HomeMy WebLinkAboutContract 42064FORT WORTH
,YL .
\ ~. 4 • ·,
CITY SECRETARY y ab foil CONTRACT NO. ____ :]: __
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
CULTURAL DISTRICT/ WILL ROGERS WATER AND
SANITARY SEWER IMPROVEMENTS, PART 2 -
KIMBELL ART MUSEUM EXPANSION
cnv SECRETARY / CITY PROJECT No. 01468
DOE No. 6609
0.0.E. FILE Water Project No. P265-607170146887
CONTRACTOR'S BOND~~E\:esfject No. P275-707170146887
CONSTRUCTION'S COPY
CLIENT DEPARTMENT
Michael J. Moncrief
Mayor
MARCH 2011
S. Frank Crumb, P.E.
Director, Water Department
Greg Simmons, P.E.
Tom Higgins
Interim City Manager
Acting Director, Transportation and Public Works Department
PREPARED FOR:
The City of Fort Worth
111111"'1-.,-,. Kimley-Horn
lllla...J-~ and Associates, Inc.
TBPE REG # F-928
'l' ) ;"\ 1 • • ,-,~-I pr;J:76 IN
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
M&CReview -
CITY COUNCIL AGENDA
DATE:
CODE:
7/19/2011
C
COUNCIL ACTION: Approved on 7/19/2011
REFERENCE NO.: C-25042
TYPE: NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
P a,ge 1 of 2
Official site of the City of Fort Worth , Texas
FORT WORTH
~
60CDWILLRP2-
SJLOUIS
NO
SUBJECT: Authorize Execution of a Contract in the Amount of $1,480 ,349.05 with S.J. Louis
Construction of Texas Ltd., tor Cultural District/Will Rogers Water and Sanitary Sewer
Improvements , Part 2 -Kimbell Art Museum Expansion (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the
amount of $1,480,349.05 with S.J . Louis Construction of Texas Ltd., tor Cultu ral District/Will Rogers
Area Water and Sanitary Sewer Improvements, Part 2 -Kimbell Art Museum Expansion.
DISCUSSION:
On February 9 , 2010 , (M&C C-24094) the City Council authorized the City Manager to execute an
Engineering Agreement with Kimley -Horn and Associates, Inc., tor the Cultural District/Will Rogers
Area Water and Sanitary Sewer Improvements.
The proposed project includes water and sanitary sewer improvements ahead of the proposed
Kimbell Art Museum Expansion. As a part of this project, a 36-inch diameter water main will be
relocated to public right-of-way on Camp Bowie Boulevard in order to avoid conflict w ith the building
footprint and provide access tor future maintenance . This project also includes water main
replacements along Gendy Street from Harley Avenue to Lancaster Avenue tor the proposed Gendy
Street reconstruction project. In addition, the existing water mains will be upsized in order to
accommodate the increased water demands at Will Rogers and the Kimbell Art Museum.
This project was advertised tor bid on March 10, 2011 and March 17, 2011 in the Fort Worth Star-
Telegram . On April 14 , 2011, the following bids were received:
Bidder
S.J. Louis Construction of Texas
Conatser Construction TX, LP
Ark Contracting Services , LLC
I Jackson Construction Ltd .
!Lewis Contractors Inc.
,455.00
$1 ,981 ,525.00
11$2,002 ,525.ool
11$2 , 166 ,410.001
Time of Com letion
180 Calendar Days
In addition to the contract amount $80 ,000 .00 (Water : $70 ,000.00 ; Sewer: $10 ,000.00) is required for
construction staking, material testing and inspection, and $50,000 .00 (Water : $43,000.00 ; Sewer :
$7;000.00) is provided tor project contingencies. Also , $21 ,000 .00 is required tor Transportation and
Public Works staff to remove and replace existing street lights on Camp Bowie from Will Rogers to
Van Cl iburn .
M/WBE -S.J . Louis Construction of Texas Ltd., is in compliance with the City's M/WBE Ordinance by
committing to 15 percent M/WBE participation. The City's goal on this project is 14 percent.
http ://www.fortworthgov .org/council_packet/mc_review .asp?ID=l5384&councildate=7/1 ... 7/21/2011
M&CReview Page 2 of 2
.__.:-. ...
This project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in current capital
budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund .
TO Fund/ Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATIACHMENTS
60CDWILLRP2-SJLOU1S MAP . f
FROM Fund/Account/Centers
P265 541200 607170146887 $1.411 ,654.25
P275 541200 707170146887
Fernando Costa (6122)
S. Frank Crumb (8207)
John R. Kasavich (8480)
$68.694.80
http://www.fortworthgov.org/council_packet/mc_review .asp?ID= 15384&councildate= 7 /1... 7/21/2011
SPECIAL CONTRACT DOCUMENTS
FOR
SOUTHSIDE PUMP STATION
REPLACEMENT PROJECT
WATER PROJECT NO.: 00574
MICHAEL J. MONCRIEF
MAYOR
S. FRANK CRUMB, P.E., DIRECTOR
WATER DEPARTMENT
TOM HIGGINS
CITY MANAGER
PREPARED BYWATER DEPARTMENT
FORT WORTH
ADDENDUM NO. 1
SOUTHSIDE PUMP STATION REPLACEMENT PROJECT
FORT WORTH WATER DEPARTMENT
Capital Project No. 00574
Date Issued: April 15, 2011
Bid Date: Thursday, April 21 5
\ 1:30 PM
The Special Contract Documents for the "Southside Pump Station Replacement 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 and on the Bid Envelope .
SPECIFICATIONS
..:,.··,--
.· !Ill>~,~~'-. · .... --:t~ OF r,~\\ .... :\~.......... ,, -~ ..•.. '.('\. p .•• . ••.~-·1
~-.. . ..... , t:r_.• •. ~-tC'.a 6?t!: ~ _.,. ~····························:!.l i CHRIS P. HARDER j (}:··::························:••.j/
t"-0 • 85470 · " ''i""l~·. { . "$$ ~ •. ~;,. t.c,.. s~Q... .,,, l.ll!l('t>'• •• C N ~.. ~
.,~,\ JI s/ I'
Proposal Sheet B-4 and D-15-extend allowable substantial completion time from 200
calendar days to 240 calendar days. Extend final completion time from 230 calendar
days to 270 calendar days.
Spec 15070 3.03 -Mechanical joint T-bolts and fasteners used in underground water
pipe joints shall receive Corr-Blue coating, or approved equal.
DRAWINGS
Plan Sheet 4 -Pump station site address has been changed to 1800 W. W aggoman
Street.
Plan Sheets 8, 9 -Roof scupper size shall be increased to a minimum of 6" x 6".
Building/roof manufacturer shall verify sizing based on submitted roof shop drawings
and code requirements.
WATER DEPARTMENT
PRODUCTION DIVISION
THE CITY OF FORT WORTH * 1511 11TH AVENUE * FORT WORTH, TEXAS 76102
(817) 871-8258 * FAX (817) 871-8410
0 Printed on recycled paper
Plan Sheet E2
30 kV A XFMR "150AF/200AS" secondary fused disconnect of one line diagram
and conduit/cable tagged "2001"
DELETE: "150AF/200AS" secondary fused disconnect of one line
diagram and conduit/cable tagged "2001" (See below for main breaker
change in panelboard-sheet E3)
f
30 kV A XFMR secondary circuit tagged "2000"
EXTEND: secondary circuit tagged ''2000" to LIGHTING PANEL "A".
Plan Sheet E3
Panel "A" Panel Schydule
CHANGE: "MAIN BREAKER 150 AMPS" to "MAIN BREAKER 110
AMPS"
208Y/I20 VOLT CONDUIT AND CABLE SCHEDULE
CHANGE: Conduit/cable tagged "2000" wiring to 3#1, #IN, #4G, to add
the missing neutral wire.
DELETE: Conduit/cable tagged "2001"
END OF ADDENDUM #1
SOUTHSIDE PUMP STATION
REPLACEMENT PROJECT
FWWD Project No . 00574
MARCH, 2011
Chris P. Harder, P .E.
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, Texas 76102
Joseph J. Kotrla, P.E.
McCreary & Associates, Inc.
