and install complete and ready for operation and test all non-buried valves as shown on the Drawings, and as specified herein. B. The equipment shall include, but not be limited to, the following. However, all items specified herein may not be included in this project. 1. Valve Actuators -General 2. Gate Valves 3 . Resilient Seated Gate Valves 4 . Plug Valves 5. Ball Valves 6 . Check Valves 7 . Plastic Valves 8. Corporation Stop and Stop and Waste Valves 9 . Air and/or AirNacuum Valves (General and/or Sewage Use) 10 . Air Release Valves 11. Hose Hydrants 12 . Flush-Type Hydrants 13. Hose End Valves 14. Pressure Relief Valves 15. Insulating Fittings 16. Flap Valves 1.02 RELATED WORK A. Mechanical wall seals are included in Section O 1172 . B. Piping for potable water systems is included in the respective Sections of Divisions 15 and 2. Valves 15100-1 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 C. Disinfection of potable water systems is included in Section O 1656. D . If required, valves on all HV AC systems, plumbing and/or chemical systems, not noted herein are included in their respective Sections of Division 15. E. Pipeline appurtenances are included in Section 15120 and include the following: 1. Unions 2 . Flanged Joints 3. Plugs and Caps 4. Miscellaneous Adaptors 5. Vents and Drains 6 . Line Strainers 7 . Service Clamps 8. Quick-Connect Couplings 9. Mechanical Sleeve Seals 10 . Flexible Connectors 11. Harnessing and Restraints 12 . Rotometers and Flow Indicators 13 . Spray Nozzles 14 . Appurtenances and Miscellaneous Items F . Pipe hangers, supports and anchorage are included in Section 15140. G. Instrumentation and Electrical, not specified herein, are included in Divisions 13 and 16. H . Valve tags are included in Division 1. I. Field painting is included in Section 09902. J. Certain appurtenances for individual types of pipe or systems are specified with the specific type of pipe or system. However, additional items are specified in this Section. K . Certain items similar to those specified in this Section may be specified to be furnished and installed with individual equipment or systems. In case of a conflict, those individual equipment or system requirements shall govern. Valves 15100-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 L. Buried valves and appurtenances are included in Division 2 . 1.03 SUBMITT ALS A. Submit materials required to establish compliance with these Specifications in accordance with Section 01300 . Submittals shall include the following : I . Certified drawings showing all important details of construction and dimensions . 2 . Descriptive literature, bulletins and/or catalogs of the equipment. 3. The total weight of each item. 4. A complete bill of materials. 5 . Additional submittal data, where noted with individual pieces of equipment. B. Test Reports I. Provide certified hydrostatic test data, per manufacturer's standard procedure or MSS-SP-61 for all valves. C. Certificates 1. For each valve specified to be manufactured, tested and/or installed in accordance with A WW A and other standards, submit an affidavit of compliance with the appropriate standards, including certified results of required tests and certification of proper installation . D . Operating and Maintenance Data 1. Operating and maintenance instructions shall be furnished to the Engineer as provided in Section 01730. The instructions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions and other information required to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 REFERENCE ST AND ARDS A . American Society for Testing and Materials (ASTM) Valves 1. ASTM A48 -Standard Specification for Gray Iron Castings . 2 . ASTM A126 -Standard Specification for Gray Iron Castings for Valves , Flanges and Pipe Fittings . 3. ASTM A159 -Standard Specification for Automotive Gray Iron Castings . 4. ASTM A240 -Standard Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels . 5. ASTM A276 -Standard Specification for Stainless and Heat-Resisting Steel Bars and Shapes. 15100-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 6. ASTM A436 -Standard Specification for Austenitic Gray Iron Castings. 7. ASTM A536 -Standard Specification for Ductile Iron Castings. 8 . ASTM B30 -Standard Specification for Copper-Base Alloys in Ingot Form. 9. ASTM B62 -Standard Specification for Composition Bronze or Ounce Metal Castings. B . American Water Works Association (A WW A) 1. AWWA Cl 11 -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 2 . A WWA C500 -Gate Valves for Water and Sewage Systems . 3. A WW A C504 -Standard for Rubber-Seated Butterfly Valves. 4 . AWWA C507 -Ball Valves 6-in Through 48-in . 5. A WW A C508 -Standard for Swing-Check Valves for Waterworks Service , 2-in Through 24-in NPS. 6 . A WW A C509 -Resilient-Seated Gate Valves for Water and Sewage Systems. 7. A WW A C5 l l -Reduced-Pressure Principle Backflow-Prevention Assembly. 8. A WW A C540 -Power-Actuating Devices for Valves and Sluice Gates . 9. A WW A C550 -Protective Epoxy Interior Coatings for Valves and Hydrants. 10. A WW A C800 -Underground Service Line Valves and Fittings . C . American National Standards Institute (ANSI) 1. ANSI B2 . l -Specifications, Dimensions, Gauging for Taper and Straight Pipe Threads (except dry seals). 2 . ANSI Bl6.l -Cast Iron Pipe Flanges and Flanged Fittings. 3 . ANSI Bl6.10 -Face-to-Face and End-to-End Dimensions of Valves . 4 . ANSI Bl6.104 -Butterfly Valves. D. American Iron and Steel Institute (AISI) E. Manufacturer's Standardization Society of the Valve and Fittings Industry (MSS) 1. MSS-SP-61 -Pressure Testing of Steel Valves . 2. MSS-SP-67 -Butterfly Valves . Valves 15100-4 2 /17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 3 . MSS-SP-70 -Cast Iron Gate Valves, Flanged and Threaded Ends . 4 . MSS-SP-71 -Cast Iron Swing Check Valves, Flanges and Threaded Ends . 5 . MSS-SP-72 -Ball Valves with Flanged or Butt-Welding Ends for General Services . 6 . MSS-SP-78 -Cast Iron Plug Valves, Flanged and Threaded Ends . 7 . MSS-SP-80 -Bronze Gate, Globe, Angle and Check Valves . 8 . MSS-SP-82 -Valve Pressure Testing Methods. 9 . MSS-SP-98 -Protective Epoxy Coatings for the Interior of Valves and Hydrants. F. National Electrical Manufacturers Association (NEMA) G . Underwriters Laboratories (UL) H . Factory Mutual Insurance (FM) I. Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A . Qualifications 1. Valves and appurtenances shall be products of well established firms who are fully experienced, minimum 10 years, reputable and qualified in the manufacture of the particular equipment to be furnished . 2 . The equipment shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these Specifications as applicable. 3 . All units of the same type shall be the product of one manufacturer. B . Certifications 1. The manufacturers shall furnish an affidavit of compliance with Standards referred to herein as specified in Paragraph l .03C. Refer to PART 3 for te sting required for certain items in addition to that required by referenced standards . C. Inspection of the units may also be made by the Engineer or other representative of the Owner after delivery. The equipment shall be subject to rejection at any time due to failure to meet any of the Specification requirements , even though submittal data may have been accepted previously. Equipment rejected after del ivery shall be marked for identification and shall be removed from the job site at once. Va lves 15100-5 2/17/11 City of Fort Worth Eagle Mountain WTP CleaJWe ll No. 3 1.06 SYSTEM DESCRIPTION A. All of the equipment and materials specified herein is intended to be standard for use in controlling the flow of filtered water, potable water, drainage , protected plant water, or service water depending on the individual systems, as noted on the Drawings . B . Valves , appurtenances and miscellaneous items shall be installed as shown on the Drawings and as specified, so as to form complete workable systems . 1.07 DELNERY, STORAGE AND HANDLING A . Reference is made to Section O 1600 for additional information . B . Packing and Shipping 1. Care shall be taken in loading, transporting and unloading to prevent injury to the valves , appurtenances, or coatings. Equipment shall not be dropped. All valves and appurtenances shall be examined before installation and no piece shall be in stalled which is found to be defective . Any damage to the coatings shall be repai red as acceptable to the Engineer. 2 . Prior to shipping, the ends of all valves shall be acceptably covered to prevent entry of foreign material. Covers shall remain in place until after installation and connecting piping is completed . a. All valves 3-in and larger shall be shipped and stored on-site until time of use with wood or plywood covers on each valve end. b. Valves smaller than 3-in shall be shipped and stored as above except that heavy cardboard covers may be used on the open ings . c. Rising stems and exposed stem valves shall be coated with a protectiv e oil film which shall be maintained until the valve is installed and put into use. d . Any corrosion in evidence at the time of acceptance by the Owner shall be removed , or the valve shall be removed and replaced . C. Storage and Protection 1. Special care shall be taken to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, to prevent deformation . See the individual piping specifications and manufacturer's information for further requirements . 1.08 MAINTENANCE A. Special tools and the manufacturer's standard spare parts , if required for normal operation and maintenance , shall be supplied with the equipment in accordance with Section O 1730 and where noted , as specified herein . B . Prov ide all special tools required for normal maintenance . Tool s shall be packaged in a steel case , clearly and indelibly marked on the exterior to indicate equipment for which tools are intended . Valves 15100-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 C. Provide to the Owner a list of all spare and replacement parts with individual prices an d location where they are available . Prices shall remain in effect for a period of not less than one year after start-up and final acceptance . PART2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT-GENERAL A. Reference is made to Division 1 for additional requirements, including nameplates, provisions for temporary pressure gages, protection against electrolysis and anchor bolts. B . The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configuration desired . C . Valves and appurtenances shall be of the size shown on the Drawings or as noted and as far as possi ble equipment of the same type shall be identical and from one manufacturer. D . Valves and appurtenances shall have the name of the maker, nominal size , flow directional arrows , working pressure for which they are designed and standard referenced, cast in raised letters or indelibly marked upon some appropriate part of the body. E . Unless otherwise noted, items shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to , whichever is higher and suitable for the pressures noted where they are installed . F. Joints, size and material -unless otherwise noted or required by the Engineer: 1. Except where noted , all joints referred to herein shall be of the same type, nominal diameter, material and with a minimum rating equal to the pipe or fittings they are connected to . 2 . Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. 3. All valves exposed to view , or in vaults . a. 3-in and smaller -threaded ends . b. 4-in and larger -flanged ends . G. Provide all special adaptors as required to ensure compatibility between valves , appurtenances and adjacent pipe. H . Valves and actuators located outdoors but not within a building; within maximum 2-ft above liquid; in vaults; or where otherwise noted shall be specially designed for submerged service where water may completely submerge the valve and operator. All other units shall be as a minimum weather tight. I. Al l val ves 4-in diameter a nd larger, incl usive, shall open clockwise. (Note: This is not indu str y sta nd ard.) Valves 15100-7 2/17/1 1 City o f Fort Worth Eagle Mountain WTP Clearwell No . 3 2 .02 VAL VE ACTUATORS -GENERAL A. See the previous Article for submergence requirements . B . The valve manufacturer shall supply and integrally, rigidly mount all actuators, including any type of manual or powered actuators , on valves at the factory . The valves and their individual actuators shall be shipped as a unit. C. Unless otherwise noted, valves shall be manually actuated; nonburied valves shall have an operating wheel, handle or lever mounted on the operator. Those with operating nuts shall have a non-rising stem with an A WW A 2-in nut. All valve actuators 4-in and larger shall open clockwise. D . Except as otherwise shown on the Drawings or specified herein, all valves 3-in diameter or larger, with the valve center line located 7-ft or more above the operating floor, shall be provided with chain wheel operators complete with chain guides and hot dipped galvanized steel chain, which loop within 4-ft of the operating floor. E . All actuators shall be capable of moving the valve from the full open to full close position and in reverse and holding the valve at any position part way between full open or closed. All multi-tum valves shall be non-rising stem when available. F. Each operating device shall have cast on it the word "OPEN" and an arrow indicating the direction of operation . G . Floor boxes for operating nuts recessed in concrete shall be standard cast iron type, cast-in-place, with fastening top by Clow or equal. H . Stem guides shall be of the adjustable wall bracket type , bronze bushed, with maximum spacing of 10-ft as manufactured by Clow; Rodney Hunt or equal. Extended operating nuts and/or stems shall have universal joints and pin couplings, if longer than 10-ft and a rating of at least five times the maximum operating torque . Stem adaptors shall be provided. I. Where required by the installation, or as specified, provide the following: extended stem; floor stand and handwheel; position indicator and etched or cast arrow to show direction of rotation to open the valve; resilient seal around stem penetration of slab . J. Gear Actuators Valves 1. Unless otherwise noted, gear actuators shall be provided for the following: all valves of larger than 8-in nominal diameter; all valves with operating shaft mounted horizontally (butterfly, plug, etc .); where specified and/or indicated on the Drawings; where manual operator effort is greater than 80 ft-lbs rim pull . 2 . Gear actuators shall be of the worm or helical gear type with output shaft perpendicular to valve shaft, having a removable hand wheel mounted on the output shaft . Unless noted they shall conform to A WW A C504 . 3 . Actuators shall be capable of being removed from the valve without dismantling the valve or removing the valve from the line . 15100-8 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 4. Gearing shall be machine-cut steel designed for smooth operation. Bearings shall be permanently lubricated, with bronze bearing bushings provided to take all thrusts and seals and to contain lubricants . Housings shall be sealed to exclude moisture and dirt, allow the reduction mechanisms to operate in lubricant and be of the same material as the valve body. 5. Manual operator input effort to the handwheel shall be a maximum of 40 ft-lbs for operating the valve from full open to full close, under any conditions . Gear actuators shall indicate valve position and have adjustable stops. Handwheel size shall be 12-in to 24-in diameter. 6. Valve actuators shall be provided with single-reduction gearing when possible. Multiple reduction gearing shall be accomplished using the least number of reductions possible. 7. Gear actuators and intermediate gearing assemblies shall be a self-designed and manufactured product of the valve manufacturer. Gear assemblies of any other party will not be accepted. Valve supplier shall provide certification of assembly production source and shall provide detailed information related to gearing ratios and torque ratings. K. Additional valve actuators are included with the individual valve types and as noted in Paragraph 1.02 . L. All position indication and direction of opening arrows shall be embossed, stamped, engraved, etched or raised decals . M . Unless otherwise noted, all valves larger than 3-in nominal diameter shall be provided with position indicators at the points of operation . 2.03 GATE VALVES (2-IN AND LARGER) A. General Requirements Valves I . Unless otherwise specified below, these requirements shall apply to all gate valves . 2 . Gate valves shall meet the requirements of AWWA C500, AWWA C509 and AWWA C515 as applicable to the type of valve specified. Buried and submerged valves shall be furnished with mechanical joints and stainless steel hardware, non-rising stem design unless specifically shown otherwise on the Drawings. 3. Exposed valves shall be furnished with Class 125 flanged ends . If noted on the Drawings, provide valves with outside screw and yoke . If flanged ends are not available, provide as threaded. 4 . All gate valves 12-in diameter and smaller shall be manufactured of ASTM Al26 Cast Iron , Class B, with bronze mounting design . Valves larger than 12-in diameter shall be manufactured of ASTM A536 Ductile Iron. 5. All valves shall be non-rising stem type with a triple 0-ring stem seal if available, otherwise a double 0-ring stem seal shall be provided, except that packing shall be used where geared operators are required. All geared operators shall be the spur type. 6. Valves shall be rated for a maximum working pressure of 250-psig. All valve bodies shall be hydrostatically tested to at least twice the rated working water pressure. In addition, 15100-9 2/17/1 I City of Fort Worth Eagle Mountain WTP Clearwell No. 3 valves shall be seat-tested, bi-directional at the rated working pressure, with seat leakage not to exceed one fluid ounce per inch of valve diameter per hour. Provide certificates of testing. 7 . Flanged valves to have face-to-face dimensions per ANSI Bl6.l and flanges per ANSI Bl6.10. 8. All exposed bonnet and packing gland bolts shall be zinc or cadmium electroplated steel; packing gland bolts shall have bronze nuts. 9. Provide spur-geared operator and chainwheel, chain and chain guides for valves with handwheel centerline more than 7-ft above operating level. I 0. All valves shall be marked per A WW A Standards, including name of manufacturer, valve size and working pressure and year of manufacture. 11. Unless otherwise indicated, valves 12-in and smaller shall be capable of installation in the vertical or horizontal position, sealing in both directions at the rated pressure. 12 . Valve operation shall be clockwise (RIGHT) for ALL services. Provide permanent label showing "OPEN" and arrows . 13 . Resilient seated valves shall be coated, interior and exterior, with fusion bonded epoxy per AWWAC550. B. Valves ofresilient seated design shall be as manufactured by American Flow Control ; Mueller Co .; Clow, or approved equal. At the Contractor's option and unless otherwise indicated, any of the listed valve styles may be used, at no additional cost to the Owner. C . Valve Requirements 1. Resilient Seated a . Conform to A WW A C509 (2-in through 12-in) or A WW A CS 15 (14-in through 48-in). Also UL listed and FM approved . b . Internal and external epoxy coating of valve body, including bonnet, per A WW A C550. c . Gate shall be encapsulated with synthetic rubber. It shall be bonded and vulcanized in accordance with ASTM D429 Method B . d. No recesses in valve body. D . Buried Valves V alves 1. Refer to Section 02640 for additional requirements . Conform to the requirements above, except mechanical joint bell ends per A WW A C 111 unless specifically shown/noted otherwise on the Drawings . a. All exposed valve hardware (nuts, bolts, washers, etc) including bonnet, bonnet cover, stuffing box, gear adaptor and joints shall be Type 304 stainless steel. 15100-10 2/17/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 2 . Non-rising stem design , double 0-ring seals for non-geared valves and shall incorporate packing for geared valves . All gear assemblies shall be spur type; bevel gearing will not be accepted. 3 . Provide valve box, 2-in operating nut and extension stem and stem cover in accordance with Division 2. E . Tapping Valves and Sleeves 1. Tapping valves shall comply with the same requirements as solid wedge, resilient seated valves except they shall have the flanged end and port opening modified for tapping service . Valves shall be capable of passing a full nominal sized cutter without damage to the valve . The tapping sleeve shall be gray cast iron or ductile iron mechanical joint type with the outlet flange conforming to MSS-SP-60 . 2.04 PLUG VALVES A. Plug valves shall be of the offset disc type , 1/4-turn, non-lubricated, serviceable (able to be repacked) under full line pressure and capable of sealing in both directions at the rated pressure. The disc shall be completely out of the flow path when open. Plug valves specified herein shall be by DeZurik, Pratt, Milliken, Valmatic, or Engineer-approved equal. All manufacturers , named or otherwise, must comply completely with this Specification. I. All size plug valves shall have a minimum port area of 80 percent. B . Valves shall be rated at minimum 175 psi W .O .G. (Water, Oil and Gas) working pressure for sizes 4-in to 12-in inclusive and at minimum 150 psi W.O.G. working pressure for sizes 14-in and larger. 1. All plug valves under this paragraph shall be performance, leakage and hydrostatically tested in accordance with A WW A C504, except as herein modified. 2 . At the above rated minimum working pressures, the valves shall be certified by the manufacturer as permitting zero leakage for a period of at least one-half hour with pressure applied in either direction. 3. At the direction of the Engineer, the valve manufacturer may be requested to perform a valve seat leakage test, witnessed by the Engineer to prove compliance with these Specifications . C. Valve bodies shall be of cast iron, 30,000 psi tensile strength, ASTM A 126 , Grade B, or of ductile iron, ASTM A536 and of the top entry, bolted bonnet design, cast with integral flanges conforming to the connecting piping. All exposed bolts, nuts and washers shall be zinc or cadmium-plated, except for submerged valves , which shall have Type 316 stainless steel hardware. D . The valve disc shall: I. Be cast iron ASTM Al 26 , Grade B, or ductile iron, ASTM A536, Grade 65-45-12 . Valves 15 l 00-l l 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2. Be removable without removing the valve from the line. 3. Have an integral upper and lower shaft which shall have seals on the upper and lower journals to prevent entrance of solids into the journals. 4 . Be one piece for valves up to 14-in and maximum two piece for larger valves . E . Shaft bearings shall be permanently lubricated, rigidly backed TFE, stainless steel or bronze at both upper and lower stem journals. The operator shaft shall have easily replaceable seals, which shall be externally adjustable and repackable without removing the bonnet from the valve, or shall have self adjusting packing. F . The valve seating surface shall provide full 360 degree seating by contact of a resilient seating material on the disc mating with welded-in high nickel content overlay seating surface in the body. 1. The seating design shall be resilient and of the continuous interface type having consistent opening and closing torques and shall be non-jamming in the closed position. Screw-in seats shall not be acceptable. 2 . Discs shall be fully encapsulated in neoprene or Buna-N. G . The methods of mounting the actuator to the valve shall provide an air gap between the two. Actuator shall clearly indicate valve position and an adjustable stop shall be provided. Construction of actuator housing shall be semi-steel. Hardware on actuators shall be of the same materials as the valves. H. Unless otherwise required, due to location or operation , each valve 6-in and smaller shall be provided with its own securely attached lever. Provide adjustable limit stops for both opening and closing and a clearly marked position indicator. I. Plug valves shall be installed so that the direction of flow through the valve and the shaft orientation is in accordance with the manufacturer's recommendations. Unless otherwise noted, shaft shall be horizontal, with plug opening up. 2 .05 BALL VALVES A . Resilient-seated stainless steel two-piece industrial ball valves, lf.i -to 2-inch diameter, shall be installed where scheduled and shown on the Drawings . Valves shall be furnished with female NPT inlet and outlet connections in accordance with ASME B 1.20.1. Ball valves shall have two- piece construction and a non-shock cold working pressure rating of 2000-psi, in accordance to MSS-SP-110 . The body, ball and stem components shall be constructed of ASTM A35 l , Grade CF8M stainless steel. The resilient seats (trim material) and packing shall be reinforced PTFE. B . Hand lever operators shall be constructed of Type 316 or Type 304 stainless steel. These valves shall be used for manual operation applications. C. Resilient-seated stainless steel two-piece ball valves shall be: I. 9400 Series manufactured by Crane Valve, The Woodlands, Texas. 2 . Series 76-100 manufactured by Apollo/Conbraco Industries, Matthews , North Carolina. Valves 15100-12 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3 . Model T-580-S6-R-66-BV manufactured by Nibco, Inc., Elkhart, Indiana. 4 . Approved Equal 2.06 CHECK VALVES A. Swing type check valves for metallic lines of 2-1/2 in to 24-in diameter shall be swing type and shall meet the requirements of A WW A C508. The valves shall be iron body, bronze mounted , single disc , 150 psi working water pressure, nonshock and hydrostatically tested at 300 psi . 1. When there is no flow through the line, the disc shall hang lightly against its seat in practically a vertical position . When open, the disc shall swing clear of the waterway. 2 . Check valves shall have bronze seat and body rings , extended bronze hinge pins and bronze nuts on the bolts of bolted covers . 3. Valves shall be so constructed that disc and body seat may easily be removed and replaced without removing the valve from the line. Valves shall be fitted with an extended hinge arm with outside lever and weight. The position of the weight shall be adjustable . Various weights shall be provided and installation approved by the Engineer. Lever shall be installed to the horizontal in the closed position, for both horizontal and vertical pipeline installations . 4 . Check valves shall be by M&H; Clow; Mueller or equal. B . Check valves 2-in and smaller for installation in copper and steel pipes shall be bronze, swing type , 125 lb . with solder or screwed ends . C . Duckbill Type Check Valves (18 " and smaller): 1. Check valves shall be of the flow operated check type with a slip-on connection . The check valve shall slip over the specified pipe outside diameter and attach by means of vendor furnished stainless steel clamps. The port area shall contour down to a duckbill, which shall allow passage of flow in one direction while preventing reverse flow. The val ve shall be one-piece neoprene construction with nylon reinforcement. As needed per installation , the duckbill shall be offset so that the bottom line of the valve is flat, keeping the pipe and valve inverts parallel. 2 . When line pressure inside the valve exceeds the backpressure outside the valve by a certain amount, the line pressure shall force the bill of the valve open, allowing flow to pass . When backpressure exceeds the line pressure, the bill of the valve shall be forced closed . 3 . All duckbill check valves shall be of the Series TF-1 or TF-2 as manufactured by the Red valve Co . or approved equal. The company name , plant location , valve size and serial number shall be bonded to the check valve . D . Double-Disk Type Check Valves -Check valves shall be of the dual-disk wafer type with bodies constructed of cast iron (ASTM A126-B). Disk shall be fabricated of bronze (ASTM B62) or 316 stainless steel (ASTM A35 l ). Body resilient seat material shall be EPDM. Spring material shall be Type 316 stainless steel. Valve shall be by Mueller Steam Specialty or approved equal. Val ves 15100-13 2117 /11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2.07 PLASTIC VAL YES A. General Valves 1. All valves shall be certified as completely compatible with the intended and specified service; compatibility shall apply to the material of the valve and internal components, including all seals, gaskets, 0-rings and washers; solvents and primers used in valve joint make-up shall be specifically in conformance with the written instructions of the valve supplier. Service chemicals and service conditions are shown in the piping specifications in Division 15 . 2 . Except as otherwise specified, valve ends shall be socket-type designed for solvent welding. The valve manufacturer shall provide specific recommendations for solvent and primer. 