6310 LBJ Freeway, Suite 217
Dallas, Texas 75240
~,,,,,,,,lll
~'~OF ",,,
.._ ~ •··••••• t:k:11 =~--··*····~u'li _ .. _. ··*"~ ~*: ':.*~ lflll:9 •••••••••••••••••••••••• •"'-.
ti". JOSEPH J. KOTRLA '-'-~· ........................ ,,;,,,,,_ ~ -o-. 56361 • Q::-1 ~ ... ~ <:::> .: l.,j::: '1fA'-;:/f.e:1~ri~~~#§
ltftS/ONAL 't..~,~ l\~w-.~
I ( ,. g
tf·,Z,-0 f-~"
. ,f JAl'I ft,,e . f:f
f(1v··
NOTICE TO BIDDERS
Sealed bids for the Southside Pump Station Replacement Project, will be received at
the office of the Purchasing Manager until 1:30 P.M., Thursday, April 21 51, 2011 and then
publicly opened and read :aloud at 2:00 P .M. Plans, Specifications and Contract
Documents for this project may be obtained at the Water Department, Municipal
Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of documents
will be provided at no cost to prospective bidders.
General Contract Documents and General Specifications for Water Department projects,
dated January 1, 1978, with the latest revisions, also compromise a part of the Contract
Documents for this project and may be obtained by paying a non-refundable fee of $50 .00
for each set, at the office ; of Water Department, Municipal Office Building, 1000
Throckmorton Street, Fort Worth, Texas.
All bidders must be pre-qualified with the City of Fort Worth Water Department a
minimum of seven (7) days prior to bid opening. Bid security is required in accordance
with the Special Instructions to Bidders.
A pre-bid conference will be held at 10:00 AM on Thursday, April 7th, 2011, at the South
Holly Water Treatment Plant SCADA Conference Room, 1511 11th Avenue , Fort Worth,
Texas, 76102. The Engineer will transmit to all prospective bidders of record such
Addenda as he considers necessary in response to questions arising at the pre-bid
conference.
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 at 817-392-8293.
The City reserves the right to reject any and/or all bids and waive any and/or all
formalities. No bid may be withdrawn until the expiration of ninety (90) days from the
date the bids are received.
For additional information, contact Chris Harder, P.E. 817-392-8293.
Advertising Dates:
March 24, 2011
March 31, 2011
TABLE OF CONTENTS
SOUTHSIDE PUMP STATION REPLACEJ\1ENT PROJECT
PART A
PARTB
PARTC
PART CS
PARTD
PARTE
NOTICE TO BIDDERS
, Notice to Bidders
Special Instructions to Bidders
PROPOSAL
Proposal
M/WBE Specifications
GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS
SPECIAL CONDITIONS
TECHNICAL SPECIFICATIONS
City of Fort Worth Material (E-1) and Construction (E-2)
Specifications from the FWWD, not included herein)
DIVISION 1 -
Item 01010
Item 0'1025
Item 01040
Item 01051
Item 01300
Item 01310
Item 01320
Item 01370
Item 01410
Item 011430
Item 01500
Item 01600
Item 01651
Item 01700
Item 01720
Item 01750
GENERAL REQUIREMENTS
Summary of Work
Measurement and Payment
Coordination
Grades, Lines, and Levels
Submittals
Construction Schedules
Progress Reports
Schedule of Values
Testing Laboratory Services
Operation and Maintenance Data
Temporary Facilities and Controls
Material and Equipment
Testing and Startup
Contract Closeout
Project Record Documents
Warranties and Bonds
DIVISION 2 -
Item 02010
Item 02150
Item 02212
Item 02220
Item 02223
Item 02930
Item 02950
DIVISION 3 -
Item 03100
Item 03200
Item 03250
Item 03300
DIVISION 5
Item 05120
!
Item 05500
Item 05501
DIVISION 8 -
Item 08100
Item 08300
DIVISION 9 -
Item 09900
DIVISION 10 -
Item 10300
DIVISION 11 -
Item 11300
DIVISION 15 -
Item 15060
Item 15070
Item 15100
Item 15140
Item 15950
DIVISION 16 -
Item 16010
Item 16110
Item 16120
Item 16191
Item 16199
SITE WORK
Subsurface Investigation
Pump Station Demolition
Finish Grading
Structural Excavation, Fill, and Backfill
Trench Safety System
Seeding and Revegatation
Silt Fence
CONCRETE
Concrete Formwork
Concrete Reinforcement
Concrete Joints and Embedded Items
Cast-In-Place Concrete
METALS
Structural Steel
Miscellaneous Metal
Anchor Bolts, Expansion Anchors, Inserts
DOORS
Hollow Metal Doors, Frames and Hardware
Overhead Coiling Doors
FINISHES
Painting
SPECIAL TIES
Engineered Precast Concrete Building
EQUIPMENT
Engineered Pre-Cast Concrete Building
MECHANICAL
Plastic Pipe and Fittings
Ductile Iron Pipe and Fittings
Valves and Appurtenances
Supports and Hangers
Heating, Ventilation, and Air Conditioning
ELECTRICAL
Electrical General Provisions
Raceways
Wire and Cable
Dry Type Transformers
Miscellaneous
PARTF, G
APPRENDICES
APPENDIX "A"
APPENDIX "B"
APPENDIX "C"
APPENDIX "D"
APPENDIX "E"
Item 16210
Item 16310
Item 16350
Item 1'6410
Item 16450
Item 16455
Item 16610
Item 16910
Electric Utility Service
Low Voltage Soft Starter Motor Controllers
Motor Control Center
Underground
Grounding Systems
Lightning Protection
Power Systems Study
Instrumentation
BONDS, INSURANCE AND CONTRACTS
Certificate of Insurance
' Performance Bond
Payment Bond
Maintenance Bond
Contractor Compliance with Workers Compensation Laws
Construction Contract
' SELECTED STD. DETAILS FROM FWWD GENERAL
CONTRACT DOCUMENTS AND SPECIFICATIONS
GEOTECHNICAL REPORT
ELECTRICAL EASEMENT FOR PAD MOUNT
TRANSFORMER
ELECTRICAL SERVICE AGREEMENT
ONCOR STANDARD CONSTRUCTION DETAILS
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other documents
the Department may deem necessary, to the Director of the Water Department at least seven (7)
calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an 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 financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level as
that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g). The City will attempt to notify prospective bidders whose qualifications (financial or. experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to
be received. Failure to notify shall not be a waiver of any necessary prequali.fication.
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount ofnot less than five (5%) percent of the largest possible total of the bid submitted
must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute
the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable
surety on the bond, (1) the name of the surety shall be included on the current U.S . Treasury List, or (2)
the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be
licensed to do busin~ss in the state of Texas. The amount of the bond shall not exceed the amount
shown on the treasury list or one-tenth (1/10) the total capital and surplus.
3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3.7.
4. WAGE RA TES: Not less than 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.
5. AMBIGIDTY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas .
7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City ofFort
Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the
lowest bid submitted by a responsible Texas r1:::sident bidder by the same amount that a Texas resident
bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state
in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes
a contractor whose ultimate parent company or majority owner has its principal place of business in this
state .
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.
8 . PAYMENT: If the bid amount is $25 ,000.00 or less , the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9. 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 bases 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 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 subcontractor against City arising
out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy
concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the provisions of the Americans 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 Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's
provisions and any other applicable federal, state and local laws concerning disability and will defend,
indemnify and hold City harmless against any claims or allegations asserted by third parties or
subcontractors against City arising out of Contractor's and/ or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability d1scrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No . 15530, the City ofFort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained
from the Office of the City Secretary. The bidder shall submit the MBE/WBE .UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("Documentation") as appropriate . The Documentation must be received by the managing department
no later than 5 :00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a
receipt from the appropriate employee of the managing department to whom delivery was made. Such
receipt shall be evidence that the documentation was received by the City. Failure to comply shall
render the bid non-responsive.
Upon request, the Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records, or files in its possession that will substantiat~ the actual work
performed by the MBE and/or WBE. The misrepresentation of facts ( other than a ·negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the
contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to
false statements . Further, any such misrepresentation of facts (other than a negligent misrepresentation)
and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred
from participating in City work for a period of time of not less than three (3) years .
12. 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 the Bid Opening. Answers to all such requests will be bound and
made part of the Contract Documents, or should the bidder be in doubt 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 addendum issued will be mailed, faxed, e-mailed or
delivered to each prospective bidder. The bid proposal as submitted to 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.
PART B -PROPOSAL
This proposal must not be removed from this book of Contract Documents.
TO: Jim Higgins
Acting City Manager
Fort Worth , Texas
PROPOSAL FOR: The replacement of the existing Southside Pump Station with a new
pump station located in close proximity to the existing station. Work shall include all
piping, electrical , paving, grading, and landscaping to install in accordance with contract
documents and building codes.
PROJECT NAME: FORT WORTH SOUTHSIDE PUMP STATION
REPLACEMENT PROJECT
Water Department Project No. 00574
Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly
examined the Contract Documents, including plans , special contract documents, and the
General Contract Documents and General Specifications for Water Department Projects,
the site of the project and understanding the amount of work to be done , and the
prevailing conditions , hereby proposes to do all the work, furnish all labor, equipment
and material except as specified to be furnished by the City, which is necessary to fully
complete the work as provided in the Plans and Special Contract Documents and subject
to the inspection and approval of the Director of the Water Department of the City of Fort
Worth , Texas ; and binds himself upon acceptance of this Proposal to execute a contract
and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and
such other bonds, if any , as may be required by the Contract Documents for the
performing and completing of the said work. Contractor proposes to do the work within
the time stated and for the following sums:
Fort Worth Water De pt. B-1 Proposa l
CITY OF FORT WORTH -SOUTHSIDE PUMP STATION REPLACEMENT
I Item I Approx. Unjt Description ofltem with Unit Urut Price Amount Bid
No. Quantity Price Written in Words Bid
(Furnish and install , including all appurtenant work , complete in place , the following
items
j 1. I 1 LS T Pump Station Site Work 1·
I I II I Twenty-two thousand five hundred ~
i 1
1
Dollars and zero Cents
I
ii L I _ Per Unit i $22,500.00 ; $22,500.00 I 2-.--+-1 _2_0_0 ___ _,___S_Y _ ____,.!_P_u~p Station ~ei~forced concr--e-te-+-'-'==========----+I ---=-==========----l
j 1 I driveway, ramps, and sidewalks. I '
J I I Forty-five Dollars and zero Cents I I
I I j Per Urut I $45.00 I $9.000.00
I 3. I 1 I LS j Demolition/removal of existing I
1 i pump station. I
I
I Eight thousand five hundred Dollarsj
: And~ Cents Per Unit · $8,500.00 j $8,500.00 J
1
:
J 4_ J 350 I LF I Trench and Excavation Safety T ==-=========-----1
1
~~;;,;;,,;,,;;,;;,._ 1
J j
1
! I One Dollar and Zero Cents J 1 '
~ 1 I Per Urut +!J .00 Ii $350.00 ,-5 .-,-l ------<,f--L-S--+-1 U--nd_e_rg_r.ound water and sewer ,===----i--=--======--------1
I ,I ! j FP!t~g. h d D 11 d I I
1 I uu-seven t ousan o ars an i ,
I !
1
I Zero Cents Per Unit I $57,000.00 I $57,000.00
I 6. j I I LS I Pump Station foundation and pre-: I
i I I cast building ! I I One hundred and eight-eight
I 1
1 i thousand Dollars and _Ze_r_o Cents I
! · Per Unit I $188,000.00 $ 188,000.00
7. ! 2 --I EA I New pump, motor._a_n_d _b_a;·-e -p-la-te--+-=-=====*=======-----t--1 -=-============-----j
1 , , i Thirty-six thousand Dollars and ,1
I j / j Zero Cents Per Unit I
i 1 1 I $36,000.00 I $72,000.00
! 8. I! 1 I LS I Pump station mechanical I I
1 I Fifty-three thousand Dollars and : I
~ -f--ero Cents Per Unit I $53,000.00 i $53,000.00
1
9. I 1 , LS 'j Pump station_h_e_a-ti_n_g_a_n_d ----+---==~=====~+l ..:::.."====;;;;,;;;,~---l
' I ventilation I
II i I Seventeen thousand Dollars and I
j Zero Cents Per Urut $17,000.00 i $17,000.00 11 0. j l ,-LS , Electrical and instrumentation
I Three hundred and forty-nine
, thousand Dollars and Zero Cents
; Per Unit --
I
I $349.ooo.oo
' I $349.ooo.oo
Fo rt Worth Water De pt. 8-2 Proposal
TOT AL AMOUNT BID
PROPOSAL (Cont.)
$776,350 .00
Within ten ( I 0) days after acceptance of this Proposal , the undersigned will execute the
formal contract and will deliver an approved Surety Bond and such other bonds as
required by the Contract Documents, for the faithful performance of the Contract. The
attached bid security in the amount of 5% of the Total Amount Bid is to become the
property of the City of Fort Worth , Texas , in the event the contract and bond or bonds are
not executed and delivered within the time above set forth , as liquidated damages for the
delay and additional work caused thereby. The undersigned bidder certified that he has
been furnished at least one set of the General Contract Documents and General
Specifications for Water Department Projects dated January 1, 1978 , and that he has read
and thoroughly understands all the requirements and conditions of those General
Documents and the specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of
any labor organization, subcontractors, or employment agency in either furnishing or
referring employee applicants to the undersigned are not discriminated against as
prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No.
7400 .
(Complete A or B below, as applicable:)
__ A. The principal place of business of our company is in the State of ___ _
Nonresident bidders in the State of , our principal
place of business, are required to be __ percent lower than resident bidders
by state law. A copy of the statute is attached.
Non resident bidders in the State of , our principal
place of business , are not req uired to underbid resident bidders.
_LB. The principal place of business of our company or our parent company or
majority owner is in the State of Texas.
The Bidder agrees to begin construction within 10 calendar days after issue of the work
order, and to substantially complete the contract within 200 calendar days after
beginn ing construction as set forth in the written work order to be furnished by the
Owner.
Fort Worth Water Dept. B-3 Pro po a l
I (we) acknowledge receipt of the following addenda to the plans and specifications, all of
the provisions and requirements of which have been taken into consideration on
preparation of the foregoing bid:
Addendwn No. I (Initials)~ Addendwn No. 3 (Initials) ___ _
Addendum No. 2 (Initials) Addendum No. 4 (Initials) ___ _
Respectfully submitted,
Title
VIC~-7:XE~ I I>t=N 'T
Address
'3 9 I\ "'E ~ v ~ Fe q nu:x. c;.,.
A ( l,..J~(r'TON I IX 7~ 0 I <..
Telephone: 8'1? -57,?-"'91 7
Fort Worth Water Dept. 8-4 Propo sal
FORT WORTH
~
PRIME COMPANY NAME:
Dake Construction
PROJECT NAME:
City of Fort Worth
Subcontractors/Suppliers Utilization Form
A TIACHMENT 1A
Page 1 of 3
Check applicable block to describe prime
I MMI/DBE I X I NON-M/WIDBE
Southside Pump Station Replacement Project BID DATE
April 21 , 2011
City's M/WBE Project Goal : Prime's M/WBE Project Utilization: PROJECT NUMBER
00574 17% 18.01%
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 Offerer 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 g rounds 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 Ta rrant,
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 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 Cen t ral T exas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway divis ion . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Bus iness 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 bv the M/WBE as outlined in the lease agreement.
Rev . 5/30/03
I
FORTWORTH
-~
ATIACHMENT 1A
Page 2 of 3
Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minority, Women and non-M/WBEs .
Please list M/WBE firms first , use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B T D w
R 0 B E E C T E
A
Dot Communications & 2 X X Electrical Gear 91,800.00
Electrical Supply, Inc.
(Texsun Electrical Contractors
Supplier)
1011 Oakmead Dr
Arlington , TX 76011
(972) 602-7901
Fax(972)602-7909
El Cala Construction 2 X Supply and install 32,575.00
(Fast-Trak Construction concrete
Subcontractor)
PO Box 7576
Fort Worth, TX 76111
(817) 271-3640
Fax(817)222-0578
Garland Heating and Air 1 X X Supply and install 15,450.00
Conditioning exhaust fans,
2113 South Garland Ave louvers, heaters
Garland, TX 75041
(972) 278-3506
Fax (972) 271-6321
Fast-Trak Construction, Inc . 1 X Supply and Install 167,425.00
1150 Empire Central Pl building , demo
Suite 124 existing building,
Dallas, TX 75247 misc site work
(214) 638-0525 including erosion
Fax (214) 638-0528 control , seeding,
gravel, etc
Texsun Electrical Contractors 1 X Electrical and 222,000.00
4646 Mansfield Hwy instrumentation
Fort Worth, TX 76119
(817) 535-4802
Fax (817) 535-8647
Texas Water Products Inc 1 X Piping , valves, etc 83,266.50
5825 E Berry St
Fort Worth, TX 76119
(817) 457-9988
Fax (817) 654-2007
Smith Pump Company , Inc. 1 X Flowserve pumps 40 ,000 .00
4624 Martin Luther King Frwy
Fort Worth, TX 76119
(817) 589-2060
Fax(817)589-4900
Rev . 5/30/03
FO RT WORTH
~
Other -Non-committed 1 X Misc Materials
which were
estimated at time of
bid -no supplier
yet.
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
Page 3 of 3
10 ,000 .00
$ 139,825.00
$ 636,525.00
$ 776,350.00
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
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addit ion 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 Offerer 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 Offerer and barred from participating in
City work for a period of time not less than one (1) year .