3 . Valve material shall be the same as the piping service except as specified. a . PVC shall be Type 1, Grade 1, per ASTM D1784 classification, made from unplasticized polymer, and generally suitable for service to 120°F . b . CPVC shall be Type 1, Grade 1, per ASTM D 1784, classification generally suitable for service to l 80°F. c . Polypropylene (PP) shall conform to the material requirements of ASTM D4101 for copolymer polypropylene . d . PVDF (polyvinylidene fluoride) shall be manufactured from high molecular weight polymers of vinylidene fluoride . e . The manufacturer of the valves shall retain material source quality documentation and shall furnish it to the Engineer upon request. 4 . Unless otherwise specified: a. 0-rings, valve seats and stem seals shall be teflon, or teflon encapsulated elastomer. Alternative materials may not be substituted without complete documentation provided to the Engineer of service suitability. b . Gaskets shall be made from PTFE-bonded sheet material , GORE-TEX manufactured by W.L. Gore & Associates, AV Low-Torque gaskets by Asahi of America, or equal. c . Valv e external hardware shall be Type 316 stainless steel. No internal metallic components shall be exposed to the service fluid. d . No factory or field coatings shall be applied to the valves . 5. All valves, except butterfly valves shall have a non-shock service pressure rating of not less than 120 psig at 70°F . 6 . All valve s shall be given hydrostatic and pressure and leakage tests at the factory. Provide certified copy of test results . 15100-14 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 7 . Valves shall be the standard, catalogued products of the following manufacturers: a . Chemtrol b. Asahi/ America c. Plast-0-Matic d . Hayward 8. Valves specified as furnished with equipment, or equipment systems shall comply with these requirements . B. Ball Valves I . Ball valves l/2-in and larger shall be the compact type . Double-union type shall not be provided unless explicitly approved by Engineer .. 2 . Provide quarter-tum manual valve operator and valve seat adjustability. 3. Furnish ball valves with flanged connections solvent welded to the compact valve by a pipe nipple . At minimum the pipe nipple shall provide I-in of pipe exposed between the valve and each of the flange fittings. C . Butterfly Valves I. Valves shall have PVC body and PP disc, with teflon seat and teflon 0-ring shaft seals fully isolating a Type 316 or Type 403 stainless steel stem. 2. The valves shall be of the lug style, suitable for dead-end service. 3. Each valve shall be furnished with a lever actuator. D. Check Valves 1. Ball check valves shall be double-union style with socket ends , solid and completely spherical ball and capable of either horizontal or vertical mounting . 2. Swing Check valves shall be flanged , full-ported , with top entry access for disc inspection and removal. Furnish with outside lever and weight, with weight position along lever arm adjustable . E. Globe Valves Valves I . Plastic globe valves shall be socket welded and/or flanged as required, shall have rigid PVC stem, body, bonnet, gland and capnut with neoprene seat gasket and Teflon stem sealing . The valve shall be able to be serviced in the line and shall be by Asahi , or equal. 15100-15 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2 .08 CORPORATION STOPS AND STOP AND WASTE VALVES A . Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with A WW A C800, except as modified herein . B . Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop . C . Stop and waste valves shall be similar to corporation stops as manufactured by Crane, Ford, McDonald, or equal. 2 .09 AIR AND/OR AIR/VACUUM VAL YES -GENERAL AND SEW AGE USE A . This general section applies to all air release, air/vacuum, hydraulically operated air/vacuum valves, vacuum relief, combination air and air/vacuum or vacuum relief or similar valves . B. Valves shall be supplied with shutoff valves with operator handle or lever removed. Valves shall be properly vented and piped to drain. C . Attention is directed to the requirement that valve's pressure rating be at least equal to the attached pipe's rating. D . Valves shall be proper model by Val-Matic; APCO; GA; or equal. E . For service on sewage, sludge ( of any type) and non-screened water, the valves shall be of the special sewage type , performing similar functions for specific type of valve as noted for water. l . The valves shall have Type 316 stainless steel trim and float, with an adjustable viton seat and be supplied with backwash accessories. 2 . A valved outlet with hose connections for flushing water connection (where flushing accessories are required) shall be provided within a distance that hoses, supplied with the valve, may reach. Proper cross connection prevention shall be provided. 2.10 AIR RELEASE VAL YES A. Air release valves shall be installed to release any small accumulations of air which may collect while pipe is in operation and under pressure. B. The small orifice assembly air release valve shall automatically release air accumulations from the pipe while under positive pressure. When the valve body fills with air, the float ball shall fall to open the small orifice and exhaust the air to atmosphere. When the air has been exhausted, the float ball shall be buoyed up and tightly close the small orifice. C. The small orifice assembly shall be furnished with cast iron body and cover (ASTM Al26 Class B). The float ball shall be constructed of stainless steel and attached to a stainless steel lever mechanism . A resilient, Buna-N seat shall be attached to the lever mechanism for drop-tight closure . Va lves 15100-16 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D . Separate air release valves shall be manufactured by APCO; Val-Matic; GA; Crispin or equal of the special type for use with non-clean water. 2 .11 HOSE HYDRANTS/BIBBS A . Hose hydrants/bibbs for installation on the nonpotable (plant) water lines shall be of the type and size as detailed on the Drawings . 2.12 FLUSH-TYPE HYDRANTS A. Flush-type hydrants shall have I -in inlet and I-in outlet connections. B . Flush-type hydrants shall be Model No. W-8609 as manufactured by Wade Division/Tyler Pipe Co., Tyler, TX or equal as detailed on the Drawings . C. Proper back flow prevention devices shall be provided in accordance with local regulations . 2.13 HOSE END VAL YES A . Hose end valves shall be globe pattern valves, equal to Fairbanks Fig. 074 ; Jenkins Fig. 112 or equal. Furnish cap and chain . 2 .14 PRESSURE RELIEF VAL YES A. Pressure relief valves shall be for positive displacement pumps and shall be iron body, with Type 304 stainless steel trim and spring, 2-in size, with a relieving capacity equal to the pump capacity. Valves shall be threaded on inlet and outlet and shall have an outside test lever. Valve setting shall be adjustable in the range of 50 to I 00 psi . 2.15 INSULATING FITTINGS A . Fittings shall be of type to provide control of electrolysis and equal to "Dielectric" as manufactured by Watts Regulator Co., or equal. 2.16 FLAP VALVES A . Flap valves shall be installed where shown on Drawings and of the size indicated. B. Flap valves assembly shall consist of flap gate, body, gate seat retainer plate, hinge pin and body seat ring. The valve shall be of vertical seat design with offset pivoted hinge . The flap gate, body and gate seat retainer plate shall be of cast iron conforming to ASTM specifications A-126 Class B. The body seat ring and hinge ring shall be furnished of bronze, and the body seat ring shall be threaded and screwed into place and the face machined to a smooth finish . C . Acceptable manufacturers and model numbers for 4-in . and larger assemblies shall be Clow or approved equal. 2 .17 SURF ACE PREPARATION AND SHOP COATINGS A . Not withstanding any of these Specifications, all coatings and lubricants in contact with potable water shall be certified as acceptable for use with that fluid . Valves 15100-17 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B . If not specified herein, coatings shall comply with the requirements of Sections 09901 and 09902. In case of a conflict, the requirements of this Section govern . C . If the manufacturer's requirement is not to require finished coating on any interior surfaces, then manufacturer shall so state and no interior finish coating will be required, if acceptable to the Engineer. D. The exterior surface of various parts of valves, operators, floor-stands and miscellaneous piping shall be thoroughly cleaned of all scale, dirt, grease or other foreign matter and thereafter one shop coat of an approved rust-inhibitive primer such as lnertol Primer No. 621 shall be applied in accordance with the instructions of the paint manufacturer or other primer compatible with the finish coat provided. E. Unless otherwise noted, interior ferrous surfaces of all valves shall be given a shop finish of an asphalt varnish conforming to A WW A C509 (except mounting faces/surfaces), or epoxy AWWA C550 with a minimum thickness of 4 mil. F. Ferrous surfaces obviously not to be painted shall be given a shop coat of grease or other suitable rust-resistant coating. Mounting surfaces shall be especially coated with a rust preventative. G. Special care shall be taken to protect uncoated items and plastic items, especially from environmental damage. 2.18 FACTORY INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES A . Factory inspection, testing and correction of deficiencies shall be done in accordance with the referenced Standards and as noted herein. B. See Division 1 for additional requirements . Also refer to PART 1 of this Section , especially for required submission of test data to the Engineer. C . In addition to all tests required by the referenced Standards, the following shall also be factory tested: 1. Pressure regulating valves shall be factory tested at the specified pressures and flows. 2 . All types of air and vacuum valves. 3. The non-cavitating butterfly valves to demonstrate its non-cavitating capabilities . PART 3: EXECUTION 3.01 INSTALLATION -GENERAL A. All valves and appurtenances shall be installed per the manufacturer's instructions in the locations shown , true to alignment and rigidly supported. Any damage to the above items shall be repaired to the satisfaction of the Engineer before they are installed. B . Install all brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings, or otherwise required . Before setting these items, the Contractor shall Val ves 15100-18 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 check all Drawings and figures which have a direct bearing on their location. The Contractor shall be responsible for the proper location of valves and appurtenances during the construction of the Work. C. All materials shall be carefully inspected for defects in construction and materials . All debris and foreign material shall be cleaned out of openings, etc . All valve flange covers shall remain in place until connected piping is in place. All operating mechanisms shall be operated to check their proper functioning and all nuts and bolts checked for tightness . Valves and other equipment which do not operate easily, or are otherwise defective, shall be repaired or replaced at no additional cost to the Owner. D . Where installation is covered by a Referenced Standard, installation shall be in accordance with that Standard, except as herein modified, and the Contractor shall certify such. Also note additional requirements in other parts of this Specification. E . Unless otherwise noted, joints for valves and appurtenances shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint and all val ves and other items shall be installed in the proper position as recommended by the manufacturer. C ontractor shall be responsible for verifying manufacturers' torque requirements for all valves . 3 .02 INSTALLATION OF MANUAL OPERATIONAL DEVICES A . Unless otherwise noted, all operational devices shall be installed with the units at the factory, as shown on the Drawings or as acceptable to the Engineer to allow acce s sibility to operate and maintain the item and to prevent interference with other piping, valves and appurtenances. B . For manually operated v alves 3-in in diameter and smaller, val ve operators and indicators shall be rotated to display toward normal operation locations . C . Floor boxes, valve boxes, extension stems and low floor stands shall be installed vertically centered over the operating nut, with couplings as required and the elevation of the box top shall be adjusted to conform with the elevation of the finished floor surface or grade at the completion of the Contract. Boxes and stem guides shall be adequately supported during concrete pouring to maintain vertical alignment. 3 .03 INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES A. See also Division 1. Take care not to over pressure valves or appurtenances during pipe testing . If any unit proves to be defective , it shall be replaced or repaired to the satisfaction of the Engineer. B . The various pipe lines in which the valves and appurtenances are to be installed are specified to be field tested. During these tests any defective valve or appurtenance shall be adjusted, removed and replaced, or otherwise made acceptable to the Engineer. C . Various regulating valves, strainers , or other appurtenances shall be tested to demonstrate their conformance with the specified operational capabilities and any deficiencies shall be corrected or the device replaced or otherwise made acceptable to the Engineer. Valves 15100-19 2/17/11 City of Fort Worth Eagl e Mountai n WTP Clearwell No. 3 3 .04 CLEANING A . All items (including valve interiors) shall be cleaned prior to installation , testing and final acceptance. 3.05 DISINFECTION A. Disinfection of valves and appurtenances on all potable water lines and where otherwise noted , shall be as noted in the Section referenced in Paragraph 1.02 . END OF SECTION Valves 15100-20 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15120 PIPING SPECIALTIES A . This Section specifies piping appurtenances which are not specifically covered in other sections . B. Specific piping materials, systems and related installation and testing requirements are included in other sections of Divisions 2 and 15. The items shall include the following: 1. Unions 2. Flanged Joints 3. Dielectric Connectors 4 . Plugs and Caps 5. Miscellaneous Adaptors 6 . Vents and Drains 7. Line Strainers 8. Service Clamps 9. Quick Connect Couplings 10 . Mechanical Sleeve Seals 11. Flexible Connectors a. Sleeve Couplings b. Split or Grooved Couplings C. Flange Adapters d. Pump and Equipment Flexible Connectors e. Flexible Connectors 12. Harnessing and Restraints 13. Rotameters and Flow Indicators 14 . Spray Nozzle 15. Appurtenances and Miscellaneous Items Piping Specialties 15120-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1.02 RELATED WORK A. Piping materials and systems are included in other Sections of Division 15. B . Valves are included in Section 15100. 1.03 SUBMITT ALS A. General submittals for piping, piping systems and pipeline appurtenances are listed below. Submittals shall be in accordance with Section 01300. It is not intended that all submittals listed below be provided for all piping materials and systems. Refer to individual System or Piping Sections for specific submittals. B. Shop Drawings and Product Data 1. Piping layouts in full detail. 2. Location of pipe hangers and supports. 3 . Location and type of backup block or device to prevent joint separation . 4. Large scale details of wall penetrations and fabricated fittings . 5. Schedules of all pipe, fittings , special castings , couplings , expansion joints and other appurtenances . 6. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 7 . Catalog cuts of all pipeline appurtenances specified herein. 8 . Brochures and technical data on coatings and linings and proposed method for application and repair. C . Samples D. Design Data E . Test Reports l. Six copies of certified shop tests showing compliance with appropriate standard . 2. Six copies of all field test reports, signed by Contractor and Engineer. F. Certificates l. Copies of certification for all welders performing work in accordance with ANSI B3 l. l. Piping Specialti es· 15120-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 G. Manufacturers Installation (or application) instructions . H. Statement of Qualifications I. Manufacturer's Field Report J . Project Record Document K. Operation and Maintenance Data in accordance with Section O 1730. L. Warranties 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) I . ASTM A36 -Standard Specification for Structural Steel. 2. ASTM AI26 -Gray Iron Casting for Valves, Flanges and Pipe Fittings. 3. ASTM Al83 -Carbon Steel Track Bolts and Nuts . 4. ASTM A278 -Gray Iron Castings for Pressure-Containing Parts for Temperatures up to 650 Degree F . 5. ASTM A307 -Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength . 6. ASTM A325 -Standard Specification for High-Strength Bolts for Structural Steel Joints . 7 . ASTM A536 -Ductile Iron Castings 8. ASTM A575 -Standard Specification for Steel Bars, Carbon , Merchant Quality, M-Grade. 9 . ASTM B62 -Standard Specification for Composition Bronze or Ounce Metal Castings . 10. ASTM B88 -Standard Specification for Seamless Copper Water Tube. B. American National Standards Institute (ANSI) I. ANSI Al 3.1 -Scheme for the Identification of Piping Systems. 2 . ANSI Bl.I -Unified Inch Screw Threads (UN and UNR Thread Form) 3 . ANSI B2.l -Specifications, Dimensions, Gauging for Taper and Straight Pipe Threads (except dry seals). 4. ANSI BI6.l -Cast Iron Pipe Flanges and Flanged Fittings Class 25,125,250 and 800 . 5. ANSI BI6.5 -Pipe Flanges and Flange Fittings Piping Specialties 15120-3 2/17111 City of Fort Worth Eagle Mountain WTP Clearwe ll No. 3 6. ANSI B18.2 -Square and Hex Bolts and Screws Inch Series Including Hex Cap Screws and Lag Screws . 7. ANSI B31 -Code for Pressure Piping, B31 Interpretation. 8. ANSI B3 l.1 -Power Piping C . American Welding Society (A WS) l. AWS B3.0 -Welding Procedure and Performance Qualifications D. American Water Works Association (A WW A) l. A WW A C-110 -Ductile-Iron and Gray-Iron Fittings 3-in Through 48-in , for Water and Other Liquids . 2. A WW A C-111 -Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. 3. A WW A C-606 -Grooved and Shouldered Type Joints . 4. A WW A Manual Ml 1 -Steel Pipe -A Guide for Design and Installation . E. Plumbing and Drainage Institute (PDI) 1. WH 201 -Water Hammer Arrestors F . Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A . All materials shall be new and unused. B. Install piping to meet requirements of local codes . C. Provide manufacturer's certification that materials meet or exce ed minimum requirements as specified . Reference to standards such as ASTM and ANSI shall apply to those versions in effect at the time of bid opening . D. Coordinate dimensions and drilling of flanges with flanges for va lves , pumps and other equipment to be installed in piping systems. Bolt holes in flanges to straddle vertical centerline. E . Reject materials contaminated with gasoline, lubricating oil , liquid or gaseous fuel , aromatic compounds , paint solvent, paint thinner and acid solder. F. Pipe-joint compound, for pipe carrying flammable or to x ic gas, must bear approval of Underwriters ' La boratories or Factory Mutual Engin eering Di vision . Pipi ng Specia lti es 15120-4 2/17/11 City of Port Worth Eagle Mountain WTP Clearwell No . 3 G. Unless otherwise specified, pressures referred to in all Piping Sections are expressed in pounds per square in gage above atmospheric pressure, psig, and all temperatures are expressed in degrees Fahrenheit. 1.06 DELIVERY, STORAGE AND HANDLING A. During loading, transportation and unloading, take care to prevent damage to pipes and coatings. Carefully load and unload each pipe under control at all times . Place skids or blocks under each pipe in the shop and securely wedge pipe during transportation to ensure no injury to pipe and lining . PART 2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Specific piping materials and appurtenances are specified in the respective Piping or System Sections. The use of a manufacturer's name and/or model number is for the purpose of establishing the standard of quality and general configuration desired. B . Equipment shall be of the size shown on the Drawings or as noted and as far as possible equipment of the same type shall be identical and from one manufacturer. C . Equipment shall have the name of the maker, nominal size, flow directional arrows (if applicable), working pressure for which they are designed and standard referenced specifications cast in raised letters or indelibly marked upon some appropriate part of the body. D. Unless otherwise noted, items shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to , whichever is higher and suitable for the pressures noted where they are installed. E. Antisieze compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molycoat-G or equal. 2.02 UNIONS A. Unions shall be brass or bronze unions for joining nonferrous pipe; malleable brass or bronze-seated iron or steel unions for joining ferrous pipe ; PVC unions for joining PVC pipe ; CPVC unions for joining CPVC pipe. 2.03 FLANGED JOINTS A . Flanged Joints . For non-submerged applications, bolts and nuts shall be Grade B, ASTM A307, zinc-coated, except where otherwise specified within the applicable Piping Sections . For submerged and buried applications and installation with SST piping and fittings, bolts and nuts shall be Type 316 stainless steel per ASTM F593 and F594. Anti-seize materials shall be applied to installation of all fasteners . Piping Specialties 15120-5 2/17 /11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 B. ALL bolt and nut sets shall be hexagonal per ASME B 18.2 .1 with threading per ASME Bl.I. Square-head bolts are not acceptable. Bolt number and size same as flange standard; studs -same quality as machine bolts ; 1/8-in thick rubber gaskets with cloth insertions . C . Bolt length shall be such that after joints are completely assembled and torque, the bolts shall protrude through the nuts, but no more than 2-inches. 2 .04 DIELECTRIC CONNECTORS A . Dielectric pipe fittings/insulators and unions shall be used to prevent galvanic action wherever valves or piping of dissimilar metals connect. This shall be particularly the case for copper, brass and bronze piping connecting to cast iron or steel piping systems , but shall apply to all dissimilar metal connections. B . Dielectric unions shall be used for 2-in and smaller connections . Steel union nuts shall meet ASTM A575 requirements . The steel or ductile iron connection end shall have a steel body and shall have accurately machined taper tapped pipe threads in accordance with ANSI B2. l. The copper connection end shall be a copper solder joint that meets requirements of ASTM B88 . Dielectric unions shall be rated for at least 250 psi at 210 deg F. C. Dielectric flange unions shall be used for connections 22-in and larger. Cast iron flanges shall meet ASTM A126; the copper solder end shall meet ASTM B62 and the pipe thread shall meet ANSI B2 . l. Dielectric flange unions shall be rated for at least 175 psi at 210 deg F . D. Dielectric unions and flange unions shall be as manufactured by Epco Inc., Cleveland, OH or equal. E . Flange insulating kits shall be as acceptable to the Engineer, as manufactured by PSI or equal. F . Insulated sleeve couplings and flange adaptors shall be similar to those units as specified elsewhere. 2 .05 PLUGS AND CAPS A. Provide standard plug or cap as required for testing; plugs, caps suitable for permanent service . B . Plug or cap or otherwise cover all piping work in progress. 2.06 MISCELLANEOUS ADAPTORS A. Between different types of pipe and/or fittings special adapters may be required to provide proper connection . Some of these may be indicated on the Drawings or specified with individual types of pipe or equipment. However, it is the Contractor's responsibility to ensure proper connection between various types of pipe, to structures and between pipe and valves, gates, fittings and other appurtenances. The Contractor shall provide all adapters as required , whether specifically noted or not. B . As required, these adapters shall be suitable for direct bury, with proper dielectric insulation and as a minimum, if metallic (not stainless steel or galvanized), with two coats of Coal Tar Epoxy . Piping Spe cialties 15120-6 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 .07 VENTS AND DRAINS A. 1/2-in vents shall be provided at the high point in each system . Vent connections may be tapped, provided the tap will accept three full threads on the bronze nipple. B . 1/2-in drains shall be provided to permit drainage of each system ; provide hose-end valve. 2.08 LINE STRAINERS A. "Y" Type Strainers 1. Manual strainers furnished for pipe diameters smaller than 2-in shall be "Y" type , capable of removing solids 0 .01-in in diameter and larger. The strainer body shall be of semi-steel construction for steel pipe and brass or bronze for copper pipe and shall conform to the latest revision of ASTM A278, Class 30. Strainer elements, including woven wire mesh, shall be constructed of stainless steel. 2 . The design of the strainer body shall be such that the cleanout plug and screen may be easily removed to permit inspection and cleaning without disassembly of the inlet and outlet piping . End connections shall be ANSI screwed pipe threads . 3. Sufficient spare screen shall be furnished for replacement of all "Y" type units at least once. The strainers shall be designed for a maximum operating pressure of 150 psig. They shall be as manufactured by GA Industries Inc., Pittsburgh , PA or equal. B. PVC Line Strainers 1. PVC "Y" strainers shall be installed in all metering pump suction piping as shown on the Drawings. The strainer screen shall be made of PVC with 1/32-inch perforations . Strainers shall have connections of either socket, threaded , or flanged ends as required, and shall be as supplied by Ryan Herco, Hayward Industrial Products, or equal. C. Basket Strainers 1. Basket strainers shall be installed in injection pump suction piping as shown on the Drawings. The strainer shall have a PVC body with EPDM seals and flanged inlet and outlet ends sized to match connecting pipe as shown on the Drawings . The strainer shall ha ve a minimum 6: 1 open area ratio through the strainer basket to the connecting piping system , allowing maximum straining capability with minimum pressure loss. The strainer basket shall be made of stainless steel with 1/16-inch perforations . 2. Each basket strainer shall have an ANSI threaded or clamp cover with 0-ring so that the basket can be easily removed to permit inspection and cleaning without disassembly of the inlet and outlet piping . Two threaded plugs , one on the top of the cover for vent and the other at the bottom of the strainer body for drain . 3 . The basket strainers shall be designed for a maximum operating pressure of 150 psig. A pressure differential gauge with operating range suitable for the strainers shall be furnished. The basket strainers shall be as supplied by Hayward Industrial Products , Ryan Herco , or equal. Piping Specialties 15120-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2.09 SERVICE CLAMPS A. Service clamps for outlet sizes up to 2-in shall have malleable or ductile iron bodies which extend at least 160 degrees around the circumference of the pipe and shall have neoprene gaskets cemented to the saddle body . Bodies shall be tapped for IPS . Clamps shall be of the double strap design. Service clamps shall be Style 91 as manufactured by Dresser Industries, Inc . or equal as manufactured by Smith Blair; Mueller or equal. B . Service clamps for outlet sizes 4-in through 12-in where the outlet size is not greater than half the size of the main pipe shall have ductile iron bodies and a neoprene circular cross section 0-ring gasket confined within the body. Outlet shall be A WW A C-110 flange or A WW A C-111 mechanical joint as required for the application. Straps shall be alloy steel, minimum 1/4-in by 12-in in cross section and fabricated with 3/4-in threaded ends. Service clamps shall be Fig. A-10920 or A-30920 as manufactured by American Cast Iron Pipe Company or equal. 2.10 QUICK CONNECT COUPLINGS A . Couplings shall be of the cam and groove type consisting of a male adapter conforming to Specification MIL-C -27487. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools. Connections shall remain tight and leakproof under pressures up to 100 psig. Each adapter shall be furnished with a dust cap complete with a 18-in long stainless steel security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation; Ever-tite, or equal. Units shall be "drip proof", providing totally dry connections and disconnections. B. Adapters shall be furnished in accordance with the Drawings , or as required by the installation . 2.11 MECHANICAL SLEEVE SEALS A. Mechanical sleeve seals shall be used to secure and seal the annular space around all new sleeved and core-drilled wall penetrations. B . A single seal shall be provided for all sleeve and cores in walls up to 14-in thick ; dual sleeves shall be provided in larger walls . C. Stainless steel wall sleeves and concrete core diameter shall be sized sufficiently large to accommodate the modular elements, per the manufacturers recommendations. D. Bolts and hardware shall be Type 316 stainless steel. Pressure plates shall be corrosion-resistant acetal resin . E. Mechanical sleeve seals shall consist of modular bolted , synthetic rubber sealing elements, Link Seal, manufactured by Thunderline Corp ., or equal. 