AmhOOd~
Vice President
Title
Dake Construction
Company Name
3911 Blue Feather Court
Address
Arlington, TX 76016
City/State/Zi p
R Scott Lewis
Printed Signature
R Scott Lewis
Contact Name/Trtle (if different)
(817) 572-6919
Telephone and/or Fax
dakeconstruction@sbcglobal,oet
E-mail Address
85{89{2944
Date
Rev . 5/30/03
FORT"WORTH w·
PRIME COMPANY NAME:
PROJECT NAME:
City of Fort Worth
Prime Contractor Waiver Form
Sovfl..£,.ft -:Pu ..... p Sl,n°"" ~ ~P lc.t,,.,..,~+ 1),.,~,+
City's M/WBE Project Goal: PROJECT NUMBER
l1 % 00 >7'1
ATIACHMENT 18
Page 1 of 1
Check applicable block to describe
prime
I M/VV/DBE I I NON-M/VV/DBE
BID DATE
Ao,, 1 '2.1. Zo 11 . .
If both answers to this form are YES, do not complete ATTACHMENT 1C(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 1C . This form is only applicable if b.mh answers are yes .
Failure to complete this ·form in its entirety arid ~be received by the Managing Department on or before
· 5:00 p.m.1 five (5) City business days after bid opening, exclusive of the· bid ·op,ning date; will result in th.e ,
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 NO project, this is your normal bus iness 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 irresponsib le offerer and barred from participating in City work for a
period of time not less than one (1) year.
Authorized Signatu re Printed Signature
Title Contact Name {if different}
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 5/30/03
FORT WORTH . ---
PRIME COMPANY NAME:
PROJECT NAME:
City of Fort Worth
Good Faith Effort Form
Su\l~s,t.l, 'Pv~p S.fe.fto" ~q,l•u,-"I Pr,)Wf-
City's M/WBE Project Goal: 1-:,. %
I PROJECT NUMBER
OOS-?~
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
prime
I M/W/DBE I I NON-M/W/DBE
BID DATE Ap,,I 'Z.I I "Z.o''
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 fonn.
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"a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
(
!
!
Rev. 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
__ Yes
__ No
Date of Listing __ / ___ / _
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
__ Yes (If yes , attach M/WBE mail listing to include name of finn and address and a dated copy of letter mailed.)
__ No
i
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 finn, person contacted, phone number and date and time of contacl)
__ 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 Telephone Contact Person Scope of Work Reason for Rejection
Rev . 05130/03
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 1 C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 05/30/03
FORT WORTH
~ CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
1 of 4
Name of City project: ____ S:=.....,:u;_v_t;_k.;...;s::c...,:..::tl,=-..:..'R.::.u.!..;;""-+---'S=-:...,f ._ ... ....:•..:..•"=--~.:...._,_.__,;_;;I e.....::L~e~tv.=;;..:_1';.:_+_'j)..!-.,!.r-=":...P:...30...:.+ ___ _
A joint venture form must e completed on each project
1. Joint venture information:
Joint Venture Name :
Joint Venture Tax ID #:
Joint Venture Address:
(If applicable)
Telephone: Facsimile:
RFP/Bid/Purchasing Number:------------
Cell: E-mail address:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide the same firm information and detailed explanations
of work to be erformed b each firm com risin the ·oint venture
M/WBE firm Non-M/WBE
name:
Tax ID#:
Business Address :
City, State, Zip:
Telephone Facsimile Cell
E-mail
Certification Status:
If pending, date completed packet submitted to agency:
Name of Certifying Agency:
M/WBEfirm
name:
Tax ID#:
Business Address :
City, State, Zip:
Telephone
E-mail
Facsimile
Certification Status:
Cell
If pending, date completed packet submitted to agency:
Name of Certifying Agency:
firm name:
Tax ID#:
Business Address :
City, State, Zip :
Telephone Facsimile Cell
E-mail
[?.~~~~~rf~~~7?XJ;t :--~-;:e, -:: . ---:~· ~-_'./· . :
L~ .. --~..--I """"'-'~~ .......,__._,~~.:;.. .. J.:~-.-,,;,;. -~-~ ~--........ ~---"'-'"~-~--·--~-~--...-.,.·j-~-
Non-M/WBE
firm name:
Tax ID#:
Business Address :
City, State, Zip :
Telephone
E-mail
Facsimile Cell
Rev . 05-04-10
2 S . f k rfi cope o wor pe orme db h J. V t IY 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
2 of4
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. Date of Joint Venture Agreement:'---------
5. Attach a copy of the joint venture agreement.
6. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and Joss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
7. 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
----------------------------------------------
Rev. 05-04-10
Joint Ventu re
3 of4 ----------------------------------------------
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 contract 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 Ord inance .
Rev . 05-04-10
AFFIDAVIT
Joint Venture
4 of4
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 ofM/WBE finn Name ofnon-M/WBE finn
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
'
Signature of Owner Signature of Owner
Title Title
Date Date
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-----------------------
Signature
Commission Expires ______________________ _ (seal
Rev . 05-04-10
-
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 :
C 1-1.2 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
PARTB PROPOSAL
PART C GENERAL CONDITIONS
PARTD 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-1 General Conditions
' J
C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
C 1-1. 5 BIDDER: Any person, persons , firm , 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 contracf 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.
Cl-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.
Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
Responsibility for final enforcement of 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 EN GINER: 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.
Cl-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
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
c' 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
• 'I •
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
D.I. 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. Any type of asphaltic concrete with or without separate base material
B. Any type of asphalt surface treatment, not including oiled, surface
C. Brick, with or without separate base material
D. Concrete, with or without separate base material
E. 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
_,
'
"
·"
,: ' ,-· -
u• .
·'
C 1-1.31 ROADWAY: 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
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 .
..
\ '
<,(
l ,,,,,./',(
' '
... .
1.""' .. .;
\ ·• ,,
I
''.
Fort Worth Water Department
.. '
..
(
<'
C-6
I'
f'
y
j
,!
f
,.
. '\
,.
,•
1 .
General Conditions
·\.
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2. l 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 often (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 av ailable 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 Department C-7 General Conditions
.
J t
:
'T •• , '. .
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 t
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 General Conditions
0.'
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 DELNERY 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 receiv ed 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. l O 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.l l 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
i , .,
l'j.' •. ' ~: ..
"
.., .
... -
called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner
reserves the right to waiv e 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:
Reasons for believing that collusion exists among bidders
¥ •
'
A.
B. Reasonable grounds for believing that any bidder is interested in more ~ ; . ·~ ,
than one proposal for work contemplated.
C .
D.
E.
F.
G .
H.
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.
The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
The bidder having performed a prior contract in an unsatisfactory manner.
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.
Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
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 .
' .
;
<.
• • ',, f.
' .
1.
Fort Worth Water Department C-10 General Conditions
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS
C3-3.1 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: As soon as proposed price totals have
been determined for comparison of bids, the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished 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 as 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 Department C-12 General Conditions
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 A wardee' 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 Conditions
C3-3.11 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
$25.0,000 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 representative 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
,.
J e •
~· ' .
' '
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 proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for 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 most
satisfactory manner, provided such changes do not materially alter the original Contract
Documents or change the general nature of the project as a whole. Such changes shall
not be considered as waiving or invalidating any condition or provision of the Contract
Documents.
Fort Worth Water Department C-17 General Conditions
...
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of
the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto ; provided however, that before any extra work is begun a "Change
Order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
A. Unit bid price previously approved
B. An agreed lump sum
C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates; (3) materials entering
permanently into the project, and (4) actual cost of insurance, bonds, and
social security as determined by the Owner, plus a fixed fee to be agreed
upon but not to exceed 10% 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 plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 SCHEDULE OF 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 Yz " x 11 " sheets and at least
five black or blue prints shall b e furnished to the Owner.
C4-4 .7 PROGRESS SCHEDULES FOR WATER AND SEWERPLANTFACILITES :
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 t o 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
A.
B.
C.
D.
Milestone dates and final project completion dates shall be developed to
conform to time constraints, sequencing requirements , and completion
time.
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 .
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.
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
' t
Fort Worth Water Department C-20 General Conditions
C \, ' ., .
\
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 Conditions
SECTION CS-5 CONTROL OF WORK AND MATERIALS
CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction
of the Engineer and in strict compliance with the Contract Documents. 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
furnished, 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 decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the Owner and Contractor, a written
decision on the matter in controversy.
CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform
with 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 discrepancies,
figured dimensions shall govern over scaled dimensions, plans 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 discovers an apparent error or
discrepancy, he shall immediately call this condition to the attention of the Engineer. In
the event of a conflict in 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 most expensive resolution of the conflict.
Fort Worth Water Department C-22 General Conditions
-
CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with
three sets of the Contract Documents and shall have av ailable 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.
CS-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 General Conditions
CS-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.
CS-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.
CS-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City inspectors will be
authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or
manufacturing of the materials to be used or equipment to be installed. A City Inspector
may be stationed on the work to report to the Engineer as to the progress of the work and
the manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the 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 •.
CS-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.
CS-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.
CS-5.11 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.
CS-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:
Fort Worth Water Department
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
C-27 General Conditions
B. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above , but immediate.
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through 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 b y 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.
CS-5.17 CLEAN-UP : Clean-up of surplus and/or waste materials accumulated on the
job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is giv en 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.
CS-5.18 FINAL ACCEPTANCE: Whenev er 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 prov ide 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
t o 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 Conditions
/
I
I
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 ingress 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. S.uch other means may include the div ersion 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 roadway s 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 prev ent 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 Contract or as regards to public convenience and safety which may come to the
attention, after twenty-four (24 ) hours notice in writing to the Contractor, sav e 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 Conditions
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 PRJVELEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT OF
WAY: For performance o fthe 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 Department C-31 General Conditions
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 Water Department C-32 General Conditions
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 WITIDN 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 Departnient 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 wi~out 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.l l INDEPENDENT CONTRACTOR: It is understood and agreed by the parties
hereto that the Contractor shall perform all work and services hereunder as an
independent 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 Conditions
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 Conditions
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, ifhe 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 out 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, vou chers,
bills of lading, and other books or papers containing any evidence as to the amount of
such alleged damage. Unless such statements shall be filed as hereinabove required, the
Contractor's claim for compensation shall be waived, and he shall not be entitled to
payment on account of such damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES: 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 utilitie s 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.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer
lines have to be taken up or removed, the Contractor shall, at his own expense and cost,
provide and maintain temporary outlets and connections for all private or public drains
and sewers. The Contractor shall also take care of all sewage and drainage which will be
received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or 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 General Conditions
and maintained under the Contract, ex cept 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. l 6 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 Contract or, 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 .19 NO WAIVER 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
,•
~ t
\
SECTION C7-7 PROSECUTION AND PROGRESS
C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization, and
with assistance of workman under his immediate superintendence, work of a value of not
less 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 ASSIGNMEN T 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 9f 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 insolvency laws of any
state, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue
of said contract shall be retained by the Owner as liquidated damages for the reason that
it would be impracticab le 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 continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure 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 submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Fort Worth Water Department .. C-39 General Conditions
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
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 Cl-1.23 "WORKING DAY'' or the date
stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Fort Worth Water Department · C-40 General Conditions
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 day s 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 sp ecified 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 ov er $630 .00
The parties hereto understand and agree that any hann 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 hann 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 hav e 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 CO:MPLETION, 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 Conditions
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 t o 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 Document s 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 fini shed
. 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 3 0 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 ifltem 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 Conditions
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 C?-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) any claim which the Owner may have against the Co ntractor
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. Adjustment: 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: 1-Jothing 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.
C?-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 .l MEASURMENT OF QUANTITIES: The determination of quantities of work
performed by the Contractor and authorized by the Contract Documents acceptab ly
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 constructi on 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 CS-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 Conditions
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 RETAINAGE: Between the 1st and 5th day or
each month the Contractor shall submit to the Engineer a statement showing an estimate
of the value of the work done during the previous month, or estimate period under the
Contract Documents. Not later than the 10th day of the month the Engineer shall verify
such estimate, and if it is found to be acceptable and the value of 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 furnished
by the City. The partial estimate 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
estimates rendered following the discovery of an error in any previous estimate, and such
estimate shall not, in any respect, be taken as an admission of the Owner of the amount of
work done or of its 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 Water Department General Conditions
•'
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 affidavit, 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 injw:y 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 Generai Conditions
C8-8. l O 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 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
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. l 1 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents, or 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 General Conditions
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
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. 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 ofless 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.
C. Part C -General Conditions: Paragraph C3-3.ll of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D. C3-3.l 1 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
E. C6-6 .12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of: or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury, damage or death is caused, in whole or in part. by the negligence or alleged
negligence of Owner. its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract, whether or not any such iniury or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if 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.
F . 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:
G.
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.
C3-3.l l INSURANCE: Page C3-3 (7): Add subparagraph ''h. ADDITIONAL
Revised
10/24/02
Pg .2
INSURANCE REQUIREMENTS"
a. The City, its officers , employees and servants shall be endorsed as an additional insured
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
contracted project.
c. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
d. 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.
£ 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.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg. 3
' ' '
,, '
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
H . 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 :
I.
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 C S-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks, copyrights, or other legal reservations, and for complet ing 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 t he work,
materials , or equipment, nor in any way prejudice or affect the obligatio n s 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, whi.c h 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 a s provided
herein.
C8-8.10 GENERAL GUARANTY: Delete C8-8.10 , 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 100 percent of the amount of the contract which shall assure
the performance of the general guaranty as above outlined. The Owner will give notice of observed
defects with reasonable promptness .
Revised
10/24/02
Pg. 4
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.
J. 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:
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
K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated
November 1, 1987; (City let projects) make the following revisions :
1. Page C3-3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to
read:
Revised
10/24/02
Pg. 5
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
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 l INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3.l l INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
1 J
L. RlGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 RlGHT TO AUDIT:
(a) 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 w ith the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under 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 norrnal 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 reasonable advance notice
of intended audits.
( c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows:
Revised
10/24/02
1. 50 copies and under -10 cents per page
Pg.6
·----------·--~---------··'-'~---,· --~---"( ... --
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M . SITE PREPARATION :
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O work
within easements, page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications .
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe.
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN :
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen .
2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures .
0. 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.
Revised
10/24/02
Pg. 7
\
P. 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 Go vernment
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 accordanc.e with Chapter 2258,
Texas Government Code. Such prevailing wage rates .are included in these contract
documents.
(b) The contri ct6r shall, for a ·peri9d of three (3) years foµowing the date of acceptance of
the w ork, maintain records. that show (i) the_ name ·and occupation of each worker
empl<;>yed by the c ontractor in the construction .of the: w9rk provfded for in this co~tract; •
and (ii) the actua(per diernwages paid to ea2h 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 tp comply with paragraphs (a) and (b) ~bove.
( d) With each partial paynien~ estunate or payroll period, whichever is less, an affidavit
stating that the contractor has complied with the requirements:_of Chapter 2258, Texas
Government Code.
The contra"ctor . shall post the prevailing w ~ge rates iri a s onspicuou·s place at the sit ~ of the
project at all times.
' .
: i
Revised
10/24/02
Pg.8
------- ----~------ --------... ------• -----.. -~ + ---- - • ----• ----~ .. -
City ofFort Worth
Southside Pump Station Replacement
PARTD
SPECIAL CONDITIONS
This Part D -Special Conditions is · complimentary to Part C -General Conditions and Part Cl -
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 Cl -Supplementary
Conditions of the Contract and this Part D, Part D shall control.
FOR: SOUTHSIDE PUMP STATION REPLACEMENT PROJECT
PROJECT NO. 00574
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 proj~ct 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 Port Worth and will be required to replace at his expense any
part or all of this project which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents
and General Specifications, with latest revisions, are made a part of the General Contract Documents for this
project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions,
drawings or details referred to by manufacturers name, or identification include therein as specifying, referring
or implying product control, performance, quality, or other shall be binding upon the contractor. The
specifications and drawings shall be considered cooperative; therefore, work or material called for by one and
not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required
by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified
with the Water Department to perform such work in accordance with procedures described in the current Fort
Worth Water Department General Specifications, which general specifications shall govern performance of all
such work.
PartD D-1 03/17/11
City ofFort Worth
Southside Pump Station Replacement
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL
TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these
contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and 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 1 of the
North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
document at any time. Failure to bid or fully execute contract without retaining contract documents
intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract
as appropriate as determined by the City Engineer.
D-2 LOCATION AND DESCRIPTION OF PROJECT
The Southside Pump Station is located at 3750 Gordon Avenue, a 7.2 acre tract ofland owned by the City
of Fort Worth, which also contains the 5 million gallon Southside ground storage tank. This pump station
currently provides 5 MGD of firm pumping capacity (two 5 MGD pumps) from the Holly Pressure Plane
. to the Southside II pressure plane. The existing pump. station was constructed in 194 7 and was meant to be
a temporary station. Condition assessment evaluations have warned about the risk of failure associated
with the existing pump station electrical switchgear and piping.