2 .12 FLEXIBLE CONNECTORS A. Sleeve and Split-Sleeve Couplings 1. Provide plain end type ends to be joined by sleeve couplings as stipulated in A WW A C201. Piping Specialties 15120-8 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 a. Join welds on ends by couplings without pipe stops. Grind flush to pennit slipping coupling in at least one direction to clear pipe joint. b. Outside diameter and out-of-round tolerances shall be within limits specified by coupling manufacturer. c. Provide lugs in accordance with ASTM A36. d . Provide hardened steel washers in accordance with ASTM A325 . e. Plastic plugs shall be fitted in coupling to protect bolt holes. f. Nuts and bolts: 1) ASTM A307 and ANSI Bl .1 with hexagonal, coarse thread fit , threaded full length with ends chamfered or rounded . 2) Project ends 1/4-in beyond surface of nuts. 3) Hexagonal nuts with dimensions in accordance with ANSI Bl8 .2 and coarse threads in accordance with ANSI B 1.1. 2 . Middle ring of each mechanical coupling shall have a thickness at least equal to that specified for size of pipe on which coupling is to be used and shall not be less than 10 -in long for pipe 30-in and larger and not less than 7-in long for pipe under 30-in in diameter. a . Omit pipe stop from inner surface of middle rings of couplings whenever necessary to permit removal of valves, flowmeters and other installed equipment. b . Provide pipe stops in other couplings. 3 . Clean and shop prime with manufacturer's standard rust inhibitive primer. 4. Furnish gaskets of a composition suitable for exposure to the fluid service . 5. Where shown on the Drawings, anchor sleeve-coupled joints with harness bolts. Weld harness lugs to steel pipe. a . Joint harness bolts shall be of sufficient length , with harness lugs placed so that coupling can be slipped at least in one direction to clear joint. Provide harnesses of sufficient number and strength to withstand test pressure. b. Each harness shall have a minimum of two 5/8 -in diameter bolts. 6. Unless otherwise specified with the individual type of pipe, sleeve couplings (mechanical couplings) shall be ITT (formerly Smith Blair) Style 411 ; Dresser Style 38, similar models by Baker or equal, with the pipe stop removed . Piping Specialties 15120-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 7. Similar insulation type couplings shall be provided at the face of buildings, between different type metals or where otherwise noted. B. Split or Grooved Couplings 1. Split couplings shall be cast in two or more parts. When secured together with ASTM Al83 bolts and nuts, couplings shall engage grooved or shouldered pipe ends and encase an elastomeric gasket to create a pipe seal. Gasket material shall be as recommended by the manufacturer for the service required . Couplings for stainless steel pipe shall be compatible with stainless steel to prevent dissimilar metals reaction. 2 . Split couplings shall be as manufactured by Victaulic Company of America; Gustin-Bacon or equal. Numbers below refer to Victaulic Co. items, for reference only. 3. Unless otherwise specified with the individual type of pipe: a. Flexible split ring couplings shall be: 1) grooved ends -Style 77 2) shouldered ends -Style 44 b. Rigid split ring couplings shall be: 1) grooved ends -rigid groove with Style HP-70 couplings on ductile iron less than 18-in diameter with sufficient wall thickness per A WW A C606, on standard groove with Style 77 coupling on manufactured steel or other pipe. 2) shouldered ends -Style 44 coupling on ductile iron over 16-in diameter or without sufficient wall thickness per A WW A C606 or on manufactured steel pipe or thin wall stainless steel pipe. 4. Ductile iron pipe for use with split-type coupling joints shall have radius grooved ends conforming to A WW A C606. Pipe shall have grooved ends to provide either a rigid joint or flexible joint as shown on the Drawings and as specified herein. Flexible joint grooving shall permit expansion and contraction, and angular deflection . Rigid joint grooving shall allow no angular or linear movement. Minimum pipe wall thickness for grooved pipe shall be the following class: Size Class 4 thru 16 53 18 54 20 55 24 56 5 . Grooved couplings for steel and stainless steel piping shall have roll grooving, machine-grooving, or ring collars fully welded to the pipe or fitting. 6. Rigid split couplings may be substituted for flanges, if approved by Engineer. Piping Sp ecialti es 15120-10 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 7 . Certain minimum thickness of pipe walls are required by A WW A C606 and coupling manu- facturers for use of various type split couplings with certain pipes . The Contractor shall be responsible for utilizing at least those minimum wall thicknesses required (unless a greater thickness is specified or required in the individual pipe specifications) with split couplings. 8. If minimum thicknesses are not utilized with grooving , then a shouldered end treatment with couplings as noted shall be utilized. C . Flanged Adaptors 1. Flanged adaptor connections for grooved or shouldered end pipe compatible with split couplings at fittings, valves and equipment shall be VIC-Flange Style 341 as manufactured by the Victaulic Company of America, or equal product as manufactured by Gustin-Bacon . 2. Flanged adaptor connections for plain end pipe at fittings , valves and equipment shall be Dresser Style 127 or 128, similar models by ITT (formerly Smith-Blair); Baker or equal. 3. Where shown or noted on the Drawings, restrained flanged adapters shall be furnished as dismantling joints as manufactured by Viking-Johnson or approved equal. D . Pump and Equipment Flexible Connectors 1. The flexible connectors shall be expansion/vibration joints of the single, filled-arch type of EPDM construction with carcass of high grade woven cotton or suitable synthetic fiber and individual solid steel ring reinforcement. Soft rubber fillers shall be integrally cured into the arches to provide a smooth flow path to prevent settling of material into the arch . Joints shall be constructed to pipeline size and to meet working pressures and corrosive conditions similar to the line where installed . Joints shall have full faced fabric reinforced flanges molded integral with the body . 2. Split steel or ductile iron back-up rings shall be provided to ensure a good joint. Rings shall be designed for mating with ANSI Standard minimum 150 lb flanges. 3. Expansion/vibration joints shall be furnished with Type 316 SST control (harness) units. Harness units shall consist of minimum two drilled plates, stretcher bolts, and rubber washers backed by metal washers. The stretcher bolts shall prevent over-elongation of the joint. Extra nuts shall be provided on the stretcher bolts on the inside of the plate to prevent overcompression. All nuts, bolts and plates shall be galvanized . 4 . The manufacturer of the expansion joints shall be a member of the Rubber Expansion Joint Division of the Fluid Sealing Association. Expansion joints shall be Style 300, non-metallic expansion joints, with filled-arch as manufactured by Holz Rubber Company., Lodi, CA or similar products of Mercer Rubber; Goodall Rubber ; Garloc; Proco Products Inc., Stockton, CA or equal. 5 . In addition to other locations shown on the Drawings, expansion joints shall be utilized in all exposed piping, within one foot of a building expansion joint, and on the suction and discharge side of all positive displacement pumps, compressors and rotating machinery, as close to the unit as possible. Piping Specialties 15120-11 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 E. Flexible Connectors 1. Provide one flexible connector for the seal water connection to each pump stuffing box. Connectors shall be of hose of Buna-N or similar resilient material, with fiber reinforcement, rated minimum 150 psi with bronze or Type 304 stainless steel NPT end fittings and shall be 12-in in length . Connectors shall be for the purpose of isolating pump vibration from the seal water piping. 2.13 HARNESSING AND RESTRAINT A. Where harnessed couplings or adapters are noted, they shall conform to A WW A Manual Ml 1 except as modified by the Drawings or this Specification. B. Unless otherwise noted, size and material for tie rods, clamps, plates and hex nuts shall be as shown on the Drawings, or, if not shown on the Drawings, shall be as required in A WW A Manual Mll. C. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufacturer's standard design utilizing a locking device (ring or ears) integrally cast with the pipe. D. The Contractor shall be responsible for anchorage including restraint as noted elsewhere in Division 15. 2.14 ROTAMETERS AND FLOW INDICATORS A. Rotameters for the systems listed below shall be of the glass tube type with Borosilicate glass tubes, Type 302 stainless steel frames with slip-on covers, 10-in detached type aluminum scales graduated in gallons per minute, 10: 1 flow range, accuracy of 2 percent of full scale and vertical screwed end connections. Capacity, size and materials of construction shall be as shown on the Drawings . Tube size shall be the same size as the end connections. Pressure drop at rated capacity shall not exceed 32-in of water . B. Number and size of rotameters shall be as shown on the Drawings. C . Flow indicators for shaft seal/flushing water systems shall be brass body, glass or plastic tube, stainless steel float, 125 psi pressure rating. Accuracy shall be at least 5 percent of full scale. 2.15 SPRAY NOZZLES A. Nozzles shall be of the size, with feed rates as noted on the Drawings. Nozzles shall be attached to the distribution header, as indicated on the Drawings, via split-eyelet connections. Unless otherwise noted nozzles shall be Type 316 stainless steel. B. Each nozzle shall be furnished with a stainless steel adjustable ball fitting . C. The distribution piping to the nozzles shall be sloped for drainage and shall be adequately supported to prevent sagging, while facilitating access for nozzle replacement. The Contractor Piping Specialties 15120-12 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 shall test the system to demonstrate to the Engineer that it is entirely self-draining prior to acceptance . D . All nozzles shall be the appropriate model, as manufactured by Spraying Systems Incorporated or equal. 2.16 APPURTENANCES AND MISCELLANEOUS ITEMS A. All gaskets, glands , bolts, nuts and other required hardware shall be provided for connection of piping and appurtenances. If not specified in the individual specification sections, bolts, nuts, and other hardware shall be Grade B, ASTM A307 , zinc-coated for non-submerged/buried applications. For submerged and buried applications, and installation with SST piping and fittings, bolts and nuts shall be Type 316 stainless steel per ASTM F593 and F594 . Anti-seize materials shall be applied to installation of all fasteners. All bolts and nuts shall have hexagonal heads; square and 'tee' heads are NOT acceptable . B . All gaskets for flanges shall be full face and suitable for 200 deg F operating temperature, unless higher temperature required on individual systems and the fluids carried . See also Division l. C. Plugs, caps and similar accessories shall be of the same material as the pipe and of the locking type, unless otherwise noted . D . Unions shall be of the same material as the pipe, except for dielectric connections. E. Special protective tape shall be fabric reinforced petroleum tape as manufactured by Denso Inc., Houston , TX or equal. PART 3: EXECUTION 3.01 GENERAL A . All dirt, scale, weld splatter, water and other foreign matter shall be removed from the inside and outsi de of all pipe and sub-assemblies prior to installing . B . All pipe joints and connections to equipment shall be made in such a manner as to produce a minimum of strain at the joint. C. Install piping in a neat manner with lines straight and parallel or at right angles to walls or column lines and with risers plumb. Run piping so as to avoid passing through ductwork or directly under electric light outlets and/or interference with other lines. All work shall be accomplished using recognized methods and procedures of pipe fabrication and in accordance with the latest revision of applicable ANSI Standards, ASME Codes and Pipe Fabrication Institute Standards. l. Use full length of pipe except where cut lengths are necessary. Do not spring or deform piping to make up joints. 2. Pipe shall be cut square, not upset, undersize or out of round . Ends shall be carefully reamed and cleaned before being installed . Bending of pipe is not permitted. Use fittings for all changes in direction . Piping Spec ialties 15120-13 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3. Do not use bushings except where specifically approved by the Engineer. Reducers shall be eccentric to provide for drainage from all liquid-bearing lines and facilitate air removal from water lines . 4. Verify the locations and elevations of any existing piping and manholes before proceeding with work on any system. Any discrepancies between the information shown on the Drawings and the actual conditions found in the field shall be reported at once to the Engineer. No claim for extra payment will be considered if the above provision has not been complied with. 5 . Where lines of lower service rating tie into services or equipment of higher service rating the isolation valve between the two shall conform to the higher rating . 6. Mitering of pipe to form elbow is not permitted. 7 . All piping interiors shall be thoroughly cleaned after installation and kept clean by approved temporary closures on all openings until the system is put in service. Closures should be suitable to withstand the hydrostatic test. 8. End caps on pre-cleaned pipe shall not be removed until immediately before assembly . All open ends shall be capped immediately after completion of installation . 9. All miscellaneous fittings, couplings , fixtures, etc specified herein shall be installed in accordance with the manufacturer's specific written instructions . D. Test Connections 1. Provide 1/2-in female NPT test connection equipped with 1/2-in brass plug on all pump suction and discharge lines . Where indicated on the Drawings, test connections should be equipped with bar stock valve and gage. Provide test connections at all steam traps. The connection shall be located on the discharge side of the trap between the trap and the first valve. It shall consist of a 1/2-in branch connection terminated with a gate valve. E. Unions 1. Unions screwed or flanged shall be provided where indicated and in the following locations e ven if not indicated . Piping Sp eci alti es a. In long runs of piping to permit convenient disassembly for alterations or repairs . b . In by-passes around equipment. c . In connections to tanks , pumps and other equipment between the shut-off valve and the equipment. d . In connections on both sides of traps, controls and automatic control valves . 15120-14 2/17/11 City of Port Worth Eagle Mountain WTP Clearwell No. 3 F . Vents and Drains 1. Provide vents and drains in the following places : a . Water Lines -Vents at high points and drains at low points . b . Air Lines -Drains at low points . 3.02 UNIONS A. Use unions to allow dismantling of pipe, valves and equipment. 3.03 WELDING A. Welding in accordance with ANSI Standard B31 and AWS B3 .0 . B . Install welding fittings on all welded lines. Make changes in direction and intersection of lines with welding fittings. Do not miter pipes to form elbows or notching of straight runs to form tees , or any similar construction. Do not employ welder who has not been fully qualified in above specified procedure and so certified by approved welding bureau or similar locally recognized testing authority . 3 .04 FLANGED JOINTS A. Make flanged joints with bolts; bolt studs with nut on each end; or studs with nuts where one flange is tapped . Use number and size of bolts conforming to same ANSI Standard as flanges. Before flange pieces are assembled, remove rust resistant coating from machined surfaces, clean gaskets and smooth all burrs and other defects . Make up flanged joints tight, care being taken to prevent undue strain upon valves or other pieces of equipment. 3.05 SLEEVE COUPLINGS A. Install restraint systems where indicated, including tie-rods, pipe clamps or bridles, when sleeve type couplings or fittings are used in piping systems, and at changes in direction or other places as necessary, to prevent joints from pulling apart under pressure. Use bridles and tie-rods of ASTM A 193 B7 carbon steel with zinc coating as required per A WW A Ml 1, and where tie-rods replace flange bolts, fit with nut on each non-mating face side of the adjacent flanges . Joint harnessing shall conform, as a minimum, to the requirements for the bolts and tie-rod lugs as set forth in A WW A Manual Ml 1. Provide bolt/nut insulating kits as required to prevent contact between dissimilar metals where potential exists for galvanic corrosion. 3 .06 WALL SLEEVE SEALS A. Use expandable rubber segmented sealing device with corrosion-resistant fasteners to make watertight the annular space between pipe and sleeve . Determine the required inside diameter of each individual wall opening or sleeve to fit the pipe and seal to assure a watertight joint as recommended by the manufacturer, before ordering, fabricating or installing . Install pipe concen- trically through wall sleeve. Install and tighten seal per manufacturer's instructions . Piping Specialties 15120-15 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 3 .07 TESTING A. Test all pipelines for water/gas tightness as specified in the respective Piping or System sections . Furnish all labor, testing plugs or caps , pressure pumps, pipe connections, gages and all other equipment required. Testing shall be performed in accordance with one or more of the testing procedures contained in Section 15052 as specified in each Piping or System section. All testing shall be performed in the presence of the Engineer. B . Repair faulty joints or remove defective pipe and fittings and replace as approved by the Engineer. Retest. 3.08 DISINFECTION A. After satisfactory testing, all potable water collection and distribution systems shall be thoroughly disinfected with a solution of not less than 50 parts per million of available chlorine. The disinfecting solution shall be allowed to remain in the system for a period of three hours after which time all valves and faucets shall be opened and the system shall be flushed with clean water. B . Water being flushed from structures or pipelines after disinfection with a chlorine residue of 2 mg/L or greater, shall be treated with a dechlorination solution, in a method approved by the Engineer, prior to discharge to natural streams or upon the ground . If the disinfection water is bled slowly into the plant drain system, dechlorination is not required. END OF SECTION Piping Specialties 15120-16 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15140 PIPE HANGERS AND SUPPORTS A. Provide all labor, material, equipment and incidentals required as shown, specified and required to design, furnish and install the system of support, guidance and anchorage for all piping, valves and specialties. 1.02 RELATED WORK A. Concrete is included in Division 3. B. Miscellaneous metal fabrication is included in Section 05500 . C . Field painting is included in Section 09902. D. Piping and valves are included in Division 15 . 1.03 SUB MITT ALS A . Submit for approval, shop drawings for the following: 1. Detailed drawings showing all hangers and supports for each piping system specified . Shop Drawings shall show location, installation, material, loads or forces and deflection of all hangers and supports. 2. Manufacturers' catalogs, literatures and engineering data on all hangers and supports. Load ratings, materials and installation shall be consistent with the recommendations of the MSS SP-58 and MSS SP-69. 1.04 REFERENCE ST AND ARDS A. Comply with applicable provisions and recommendations of the following except as otherwise shown or specified. B . The Manufacturers Standardization Society of the Valve and Fittings Industry (MSS) 1. MSS SP-58 -Pipe Hangers and Supports -Materials, Design and Manufacture. 2 . MSS SP-69 -Pipe Hangers and Supports -Selection and Application. C. Federal Specification (FS) l. FS WWH-171, Hangers and Supports, Pipe. Pipe Hangers and Supports 15140-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 D. American Society for Testing and Materials (ASTM) l. ASTM A575 -Standard Specification for Steel Bars, Carbon, Merchant Quality, M-Grades. E. Underwriters' Laboratories, Inc. (UL) l. Standard UL-203 -Pipe Hanger Equipment for Fire Protection Service. F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A . Source Quality Control -Obtain each type of pipe hanger or support from no more than one manufacturer. 1.06 SYSTEM DESCRIPTION A . General l. It is the intent of these Contract Documents that the pipe hangers and supports be provided for all piping systems as shown in or as described in the Contract Document. B. Design Requirements 1. Contractor is responsible for the design of the pipe support system. 1.07 DELIVERY, STORAGE AND HANDLING A. All materials shall be inspected for size, quality and quantity against approved Shop Drawings upon delivery. B. All materials shall be packed, labeled and stored in a covered dry location until time of installation. 1.08 COORDINATION A . Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the hangers and supports. B. Contractor shall coordinate the location and placement of concrete inserts and drilling of structural members required. PART 2: PRODUCTS 2.01 GENERAL A. Design criteria for the fabrication of the pipe hangers and supports shall conform to the following criteria: 1. Accurate weight balance calculations shall be made to determine the required supporting force at each hanger location and the pipe weight load at each equipment concentration. Pipe Hangers and Supports 15140-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 2. Pipe hangers shall be capable of supporting the pipe in all conditions of operation. They shall allow free expansion and contraction of the piping and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. 3 . Hangers shall be designed and installed so that they cannot become disengaged by movement of the supported pipe. B. The hangers and supports shall meet with the following requirements: 1. Standard and fabricated hangers and supports shall be furnished complete with necessary inserts, bolts , nuts, rods , washers and other accessories . 2. All ferrous rods , clamps, hangers , inserts, anchor bolts , brackets and components for pipe supports shall be furnished with galvanized finish , hot dipped -galvanized coated. 3. Run piping in groups and parallel to building walls where practicable . Provide minimum clearance of 1-in between pipe and other work. 4. Install hangers or supports at all locations where piping changes direction . 5 . All hangers and supports shall be capable of adjustment after placement of piping. 6 . Each type of hanger or support shall be the product of one manufacturer. Types of hangers or support shall be kept to a minimum. 7. All suspended or supported ductile iron pipe shall have a hanger or support adjacent to each joint. 8. Vertical piping shall be supported at each floor and between floors by stays or braces designed to prevent rattling and vibration. 9. Hanger rods shall be straight and vertical. Chain, wire, strap or perforated bar hangers shall not be used . Hangers shall not be suspended from piping . 10. Prevent contact between dissimilar metal by use of copper plated, rubber or vinyl coated, or stainless steel hangers or supports. 11. Thin walled stainless steel piping shall be isolated from carbon steel by use of plastic coated hangers or supports. 12 . Hangers and supports shall provide for expansion throughout the full operating temperature range. 13. Provide lateral support, anchors and guides for all pipelines in which expansion joints are installed. Anchors and guides shall be in accordance with the recommendations of the manufacturer of the expansion joints. Pipe Hangers and Supports 15140-3 2/17/11 City of Fort Worth Eagle Mounta in WTP Clearwell No . 3 2.02 HANGERS AND SUPPORTS A . Hangers and supports shall be in accordance with MSS SP-58 . Special hangers and supports shall be in accordance with details shown on the Drawings. B. Provide hangers and supports as manufactured by one of the following. No substitutes will be considered . l. Anvil International Inc . (ITT Grinnell) 2 . Carpenter & Paterson Inc. C. Fabricated Concrete and Steel Hangers and Supports. 1. Fabricated concrete and steel hangers and supports shall be as detailed on the Drawings . Materials and design shall conform to the standards of MSS SP-58 and as required for the specific piping system . D . Hanger rod steel shall conform with ASTM A575, with square head nut on top and running thread on the bottom end. 1. Minimum size single hanger rods shall be in accordance with the schedule below unless otherwise shown or specified. Double rods used for pipe 8-in and greater may be 1/4-in less in diameter than indicated. E . Concrete Inserts Pipe Size (inches) Less than 2 2-1/2 4 through 6 8 through 12 14 through 20 Larger than 20 Rod Diameter (inches) 3/8 1/2 3/4 7/8 1 11/2 l. Concrete inserts shall be MSS SP-58 malleable Type 18 . 2. Where shown or required concrete inserts shall be of the continuous type capable of supporting 2,000 pounds per foot of insert. Section shall be 11/2-in wide and 11/2-in deep. The continuous inserts shall be as manufactured by one of the following: a . Unistrut Corporation. b. B-Line. F . Steel beam clamps shall be of malleable iron and conform to MSS SP-58. G . Brackets for wall mounting shall be MSS SP-58 Type 32 or 34. Pipe Hangers and Supports 15140-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2.03 SURFACE PREPARATION AND SHOP COATINGS A. Except where otherwise specified shop painting and coatings shall conform to manufacturers best standard finish. Field painting shall be as specified in Section 09902. Galvanized and stainless steel surfaces shall not be painted. PART 3: EXECUTION 3.01 PREPARATION A . Locate hangers, supports and accessories to support piping, valves and at all concentrated loads. B. Locate hangers, supports and accessories within maximum span lengths specified to support continuous pipeline runs . C . Locate hangers and supports to prevent vibration or swaying and to provide for expansion and contraction. D . Install items to be embedded before concrete placement. E. Fasten embedded items securely to prevent movement during concrete placement. F. Install hanger and support units on piping systems as recommended by manufacturer. G. Adjust hangers and supports and place grout for concrete supports to bring pipelines to specified elevations. H. All ferrous pipes shall be supported by galvanized steel pipe attachment. I. All copper piping shall be supported by plastic-coated or copper-plated steel pipe attachments. J. All plastic piping shall be supported by plastic-coated steel pipe attachments K. All stainless steel pipe shall be supported by plastic-coated steel pipe attachments. 3.02 INSTALLATION A. Supports and Hangers for Horizontal Pipes 1. Space supports and hangers for all piping no farther apart than indicated below unless otherwise shown . a. Copper Tube: (1) 2-in and Smaller: 6-ft. (2) 21/2-in and Larger: 8-ft. Pipe Hangers and Supports 15140-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 b . C. d. Steel Pipe: (1) 1-im and Smaller: 6-ft. (2) 11/2-in and Larger: 10-ft. Stainless Steel Pipe: (1) 2-im and Smaller: 6-ft. (2) 21/2-in and Larger: 8-ft. Plastic P'ipe: ( 1) Ma"Ximum support spacing for plastic pipe at ambient temperature shall be one-half the abo-ve values specified for steel pipe . e. Ductile Iron Pipe: ( 1) Two supports per length. 2. Additional swpports shall be placed immediately adjacent to any change in piping direction, and on both sides of valves and couplings. 3. Accurately locate inserts for hanger rods in forms before concrete is placed. 4. Use expansion anchors only to support rods, hangers and brackets for piping 2-i n and smaller and only if tine expansion anchors are designed to carry 100 percent of the full load, hangers and/or bracket and pipe load. B. Supports for Verti ,cal Piping 1. Provide riser clamp placed under hub, fitting or coupling with approved solid bearing on steel sleeve at each floor Level. 2. Where riser clamps are used with plastic piping they shall be modified so as not to exert any compressive forces on the pipe. 3 .03 ACCEPTANCE AND SERVICE A. All pipe systems shall be brought to operating pressures and temperatures. Systems shall be cycled to duplicate operating conditions. All malfunctions shall be corrected . Contractor shall furnish all labor and materials to readjust and correct faults with hangers and supports for the piping systems. END OF SECTION Pipe Hangers and Supports 15140-6 2/17111 DIVISION 16 ELECTRICAL City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART I GENERAL 1.01 SCOPE OF WORK SECTION 16000 ELECTRICAL -GENERAL PROVISIONS A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 16 . D. The work shall include furnishing and installing the following: 1. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. The Contractor shall coordinate his construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions . 2 . Conduit, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements , transmitters , local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters . Install vendor furnished cables specified under other Divisions. 3 . A complete raceway system for the Data Highway Cables and specialty cable systems. Install the Data Highway Cables and other specialty cable systems, furnished under the Instrumentation Division in accordance with the system manufacturers' installation instructions. Review the raceway layout, prior to installation, with the Process Control System supplier and the cable manufacturer to ensure raceway compatibility with the systems and materials being furnished. Where redundant cables are furnished , install the cables in separate raceways. 4 . Furnish and install light pole foundations . Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications . 5. Modifications to existing control systems including installation of auxiliary motor starter contacts, relays, switches, etc, as required to provide the control functions or inputs as shown on the Drawings. Obtain the existing equipment shop drawings from the Owner before attempting to make any modifications to the existing equipment wiring. Verify all existing wiring and connections for correctness. If record drawings are not available, trace all circuits in the field and develop the wiring diagrams necessary for completion of the work. Document all changes made to the wiring diagrams and return a marked-up set of Record Drawings to the Owner after the work is complete . Electrical -General Provisions 16000-1 2/17 /11 City of Fort Worth Eagle M ountain WTP Clearwell No. 3 6 . Coordinate the sequence of demolition with the sequence of construction to maintain plant operation in each area. Remove and demolish equipment and materials in such a sequence that the existing and proposed plant will function properly with no disruption of treatment. 7 . Make modifications to existing motor control centers, switchboards, panel boards and motor controllers including installation of circuit breakers, etc, or disconnection of circuits as required to provide the power supplies to new and existing equipment to maintain the plant in operation. 8. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy themselves as to any question that they might have, relating to existing equipment, condition or construction . E . Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment as specified in Section 16060. 1.0 2 RELATE D WORK A. Where references are made to the Related Wor k paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide s uch information or work as may be required in those references, and include such information or work as may be specified. B. All raceways, power and control wiring related to Mechanical Division equipment that is shown on the Electrical Drawings, shall be provided under Div is ion 16 . C . All electrical work provided under any Division o f the Specifications shall fully comply w ith the requirements of Division 16 . 1.03 SUB MITT ALS A . Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, materials and all other items furnished under each Section of Div ision 16 , except where specifically stated otherwise . An individually packaged submittal shall be made for each Section, and shall contain all of the information required by the Section . Partial submittals will not be accepted and will be returned unreviewed. B . Submittals will not be accepted for Section 16000 . C . Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate w hich items are appl icable on each cut sheet page . The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted , will be returned unreviewed . D . The Contractor shall check shop drawings for accuracy and contract requirements prior to submittal to the Engineer. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings confonn to Specifications and Drawings. Only one Spec ificati o n Section may be made per tran smittal. Electri cal -Ge neral Provisio ns 16000-2 2/17/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 E. Material shall not be ordered or shipped until the shop drawings have been approved . No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or "NOT APPROVED". F. Shop Drawings, O&M Manuals, and other documentation, shall be submitted as listed in each of the individual Electrical Specification Sections. 1. Submit operations and maintenance data for equipment furnished under this Division, in accordance with Division I. The manuals shall be prepared specifically for this installation and shall include catalog data sheets, drawings, equipment lists , descriptions , parts lists, etc, to instruct operating and maintenance personnel unfamiliar with such equipment. 2 . Manuals shall include the following as a minimum : a . A comprehensive index. b. A complete "As-Built" set of approved shop drawings . c. A complete list of the equipment supplied , including serial numbers, ranges and pertinent data. d. A table listing of the "as left" settings for all timing relays and alarm and trip setpoints. e. System schematic drawings "As-Built", illustrating all components, piping and electric connections of the systems supplied under this Section . f. Detailed service, maintenance and operation instructions for each item supplied . g . Special maintenance requirements particular to this system shall be clearly defined, along with special calibration and test procedures . h . The operating instructions shall also incorporate a functional description of the entire system, with references to the systems schematic drawings and instructions. 1. Complete parts list with stock numbers , including spare parts . G. Up -to-Date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved . H. At the time of jobsite delivery of the equipment, the Contractor shall have an approved shop drawing in his possession for the Owner's Inspector and Owner's Engineer, for verification . 1.04 REFERENCE CODES AND STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: I. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) Electrical -General Provisions 16000-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 3. National Fire Protection Association (NFPA) 4 . National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7. Instrument Society of America (ISA) 8 . Underwriters Laboratories (UL) 9 . Factory Mutual (FM) 10 . City of Fort Worth Electrical Code B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . C . All material and equipment, for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed . D . If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance . If there is any conflict or discrepancy between standard specifications , or codes of any technical society, organization or association , or between Laws and Regulations, the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. E . In accordance with the intent of the Contract Documents, the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, the Contractor's responsibility to comply with all Laws and Regulations at all times 1.05 ELECTRICAL EQUIPMENT ENCLOSURE TYPES FOR AREA CLASSIFICATIONS A . Unless otherwise specified herein or shown on the Drawings , electrical equipment enclosures and associated installations shall have the following ratings : 1. Provide NEMA 7 /8 combination enclosures for either indoor or outdoor use in hazardous (classified as Class 1, Division 1, Groups B , C and D), as defined in NFPA 70 . 2 . Provide Non-metallic type NEMA 4X enclosures, of PVC or fiberglass reinforced polyester, for Chlorine, Caustic and other Chemical Rooms. Fiberglass enclosures shall not be used in the presence of sodium hypochlorite. 3 . Provide NEMA 12 enclosures, unless otherwise specified herein or shown on the Drawings, for all dry, indoor above grade locations . Tthese areas shall be limited to electrical rooms , administration areas, control rooms and storage rooms . Ele ctrical -General Provisi ons 16000-4 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 4. Provide NEMA 4X Aluminum Enclosures where specifically designated herein or shown on the Drawings . 5. Provide NEMA 4X 316 Stainless Steel enclosures for all other locations. 6 . NEMA Types I or IA enclosures will not be permitted, unless specifically stated in the Specification for the equipment, or shown on the Drawings . 1.06 CODES, INSPECTION AND FEES A . Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction . B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.07 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer on a monthly basis. C. Record Drawings shall accurately show the installed condition of the following items: I. One-line Diagram(s). 2. Raceways and pullboxes . 3. Conductor sizes and conduit fills . 4 . Panel Schedule(s). 5. Control Wiring Diagram(s). 6 . Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle and switch outlet locations. 8. Underground raceway and duct bank routing . 9. Plan view, sizes and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. D . Submit a typical example of a schedule of control wiring raceways and wire numbers, including the following information : I. Circuit origin, destination and wire numbers. 2. Field wiring terminal strip names and numbers. Electrical -General Provisions 16000-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 E. As an alternate, submit a typical example of point-to-point connection diagrams showing the same information, may be submitted in place of the schedule of control wiring raceways and wire numbers. F. Submit the record drawings and the schedule of control wiring raceways and wire numbers ( or the point-to-point connection diagram) to the Owner/Engineer. G. The Contractor's retainage shall not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 1.08 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables . Submit copies of wiring diagrams or tables with Record Drawings . B . Furnish and install all equipment interconnections . 1.09 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re-used. B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not submitted and approved for this project. Use of any such material or equipment, will be rejected, removed and replaced by the Contractor, with the approved material and equipment, at his own expense . C. Material and equipment shall be UL listed , where such listing exists . D . The Contractor shall be responsible for all material , product, equipment and workmanship being furnished by him for the duration of the project. He shall replace the equipment if it does not meet the Contract Documents . 1.10 JOB SITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted . B. Equipment and materials shall be handled and stored in accordance with the manufacturer 's instructions, and as specified in the individual Specification Sections . 1.11 WARRANTIES A. Manufacturer's warranties shall be as specified in each of the Specification Sections. 1.12 EQUIPMENT IDENTIFICATION A. Identify equipment (disconnect switches, separately mounted motor starters , control stations, etc) furnished under Division 16 with the name of the equipment it serves. Motor control centers, Electrical -General Provi sions 16000-6 2/17/11 City offort Worth Eagle Mountain WTP Clearwell No. 3 control panels, panel boards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc, shall have nameplate designations as shown on the Drawings . PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs . Coordinate the conduit installation with other trades and the actual supplied equipment. B . Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings . C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. D . Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. E . Verify the exact locations and mounting heights of lighting fixtures , switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures , outlets and similar devices shown on the Drawings are approximate only . Exact locations shall be determined by the Contractor and approved by the Owner/Engineer during construction . Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner . G . Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work, which is required due to the Contractor's use of a pre- approved alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. No additional compensation will be provided for changes in the work, either his/her own or others, caused by such redesign. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system . Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HV AC ducts , cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. Electrical -General Provisions 16000-7 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No . 3 J . The Contractor shall run all conduit and wire to RTU and/or PLC termination cabinets, where designated on the Drawings. The conduit and wire as shown on the interface drawings may not necessarily be shown on the floor plan. K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120 volt control conductors. L. Raceways and conductors for thermostats controlling HY AC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats, the HY AC equipment and the motor starters for a complete and operating system . All raceways and power conductors shall be in accordance with Division 16. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces . Refer to the HY AC drawings for the locations of the thermostats and controls . M . Raceways and conductors for the fire alarm , sound and page party systems are not shown on the Drawings . Provide raceways and conductors as required by the system manufacturer for a complete and operating system. All raceways and power conductors shall be in accordance with Division 16 . Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.02 EQUIPMENT PADS AND SUPPORTS A . Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations , are shown on the Structural Drawings. B . No electrical equipment or raceways , shall be attached to or supported from , sheet metal walls. 3.03 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors , walls , partitions, etc . Locate all necessary slots for electrical work and form before concrete is poured . B . Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed . Requests for this deviation must be submitted in writing. No additional compensation for such change will be allowed. D . Seal all openings, sleeves, penetration and slots as specified in Section 16110. 3.04 CUTTING AND PATCHING A . Cutting and patching shall be done in a thoroughly workmanlike manner. Saw cut all concrete and masonry prior to breaking out sections. B . Core drill holes in concrete floors and walls as required. Contractor shall obtain written permission from the Owner/E ngineer before core drilling any holes larger than 2 inches. Electrical -General Provisions 16000-8 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 C . Install work at such time as to require the minimum amount of cutting and patching . D. Do not cut joists, beams, girders, columns or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. F . Patching to be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed . I. Remove rubble and excess patching materials from the premises . J. When existing conduits are cut at the floor line of wall line , they shall be filled with grout of suitable patching material. 3 .05 INSTALLATION A . Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No extra compensation will be allowed for making these changes . B . All dimensions shall be field verified at the job site and coordinated with the work of all other trades . C. Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors . Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section . Do not install electrical equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer, or shall be replaced at no additional cost at the Owner/Engineer's discretion . D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged, the entire panel or section shall be replaced, at no additional cost to the Owner. 3.06 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases . Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases. B . Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 16120. 3 .07 MANUFACTURER'S SERVICE Electrical -General Provi sions 16000-9 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 A . Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. All settings, including those settings and arc flash labels required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer prior to energizing of the equipment. B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturers warranty repairs . 3.08 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 16 and repair or replace all defective work. Make adjustments to the systems as specified and/or required. B. Prior to energizing electrical equipment, make all tests as required by the individual specification Sections. Submit a sample test form or procedure. and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. C . Check motor nameplates for correct phase and voltage . Check bearings for proper lubrication. D. Check wire and cable terminations for tightness . E . Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected . F . Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequenced motor when connected to "A", "B" and "C" phases. G . Mechanical inspection, testing and setting of circuit breakers, disconnect switches, motor starters, control equipment, etc for proper operation. H. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed . J . Verify motor power factor capacitor ratings. K . Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. L. Refer to the individual equipment sections for additional specific testing requirements . M. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. Electrical -General Provi sions 16000-10 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 3.09 TRAINING A . The Contractor shall provide manufacturer's training as specified in each individual section of the Specifications . END OF SECTION Electrical -General Provi sions 16000-11 2/17/1 1 City effort Worth Eagle Mountain WTP Clearwell No. 3 PART I GENERAL 1.01 SCOPE OF WORK SECTION 16045 ELECTRICAL SUPPORT HARDWARE A . Furnish and install electrical support hardware , as shown on the Drawings and as specified herein . B . Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein . 1.02 RELATED WORK A. Division 16 Specifications B . Process Equipment Division Specifications C . Instrumentation Equipment Division Specifications D . Mechanical Equipment Division Specifications 1.03 SUBMITT ALS A . Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. B . The submittal information , for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e . cracked, un-cracked concrete) 2 . Acceptable drilling methods 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 4 . Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection . 5. Cure and gel time tables 6 . Temperature ranges (storage, installation and in-service). 1.04 REFERENCE CODES AND ST AND ARDS Electrical Support Hardware 16045-1 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 A . All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code (NEC) 2 . NFPA 70E Standard For Electrical Safety in the Workplace 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 4 . ASTM E 1512-93 , Standard Test Methods for Testing Bond Performance of Adhesive- Bonded Anchors, ASTM International 5. AC 308 ; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, Latest revision . 6 . SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in this Section of the Specifications , having a UL standard, shall bear the appropriate label of Underwriters Laboratories . 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demon strating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements , and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals . Delivery of incomplete constructed equipment, or equipment which failed any factory tests , will not be permitted. B . Materials shall be handled and stored in accordance with manufacturer's instructions . C. Adhesive Anchor Systems . 1. Deliver materials undamaged in Manufacturer's clearly labeled , unopened containers , identified with brand, type , and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date , minimizing storage time at job-site . 3 . Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements , including temperature restrictions . Elec tri cal Support Hard ware 16045-2 2/1 7/1 I City ofFort Worth Eagle Mountain WTP Clearwell No. 3 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6 . Storage restrictions (temperature range) and expiration date must ~e supplied with product D. Metal Framing Systems 1. Material shall be new and unused, with no signs of damage from handling. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. PART2 PRODUCTS 2.01 ANCHORING SYSTEMS A . Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable : a . HIL TI K wik Bolt 3 b. Approved equal 2 . The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges), washer and nut. 2. All parts shall be manufactured of 316 stainless steel conforming to SAE 316 . 3 . UL 203 Rated. 2 .02 ADHESIVE ANCHORING SYSTEMS A . Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: Ele ctrical Support Hardware 16045-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 a. 1-IIl,TI HIT-RTZ with HIT-HY 150 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive . 2. All parts shall be manufactured of 316 stainless steel conforming to SAE 316 standards . 2.03 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a . Tyco Unistrut b. Cooper B-Line c. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions . Manufacturers listed above are not relieved from meeting these specifications in their entirety. B . Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2 . Components shall consist of telescoping channels, slotted back-to-back channels, end clamps allthreads and conduit clamps. 3 . Minimum sizes shall be 13/16" through 3-1/4" 4 . Components shall be assembled by means of flat plate fittings, 90 degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing-fittings, Post Bases , channel nuts , washers , etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel conforming to SAE 316. Electrical Support Hard ware 16045-4 2/17/1 1 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings . B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approva l of the Owner. Coordinate the installation of the devices for piping and equipment clearance . C. No electrical equipment or raceways , shall be attached to or supported from, sheet metal walls. D . Install required safety labels. 3.02 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections . Minimum acceptable values are specified in manufacturer's instruction s. 3 .03 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems , the hole shall be clean and dry in accordance with the manufacturer's instructions . 3 .04 CLEANING A . Remove all rubbish and debris from inside and around the installation . Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags . Do not use compressed air. END OF SECTION Electrical Support Hardware 16045-5 2/17/11 City of fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 16060 ELECTRICAL DEMOLITION A. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein . 1.02 SCHEDULES A . Schedule with the Owner/Engineer for required shutdowns to accommodate system demolition and installation of temporary facilities. 1.03 STANDARDS A. Temporary wiring of systems to maintain operation of facilities while undergoing modifications and demolition shall be provided in accordance with : 1. American National Standards Institute / National Fire Protection Association (ANSI/NFPA), No . 70 -National Electrical Code (NEC), Article No. 590 -Temporary Wiring. 1.04 QUALITY ASSURANCE A . Verify field measurements and circuiting arrangements are as shown on the Drawings . B . Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition drawings are based on casual field observation and existing record documents . Discrepancies shall be reported to the Owner/Engineer before disturbing the existing installation . D. By beginning demolition, the Contractor accepts the existing conditions and warrants that he will maintain service to equipment and items not scheduled or indicated for removal. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual Sections . 2 .02 DESIGN AND CONSTRUCTION A. If temporary electrical wiring and facilities are required, the Contractor shall provide such wiring and facilities to comply with the NEC. PART 3 EXECUTION Electrical Demolition 16060-1 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwe ll No. 3 3 .01 PREPARATION A . Disconnect electrical systems in walls, floors and ceilings scheduled for removal. B . Coordinate utility service outages with the Utility Company to provide continuous service to operating equipment. C . Provide temporary wiring and connections to maintain existing systems in service during construction . When work must be performed on energized equipment or circuits, use personnel experienced in such operations . D . Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from the Owner/Engineer at least one week in advance, before partially or completely disabling system. 3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A . Remove, relocate and extend existing installations to accommodate new construction . B . Remove abandoned wiring to source of supply. C . Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling fini shes. Cut conduit flu s h with walls and floors , and patch surfaces . D . Disconnect abandoned outlets and remove devices . R emove abandoned outlets if conduit serving them is abandoned and removed. Provide blank cover fo r abandoned outlets which are not removed . E . Disconnect and remove abandoned panelboards and distribution equipment. F . Disconnect and remove electrical devices and equipment that has been removed. G . Repair adjacent construction and fini s hes damaged during demolition and extension work. H . Maintain access to existing installations which remain active . Modify in stallation or provide access to panels as appropriate . I. Where the demolition or revision of any portion of a raceway or bo x in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or specification requirements of the area, the Contractor shall provide and install such boxes, fittings , etc . as may be necessary to return the raceway system to compliance with Specifications. J . Extend existing installations using materials and methods as specified for new work . K. Carry out the work in an orderly and careful manner. Hold noise, du st , and vibration to a minimum and conduct the Work so as to avoid any damage to the surroundings. Remove all items and parts as shown and noted on the Drawings and as otherwise may be required to be removed to carry out the Work. Electrical Dem oli ti on 16060-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 L. Salvaged Equipment and Materials l . The Owner shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Prior to starting demolition , the Contractor and Owner/Engineer shall jointly visit the areas of demolition and the Owner/Engineer will designate those items that are to remain the property of the Owner. 3 . Equipment and material designated by the Owner, as remaining the property of the Owner, shall be removed from the structure and hauled to a designated location on the site and stored for the Owner's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering and tie securely or store inside Owner furnished storage as directed by the Owner/Engineer. 4 . Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes . Do not use a cutting torch to separate the Owner's equipment or material unless approved by the Engineer. 5. Generally , items shall be removed in one piece or in a manner that does not impact their reuse. Loose components may be removed separately . Controls and electrical equipment may be removed from the equipment and handled separately. Large units may be handled separately. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M . Material removed from the construction site during demolition , and any equipment not otherwise designated to remain the property of the Owner in accordance with the pre-demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site . N . The Contractor shall refurbish and replace any existing facility to be left in place which is damaged by the demolition operations at no additional expense to the Owner. The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the Work . 3 .03 CLEANING AND REPAIR A . Clean and repair existing materials and equipment which remain or are to be reused. B . Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions . Provide typed circuit directory showing revised circuiting arrangement. END OF SECTION Electrical Demolition 16060-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 16120 WIRES AND CABLES (600 VOLT MAXIMUM) A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein . 1.02 RELATED WORK A. Provide and install all 4-20mA signal circuits, process control wiring, signal wiring to field instruments, RTU and/or PLC input and output wiring and other field wiring and cables . B . Section 16110 Raceways , Boxes and Fittings C. Section 16600 Underground System 1.03 SUBMITTALS A . Shop Drawings 1. Submit catalog data of all wire and cable and accessories specified under this Section with all selections, options and exceptions clearly indicated. B . Certified Tests 1. Submit a test report of all installed wire insulation tests . C. Operation and Maintenance Manuals 1. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits . 1.04 REFERENCE CODES AND STANDARDS A . The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70-National Electrical Code (NEC) 2 . NEMA WC-5 -Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3 . ANSI/TIA/EIA 606A -Standard for telecommunications Infrastructure Wires and Cables (600 Volt Maximum) 16120-1 2/17/11 City of Fort Wo rth Eagle Mountain WTP Clearwell No. 3 1.05 QUALITY ASSURANCE A. The general construction of the wire, cables and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. B. Wire and cable with a manufacture date of greater than twelve (12) months previous will not be acceptable . C. Wire and cable shall be in new condition, with the manufacturer 's packaging intact, stored indoors since manufacture, and shall not have been subjected to the weather. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A . Prior to jobsite deliv ery , the Contractor shall have su cc ess full y completed all submittal requirements , and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals . Delivery of incomplete con structed equipment, or equipment which failed an y factory te sts , will not be permitted. B. Check for reel s not completely restrained , reels with interlockin g flanges or broken flanges, damaged reel covering or any other indication of damage . Do not drop reel s from any height. C . Unload reels us ing a sling and spreader bar. Roll reel s in the direction of the arrows shown on the reel and on surface s free of obstructions that could damage the wire and cabl e. D. Store cabl e on a solid , well drained location . Cover cabl e re e ls with plastic sheeting or tarpaulin . Do not Jay reel s flat. 1.07 WARRANTY A . The Manufacturer shall warrant the wiring and installation to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the installation to new operating condition . PART 2 PRODUCTS 2 .01 GENERAL A. Wires and cable s shall be of annealed , 98 percent conductivi ty, soft drawn tinned copper. B . All conductors shall be stranded. C . Except for control , signal and instrumentation circuits , wire sma ller than No. 12 AWG shall not be used. Wires and Cables (600 Volt Maxi mum) 16120-2 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2 .02 BUILDING WIRE A . All building wire shall be tinned stranded copper conductors, NEC Type XHHW-2 , as manufactured by Southwire , General Cable or approved equal. 2 .03 TRAY CABLE A . Cable for tray use shall be tinned stranded copper conductors , NEC Type XHHW insulation , rated as UL Type TC cable . Cable shall be sunlight resistant and approved for direct burial. Cable shall be as manufactured by Southwire, General Cable or approved equal. 2.04 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be tinned stranded copper conductor, Type XHHW with green insulation, as manufactured by Southwire, General Cable , or approved equal. 2 .05 BONDING JUMPER A . Bonding Jumper shall be bare tinned stranded copper conductor, as manufactured by Southwire , General Cable, or approved equal. 2.06 CONTROL WIRE AND CABLE A . Control wire shall be tinn ed NEC Type XHHW-2 as manufactured by Southwire or appro ved equal. B . Multi-conductor control cable , shall be stranded, tinned , No .14 A WG 600V, polyvinyl chloride insulated, nylon jacket over insulation , polyvinyl chloride jacket overall , Ty pe TC as manufactured by Southwire, Okonite or approved equal. 2.07 INSTRUMENTATION CABLE A . Cables for 4-20 ma and similar signals shall be PL TC rated and shall be : I . Single pair cable: Conductors: 2 # 16 stranded, tinned and twisted on 2-in lay Insulation : PVC with 600 volt, 105 degree C rating Shield: 100 percent mylar tape with drain wire Jacket: PVC with UL and manufacturers identification Misc: UL listed for underground wet location use Manufacturers: Belden or approved equal 2 . Three conductor (triad) cable : Conductors : 3 # 16 stranded, tinned and twisted on 2-in lay Insulation : PVC with 600 volt, I 05 degree Crating Shield: 100 percent mylar tape with drain wire Jacket: PVC with UL and manufacturers identification Misc : UL listed for underground wet location use Wires and Ca ble s (600 Volt Maximum ) 16120-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 Manufacturers: Belden or approved equal 3 . Multiple pair cables (where shown on the Drawings): Conductor: Multiple pairs, # 16 stranded, tinned and twisted on a 2-in lay Insulation: PVC with 600 volt, 105 degree Crating Shield: Individual pairs shielded with 100 percent mylar tape and drain wire Jacket: PVC with UL manufacturers identification Misc : UL listed for underground wet location use Manufacturers: Belden or approved equal 2.08 TERMINATION MATERIALS A. Power Conductors: Termination materials , of conductors at equipment, shall be as specified in the relevant equipment Section. B . Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals): Termination connectors shall be of the set screw, tongue type, as manufactured by Phoenix Contact, Entrelec, Allen Bradley, or equal. C. Motor Conductors : Motor connections shall be ring type compression terminations on the motor leads and secured with bolt, nut and spring washer. Connections shall be rubber insulated , half lap and two layers minimum of Scotch 33 tape . 2 .09 SPLICE MATERIALS A. Power Conductors: For wires sizes #8 and smaller, provide wire nuts with metal inserts , 3M or Ideal, rubber insulated with half lap and two laye rs minimum of Scotch 33 tape . For wires greater than #8 A WG, provide a heat shrink insulated , color-coded, die-crimped splice lug, T &B 54XXX, or equal, rubber insulated, with half lap and two layers minimum of Scotch 33 tape. B . Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.10 WALL AND FLOOR SLAB OPENING SEALS A . Wall and floor slab openings shall be sealed with "F LAME-SAFE" as manufactured by the Thomas & Betts Corp . or equal. 2.11 WIRE AND CABLE TAGS A. The Contractor shall use the tagging formats for wire and cable as shown on the Drawings. Where modifications or additions are made to exi sting wire and cable runs, the Contractor shall replace existing tags with new modified tags . B. Wire tags for wire sizes, #2 A WG and smaller, shall be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible marking process . Character size shall be a minimum of 1/8" in height. Hand written tag s shall not be acceptable . Where ends are not available, attach cable tags with nylon tie cord. Wires and Cables (600 Volt Maximum) 16120-4 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 C . Tags for wires larger than #2 A WG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal , nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped-on markers are not acceptable . E. Tagging shall be done in accordance with the execution portion of these Specifications. 2 .12 WIRE COLOR CODE A . All wire shall be color coded or coded using electrical tape in sizes #8 or greater, where colored insulation is not available . Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination . B. The following coding shall be used : System Wire Color I-Phase, 3 Wire Phase A Black Phase B Blue Neutral White 208Y/120 , Volts Phase A Black 3-Phase, 4 Wire Phase B Red Phase C Blue Neutral White 480/2 77 , Volts Phase A Brown 3-Phase, 4 Wire Phase B Orange Phase C Yellow Neutral Gray/White with one or more colored stripes 2 .13 CABLE TAG COLOR CODE A. All cable tags shall be white in color. PART3 EXECUTION 3.01 GENERAL A. Do not install pull wires and conductors until the raceway system is in place. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation . D . Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire . Wires and Cables (600 Volt Maximum) 16120-5 2/17/11 City of Fort Worth Eagle Mounta in WTP Clearwe ll N o. 3 E. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment. Where conductors are found to have been installed without tension-monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material , and removed from the jobsite. New conductors and cables shall be reinstalled , tagged and raceways resealed , all at no expense to the Owner. F . Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii . Where pulling compound is used , use only UL listed compound compatible with the cable outer jacket and with the raceway involved . G . Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. H . Where single conductors and cables in manholes , handholes , vaults, cable trays, and other indi cated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon , self-locking,, releasable , cable tie s placed at interval s not exceeding 4 inche s on centers . I. All wire and cable installed in cable trays shall be UL Listed as Type TC , for cable tray use . 3.02 CONDUCTORS 600 VOLTS AND BELOW A . Provide conductor sizes indicated on Drawings, as a minimum . B . Use crimp connectors on all stranded conductors . C . Soldered mechanical joints insulated w ith tape will not be acc eptable . D . Arrange wiring in cabinets and panels neatly cut to proper length , remove surplus wire , and bridle and secure in an acceptable manner. Identify all circuits enterin g motor control centers or other control cabinets in accordance with the conductor id entificati on sys tem specified herein . E. Terminate control and instrumentation wiring with methods con sistent with terminals provided , and in accordance with terminal manufacturer's in stru cti on s . F . Attach compression lugs , larger than #6 A WG , with a tool specifically designed for that purpose which provides a complete, controlled crimp where th e tool w ill not release until the crimp is complete . Use of plier type crimpers is not acceptable . G . Cap spare conductors and conductors not terminated with the UL li sted end caps . H . Where conductors pass through holes or over edges in sheet metal , remove all burrs , chamfer all edges , and install bushings and protective strips of in s ulating material to protect the conductors . I. For conductors that will be connected by others, provide at least 6 feet spare conductors in free standing panels and at least 2 feet spare in other ass emblies. Provide additional spare conductor in any particular assembly where it is obvi ous that more conductor will be needed to reach the termination point. 3 .03 GROUNDING Wires and Cables (600 Volt Max imu m) 161 2 0-6 2/17 /11 City of Fort Worth Eagle Mountain wrP Clearwell No. 3 A. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly grounded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connected to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process . 3 .04 TERMINATIONS AND SPLICES A. Power conductors: Terminations shall be made with connectors as specified. Splices shall be allowed in Junction Boxes only. No splicing of conductors shall be made in outlet bodies or underground. B . Control Conductors: Splices of control conductors will not be permitted between terminal points. Terminations shall be made with approved terminals as specified. C. Instrumentation Signal Conductors (including graphic panel , alarm, low and high level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Tenninations shall be made with connectors as specified. Each tennination of paired shielded or triad shielded shall be coated with silicone jelly after termination. The shield of pair shielded and triad shielded shall be terminated on terminal strips . D. Except where specifically permitted by the Owner/Engineer, in writing, no splices will be allowed in manholes, handholes or other below grade located boxes . 3 .05 INSTRUMENTATION CABLES A . Instrumentation cables shall be installed in raceways as specified . Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads . In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be us ed wherever three wire circuits are required . B . Tenninal blocks shall be provided at all instrument cable junction boxes , and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, coaxial cable, data highway cab le , discrete 1/0, multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes , or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded as recommended by the instrument manufacturer and isolated at all other locations. Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Where individual circuit shielding is required, each shield circuit shall be provided with its own block. E. Seal openings in slabs and walls through which wires and cables pass . 3.06 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways. A termination point in defined as any point or junction where a wire or cable is Wires and Cables (600 Volt Maximum) 16120-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 physically connected. This includes terminal blocks and device terminals . A major access point to a raceway is defined as any enclosure, box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis . C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged . Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable . 3.07 CABLE TAGGING A . All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification. B . The cable tag shall be installed where the cable enters and leaves each access point ( e.g., junction box, manhole , etc.). In cases of limited access space, a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations , the tag shall be installed at the end of the jacket. 3.08 RACEWAY SEALING A . Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M I OOONS Watertight Sealant, or approved equal. B . This requirement shall be strictly adhered to for all raceways in the conduit system. 3.09 FIELD TESTS A . Conductors Under 600 Volts 1. Perform insulation resistance testing of all power circuits below 600 volts with a 1000-volt megger, in accordance with the recommendations of the wire manufacturer. 2 . Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. 3. Minimum acceptable value for insulation resistance is I 00 megohms for cable lengths 40 feet or less. Lower values shall be acceptable only by the Owner/Engineer's specific written approval. For lengths longer than 40 feet, the minimum megohm value shall be 2000 megohms per foot. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests : After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests witnessed by the Owner/Engineer to ensure that instrumentation cable shields are isolated from ground , except at the grounding point. Remove all improper grounds . Wires and Cables (600 Volt Maximum) 16120-8 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 Wires and Cables (600 Volt Maximum) END OF SECTION 16120-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 SECTION 16196 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) PART 1 GENERAL 1.01 SCOPE OF WORK A . This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs), to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section . B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.02 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections . Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. B . Submit catalog data for all items supplied from this specification Section as applicable . Submittal shall include catalog data, functions, ratings, inputs, outputs, displays , etc ., sufficient to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted , will be returned unreviewed . C . The submittals shall include: I. Dimensional drawing of each SPD type. 2. UL 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, documentation . Provide verification that the SPD complies with the required ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory (NRTL). 3. UL 1283 Listing, Electromagnetic Interference Filters , documentation . 4. ANSVIEEE C6241 and C6245, Category C3 (20kV-1.2/50 , I OkA-8/20µs waveform) clamping voltage test results . D. Operation and Maintenance Manuals . 1. Operation and Maintenance manuals shall include the following information : a . Manufacturer 's contact address and telephone number for parts and service . b . Instruction books and/or leaflets Low Voltage Surge Protective Devices (SPDs) 16196-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.03 REFERENCE CODES AND STANDARDS A . The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 1449 Third Edition -Surge Protective Devices 2 . UL 1283 Electromagnetic Interference Filters 3. ANSI/IEEE C62.41 .2-2002 -IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE C62.45-2002 -IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits . 5 . NEC 2008 , Article 285 6. NEMA/ISCI -109 Transient Overvoltage Withstand Test 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B . All SPDs and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable . C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.04 QUALITY ASSURANCE A . The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD, shall be fully tested and certified to the following UL standards : 1. UL 67 -Panelboards. 2 . UL 845 -Motor Control Centers . 3. UL 891 -Switchboards. Low Voltage Surge Protective Devices (SPDs) 16196-2 2/17/11 City of Fort Worth Eagle Mountain WTP Cleaiwell No . 3 4. UL 1558 -Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified . 1.05 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for IO years from date of acceptance of the equipment containing the items specified in this Section . Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition . Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer at no expense to the Owner. PART 2 PRODUCTS 2 .01 MANUFACTURERS A . Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 1 and Type 2): 1. Cutler Hammer . 2 . General Electric Co. 3 . Square D 4. Allen Bradley B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 2 .02 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDs shall be internal to the equipment being protected . Externally housed SPDs will not be acceptable. 2. UL 1449 Usage Classifications. a. Type I -Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, and intended to be installed without an external overcurrent protective device . Low Voltage Surge Protective Devices (SPDs ) 16196-3 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 b. Type 2 -Permanently connected SPDs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. c. Type 3 -Point of utilization SPDs, installed at a minimum conductor length of 10 meters (30 feet) from the electrical service panel to the point of utilization , for example cord connected, direct plug-in, receptacle type and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 3 . Construction of Type 1 and Type 2. a. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b . Overcurrent Protection : The unit shall contain thermally protected MOVs . The thermally protected MOVs shall have a thermal protection element packaged together with the MOY in order to achieve overcurrent protection of the MOY. The thermal protection element shall disconnect the MOV(s) from the system in a fail -safe manner should a condition occur that would cause them to enter a thermal runaway condition. c . Maintenance Free Design : The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable . d. Balanced Suppression Platform : The surge current shall be equally distributed to all MOY components to ensure equal stressing and maximum performance . The surge suppression platform must provide equal impedance paths to each matched MOY. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from I 0 kHz to I 00 MHz using the MIL-STD-220A insertion loss test method . f. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered , hardwired with connections utilizing low impedance conductors. g . Power and ground connections shall be prewired within the protected equipment. h . Local Monitoring: Visible indication of proper SPD connection and operation shall be provided . The indicator lights shall indicate which phase as well as which module is fully operable . The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module . A push-to-test button shall be provided to test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. Low Voltage Surge Protecti ve Devi ces (SPDs ) 16196-4 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 1. Surge Counter: The SPD shall indicate user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed . The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short-duration button press . To prevent accidental resetting, the surge counter reset button shall be depressed for a minimum of2 seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup . j . Remote Monitoring: For remote monitoring, the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal- oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels . The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards . I. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters . m. Integrated surge protective devices (SPD) shall be Component Recognized in accordance with UL 1449 Third Edition, Section 3 7.3 .2 and 3 7.4 at the standard's highest short circuit current rating (SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- l.2/50µs , 10kA-8/20µs). o. SPD shall provide suppression for all modes of protection : L-N, L-G , and N-G in WYE systems (7 Mode). 4. Construction of Type 3 . a. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. Low Voltage Surge Protective Devices (SPDs) 16196-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 c. Electrical Noise Filter: Each unit shall include a high-performance EMIIRFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method . d. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors . All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e . Power and ground connections shall be prewired within the protected equipment. f . Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSVIEEE Category C High exposure waveform (20kV- 1.2/50µs, 10kA-8/20µs). B . Applications. I. Service Entrance Rated Equipment (Type I). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device. b. Where a Type 1 SPD is installed on service entrance equipment, it shall not be required to install an additional Type 2 SPD unless specifically shown on the design drawings. c. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSVIEEE C62.4 l Category C environments. d. The SPD shall be of the same manufacturer as the equipment e. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer f. Locate the SPD on the load side of the main disconnect device , as close as possible to the phase conductors and the ground/neutral bars . g. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible . h. The SPD shall be integral to the equipment as a factory standardized design . Low Voltage S urge Protective Devices (SPDs) 16196-6 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell N o. 3 1. All monitoring and diagnostic features shall be visible from the front of the equipment. 2 . Distribution Equipment Applications (Type 2). a . This applies to switchgear, switchboards, panelboards, motor control centers , and other non-service entrance equipment where the SPD is to be permanently connected on the load side of the equipment.overcurrent device . b . The SPD shall be of the same manufacturer as the equipment. c . The SPD shall be included and mounted within the equipment by the manufacturer. d . The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD . e . The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C6 2 .41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings . SPDs shall be installed immediately follow in g the load side of the main breaker. SPDs installed in main lu g only pan e lbo ards shall be in stalled imm ediately following the incoming main lugs . g . The SPD shall not limit the use of throu gh-feed lug s, sub-feed lugs , and sub-fe ed breaker options . h . All monitoring and diagnostic features shall be visible from the front of the equipment. 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections . b . The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings . The disconnect shall be located in immediate proximity to the SPD . Connection shall be made via bus, conductors, or other connections originatin g in the SPD and shall be kept as short as possible . c . All monitoring and diagnostic features shall be v isible from the front of the equipment. 4. Mechanical Equipment Manufacturer's Prov ided Control Panels (MEMs) and Electrical Manufacturer's Provided Control Panels (OEMs) Applications (Type 1, Type 2, and Type 3) a. Where any such panel is installed as service entrance equipment, a Type I SPD shall be installed . Low Voltage Surge Pro tective Dev ices (SPDs) 16196-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 I) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type I SPD shall not be required to be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance equipment, but within 50' of wire length of the incoming power line when that line is overhead. I) The same requirements for other non-service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type I SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings . c. Where any such panel includes a PLC, a Type 3 SPD shall be installed . C. Ratings I) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The SPD shall be integral to the MEM or OEM panel , as a factory standardized design . I . Unit Operating Voltage : Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage (MCOY) of not less than 115% of nominal RMS voltage. 3 . Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for service entrance and 120 kA per phase (60 kA per mode) for distribution applications . 4. UL 1449 clamping voltage must not exceed the following : Voltage Protection Rating (VPR) Voltage 240/120 208Y/120 480Y.277 600Y/347 L -N 1200/SOOV 800V 1200V 1500V L-G 800V 800V 1200V 1500V N-G 800V 800V 1200V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSVIEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 20k.A per mode Low Voltage Surge Protective Devices (SPDs) 16196-8 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell N o . 3 2 .03 ACCESSORIES A . Furnish nameplates for each device as indicated on drawings . Color schemes shall be as indicated on Drawings. PART 3 EXECUTION 3.01 INSTALLATION A . All equipment specified herein shall be factory installed, field adjusted , tested and cleaned as an integral part of equipment specified elsewhere in the individual equ ipment Specification. B. Types I and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section . Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION Low Voltage Surge Pro tective De vic es (SPDs) 16196-9 2/1 7/1 I City ofFort Worth Eagle Mountain WTP Clearwell No . 3 SECTION 16475 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES PART 1 GENERAL 1.01 SCOPE OF WORK A . The Contractor shall furnish and install low voltage enclosed circuit breakers and disconnect switches, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings . 1.02 RELATED WORK A . Section 16000 Electrical -General Provisions B . Section 16045 Electrical Support Hardware C . Section 16105 Power System Study D . Instrumentation Equipment Division E . Mechanical Equipment Division 1.03 SUBMITTALS A . Submittals shall be made in accordance with the requirements of Division 1, Section 16000 and as specified herein . B. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 16105. Submittals made prior to such approval will be returned unreviewed . C . Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed . D. The original equipment manufacturer shall create all equipment shop drawings , including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings . E. Submit to the Owner/Engineer, shop drawings and product data, for the following : 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters , pilot lights, etc. The manufacturer 's name shall be Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-1 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No . 3 clearly visible on the each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices . Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable . Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc .. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembly. 7 . Component list with detailed component information , including original manufacturer's part number . 8. Conduit entry/exit locations 9 . Assembly ratings including: a . Short-circuit rating b. Voltage c. Continuous current 10 . Major component ratings including: a. Voltage b. Continuous current c . Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes . 12. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein . G. Field Test Reports . Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: Low Voltage Enclosed Circuit Breaker s and Disconnect Switche s 16475-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. 1.04 REFERENCE CODES AND STANDARDS A . All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): I. NEMA Standard AB I -Molded Case Circuit Breakers, Molded Case Switches and Circuit Breaker Enclosures 2 . NFPA 70 -National Electrical Code (NEC) 3 . NFPA 70E -Standard For Electrical Safety in the Workplace 4. IEEE 242 -Protection and Coordination of Industrial and Commercial Power Systems 5 . IEEE 399-Power Systems Analysis 6 . UL 489 -Molded Case Circuit Breakers and Circuit Breaker Enclosures 7. UL 1066 -Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in thi s Section of the Specifications shall bear the appropriate label of Underwriters Laboratories . 1.05 QUALITY ASSURANCE A . The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B . The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. C . Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable . D . For the equipment specified herein , the manufacturer shall be ISO 9001 2000 certified. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING Low Voltage Enclosed Circuit Breakers and Di sconnect Switches 16475-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 A . Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements , and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted . B. Equipment shall be handled and stored in accordance with manufacturer's instructions. C . Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D . Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A . The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition . Any warranty work requiring shipping or transporting of the equipment or components shall be performed by the Contractor at no expense to the Owner. PART2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable : 1. Cutler Hammer 2 . General Electric Co . 3 . Square D B . The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions . Manufacturers listed above are not relieved from meeting these specifications in their entirety . C. All equipment furnished under this Section shall be of the same manufacturer. 2.02 RA TINGS A. The service voltage, shall be as shown on the Drawings . The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the circuit breaker or switch . Systems employing series connected ratings for main and feeder devices shall not be used . B. Circuit breakers, safety switches and associated devices shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. C. For additional ratings and construction notes , refer to the Drawings . Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475 -4 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No. 3 2.03 CONSTRUCTION A . General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices , components; protective relays , voltage ratings of devices , components and assemblies ; and other required details. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings . Allow adequate clearance for bending and terminating of cable size and type specified. 3. Built in control stations and indicating lights shall be furnished where shown on the Drawings . 4. Furnish nameplates for each device as indicated in Drawings . Nameplates shall be engraved, laminated impact acrylic, matte finish , not less than 1/16-in thick by 3/4-in by 2-1/2-in , Rowmark 322402 . Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X . Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X Yi'', or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. B . Enclosure 1. Provide NEMA 12 enclosures for dry, indoor above grade locations. Unless otherwise specified or shown on the Drawings, these areas shall be limited to electrical rooms , administration areas, control rooms and storage rooms . 2 . Provide NEMA 7 /8 combination enclosures for either indoor or outdoor use in hazardous (classified as Class 1, Division 1, Groups B, C and D), as defined in NFPA 70 . 3. Provide NEMA 4X 316 Stainless Steel enclosures for outdoor, wet locations and process areas. In addition NEMA 4X Aluminum enclosures will be allowed on an individual basis , but only where specifically designated herein or specifically shown on the Drawings . 4 . Provide non-metallic type NEMA 4X enclosures, of PVC or fiberglass reinforced polyester, for Chlorine, Caustic and other Chemical Room s. 5. NEMA 1 or 1 A enclosures will not be permitted, unless specifically stated otherwise . 6 . All enclosures shall be lockable. 7 . Provide a flange mounted, or through the door, disconnect operating handle with mechanical interlock having a bypass that will allow the enclosure door to open only when the circuit breaker or switch is in the OFF position . The circuit breaker or switch shall have the capability of being bypassed after the door has been opened . C. Internal Wiring Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-5 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 1. Wiring: Stranded copper, minimum size No. 14 A WG, with 600 Volt, 90 degree C, flame retardant, Type MTW thermoplastic insulation, NEMA Class II, Type B wiring . Line side power wiring shall be sized for the full rating or frame size of the connected device . 2. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire . The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. 3. All wiring shall be neatly bundled with ty-raps and supported to wire way supports . Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring . D. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. 2 . All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS -SCE, or equal 3 . In general , all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. 2.04 CIRCUIT BREAKERS A . Molded Case Circuit Breakers (MCCB's) l . Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating and larger, shall be molded case (MCCB), 3 Pole , 600 Volt, fixed type, with stored energy closing mechanism. Breakers shall be manually operated unless indicated as electrically operated (EO) on the Drawings. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. 2. Unless otherwise shown on the Drawings, circuit breakers less than 225 ampere frame rating shall be molded case, 3 Pole, 600 Volt, fixed type, manually operated with stored energy closing mechanism. Circuit breakers shall have inverse time and instantaneous tripping characteristics. 2.05 DISCONNECT SWITCHES A. Disconnect switches shall be heavy duty, quick make , quick break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle . Low Voltage En cl osed Circuit Bre ake rs and Disconnect Switches 16475-6 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 2.06 FUSED DISCONNECT SWITCHES A . Fused disconnect switches shall be heavy duty, quick make, quick break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle . B. Fuses shall be rejection type, 600 Volts, 200,000 A.LC ., dual element, time delay, Bussman Fusetron, Class RK 5 or equal. 2.07 MOTOR ISOLATION SWITCHES A. For motors up to and including 100 HP, the isolating switch shall be a horsepower rated, quick make, quick break, visible blades, 600 Volt, 3 pole motor circuit switch, in an enclosure as listed above and sized for the motor as shown on the Drawings . The switch shall be plainly marked "Do not operate under load". 2.08 SPARE PARTS A. Provide the following spare parts: 1. 3 -Fuses of each type used . B . Spare parts shall be boxed or packaged for long tenn storage and clearly identified on the exterior of package . Identify each item with manufacturers name, description and part number 2.09 FACTORY TESTING A. The circuit breakers and disconnects shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B . Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 EXECUTION 3 .01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage circuit breakers and disconnect switches with minimum 5 years documented experience . Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B . Verify that the equipment is ready to install. C. Verify field measurements are as instructed by manufacturer. 3 .03 INSTALLATION Low Voltage Enclosed Circuit Breakers and Di sco nnect Switches 16475-7 2/17/11 City of Fort Worth Eagle Mountain WTP C learwell No. 3 A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B . Install required safety labels. 3.04 FIELD QUALITY CONTROL A . Inspect installed equipment for anchoring, alignment, grounding and physical damage. B . Check tightness of all accessible electrical connections . Minimum acceptable values are specified in manufacturer's instructions. 3.05 FIELD ADJUSTING A . Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B . The Power Monitoring and Protective Devices shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 16105 Power System Study. All such settings, including the application of arc flash labels , shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3 .06 FIELD TESTING A . Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B . Megger and record phase to phase and phase to ground insulation resistance. Megger, for 1 minute, at minimum voltage of 1000 VDC . Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer 's maximum test voltages be exceeded . C. Test the ground fault protection system using a high current injection method . D . Test the rating plug for correct rating. 3.07 CLEANING A . Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3 .08 EQUIPMENT PROTECTION AND RESTORATION A . Touch-up and restore damaged surfaces to factory finish , as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. Low Voltage Enc losed Circuit Breakers and Disco nn ect Switches END OF SECTION 16475-8 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No . 3 SECTION 16486 MECHANICAL EQUIPMENT MANUFACTURER'S PROVIDED CONTROL PANELS (MEMs) PART 1 GENERAL 1.01 SCOPE OF WORK A . Furnish and install functional control panels to manually or automatically operate control systems as specified in the detailed requirements of this Section and as shown on the Drawings and described in the Process Equipment Division Specifications . B . All submittals for , process equipment panels specified under this Section, shall be submitted as a part of the Process Equipment manufacturer 's submittal under the Process Equipment Division submittals . 1.02 RELATED WORK A . Section 16000 Electrical -General Provisions B . Section 16045 Electrical Support Hardware C . Section 16196 Low Voltage Surge Protective De v ic es (SPD s) D . Section 11319 Submersible Pumps 1.0 3 SUBMITTALS A . Submittals shall be made in accordance with the requirements of Division 1, Process Equipment Division and as specified herein . B. Provide systems engineering to produce coordination curves , showing coordination between existing and breakers and /or fuses submitted, such that protective device coordination is accomplished . Such curves and settings shall be included as a part of these submittals . C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above . Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed . D . The mechanical equipment manufacturer shall create all equipment shop drawings , including all wiring diagrams , in the manufacturer's Engineering department. All equipment shop drawings shall bear the mechanical equipment manufacturer's logo , drawing file numbers , and shall be maintained on file in the mechanical equipment manufacturer's archive file sy stem . E. Submit to the Owner/Engineer, shop drawings and product data, for the following : 1. The mechanical equipment manufacturer shall use his control systems engineering department to produ ce custom unit elementary drawin gs. Drawin g s shall be on the Mechan ic al Equipment Manufactur er's Prov ided Co nt ro l Panels (I\.1EM s) 16486-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 mechanical equipment manufacturer's drawing sheets, and shall include all schematics for control logic as described in the Process Equipment Specifications, and any associated control schematics shown on the Engineer's Drawings for this project. Show interwiring and interlocking between components and to remotely mounted devices . Include and identify all connecting equipment and remote devices on the schematics . The notation "Remote Device" will not be acceptable . Show wire and terminal numbers . Indicate special identifications for devices as required by the mechanical equipment manufacturer or as may be shown on the Drawings . 2. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section. 3 . Power and control schematics including external connections. Show wire and terminal numbers and color-coding. 4 . Instruction and replacement parts books . 5. As-built final drawings. 6. Documentation that the panel assembly facility is a UL-certified facility . 7 . Facsimile of the UL label that is to be applied to the completed panel. 8. Furnish complete Bill of Materials indicating manufacturer's name and part numbers. 9. Manufacturer's cut sheets for every component used in the panel assembly adequately marked to show the items being included . The manufacturer's name shall be clearly visible on the each cut sheet submitted. I 0. Assembly ratings including : a . Short-circuit rating b. Voltage c . Continuous current 11 . Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 12. Cable terminal sizes. 13. Instruction and renewal parts books . Mechanical Equ ipment Manufacturer's Provided Control Panels (MEM s) 16486-2 2/17/11 City of Fort Worth Eagle Mountain WfP Clearwell No. 3 F . Factory Tests. Submittals shall be made for factory tests specified herein . G . Field Test Reports . Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and Maintenance Manuals shall include the following information: a . Manufacturer's contact address and telephone number for parts and service . b . Instruction books and/or leaflets c . Recommended renewal parts list d . Record Documents for the information required by the Submittals paragraph above . 1.04 REFERENCE CODES AND STANDARDS A . All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard ICS 2 -2000 Industrial Control and Systems 2. NFPA 70 -National Electrical Code (NEC) 3 . NFPA 70E -Standard For Electrical Safety in the Workplace 4 . NFPA 79 -Electrical Standard for lndustrical Machinery 5. UL 508/508A -Industrial Control Enclosures B . All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories . 1.05 QUALITY ASSURANCE A . The manufacturer of this equipment shall have produced similar control equipment for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable li st of installations with similar equipment shall be provided dem onstrating compliance with thi s requirement. B. The control panel shall be assembled in the mechanical equipment manufacturer's facility. The faci lity shall be experienced in the assembly of control panels for wastewater and water treatment systems . A submittal of the documentation, that certifies the panel fabrication facility is a UL-certified facility , is required. C. Equipment components and devices shall be UL labeled where ver UL standards exist for such equipment. The completed control panel shall be UL Labeled in accordance with UL 508 and 508A and other applicable UL standards . The panel shall al so be UL labeled for the environment Mechani cal Equipment Manufa ctu re r's Prov ide d Contr ol Panels (MEM s) 16486-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. D. Equipment submitted shall fit within the space shown on the Drawings . Equipment which does not fit within the space is not acceptable . 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A . Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B . Equipment shall be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner/Engineer. C . Shipping groups shall be designed to be shipped by truck, rail , or ship . Indoor groups shall be bolted to skids . Breakers and accessories shall be packaged and shipped separately. D . Equipment shall be installed in its permanent finished location shown on the Drawings within seven (7) calendar days of arriving onsite . If the equipment cannot be installed within seven (7) calendar days , the equipment shall not be delivered to the site , but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent in stallation of the equipment. E . Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location , until equipment is placed in service. 1.07 WARRANTY A . The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for the same length of time as the associated mechanical equipment, but not less than 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work , requiring shipping or transporting of the equipment, shall be performed by the Manufacturer, at no expense to the Owner. PART2 PRODUCTS 2 .01 MANUFACTURER A . Subject to compliance with the Contract Documents, the following material Manufacturers are acceptable: 1. General Electric Co. 2. Eaton/ Cutler-Hammer Mechani c al Equipment Manufacturer 's Provided Co ntrol Panel s (MEMs ) 16486-4 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 3. Square D Co. 4. Allen Bradley B . The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Materials listed above are not relieved from meeting these Specifications in their entirety. C. The mechanical equipment manufacturer may optionally, provide a Control Panel which he manufactures "in house" using his standard design, equipment and components which he normally maintains in his factory stock. He must provide the ratings and functionality specified. Subcontracted panels, regardless of manufacturer, will not be acceptable for this option. Such panels must be designed and built by the mechanical equipment manufacturer. Proof of factory stock of all parts is required, with all parts factory stock maintained for immediate service replacement, for not less than 5 years from date of acceptance. D. A request for use of this option must be made at the time of equipment submittals, and the Manufacturer must submit sufficient proof of stock information and functionality for the Owner/Engineer to determine compliance with the Specifications. E . If the Manufacturer does not maintain a Parts Inventory of all components supplied, or if he cannot provide all of the functions and ratings specified, such options and equipment will not be approved. F. Panels offered, not meeting the option specified above, shall be manufactured in accordance with the requirements of this Specification, meeting all of the electrical standards and construction specified herein . 2.02 RA TINGS A. The service voltage shall be as specified and as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 65,000 amperes RMS symmetrical at 480/277 Volts, 22,000 amperes RMS at less than 480 Volts, 3 phase, except for 120 volts single phase, which shall be not less than 10,000 amperes. This includes all circuit breakers and combination motor starters. Systems of motor controllers employing series connected ratings for main and feeder devices shall not be used. Motor starter units shall be tested and UL 508A labeled for the specified short circuit duty in combination with the motor branch circuit protective device. B . There shall be selective device coordination between the Main Breaker, Feeder Breakers and control circuit protective devices. When using a circuit breaker or fuses as a main protective device, the instantaneous trip levels of the main protective device must be higher than the available fault current to the control panel. If fuses are utilized in the control panel design , the protective devices for 3 phase loads shall contain single phase protection of such equipment. If a fault occurs in the circuit of one load of a design with a backup load, the feeder protective device shall not remove both loads from the control system. C. Use ground fault sensing on grounded wye systems . Mechanical Equipment Manufacturer 's Provided Control Panels (MEMs) 16486-5 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No . 3 D . The complete control panel assembly shall be UL certified or carry a UL listing for "Industrial Control Panels". E . The control panel shall meet all applicable requirements of the National Electrical Code . F. The control panel enclosure shall be NEMA rated as indicated in Section 16000 of the Electrical Specifications. G . Motor controllers, including associated devices, shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. H . For additional ratings and construction notes, refer to the mechanical equipment specifications and the Drawings. I. The Manufacturer shall produce and install on each panel , an Arc Flash Warning Label listing the various Flash Hazard Protection Boundaries, calculated from NFPA 70E, Annexes, as listed below: 1. Flash Hazard Protection Boundary. 2 . Limited Approach Boundary. 3 . Restricted Boundary. 4 . Prohibited Boundary. 5. Incident Energy Level. 6. Required Personal Protective Equipment Class . 7 . Type of Fire Rated Clothing . J . Provide an Arc Flash Warning Label, printed in color and affixed to the front of each panel provided . K . Shown below is a typical label. Size of each label shall be not le s s than 8 inches wide and 6 inches tall. Mechani cal Equ ipm en t Man ufac turer 's Provided Co ntrol Pan els (MEMs) ') illl Arc Flash and 'IJr S .hock Ha:tard _Fl.NI, Hau.-d8.6UM!M'Y -""'''fl!ffllfJ..HNEdal 1• t,n:hff _,.,,c.......,. __ _ . _ .. ....,.~ .. e-•i.. _ _ Utoi!H A_..h _R ... tfklMd -"'*"°·llflh • --- -Ptof\ltJM..O Ap;Jlil'N'Gh • --- 16486-6 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No. 3 2 .03 CONSTRUCTION A . General 1. Refer to Drawings for: actual layout and location of equipment and components ; current ratings of devices , bus bars, components ; protective relays , voltage ratings of devices, components and assemblies; and other required details . 2 . Control units shall be arranged as shown on the Drawings . 3 . Except for AFD components, where the equipment contains a programmable logic controller (PLC) or a uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 16196, Individual Control Panel and Related Equipment Protection (Type 3). 4 . Where Kirk-Key arrangements are used , the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series of 316 stainless steel , or approved equal. 5 . Nameplates a . External 1) Nameplates shall be engraved, laminated impact acrylic , matte finish , not le ss than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402 . Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X . Nameplates for NEMA 4 and 4X enclosures shall be attached w ith double faced adhesive strips , TESA TUFF TAPE 4970 , .009 X Yi", or equal. Prior to installing the nameplates , the metal surface shall be thoroughly cleaned with 70 % alcohol until all residue has been removed . Epoxy adhesive or foam tape is not acceptable . 2) There shall be a master nameplate that indicates equipment ratings , manufacturer's name, shop order number and general information . Cubicle nameplates shall be mounted on the front face , on the rear panel and inside the assembly, visible when the rear panel is remo ved. 3) Provide permanent warning signs as follows : a) "Danger-High Voltage-Keep Out" on all doors . b) "Warning-Hazard of Electric Shock -Disconnect Power Before Opening or Working On This Unit" on main power disconnect. b . Internal 1) Control components mounted within the assembly, such as fuse blocks , relay s, pushbuttons, switches, etc ., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams . c . Special Me chanical Equipm e nt Manufacturer 's Provided Control Panels (MEMs) 16486-7 2/17/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 I) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 6. Control Devices and Indicators a . All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, reinforced plastic, NEMA 4/4X/13. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. Unless otherwise shown on the Drawings, lens color shall be green for OPEN, red for CLOSED, and amber for F All, or ALARM. For all control applications, except NEMA 7, indicator lamps shall incorporate a push-to-test feature . c. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d . Pushbuttons, shall be red for CLOSE and black for OPEN, with momentary or maintained contacts as required by the Drawings . e . Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable . f. The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub-suppliers . 7. A failure alarm with horn and beacon light shall be provided when required or specified. Silence and Reset buttons shall be furnished. Alarm horn and beacon shall be by Federal Signal; Crouse-Hinds, or equal, NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 7 cast aluminum . 8 . Where specified or shown on the Drawings, a six digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 16195. B. Equipment Enclosure Types for Area Classifications I. Provide NEMA 7 /8 combination enclosures for either indoor or outdoor use in hazardous (classified as Class I , Division I , Groups B , C and D), as defined in NFPA 70. Mechanical Equipment Manufacturer 's Provided Contro l Panels (MEMs) 16486-8 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 2. Provide non-metallic type NEMA 4X enclosures, of PVC or fiberglass reinforced polyester, for Chlorine, Caustic and other Chemical Rooms. Fiberglass enclosures shall not be used in the presence of sodium hypochlorite. 3. Provide NEMA 12 enclosures, unless otherwise specified herein or shown on the Drawings, for all dry, indoor above grade locations. Tthese areas shall be limited to electrical rooms, administration areas, control rooms and storage rooms. 4. Provide NEMA 4X Aluminum Enclosures where specifically designated herein or shown on the Drawings. 5. Provide NEMA 4X 316 Stainless Steel enclosures for all other locations . 6 . NEMA Types 1 or IA enclosures will not be permitted, unless specifically stated in the Specification for the equipment, or shown on the Drawings . 7 . All enclosures installed outdoors shall have a factory applied , suitable primer and final coat of weather-proof white paint. C . Panel Specifications 1. NEMA 12 Areas a. Wall Mounted 1) Enclosures shall be of factory gray painted aluminum, with mounting lugs suitable for wall mounting. Enclosures shall not have concentric holes or knockouts. Enclosures shall not be less than .080 in. thick, gauge metal. All enclosures shall have continuous hinged , foam-in-place gasketed doors with handle latch , 3-point above 20" x 20". All enclosures shall have bonding provisions on door. Enclosures shall be Comline Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings , as manufactured by Hoffman Engineering Co. or equal. b. Free Standing 1) Enclosures shall be of factory gray painted steel , with lifting eyes , without knockouts or holes . Enc losures shall not be less than 12 gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch, 3-point. All enclosures shall have bonding provisions on door. Enclosures shall be AXXXXXXFS Series with Hoffman APWKXXXXNFSS Window Kit,where shown on the Drawings, as manufactured by Hoffman Engineering Co. or equal. 2 . NEMA 4X Areas a . Wall Mounted 1) Enclosures shall be NEMA Type 4 X of 316 stainless steel with mounting lugs or brackets made on the enclosure suitable for wall mounting . Enclosures shall not Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) 16486-9 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 have holes or knockouts . Enclosures shall not be less than .080 in. thick, gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch , 3-point above 20" x 20". All enclosures shall have bonding provisions on door. Enclosures shall be LHCXXXXXXSS6 Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings , as manufactured by Hoffman Engineering Co . or equal. b . Free Standing 1) Enclosures shall be NEMA Type 4X of 316 stainless steel, with lifting eyes, without knockouts or holes. Enclosures shall not be less than 12 gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch, 3-point. All enclosures shall have bonding provisions on door. Enclosures shall be AXXXXXXFSSS6 Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings, as manufactured by Hoffman Engineering Co . or equal. 3. NEMA 7 and NEMA 8 Areas: Enclosures constructed for either indoor or outdoor use in hazardous (classified as Class 1, Division 1, Groups A, B , C, or as defined in NFPA 70 . Boxes shall be copper-free aluminum, with stainless steel hinged cover, watertight neoprene cover gasket and stainless steel bolts , Type EJB Style C as manufactured by the Crouse-Hinds Co.; Appleton Electric Co . or approved equal. 4 . Chemical Areas : Enclosures shall be NEMA 4X, non-metallic, made of PVC or fiberglass reinforced polyester. Construction shall be the same as specified for NEMA 4X terminal boxes, junction boxes, pull boxes etc . as specified above. Non-metallic boxes shall have UV inhibitors, but not mounted in direct sunlight. Where clamp type latches are required, provide quick-release luggage type latches . 5. All panels installed outdoors shall have a factory applied , suitable primer and final coat of weather-proof white paint. 6 . Each enclosure shall incorporate a removable back panel , and side panels, on which control components shall be mounted . Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. The enclosure door shall be interlocked with the main circuit breaker by a door mounted operating mechanism . Back panel shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any components. 7. All enclosures shall be padlockable. 8. The enclosure outer door shall have a rear mounted pocket, containing laminated copies of the Control schematics. 9. Overload tables shall be laminated and adhered to the inside of the door. D. Environmental Conditioning 1. Condensation Control Mechanical Equipment Manufacturer's Provi de d Control Panels (MEMs) 16486-10 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 a. A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is mounted outdoors or in a non -air- conditioned space . I) Enclosure heaters shall be energized from 120 volt, single-phase power supply and sized to prevent condensation within the enclosure . 2) Locate enclosure heaters to avoid overheating electronic hardware or producing large temperature fluctuations on the hardware . 3) Enclosure heaters shall have an internal fan for heat distribution and shall be controlled with adjustable thermostats. The thermostat shall have an adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit . Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH or equal. b. Strip heaters may be provided if they are 240 volt rated , powered at 120 volts AC and do not have a surface temperature higher than 60 °C . Strip heaters and thermostats shall be as manufactured by Chromolox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5 -in wide, 240 Volts , single phase, 150 watts , energized at 120 volts, with rust resisting iron sheath , Catalog No . OT-715 , Product Code No. 129314, or equal. Provide sufficient wattage in heaters to prevent condensation should the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the control Panel shall be Chromalox, Type WR, single stage, Catalog No . WR-80 , Product Code No .2 63 I 77, or equal. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High temperature connecting lead wire shall be used between the thermostat and the heater terminals . Wire shall be No. 12 AWG stranded, nickel-plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6-CFI-12 , Product Code No . 263783 , or equal. c. Each panel shall have a Yi" stainless steel condensate drain , installed on a stainless steel conduit hub, HGTZ Series, T &B or equal, in the bottom of the enclosure. Drain shall be 0-Z GedneyDBB-50SS, or equal. 2. Corrosion Control a. Provide corrosion protection in each control panel with a corro sion-Inhibiting vapor capsule as manufactured by Northern In struments ; Model Zerust VC , or Hoffman Engineering; Model A-HCI , or equal. 3 . Panel Interior Ambient Control Mechani cal Equipment Manufacturer's Provided Contro l Panels (MEMs) 16486-11 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwe ll No. 3 a. The manufacturer shall provide ambient temperature control within the panel to maintain internal temperatures below the maximum operating temperature s of the panel components . an ambient temperature range of -20 ° C to 40°C. b. The manufacturer shall provide panel internal heat rise calculations to show that the panel internal temperatures will be maintained below the maximum operating temperatures of the panel components . c . The calculation shall show all the internal and external heat gain loads, the expected internal temperature rise in degrees C above the specified ambient, If the specified temperature range connot be met, an air conditioning system shall be provided with sufficient capacity to maintain the temperature within the specified limits . Panels , for which the calculated heat rise exceeds 40 ° C ., shall have an air conditioning system , sized as required to reduce the heat rise to 40 ° C. or less, without violating the NEMA rating of the enclosure . d . The air conditioner shall have the foll ow in g fe ature s: 1) Use CFC-free RI34a refrigerant. 2) Have fully gasketed flange s on all four mounting edges for a watertight seal that maintains NEMA 4X rating of the panel. 3) Thermostatic low temperature control to provide energy efficient operation and prevents over-cooling. 4) EMI/RFI suppressor to minimi ze transient spikes during compre ssor on/off cycling . 5) Separated blower-driven evaporator and conden ser air systems for closed loop cooling. 6) UL listed. 7) Stainless steel enclosure . 8) Internal corrosion resistant coating . 9) Low ambient kit. 10) Short cycle protector. 11) The air conditioning unit shall be Hoffman , Thermo Electric or approved equal. 4 . Enclosure Fans a. Fans shall be furnished for soft start starters and AFD 's, as required by the manufacturer, to provide air circulatio n and cooling .. Fans shall be controlled by a temperature switch . The fan shall operate only when the drive is "ON" and for a cool-d own period after the drive has sto pp ed Otherwise the fan shall not run when Me chan ical Equipm ent Man ufac tu rer 's Provi ded Contro l Panels (MEMs) 16486-1 2 2/1 7/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 the drive is "OFF". Louvers, if provided, shall have externally removable filters . The filter shall be metallic and washable. b . Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball bearing, three phase fan motors with 10-year design life shall be used in the drive design. Plastic muffin fans are not acceptable . Fan power shall be obtained from a tap on the main control power transformer. c. A "loss of cooling" fault shall be furnished . In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, be shut down safely without electronic component failure by the temperature switch. d . Redundant fans shall be provided in the drive design as backup in the event of fan failure. 5. Corrosion Protection a . Provide corrosion protection in each control panel with a corrosion-Inhibiting vapor capsule as manufactured by Northern Instruments ; Model Zerust VC , or Hoffman Engineering; Model A-HCI, or equal. E . Internal Wiring 1. Power and control wiring shall be tinned stranded copper, minimum size No . 14 A WG , with 600 Volt, 90 degree C, flame retardant, Type MTW thermoplasti c insulation . Line side power wiring shall be sized for the full rating or frame size of the connected device , and as shown on the Drawings . 2 . Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper, twisted shielded # 16 A WG pair. 3. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks . Field wiring shall not be terminated directly on any panel-mounted device. 4 . All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire . The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. 5 . All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low twisted shielded pair cable conducting analog 4-20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power. F. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps . Circuit groups shall be supported so that circuit terminations are not stressed. In Mechanical Equipment Manufacturer's Provided Co ntrol Panels (MEMs) 16486-13 2/17/11 C ity of Fort Worth Eagle Mountain WTP Clearwell No. 3 addition , low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. 2 . All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings . Conduits shall not enter the side unless approved in writing by the Owner/Engineer. G. Terminal Blocks I . Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with tubular- clamp-screw type and end barriers . Terminal blocks shall be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal conductors . 2 . Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground . 3 . Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps , at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 4. Power conductors carrying over 20 amps , at any voltage shall be terminated to strap-screw type terminal blocks with crimp type , pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated . Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap-screw terminal point. 5 . Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals , but not less than two spare terminals . 6 . Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 7 . Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer 's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors . 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended insulated connectors . 9. Provide an AC ground bar bonded to the panel enclosure (if metal) with 20 percent s pare terminals . I 0 . Provided ground terminal blocks for each twisted -shielded pair drain wire. Mechanical Equipment Manu fac turer's Prov ided Control Pan els (MEMs) 16486-14 2/17/1 1 City ofFort Worth Eagle Mountain WfP Clearwell No . 3 H . Control Power Transformers I . Control power transformers shall be provided where required . Transformer shall be sized for all of the load, including space heaters , plus 25% spare capacity, and shall be not less than IOOVA. 2 . Transformer mechanical ratings shall equal the short circuit rating of the circuit breaker or MCP. 3 . Control power transformers shall be 120 volt grounded secondary . Primary side of the transformer shall be fused in both legs . One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 4 . All control power transformers shall have vacuum cast primary and secondary coils using epoxy resin . I. Instrument Transformers 1. All instrument transformers shall be vacuum cast us ing pol yu rethane resin. 2. Current transformers shall be provided where required . Tran sformer mechanical ratings shall equal the short circuit and momentary rating of the circuit breakers. Transformers, when mounted in the motor controller, shall be rated for the full vo ltage of the equipment. 3 . Voltage transformers shall be fixed type , with primary and secondary fuses , transformer mounted , with short circuit and momentary rating equal to the motor controller. 2 .04 SERVICE ENTRANCE DEVICE A. Where the Control Panel is rated and used as a service entrance pane l, the manufacturer shall furnish factory installed in the Control Panel, a dedicated (SPD ) (Type 2), permanently connected, Surge Protective Device on the load side of the service entrance device, as specified in Section 16196 Low Voltage AC Surge Protective Devices (SPDs). 2 .05 MAIN CIRCUIT PROTECTIVE DEVICE A . Unless otherwise shown on the Drawings, the main circuit protective device shall be a molded case (MCCB), 3 Pole , 600 Volt, fixed type, manually operated w ith stored energy closing mechanism. Trip device shall be solid state with adjustable long time pickup , and delay ; adjustable short time pickup and delay; short time i2t switch ; adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. B . Provide a flange mounted main power disconnect operating handle w ith mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position. Where panels are shown or specified with inner and outer doors, disconnecting handle s and controls shall be located on the inner door. 2.06 PROGRAMMABLE LOGIC CONTROLLER (PLC) Mec hani cal Equipment Manufacturer 's Prov ided Co ntro l Panels (MEMs) 16486-15 2/17/11 City ofFort Worth Eagle Mountain Wf P Clearwe ll No . 3 A . Where the control panel contains a programmable logic controller (PLC) for programming of the control logic , the manufacturer shall provide the address list, and an Ethernet interface to connect to the Owner's plant monitoring system for monitoring of the PLC 's operation. B . Provide a scripted program file for all PLCs. C . Where the control panel contains a programmable logic controller (PLC) or a uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed , a dedicated Point of Utilization Device (SPD), as specified in Section 16196 Indiv idual Control Panel and Related Equipment Protection (Type 3). D . The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner 's plant monitoring system for monitoring of the PLC 's operation . E . The PLCs provided for the following Panels shall be of the types listed below, and as specified in Section 17500 1. Name of panel PLC Type A. 2. Next panel 2 .07 OPERATION INTERFACE TERMINAL (OIT) A . Where the control panel contains an Operation Interface Terminal for interfacin g to the control logic , the manufacturer shall provide the address list, and an Ethernet and serial interface to connect to the related PLC for monitoring and control of the PLC 's operation . B . Provide a scripted application and fully documented setup for all OITs . C . Where the control panel contains an Operation Interface Terminal (OIT), the equipment manufacturer shall furnish factory installed , a dedicated Point of Utilization Device (SPD), as specified in Section 16196 Individual Control Panel and Related Equipment Protection (Type 3). D . The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner 's plant monitoring system for monitoring of the PLC 's OIT interface . 2 .08 REMOTE MONITORING AND CONTROL INTERFACE A . General : All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as described in the Control Strategies in Section 17400 . B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System , shall be designed for operation with an Ethernet Connection . Mechanic al Eq ui pment Man ufactu rer's Provi ded Control Pan els (MEMs) 16486-16 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 D . The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. E. Refer to Section 17405 Instrumentation Input Output List for monitored parameters. F. Communication 1. For remote monitoring, one of the following communication capabilities shall be provided : a. One (1) integral 10/lOOBaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One ( 1) media protocol converter, interfacing the provided equipment to a 10/1 OOBaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a . All data must be available and/or mirrored within the Modbus 4x or "Holding Register" memory area. b . Register 4x00001 must exist and be readable to allow simple, predictable "comm tests". 3. The media protocol converter shall meet the following criteria: a . The converter shall support 10/ 1 OOBase-T Ethernet. The serial port speed (baud rate) shall support 230kbps . The protocol shall support Modbus TCP, Ethernet IP , DFl , and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD + 15 kV air GAP meeting IEC 1000-4-2 . Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable . The converter shall have DB-9M port connection , with screw terminals, to the input. e . Converter shall be Digi One IAP, or approved equal. 2.09 MOTOR CONTROLLERS A. Manufacturers 1. Subject to compliance with the Contract Documents , the following Manufacturers are acceptable: a. Cutler Hammer Mechanical Equipment Manufacturer 's Provided Control Panels (MEMs) 16486-17 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 b. General Electric Co . c. Allen Bradley d. Square D 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. General 1. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater element ratings matched to the motors and control equipment actually supplied, in compliance with the NEC and the manufacturer's heater selection tables . All variations necessary to accommodate the motors and controls as actually furnished shall be made without extra cost to the Owner. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings . Allow adequate clearance for bending and terminating of cable size and type specified . 3 . A NEMA rated magnetic motor starter shall be furnished for each motor. Each motor starter shall be provided with a motor circuit protector, or circuit breaker, and equipped to provide undervoltage release and overload protection on all three phases . The short circuuit protective device shall have an adjustable magnetic trip range up to 1400 percent of rated continuous current and a trip test feature . MCPs shall be labeled in accordance with UL489 . NEMA starter sizes and breaker trip ratings shall be as required for the horsepower indicated, but shall be in no case less than NEMA Size 1. If the manufacturer of the equipment utilizing the motor, supplies a motor horsepower larger than that shown on the Drawings, the Contractor shall supply a motor starter sufficient in size to control the motor supplied . 4. A mechanical disconnect mechanism, with bypass, shall be installed on each motor circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to each motor. Disconnects mechanisms shall be located inside the enclosure such that the main circuit breaker handle is the only device interlocked with the panel door. 5. Each motor starter shall have a 120 volt operating coil unless otherwise noted . 6. Overload relays shall be standard Class 20, ambient compensated, manually reset by pushbutton located on front of the starter door. A normally closed contact shall be directly used in the start circuit and a normally open contact shall be wire to a terminal board for overload alarm. 7 . All interfaces between control panel and remote devices shall be isolated via an interposing relay. Interposing relays shall have contacts rated for 250 V AC and 10 Amps continuous. Relays shall be Control Relays as specified herein . C. Magnetic Motor Starters Mechanical Eq uipment Manufacturer's Provided Con tro l Panels (MEMs) 16486-18 2/17/1 I City ofFort Worth Eagle Mountain WTP Clearwell No . 3 1. Motor starters shall be 2 or 3 pole, single or 3 phase as required, 60 Hertz, 600 volt, magnetically operated, full voltage non reversing. NEMA sizes shall be as required for the horsepower shown on the Drawings. 2. Each motor starter shall have a 120 volt operating coil, and control power transformer. Starters shall have motor overload protection in each phase . Auxiliary contacts shall be provided as shown on the Drawings. A minimum of one N .O. and one N.C. auxiliary contacts shall be provided in addition to the contacts required. 3 . Overload relays shall be adjustable, ambient compensated and manually reset . 4. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 5 . All wires shall be terminated on terminal blocks and shall be tagged . 6 . Provide as built wiring diagram and post it in a protective cover inside the cell. D. Contactors I. Contactors shall be a circuit breaker and contactor, 600 Volt, 3 Pole, 60 Hz, magnetically operated . NEMA size shall be as required for the kilowatt ratings required for the equipment provided , but shall be not less than NEMA size I . 2 . Contactors shall have a 120 Volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the unit heater fan . 3 . Where a elapsed time meter is specified or shown on the Drawings, a six digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 16195. E. Control Relays I. Control relays shall be 300 volt, industrial rated , plug-in socket type, housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be IO amperes resistive, V,; HP at 120 VAC, operating temperature minus IO to plus 55 degrees C . Provide spare N .O . & N .C . contacts . Relays shall be Potter & Brumfield KRP Series or equal with neon coil indicator light. Timing relays shall be 3 00 Volt, solid state type, with rotary switch to select the timing range . 2.10 SPARE PARTS A . Provide the following spare parts for each control panel in the quantities specified: I. One-half dozen replacement fuses , all types and sizes 2 . One replacement lamp, of each color, for pilot lights 3. One of each color replacement lens caps for pilot light s Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) 16486-19 2/17/11 City ofFort Worth Eagle Mountain WfP Clearwell No. 3 4 . One starter coil for each NEMA size furnished 5. One, 3-pole set of replacement overload heaters of each size range used 6 . One, 3-pole set of starter contacts of each NEMA size used . 7. One can of aerosol touch-up paint. B. Spare parts shall be boxed or packaged for long term storage . Identify each item with manufacturer's name, description and part number on the exterior of the package. 2.11 FACTORY TESTING A . The entire control panel shall be completely assembled, wired , and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards . C . The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. D . Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 EXECUTION 3 .01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment, with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed on the Drawings with the exception of motor controllers which are to be installed adjacent to an existing unit. Housekeeping pads for these (if used) should match the existing installation. C Check concrete pads and baseplates for uniformity and level surface . D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.03 INSTALLATION Mechanical Equipment Manufacturer 's Provided Control Panels (MEMs) 16486-20 2/17/11 City of Fort Worth Eagle Mountain wrP Clearwell No . 3 A . The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings . B . Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw , as manufactured by T &B HI 50GRA Series, or equal. C. Conduits entering a Control Panel shall not enter the enclosure through the top. D. Install required safety labels. 3.04 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, entrances shall be sealed with 3M lOOONS Watertight Sealant, or approved equal. B . This requirement shall be strictly adhered to for all raceways in the conduit system . 3 .05 FIELD QUALITY CONTROL A . Inspect installed equipment for anchoring, alignment, grounding and physical damage. B . Check tightness of all accessible electrical connections . Minimum acceptable values are specified in manufacturer's instructions . 3.06 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 16105 Power System Study . All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.07 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer . Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance . Megger, for 1 minute, at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 100 megohms . In no case shall the manufacturer's maximum test voltages be exceeded. C. Test each key interlock system for proper functioning . D. Test all control logic before energizing the motor or equipment. Mechanical Equipment Manufacturer's Provided Control Panels (MEM s) 16486-21 2/17/11 Ci ty of Fort Worth Eagle Mountain WTP Cl earwell No. 3 3 .08 CLEANING A . Remove all rubbish and debris from inside and around the motor controllers. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes , vacuum cleaner, or clean , lint free rags . Do not use compressed air. 3 .09 EQUIPMENT PROTECTION AND RESTORATION A . Touch-up and restore damaged surfaces to factory finish , as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced . 3 .10 MANUFACTURER'S CERTIFICATION A . A qualified factory-trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted, including all settings designated in the Power System Study, and tested in accordance with the manufacturer's recommendations. B . The Contractor shall provide three (3) copies of the manufacturer's representative's certification . 3 .11 TRAINING A . Provide manufacturer's services for training of plant personnel in operation and maintenance of the soft start starters furnish ed under this Section . B. The training for each type of equipment shall be for a pe riod ofnot less than one (1) eight hour day. C . The cost of training program to be conducted w ith Owner's personnel shall be included in the Contract Price . The training and instruction, insofar as practicable, shall be directly related to the system being supplied . D. Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E . The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, motor starters, protective devices , metering, and other major components . F. The Owner reserves the right to videotape the training sess ions for the Owner's use. Me chan ical Equ ipm ent Manufacture r's Provided Control Panel s (MEMs) END OF SECTION 16486-22 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 PART 1 GENERAL l.01 SCOPE OF WORK SECTION 16500 LIGHTING SYSTEM A . Furnish all labor, materials, equipment and incidentals required and install a complete lighting system ready for operation as shown on the Drawings and as specified herein . 1.02 RELATED WORK A . Section 16000 Electrical -General Provisions B . Section 16045 Electrical Support Hardware . C. Section 16475 Low Voltage Enclosed Circuit Breakers and Disconnect Switches l.03 SUBMITIALS A . Submittals shall be made in accordance with the requirements of Division 1, Section 16000 and as specified herein . B . Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections listed in the Related Work paragraph above . Incomplete submittals not containing the required information on the related equipment will be returned unreviewed . C . Manufacturer's technical information for the materials proposed for use in the systems . D . For all light pole foundations shown to be installed in earth, provide installation and anchoring drawings that are stamped and sealed by a licensed engineer in the state of Texas . The soil condition shall be assumed to be disturbed earth . If compaction is assumed, a compaction test shall be performed on all foundation locations, showing the minimum field density assumed in the foundation design. 1.04 REFERENCE CODES AND STANDARDS A . ANSI C78 Single Ended Metal Halide Lamps B. ANSI C78.42 High Pressure Sodium Lamps C. ANSI C78.42 Incandescent Lamps D . All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. Lighting System I 6500-1 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 1.05 QUALITY ASSURANCE A. All fixtures shall be of the energy-efficient type . B. The manufacturer of these materials shall have produced similar lighting fixtures for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable list of installations with similar systems shall be provided demonstrating compliance with this requirement. C. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A . Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B . Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage . Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D. Equipment shall be installed in its permanent location shown on the Drawings within seven (7) calendar days of arriving onsite . If the equipment cannot be in stalled within seven (7) calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. E. Shipping groups shall be designed to be shipped by truck, rail , or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service . 1.07 WARRANTY A . The Manufacturer shall warrant the system and equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2 .01 MANUFACTURERS A . Subject to compliance with the Contract Documents, the following Manufacturers are acceptable : Lighting System 16500-2 2/17/11 C ity ofFort Worth Eagle Mountain WTP Clearwell No. 3 1. Lighting fixture manufacturers and types as required by the notes on the Drawings. B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings , features and functions . Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Where specified to match existing fixtures , fixtures of the same manufacturer and type shall be installed . 2 .02 LIGHTING FIXTURES A . General 1. All lamps shall be of one manufacturer and shall be as manufactured by Osram/Sylvania Electric Products, Inc .; General Electric Co.; North American Philips Lighting Corp. or equal. 2. All ballasts shall be UL listed , ETL certified, Class "P", high power factor (minimum 0.90). 3. Ballasts shall have an "A" sound rating or better. 4 . All ballasts used in exterior applications shall have a minimum starting temperature of 0 degrees F unless otherwise specified. 5. All interior ballasts shall have a minimum starting temperature of 50 degrees F . 6. Ballasts shall be parallel wired type and designed to operate the number and length of lamps specified . 7. The total harmonic distortion (TIID) of each ballast shall be 10% or less . 8 . Ballasts shall have a minimum ballast factor of 0.88 = N and as specified in the fixture schedule . 9. Ballasts shall have nominal power factor 0.90 or higher. 10. Ballasts shall have a maximum lamp current crest factor of 1.4. 11 . Ballast shall provide normal rated life for the lamp specified . 12. All electronic ballasts shall be warranted for parts and replacement for 5 full years from the date of installation. 13. All ballasts shall be as manufactured by G .E., Advance, Model Mark V, similar by Osram/Sylvania; MagneTek or equal. 14. Where the equipment contains a programmable logic controller (PLC) or a uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed , a dedicated Point of Utilization Device (SPD), as specified in Section 16196, Individual Control Panel and Related Equipment Protection (Type 3). Lighting System 16500-3 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 B. Fixed Mount I. Fluorescent Fixtures a. Lamps I) Furnish high lumen fluorescent lamps where listed. 2) Linear fluorescent lamps shall be T8 or TS as required by the fixture, rapid/instant start, tri-phosphor, minimum CRI 86, and compact types all as shown on the "Fixture Schedule". b. Ballasts 1) All linear fluorescent light fixtures shall have an electronic ballast unless otherwise noted on the Lighting Fixture Schedule. 2. High Pressure Sodium Fixtures a . Lamps 1) 2) b . Ballasts 1) Dual arc tube HPS as shown on the "Lighting Fixture Schedule." High pressure sodium lamps shall be clear, non-cycling, and of the size and type as shown on the "Lighting Fixture Schedule ." High pressure sodium ballasts shall be of the constant wattage type , with multi-tap windings, of the correct size and voltage for the fixture it is to serve as shown on the "Lighting Fixture Schedule". 3. Metal Halide Fixtures a . Lamps 1) Metal halide lamps shall be clear pulse-start, and of the size and type as shown on the "Lighting Fixture Schedule." b. Ballasts l) Pulse-start metal halide ballasts shall be of the constant wattage auto- transformer type, with a minimum efficiency of 88%, for lamp wattages from 150W to 500W. 2) Non-pulse start electronic ballasts shall have an efficiency of 92 percent for wattages greater than 250 Watts and a minimum efficiency of 90 percent for wattages less than or equal to 250 Watts. 4. Incandescent Fixtures Lighting System 16500-4 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 a . Lamps I) Incandescent lamps shall be compact fluorescent self ballasted, minimum 1000 hours. C. Lamp Changing Equipment 1. Lamp changing equipment shall be able to handle BT-37 , ED-18, ED-23-1/2 and ED-28 type H.I.D. lamps in open luminaries . 2. Equipment shall consist of three 5-ft steel poles each similar and equal to McGill Catalog No . 160-P and two lamp holders similar and equal to McGill Catalog Nos . 