The Southside Pump Station Replacement Project consists of the replacement of the existing pump station
with a new pump station located approximately 60 feet to the northeast. The new pump station will consist
of a cast in place reinforced concrete foundation, precast concrete wall panels, and a built up roof. The
pump station will contain two pumps, each sized for 4,000 gpm, with slow opening/closing tilted disk
check valves for surge control. The pump station building will be heated and ventilated with unit heaters,
fans, and motorized louvers. Access to the new pump station will be via a personnel access door, or a
manual actuated roll up door. Electrical equipment will be sized for the pump motors. Existing site
electric valve actuators, flow meters, tank level sensors, tank intrusion alarms, and other miscellaneous
signals will be returned to the new pump station. The existing SCADA enclosure will be relocated to the
new pump station, and a new antenna tower will be installed to communicate with the Water Department's
SCADA system. A new electrical service has been negotiated with Oncor, which will require a new pad
mounted transformer pad to be constructed and conduit run to the new service pole, to be set by Oncor.
This project will improve the electrical and mechanical reliability of the Southside Pump Station, will
allow for emergency operation of the pump station by a generator, and will increase the pump station
capacity.
PartD D-2 03/17/11
City ofFort Worth
Southside Pump Station Replacement
D-,3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions:
1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority
to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83,
or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's
employees 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,
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 .
B. 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.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being warded
the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the ·
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services on
the project; and
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.
PartD D-3 03/17/11
City ofFort Worth
Southside Pump Station Replacement
G. The contractor shall notify the governmental entity in writing by c~rtified mail o~ personal delivery,
within ten (10) days after the contractor knew or should have known,, of any change that materially
affects the provision of coverage of any person providing services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Worker's Compensation Commission, informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify coverage and report lack of
coverage.
I. The contractor shall contractually require each person with whom it contracts to provide services on a
project, to :
1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of
any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section
401.011( 44) for all of its employees providing services on the project, for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage
showing that coverage is being provided for all employees of the person providing services on the
project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a 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 services on the project; and
7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-
(7), with the certificates of coverage to be provided to the person for whom they are providing
services.
8. · By signing this contract or providing or causing to be provided a certificate of coverage, the contractor
is representing to the governmental entity that all employees of the contractor who will provide
services on the project will be covered by worker's compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification codes and payroll
amounts, and that ali 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.
PartD D-4 03/17/11
-
City of Fort Worth
Southside Pump Station Replacement
9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy
the breach within ten days after receipt of notice of breach from the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify current coverage and
report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the
Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice
must be printed with a title in at least 3 0 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 materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at ( 512)440-3 7 89 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 Drawing 1-H presented at
the end of the Special Conditions. The signs may be mounted on skids or posts. The Engineer shall approve
the exact locations and methods of mounting. 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. In no event shall less than
the following rates be paid (see wage rate schedule at the end of the Special Conditions). 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.
PartD D-5 03 /17/11
City ofFort Worth
Southside Pump Station Replacement
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.
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
PartD D-6 03/17/11
-
-
City ofFort Worth
Southside Pump Station R~placement
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. 10056). All disposal sites must be
approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit.
A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a
Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the
fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. fu 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 accordanc.e
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.
PartD D-7 03/17/11
City ofFort Worth
Soutpside Pump Station Replacement
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 rriinimize the muddying of
a stream.
4 . All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions
placed during construction operations that are not a part of the finished work.
5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs
with fuels, oils , bitumen, calcium chloride or other harmful materials. He shall conduct and schedule
his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid
interference with movement of migratory fish .
C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary
erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work.
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 OSHA STANDARDS
All work performed under this contract shall meet the requirements of the Occupational Safety and Health
Administration (OSHA).
PartD D-8 03/17/11
......
City ofFort Worth
Southside Pump Station Replacement
It is the responsibility of the Contractor to become familiar with the provisions 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. ·
D-15 TIME OF COMPLETION
The Owner desires that all work under this contract be substantially completed, in total, within 200
Calendar Days . Final completion of all work under this contract shall be completed, in total, within 230
Calendar Days. Furthermore, the maximum amount of time between the shutdown of the existing pump
station and startup and reliable oper~tion of the new pump station shall be 30 calendar days. Liquidated
damages will be assessed the Contractor for failure to complete necessary work to meet these completion
dates in accordance with the general conditions, Section C7-7.I0, Time of Completion.
Substantial Completion of the project shall be defined as demolition of the existing pump station and
operation of the new pump station, with all instrumentation and SCADA controls and feedback functional.
The time period between Substantial Completion and Final Completion shall be scheduled for completing
ancillary items which have no impact on the pumping of water, such as finish grading and paving,
painting, and architectural finish work.
D-16 INTERPRETATION OF PHRASES
Wherever the words "Directed", "Required", "Permitted", "Designated", "Considered Necessary",
"Prescribed", or words oflike 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,retc ., 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.
PartD D-9 03/24/11
City ofFort Worth
Southside Pump Station Replacement
3. Terminate all orders and contracts to the extent that they relate to the performance of the work
terminated by the Notice of Termination.
D-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
inspector, 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 FINALACCEPTANCE
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 C8-8.10
GENERAL GUARANTY, of the General Conditions, commencing the date of final acceptance.
D-20 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 or 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.
PartD D-10 03/24/11
City ofFort Worth
Southside Pump Station Replacement
D-21 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-22 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.
D-23 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 Co~tractor 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-24 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
PartD D-11 03 /17/11
City of Fort Worth
Southside Pump Station Replacement
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-25 TRENCH SAFETY SYSTEM
Information, data, typical design schemes included on the Drawings and Specifications, Section 02223
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 Conditions. 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 actuaf 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-26 PUMPING AND DEWATERING 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.
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-27 PROJECT SUPERINTENDENTS
The Contractor shall keep a competent resident superintendent at the project site at all times during the
progress of the work. A resume listing the qualifications and experience record of the proposed resident
superintendent, as well as references from similar projects shall be submitted to the Owner, prior to the
award of contract. 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 c~mtract 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 representativ·e.
PartD D-12 03/17/11
City ofFort Worth
Southside Pump Station Replacement
The Contractor shall submit resumes for the Electrical and Instrumentation 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 Electrical
and Instrumentation Superintendents.
D-28 CONTRACTOR'S OFFICE
The Contractor may elect to furnish a field construction trailer for management of the field activities .
Installation of a field office shall receive no direct compensation from the Owner. Contractor shall provide
temporary utilities (water, sewer, power, and phone) to the temporary construction trailer. Contractor shall
remove all temporary facilities at the end of construction. Contractor shall be responsible for obtaining all
City permits required for the trailer and associated utilities. Power costs will be back-charged to the
Contractor at the end of the job by means of deductive Change Order.
D-29 SAN-IT ARY 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.
D-30 SEQUENCE OF CONSTRUCTION
Prior to the start of any work on the project, Contractor shall submit to the Engineer a construction
schedule and sequence of operation. The construction schedule shall be prepared in accordance with
Sections 01040 and 01310.
D-31 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.
D-32 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 fmal project
completion, due to defects of design, materials, 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
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-33 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
PartD D-13 03/17/11
City ofFort Worth
Southside Pump Station Replacement
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 ifby 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 Contract or 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.
0-34 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. Photographs shall be submitted with each partial pay request.
0-35 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
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.
Refer to Section 01300 for detailed submittal requirements. Submittals shall be marked to show clearly the
applicable sections of the specification and sheet number of drawings.
0-36 RECORD ORA WINGS
a. General: During prosecution of the work, the Contractor shall maintain a comp lete 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.
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.
0-37 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 01300 and 01430; regardless
PartD D-14 03/17/11
City of Fort Worth
Southside Pump Station Replacement
if reference is or is not made to Sections 01300 or 01430 within the section of the specification under
which the equipment or material is purchased.
D-38 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 (RFI) 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-39.
D-39 CONTRACTOR MODIFICATION REQUEST I 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. 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-43 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.
D-40 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-41 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.
PartD D-15 03/17/11
City of Fort Worth
Southside Pump Station Replacement
D-42 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-43 ALTERATION OF CONTRACT DOCUMENTS
Paragraph C4-4.4 of the General Conditions shall be modified as follows:
By Change Order or Field Order, the Owner reserves the right to make changes in the Contract Documents
and in the character or quantities of the work as may be necessary or desirable to insure completion in the
most satisfactory manner, provided such changes are consistent with the overall intent of the Contract
Documents.
A Field Order is a written order issued by the Engineer which authorizes minor changes or alterations in
the work that do not involve changes in the Contractor Time or Contract Amount. Modifications to the
contract can only be authorized by a Change Order or Field Order. Such changes shall not be considered
as waiving or invalidating any condition or provision of the Contract Documents.
If Contractor believes that a minor change or alternation authorized by Field Order entitles him to an
increase in contract amount or contract time , he shall not proceed with the work and shall, within 10 days
after receiving the Field Order, so advise the Engineer in writing and request that a Change Order be
issued in accordance with paragraph C4-4 .5 of the General Conditions.
D-44 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.
END OF SECTION
PartD D-16 03 /17/11
4'
1-"
•1·-CFORT WORTH=~:. ~-~~~~~
f-3"
3·~.,_____Project Tit_le~_~__,_~,-
Funding
3"
11" 2 Contractor: 1 ..
2
21" Contractor's Name 2
11 "
11" Questions on this Project Call: 2
2
1"
11" (817) 392 -XXXX 2 1"
11" After Hours Call: (817) 392 -XXXX 2
21"
R1" TYP .
FONTS:
FORT WORTH LOGO IN CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS:
FORT WORTH • PMS 288 • BLUE
LONGHORN LOGO • PMS 725 • BROWN
LETTERING • PMS 288 • BLUE
BACKGROUND • WHITE ;
BORDER • BLUE
2
NOTES:
IF APPLICABLE TO THE PROJECT,
CONTRACTOR SHALL OBTAIN VINYL
STICKER "CITY GAS LEASE REVENUE
IN ACTION"/ LOGO AT CDR SIGN AND
ENGRAVING, 6311 EAST LANCASTER
AVE (817-451-4684), PEEL AND PLACE
IN FUNDING SECTION.
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO . 1-H . DATE:
Health/ Total
Avg. Hrly
Classification Rate Welfare Pension Vacation Package
AC Mechanic $25.92 $1.01 $0.19 $0.83 $27.91
AC Mechanic Helper $15 .81 $0.00 $0.00 $0.30 $16.n
Acoustical Ceiling Mechanic $15.56 $0.57 $0.03 $0.12 $16.26
Acoustical Ceiling Helper $12.27 $0.19 $0.00 $0.00 $12.46
Abestos Worker $0.00 $0.00 $0.00 $0.00 $0.00
Bricklayer/Stone Mason $18.54 $0.24 $0.00 $0.00 $18.78
Bricklayer/Stone Mason Helper $10 .39 $0.00 $0.00 $0.00 $10.39
Carpenter ' $17 .08 $1.62 $0.17 $0.81 $19.69
Carpenter Helper $13.45 $0.75 $0.08 $0.71 $14.99
Concrete Finisher $13.97 $0.41 $0.04 $0.14 $14.55
Concrete Finisher Helper $12.14 $0 .43 $0.04 $0.11 s12.n
Concrete Form Builder $14.03 $0.67 $0.03 $0.15 $14.88
Concrete Form Builder Helper s11.n $0.54 $0.03 $0.10 $12.39
Drywall Mechanic ( $16.10 $0.56 $0.02 $0.30 $16.98
Drywall Helper $12.43 $0.33 $0.00 $0.28 $13.05
Drywall Taper $15 .00 $0.07 $0.00 $0.00 $15.07
Drywall Taper Helper $11 .50 $0.07 $0.00 $0.00 $11.57
Electrician (Journeyman) s21.n $1.08 $0.05 $0.38 $23.29
Electrician Helper $15.32 $1.09 $0.05 $0.27 $16.73
Electronic Technician : $20.00 $0.00 $0.00 $0.00 $20.00
Electronic Technician Helper $0.00 $0.00 $0.00 $0.00 $0.00
Floor Layer (Carpet) $0.00 $0 .00 $0.00 $0.00 $0.00
Floor Layer (Resilient) $18.00 $0 .00 $0.00 $0.00 $18.00
Floor Layer Helper $10.00 $0.00 $0.00 $0.00 $10.00
Glazier $18.53 $1 .92 $0.38 $0.71 $21.54
Glazier Helper : $13.49 $1.20 $0.10 $0.35 $15.13
Insulator $16.59 $0.29 $0.12 $0.08 $17.08
Insulator Helper $11.21 $0.36 $0.11 $0.13 $11.81
Laborer Common $10.47 $0.70 $0.06 $0.08 $11.30
Laborer Skilled $13.24 $0.98 $0.06 $0.12 $14.41
Lather $17.00 $0 .00 $0.00 $0 .00 $17.00
Lather Helper : $15.00 $0.00 $0.00 $0.00 $15.00
Metal Building Assembler $16.00 $1 .56 $0.63 $0.00 $18.19
Metal Building Assembler Helper $12.00 $1.56 $0.63 $0.00 $14.19
Painter $12.57 $0.69 $0.02 $0 .09 $13.37
Painter Helper $9.98 $0.61 $0.02 $0 .09 $10.70
Pipefitter $21.14 $0.90 $0 .13 $0.45 $22.59
Pipefitter Helper $14.92 $0 .58 $0 .11 $0.23 $15 .82
Plasterer $17.24 $0.05 $0.00 $0 .00 $17 .30
Plasterer Helper $12.85 $0.05 $0.12 $0.43 $12.90
Plumber $20.33 $0 :69 $0.12 . $0.43 $21.56
Plumber Helper $14.95 $0 .95 $0.11 $0.00 $16.42
Reinforcing Steel Setter $13.01 $0.36 $0.07 $0.23 $13 .67
Reinforcing Steel Setter Helper $11.19 $0.25 $0.05 $0.16 $11.64
Roofer $16.78 $1 .25 $0 .23 $0.17 $18.43
Roofer Helper $12.33 $1 .25 $0.23 $0.17 $13.98
Sheet Metal Worker $17.49 $0.97 $0 .10 $0.51 $19 .06
Sheet Metal Worker Helper $14.16 $1 .40 $0.17 $0.44 $16.15
Sprinkler System Installer $19.17 $1.68 $0.33 $0.33 $21.52
Sprinkler System Installer Helper $14.15 $1.50 $0.00 $0.50 $16.07
Steel Worker Structural $19.28 $1 .37 $0.55 $0.12 $21.32
Steel Worker Structural Helper $13.74 $1.37 $0.39 $0.09 $15.59
Concrete Pump $18.50 $0 .00 $0 .00 $0.00 $18.50
Crane, Clamsheel, Backhoe, Derrick, D"Line Shovel $17.81 $1.30 $0.12 $0.24 $19.48
Forklift $12 .96 $0.42 $0.04 $0 .08 $13.50
Foundation Drill Operator $22.50 $0.00 $0 .00 $0.00 $22.50
Front End Loader $13.21 $0.36 $0.06 $0 .17 $13 .79
Truck Driver $15.21 $0.65 $0.06 $0.19 $16.11
Welder $17.81 $0.92 $0.12 $0.30 $19.15
Welder Helper $12.55 $0.75 $0.00 $0.33 $13.64
-
SECTION E
TECHNICAL
SPECIFICATIONS
PARTl GENERAL
ITEM01010
SUMMARY OF WORK
1.01 SCOPE
A. Contractor shall complete the work as specified in the plans and
specifications!
B. The work is located in the City of Fort Worth , Texas. Address . of project
location is 3750 Gordon Avenue.
1.02 WORK COVERED BY CONTRACT DOCUMENTS
A. The work covered by these Contract Documents consists of the
replacement df an existing pump station with a new duplex pump station,
located adjacent to the existing pump station.
B. In the Contract Documents the words "furnish", "install", and "construct"
shall mean for the contractors to furnish all labor, tools, material,
equipment and miscellaneous items necessary to complete the work as
specified and as shown in the drawings.
' C. The scope of work to be completed is defined by the drawings and these
specifications. Any part, appurtenance, or miscellaneous item of work
which is reasonably implied or normally required to make the installation
satisfactorily and completely operable, even if not specifically required by
the drawings and/or specifications, shall be provided by the Contractor at
no additional cost. In general terms, the work consists of furnishing all
labor, materials, equipment, tools, and related items as required to
complete the µistallation.
D. Comply with applicable building codes
1. Comply with city , state, and national codes as a minimum or the
requirements of these documents if more stringent than codes.
2. All work is to be inspected by the appropriate Code Enforcement
Officers . All permit fees shall be waived by the City of Fort
Worth.
E. The work to be provided under this Contract is not necessarily limited to
the foregoing descriptions. Accordingly, the Contractor shall thoroughly
study the drawings, the specifications, and the existing facilities to fully
understand the extent of the work.
Fort Worth Water Department 01010 - 1 Summary of Work
1.03 MEASUREMENT AND PAYMENT
Measurement and payment shall be as described in Item 01025 , "Measurement
and Payment". Payment shall constitute complete compensation for all work
involved in furnishing labor, materials , equipment, tools, and related items to
execute this Contract.
1.04 WORK SEQUENCB
Coordinate the construction schedule and operations with the Owner and
Engineer, per construction drawings , and as specified in Item 01310 -
Construction Schedules.