158C and 161C. PART 3 EXECUTION 3 .01 INSTALLATION A. The location of lighting fixtures shown on the Drawings is approximate . The Contractor shall install the lighting fixtures after major ducts and piping are installed, to avoid conflicts . He shall install the fixtures to avoid shadows and blocking of light, relocating the fixtures as necessary, at no cost to the Owner. B. Each fixture shall be a completely finished unit with all components, mounting and/or hanging devices necessary, for the proper installation of the particular fixture in its designated location and shall be completely wired ready for connection to the branch circuit wires at the outlet. C . All flush mounted fixtures shall be supported fro3m the structure and shall not be dependent on the hung ceilings for their support. D . Fixtures noted to be installed flush in suspended ceilings shall be of mounting types suited for the type ceiling involved. Troffers (2 X 4), provided in suspended ceiling grids, shall be installed with safety clips to hold the fixture securely in the ceiling grid. It shall be the responsibility of the Contractor to verify the ceiling types prior to ordering fixtures . E. Flexible fixture hangers shall be used for all pendant mounted fixtures . Fixtures 2-ft long and larger shall be supported with a minimum of two fixture hangers . F. Conduit run in areas with hung ceilings shall be installed in the space above the hung ceiling as close to the structure as possible . Conduits shall be supported from the structure. G. Exterior lighting poles shall be mounted plumb. H. Fixture locations are shown on the Drawings in approximate locations; however exact locations shall be coordinated so as to avoid conflicts with HV AC ducts , equipment and other obstacles. 3.02 REPLACEMENT A . Lamps (except for H.I.D.) used during the building construction, prior to 2 weeks from completion of the work, shall be removed and replaced with new lamps . Lighting System 16500-5 2/17/11 City offort Worth Eagle Mountain WTP Clearwell No. 3 3.03 CLEANING UP A. Plastic dust cover bags to be provided with new parabolic reflector lighting fixtures shall be removed after all construction activity that may cause dust formation on reflector surfaces has been completed. B. All fixtures shall be left in a clean condition, free of dirt and defects, before acceptance by the Owner/Engineer. END OF SECTION Lighting System 16500-6 2/17/11 City ofFort Worth Eagle Mountain Wf P Clearwell No. 3 PART I GENERAL 1.01 SCOPE OF WORK SECTION 16600 UNDERGROUND SYSTEM A . Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete is specified in Section 16110 Raceways , Boxes and Fittings . 1.02 RELATED WORK A. Section 16000 Electrical -General Provisions B. Section 16045 Electrical Support Hardware C. Section 16110 Raceways, Boxes and Fittings D. Section 16120 Wire and Cables (600 Volt Maximum). 1.03 SUBMITT ALS A . Submit to the Engineer, in accordance with Division 1 and Section 16000 , shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware . 2 . Plastic duct spacers B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above . Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. 1.04 REFERENCE CODES AND STANDARDS A . All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70-National Electrical Code (NEC) 2. NFPA 70E -Standard For Electrical Safety in the Workplace Underground System 16600-1 2/17/11 City of Fort Worth Eagl e Mountain WTP Cl earwell No. 3 3 . ASTM A615/A615M-06a-Standard Spec ification for Deformed and Plain Carbon-Steel Bars for concrete Reinforcement 4 . ASTM A48 -Standard Specification for Gray Iron C as tings 5. ASTM A536 -Standard Specification for Ductile Iron Castings 6 . AASHTO M306-04/ ASTM A48-Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850-Specifications for underground precast concrete utility structures B . All excavation, trenching, and related sheeting, bracing, etc ., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwise noted): I. Occupational Safety and Health Administration (OSHA) a . Excavation safety standards (29 CFR Part 1926.650 Subpart P) -Excavation . 2. American Society for Testing and Materials (ASTM) a. ASTM D 698a -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 ,400 ft-lbf/ft:3 (600kN-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratorie s. 1.05 QUALITY ASSURANCE A . The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years . When requested by the Owner/Engineer, an acceptable li st of installations with similar equipment shall be provided demonstrating compliance with this requirement. B . The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A . Prior to jobsite delivery, the Contractor shall have successfully completed all s ubmittal requirements , and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted . B . Materials shall be handled and stored in acc ordance with manufacturer's in structions. C. Materials shall not be stored exposed to s unlight. Such materials shall be completely covered . D. Materials showing signs of previous or jobsite ex posure will be rejected . Und ergro und Sys tem 16600-2 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No . 3 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment or materials shall be performed by the Contractor at no expense to the Owner. PART2 PRODUCTS 2.01 MATERIALS A . Raceway System l . Raceway system shall be Schedule 40 PVC Rigid Nonmetallic Conduit (RNC), designed for use aboveground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2 , Federal Specification WC1094A and UL 651 specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal. 2. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co .; Triangle PWC Inc . or equal. The ends of all couplings, fittings , etc . shall have a minimum of one pipe diameter in length of PVC overlap . PVC coated conduit and fittings shall be as manufactured by Perma-Cote , Robroy Industries , Triangle PWC Inc . or Ocal. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. 3. All underground raceways of the underground system, terminating in manholes or handholes shall use terminators of the same size and type as the raceway 4 . Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM-BLA- XXDXXXCR, with rubber gasket, or approved equal. 5 . Duct spacers shall be as manufactured by Carlon or equal. 6. Where raceways terminate into existing and new manholes, handholes or structures, the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti HIT 150 MAX epoxy anchoring system . The termination of the duct bank steel shall utilize a minimum 24 inch length of reinforcing bar anchored not less than 4 inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. 7. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pcfwith compressive strength, a minimum of3000 psi, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of %-inch, a minimum cementious content of 564 lbs /cu yd, a slump of 4 -6 In . and flow freely without the use of vibrators . Install red dye of 40 lbs per 10 cy. of concrete, installed in the truck at the concrete plant. Underground System 16600-3 2/17/l l City offort Worth Eagle Mountain WTP Cleaiwell N o. 3 8. Reinforcing steel shall comply with ASTM A6 l 5 Grade 60 and of a size and installation as shown on the Drawings . B. Manholes and Handholes 1. General a . Manholes and handholes shall be of the precast concrete type , designed for a Class H20 load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast, Mansfield, TX, or approved equal. 2 . Construction a. Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 PSI. Cement shall be Type 1 or III. Reinforc ing steel shall be Grade 60 with yield strength of 60,000 P.S. Design loadings shall be H-20-44 w/impact. b . The top of all manholes shall be field removable and have stainless steel lifting eyes . c. Duct bank entries into the manhole or handhole shall be centered on the entering wall , and shall contain the appropriate number and size of duct terminators to match the corresponding duct bank. d . Each manhole and handhole shall have a minimum size of 12" x 12 " x 2" deep concrete sump in the middle of the floor of the manhole or handhole , or as shown on the Drawings . 3 . Manhole Covers a . Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36 in. machined gray iron , and AASHTO M 306 -04 / ASTM A48 CL35B Min., 40 ,000-pound proofload value (Class H20 X 2 .5) "True Traffic " load covers , complete with frame , and "Electric " or "Communication " raised lettering recessed flush , as required, on the cover. Covers shall be V-1600-5 , with drop handles as manufactured by East Jordan Iron Works , Ardmore, OK b . All castings shall be made In the USA, cast with th e foundry 's name, part number, "Made in USA", and production date (example : mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein . All casting shall be true to pattern in form and dimension, free from pouring faults , sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended . Angles shall be filleted , and arises shall be sharp and true. 4. Access Hatch a . Where access hatches are shown on the Drawings, hatches shall be heavy duty aluminum, for H-20 load rating, sized as shown on the Drawings. Hatches shall be CHS Series as manufactured by East Jordan Iron Works , Ardmore , OK. Und ergro und System 16600-4 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 b . Material shall be 6061-T6 aluminum for bars , angle and extrusions. W' diamond plate shall be 5066 aluminum. c . Unit shall have a heavy duty pneumatic-spring, for ease of operation when opening cover. Cover shall be counter-balanced so that one person can easily open the hatch door. d . Frame shall be of extruded aluminum with a continuous 1 W ' anchor flange . A dovetail groove shall be extruded into the seat of the frame with a 1 /8 " silicone gasket. e . Hinges shall be of heavy-duty design and the material shall be grade 316 stainless steel , with a 3/8" grade 316 stainless steel pin . Hinge shall be bolted to the channel frame and diamond plate with grade 316 stainles s steel bolts and Ny-lock nuts . Aluminum shall be supplied with mill finish . Exterior of frame which comes in contact with concrete shall have one coat black primer. f . Each hatch shall be supplied with a stainless steel slam lock, with the keyway protected by a threaded aluminum plug. The plug shall be flush with th e top of the \/.i " diamond plate . The slam lock shall be fastened with grade 316 stainless steel bolts and washers . g . Each hatch shall be equipped with a stainless steel lift handle . Lift handles shall be flush with top of 1/.i " diamond plate . h . Each hatch shall be supplied with a 1 Yi" threade d drain coupler on underside of channel frame for pipe connection . 5 . Hardware a . Cable racks shall be of the heavy duty non -metallic type with arm length s of 8", 14 " and 20", each supporting a load of not less than 2 50 lbs . at the outer end . Racks shall be molded in one piece ofU.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL . Cable racks shall be secured to the manhole and walls by drilled, Hilti HIT-HY 150 MAX epoxy anchoring system, with Hilti 316 stainless steel bolts . Arm s for racks shall be vertically spaced not greater than 24 " on centers . b . Pulling irons shall be of copolymer polypropylene coated Yi" dia. cable, with a rated pulling strength of 7500 lbs and a polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M .A . Indu stries , Inc . Peachtree, GA . or Bowco Industries, Portland OR. c . Manhole and handhole ladders shall be constru cted of fiberglass reinforced plastic, safety yellow, 18 " rung width with 12 " run g spacings, Safrail as manufactured by Strongwell Corp ., Bristol, VA . Furnish a total of two ladders , each of a length 4 ' greater than the deepest manhole in the underground system . C . Polyethylene Warning Tape Underground System 16600-5 2 /17/11 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Brady Detectable Identoline b. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions . Manufacturers listed above are not relieved from meeting these specifications in their entirety. 3. Warning tape shall be red polyethylene film, 2 in minimum width, with embedded metallic wire for location tracing. PART3 EXECUTION 3.01 GENERAL A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval , shall proceed with the installation . B . All changes of direction, less than 20 degrees, shall be made using a hotbox , strictly in conformance with the conduit manufacturer's instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. Minimum raceway size between manholes or handholes shall be 2 inch . C. The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation . D . Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 in per 100 ft . E. Reinforce raceway banks as shown on the Drawings . F. A #4/0 stranded bare tinned copper ground conductor shall be installed along the top of the rebar cage, as shown on the Drawings, for the full length of each duct run between manholes and handholes, and bonded to a ground rod in the vicinity of each manhole and handhole. G . Lay raceway lines in trenches on compacted earth as specified herein . H. Use plastic spacers located not more than 4 ft apart to hold raceways in place . Spacers shall provide not less than 2 inch clearance between raceways. I. The minimum cover for raceway banks shall be 24 in unless otherwise permitted by the Owner/Engineer. Undergrou nd System 16600-6 2/17/1 1 City of Fort Worth Eagle Mountain WTP Clearwell No. 3 J . Raceway terminations at all manholes, existing and new, shall be with terminator for PVC conduit. K . Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes , and all entrances and exits to the underground system. L. Where raceways enter or exit the Underground System , and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be sealed with 3M 1 OOONS Watertight Sealant, or approved equal. M. No wire shall be pulled until the duct system has been completed in every detail. N. Swab all raceways clean before installing cable. 0. Train cables in manholes and handholes and support and restrain them on cable racks . All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. P . Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. Q . The Contractor shall tag all underground conduits at all locations, exiting and entering from underground, including manholes and handholes. 3 .02 TRENCHEXCAVATION A . The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes , handholes, ducts and appurtenances . B. Furnish and place all sheeting, bracing and supports . C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D . 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. E. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents . F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings . The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer. Trench width shall be a practical minimum, but not less than 6 inches greater on each side, than the total duct section arrangement, including reinforcing steel. Underground System 16600-7 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of sub grade soils . The trench may be excavated by machinery to, or just below, the designated sub grade, provided that material remaining in the bottom of the trench is no more than slightly disturbed . Sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill, of aggregate as specified herein, as required by the Owner/Engineer at the Contractor's expense. 3 .03 EXCAVATION BELOW GRADE AND REFILL A . Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective . B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct 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. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is :S 1/2 the minimum clear spacing between electrical ducts, and a maximum coarse aggregate size of %-inch . 3.04 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hrs after placing of any concrete embedment, have lapsed . C . Where the duct banks are laid in the yard, the remainder of the trench , after concrete encasement, shall be filled with common fill material, void of rock or other non-porous material, in layers not to exceed 8-in in loose measure and compacted to 90% standard Proctor density at optimum moisture content of+/-4%. The backfill shall be mounded 6-in above the existing grade or as directed by the Owner/Engineer. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items . In some areas it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the duct banks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities , the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed 8-inches loose measure and compacted at optimum moisture content(+/-3%) to 95 percent standard Proctor density . E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming . F. Bituminous paving shall not be placed in backfill. G. Water jetting will not be accepted as a means of consolidating or compacting backfill. Underground System 16600-8 2/17/11 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 H. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.05 RESTORING TRENCH AND ADJACENT SURFACES A . In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines , and the pavement replaced with the same type and quality of the existing paving. B . In sections where the duct bank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the underground system . Remove dirt, dust, or concrete spatter from the interior and exterior of manholes , handholes and structures, using brushes, vacuum cleaner, or clean , lint free rags . Do not use compressed air. END OF SECTION Underground System 16600-9 2/17/11 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART I GENERAL 1.01 SCOPE OF WORK SECTION 16660 GROUNDING SYSTEM A. Furnish all labor, materials, equipment and incidentals required and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC), as shown on the Drawings and as specified herein . B. All raceways , conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be No. 12 AWG. 1.02 RELATED WORK A. Section 16000 Electrical -General Provisions B . Section 16110 Raceways, Boxes and Fittings C . Section 16045 Electrical Support Hardware D . Section 16120 Wire and Cables (600 Volt Maximum) 1.03 SUBMITTALS A . Submit to the Engineer, in accordance with Division I and Section 16000, shop drawings and product data, for the following: I. Ground rods . 2 . Grounding conduit hubs. 3. W aterpipe ground clamps. 4 . Buried grounding connections . 5. Compression lugs. 1.04 REFERENCE CODES AND STANDARDS A . All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): I . NFPA 70 -National Electrical Code (NEC) Grounding System 16660-1 2/17/11 City offort Worth Eagle Mountain WTP Clearwell No. 3 2. UL 467-2007 --Grounding and Bonding Equipment 3 . NFPA 70E -Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories . 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELNERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B . Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry . 1.07 WARRANTY A . The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for I year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment, or materials, shall be performed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2.01 MATERIALS A . Conduit shall be as specified under Section 16110. B . Wire shall be as specified under Section 16120. C. Ground wire shall be uninsulated tinned copper sized as shown on the Drawings, in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete . In all other cases, insulate the ground wire with green insulation as specified for low voltage wire . D. Ground rods shall be 3/4 in by 10 ft copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 0.25 mm . Ground rods shall be Copperweld or equal. E. Grounding conduit hubs shall be malleable iron type, manufactured by Thomas & Betts Co.; Catalog No. 3940 (3/4 in conduit size), similar to Burndy; O.Z. Gedney Co. or equal, and of the correct size for the conduit. Grounding System 16660-2 2/17/1 1 r City of Fort Worth Eagle Mountain WTP Clearwell No . 3 F . Waterpipe ground clamps shall be cast bronze saddle type, manufactured by Thomas & Betts Co . Cat. No. 2 (1/2 in, 3/4 in , or 1 in size), similar by Bumdy; O .Z. Gedney Co . or equal , and of the correct size for the pipe . G . Buried grounding connections shall be by an exothermic weld process, T&B Furseweld SCRlor equal. Where the process cannot be used because of the Owner's operations, a Bumdy Hyground Irreversible Compression System, or equal, shall be used . PART 3 EXECUTION 3 .01 INSTALLATION A . Run grounding electrode conductors in rigid conduits . Bond the protecting conduits to the grounding electrode conductors at both ends . Do not allow water pipe connections to be painted . If the connections are painted, disassemble them and remake them with new fittings . B . Install equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires . C . Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment s hall be properly bonded in accordance with NEC requirements . Where ground wire is exposed to mechanical damage, install wire in rigid conduit. D . Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus, as shown on the Drawings. Ground wire connections to structural steel columns shall be made with long barrel type one ho le heavy duty copper compression lugs , bolted through 1/2 in maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts . E . Where the grounding loop ri ses to bond to a column, an insulated jumper shall be installed as shown on the Drawings. An insulated ground jumper shall be used . The jumper shall be bonded to the grounding loop, rise up above the ground and make connection to the building column . All connections to the ground ring and the building steel shall be of the exothermic type as specified equal to the Cadweld process . F . Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus . Bond boxes mounted below motor control centers to the motor control center ground bus . Size the grounding wire in accordance with NEC Table 250.122, except that a minimum No. 12 AWG shall be used . G . Liquid tight flexible metal conduit in sizes 1-1/2 in and larger shall have bonding jumpers . Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tie wraps . H . Ground transformer neutrals to the nearest available grounding electrode with a conductor s ized in accordance with NEC Article 250.66 . I. Drive grounding electrodes where shown on the Drawings . Gro unding Sys t em 16660-3 2/17/1 1 City ofFort Worth Eagle Mountain WTP Clearwell No. 3 J . All equipment enclosures, motor and transformer frames , conduits systems, cable tray, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. K. Seal exposed connections between different metals with no-oxide paint, Grade A or equal. L. Lay all underground grounding conductors slack and, where exposed to mechanical injury, protect by pipes or other substantial guards . If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard . Make connections as specified herein. M. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. N. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12 THWN green conductor connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A . Inspect the grounding and bonding system conductors and connections for tightness and proper installation . B . Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system . Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method . C . All test equipment shall be provided under this Section and approved by the Owner/Engineer. D . Resistance to ground testing shall be preceeded by no precipitation for a minimum of 28 days . Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground . E. Testing shall be performed before energizing the distribution system . F. A separate test shall be conducted for each building or system . G . Notify the Engineer immediately if the resistance to ground for an y building or system is greater than five ohms. END OF SECTION Grounding System 16660-4 2/17/11 i > -,,.. M&C Rev ie w CITY COUNCIL AGENDA DATE: CODE: 6/14/2011 C COUNCIL ACTION: Approved on 6/14/2011 REFERENCE NO.: TYPE: C-24981 NON- CONSENT LOG NAME: PUBLIC HEARING: Page 1 of 2 Official site of the City of Fort Worth, Texas FoRTWORTH ~ 60EAGLE MOUNTAIN CLEARWELL #3 NO SUBJECT: Authorize Execution of a Contract in the Amount of $2 ,965 ,250.00 with AUi Contractors, LLC, to Construct the Eagle Mountain Water Treatment Plant Clearwell No. 3 Located at 6801 Bowman Roberts Road (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract in the amount of $2 ,965 ,250 .00 with AUi Contractors , LLC , for construction of the Eagle Mountain Water Treatment Plant Clearwell No. 3 located at 6801 Bowman Roberts Road . DISCUSSION: On August 24 , 2004 , (M&C C-20235) the City Council authorized the City Manager to execute an engineering agreement w ith Camp Dresser & McKee for the design of the Eagle Mountain Water Treatment Plant Phase Ill Expans ion. On October 25 , 2005 , (M&C C-21110) the C ity Council authorized the City Manager to execute a contract for the construction of the Eagle Mountain Water T reatment Expansion . The 3 .5 m illion gallon Clearwell No. 3 was included as part of the bid package as an additional alternate , but was not included in the construction contract due to funding limitations . On November 9 , 2010 , (M&C C-24569) the City Council authorized the City Manager to execute Amendment No . 1 to the above referenced engineering agreement with Camp Dresser & McKee, consisting of the development of contract documents , bidding and construction serv ices for the Eag le Mountain Water Treatment Plant Clearwell No . 3 Project. On May 18 , 2010, (M&C G-16930) the City Council adopted the appropriation ordinance for $40 ,000 ,000 .00 (Ordinance No. 19159-05-2010) from the Texas Water Development Board's Drinking Water State Revolving Loan Fund. This fund ing will be utilized to fund the constr uction of the Eagle Mountain Water Treatment Plant Clearwell No. 3 Project. Eagle Mountain Water Treatment Plant Clearwell No. 3 Proj ect is required in order to add finished water storage to the plant, which will provide increased system reliability and allow for longer and fewer pumping cycles , which will decrease power usage. A request for bids was advertised in the Fort Worth Star Telegram on February 17, 2011 and February 24 , 2011 for the construction of the Eagle Mountain Water Treatment Plant Clearwell No . 3 Project. On March 17 , 2011 , the following seven bids were rece ived : AUi Contractors, LLC http ://app s .cfwnet.org/council_packet/m c _rev ie w .asp ?I D= 15099&councildate=6/14/2 011 6/16/2011 j ~ ::,. ... M&C Review Page 2 of2 Legacy Contracting LP $3,038,250.00 Gracon Construction , Inc. ! $3,131,500.00 S.J. Louis Construction of Texas, Ltd. $3 ,200,350.00 Archer Western Contractors, Ltd. $3,223,000.00 The Fain Group, Inc. $3,302,060 .00 IDCI Contracting , Inc. $3,63s.ooo .oo I In addition to the contract amount, $125,000.00 is required for construction management by staff. AUi Contractors , LLC , is in compliance with the City's M/WBE Ordinance by committing to 9 percent M/WBE participation. The City's goal for this project is 8 percent. The project is located at the Eagle Mountain Water Treatment Plant, 6801 Bowman Roberts Road, COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water State Revolving Loan Fund and Water Capital Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS EM s ite map cl earwe ll1 .p df FROM Fund/Account/Centers P262 541200 601520162280 $2,965,250 .00 P265 531200 601520162285 $125,000 .00 Fernando Costa (6122) S. Frank Crumb (8207) Chris Harder (8293) http ://apps .cfwnet.org/council_packet/mc _review.asp ?ID=l 5099&councildate=6/14/2011 6/16/2011 f' Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Manage ... Page 1 of 1 Liberty Insurance Corporation (NAIC #42404) BUSINESS ADDRESS: 2815 Forbs Avenue, Suite 200, Hoffman Estates, IL 60192 . PHONE : (617) 357-9500 . UNDERWRITING LIMITATION b/: $27,261,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE , DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP , MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD , TN, TX, UT , VT , VA, WA, WV, WI, WY. INCORPORATED IN : Illinois . Liberty Mutual Fire Insurance Company (NAIC #23035) BUSINESS ADDRESS: 2000 Westwood Drive, Wausau, WI 54401. PHONE : (617) 357-9500 . UNDERWRITING LIMITATION b/: $83,320,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN : Wisconsin. Liberty Mutual Insurance Company (NAIC #23043) BUSINESS ADDRESS : 175 Berkeley Street, Boston, MA 02116. PHONE : (617) 357-9500. UNDERWRITING LIMITATION b/: $599,722,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC , FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM , NY, NC , ND, OH , OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY . INCORPORATED IN : Massachusetts. LM Insurance Corporation (NAIC #33600) BUSINESS ADDRESS: 2815 Forbs Avenue, Suite 200, Hoffman Estates, IL 60192. PHONE: (617) 357-9500 . UNDERWRITING LIMITATION b/: $2,150,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM , NY, NC, ND, OH, OK , OR, PA , RI , SC, SD, TN, TX, UT, VT, VA , VI, WA, WV, WI, WY . INCORPORATED IN: Illinois . Lyndon Property Insurance Company (NAIC #35769) BUSINESS ADDRESS: 14755 North Outer Forty Rd ., Suite 400, St. Louis, MO 63017. PHONE : (636) 536-5600 . UNDERWRITING LIMITATION b/: $16,806,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA , CO, CT, DE, DC, FL, GA , HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NH, NJ, NM, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN , TX, UT, VT, VA, WA, WV, WI, WY . INCORPORATED IN: Missouri. f3~,...J -JI:: /,d)S/0 15"1 'd pJ.o;-,, N~ : 2, iL/-h"t/-S ';/ z J £I or-~,1\-#J ./ http ://www.fms.treas.gov/c570/c570 a-z.html 6/17/2011