1.05 DESCRIPTION OF BID ITEMS
The following descriptions ate intended to clarify the nature of the work required for this
project. Each bid item includes all labor, materials , equipment, and incidentals necessary
to complete the item.
Bid Item 1 -Pump Station Site Work: Site work shall include all labor, materials, and
equipment required for site grading , placement of 4" thick crushed stone/gravel with
weed prevention filter fabric around perimeter of pump station building, installation of
reinforced concrete landscaping curb , installation and maintenance of silt fence and storm
water pollution prevention l:>est management practices , hydro-mulching and seeding of
. site after finish grading, and the disposal of all extra spoil material from excavations .
This bid item shall be measured and paid at the lump sum price .
Bid Item 2 -Pump Station Reinforced Concrete Driveway, Ramps, and Sidewalk: Price
per square yard for the installation of reinforced concrete driveway , sidewalk, ramps , and
concrete flatwork. Price shall include the subgrade preparation, installation and
compaction of aggregate base , and placement of reinforcement and concrete, to the lines
and grades designated. W~rk shall include all incidentals, including expansion joints,
materials and compaction testing , paid by the square yard of concrete installed.
Bid Item 3 -Demolition/Removal of Existing Pump Station: Removal and demolition
shall include the labor, materials, and equipment required to remove existing mechanical ,
structural, and electrical equipment from the existing pump station, salvage designated
equipment for use by the City, relocate SCADA equipment to the new pump station, and
dispose of equipment desi~ated by the City. Work shall include the disconnect of the
gas and electrical service to the existing pump station, coordinate with Atmos and Oncor
as appropriate. Backfill, re-grade and seed site. Bid price shall be measured and paid at
the lump sum bid price.
Bid Item 4 -Trench and Excavation Safety: Trench and Excavation safety shall include
a trench safety plan, prepared by a Licensed Engineer in the state of Texas, and all labor,
equipment, and materials required to implement the plan during the construction of the
Fort Worth Water Department 01010 - 2 Summary of Work
pump station pipe, conduit, and all trenches in excess of 5' depth. Trench Safety shall be
paid per linear foot of trench protected, or perimeter of structure shored, as described in
Item 02223 "Trench Safety Systems".
Bid Item 5 -Underground Water and Sewer Piping: This item shall pay per linear foot
for the installation of the 24", 16" and 12" ductile iron water pipe and the 4" sanitary
sewer plumbing pipe, cleanouts, and fittings. Price shall include all testing required of
pipelines, all trenching and dewatering, all bedding and backfill required, sawcut and
permanent repair of reinforced concrete driveway, all locator tape, all polyethylene wrap,
all concrete thrust blocks add mechanical retainer glands or Megalugs, all couplings or
sleeves required to connect to existing pipes, cutting and plugging existing sewer pipe
and locations designated, and all incidentals necessary to complete the work. Bid price
shall be measured and paid at the lump sum bid price.
Bid Item 6 -Pump Station Foundation and Pre-Cast Building: Included in this lump sum
bid item is the structural excavation, subgrade preparation and compaction, aggregate
base installation and compaction, reinforced concrete foundation placement, finishing
f and testing, pre-cast building wall delivery and installation, built up roof installation, roof
drain installation, delivery and installation of personnel access door, delivery and
installation of roll up door, delivery and installation of roof ladder with anti-climb device,
delivery and installation of aluminum handrail at entry door, and coordination with
mechanical and electrical trades for all floor, wall and roof openings for fans, louvers,
vents, piping, conduit, grounding, and all other penetrations, and all field painting of
above-referenced equipment, roof deck, and roof joists. Price shall be measured and paid
at the lump sum bid price.
Bid Item 7 -New Pump, Motor and Base Plate: Work shall include delivery and
installation of new pump, motor and base plate in the new pump station, and shall include
field testing and startup of the pumps and motors. Price shall include all field painting of
equipment. Price shall be measured and paid per each pumping unit installed.
Bid Item 8 -Pump Station Mechanical: Included in this lump sum bid item are the labor,
materials, and equipment necessary to deliver and install all mechanical piping, fittings,
valves, hardware, gauges, supports, etc., within the new pump station building. Work
shall include all plumbing fixtures and vent pipe, as well as all field painting of
mechanical piping, valves, and fittings. Price shall be measured and paid at the lump sum
bid price.
Bid Item 9 -Pump Station Heating and Ventilation: Included in this lump sum bid items
is the labor, materials, and equipment necessary to install the fans, louvers, heaters, and
all heating and ventilation equipment and controls. Lump sum bid price shall include all
coordination required with other trades, field touch up painting, and testing and startup of
equipment.
Bid Item 10 -Electrical and Instrumentation: Included in this lump sum bid item is the
labor, materials, and equipment necessary to install all underground duct banks, conduit,
Fort Worth Water Department 01010 - 3 Summary of Work
conductors, hand holes, and 'pull boxes; all civil and structural work to install Oncor pad
mounted transformer; all electrical conduit, conductors, cable trays, enclosures, junction
boxes, instrumentation and equipment within the pump station building; all required
connections to existing equipment and instrumentation, including flow meters, electric
valve actuators, level transmitters and intrusion alarms; all site and pump station lighting;
all site and pump station grounding, antenna tower and foundation, and all miscellaneous
supports, fittings, clamps, connectors, hangers, etc. required for proper installation, as
required by code. Work shajl include all testing and startup of equipment. Price shall be
measured and paid at the lump sum bid price.
PART2
PART3
PRODUCTS -
EXECUTION -
Fort Worth Water Department
Not Applicable
Not Applicable
01010-4 Summary of Work
ITEM01025
MEASUREMENT AND PAYMENT
PARTl GENERAL
1.01 DESCRIPTION
1.02
1.03
Measurement of an item of work shall be as specified in the Bid Proposal and
payment will be as specified in this section.
RELATED INFORMATION
A. Bid Forms
B. Special Instructions to Bidders ·
C. Contract and Bonds
D. General Conditions
E . Section O 1310 -Construction Schedules
F. Section 01370 -Schedule of Values
BID
A. The amount bid for each bid item shall be the full amount paid to the
Contractor for completing the specified work unless altered by change
order.
B. Required items of work and incidentals necessary for the satisfactory
completion of the work which are not specifically listed in the Bid
. Proposal, and which are not specified in this section to be measured or to
be included in one of the items listed in the Bid Proposal, shall be
considered as incidental to the work. All costs thereof, including
Contractor's overhead costs and profit, shall be considered as included in
the various bid items. Contractor shall prepare his bid accordingly.
C . Work includes furnishing all labor, equipment, tools, and materials and
performing all operations required to complete the work satisfactorily,
complete in place, as specified and as indicated by the Contract
Documents .
Fort Worth Water Department 01025 -1 Measurement and Payment
1.04 MEASUREMENT
Measurement of an item of work will be made by the unit indicated in the Bid
Proposal and will include all work listed therein.
PART2
PART3
PRODUCTS -
EXECUTION
Not Applicable
3.01 PROGRESS PAYMENT SUBMITTAL
Prepare and submit three (3) copies of the following with each progress payment request:
A. A listing of the value of work complete for each bid item. Lump sum bid
items shall indicate the value complete of each item listed on the accepted
schedule of values.
B. A listing of the value of materials stored applicable to each bid item or, in
the case of lump sum bid items, the schedule of values item. Invoices
indicating the full value of materials on hand must also be submitted.
C. An updated project schedule.
D. An updated listing of subcontractors and suppliers.
Fort Worth Water Department 01025 -2 Measurement and Payment
-----------·-----
PARTl GENERAL
ITEM 01040
COORDINATION
1.01 UTILITIES
Coordinate work with various utilities within the project limits in accordance with
General Conditions. Notify applicable utilities prior to commencing work, if
damage occurs, or if conflicts or emergencies arise during the work.
A. Oncor Electric: · Contractor shall coordinate with Oncor for the electrical
service upgrade at the site. Contact: Ralph Schroeder, Oncor Electric,
817-988-8904.
1.02 PROJECT MEETINGS
A. Pre-Construction Conference
1. Contractor shall be prepared to discuss the following subjects , as a
mm1mum:
a. Sequencing of critical path work items
b . Project changes and clarification process
c. Use of site, access, and storage; security and temporary
facilities; community relations.
d. Contractor's trench and confined space safety plan
B. Progress Meetings
1. Inspector will schedule regular monthly progress meetings to
review work progress, schedule, shop drawings, application for
payment, contract modifications, and other matters needing
discussion and resolution.
2. Attendees will include Owner's representative, Contractor,
Engineer, and others as appropriate.
1.03 PHYSICAL CONDITIONS
A. Exercise reasonable care to verify locations of existing subsurface
structures and underground facilities.
B. Thoroughly check immediate and adjacent areas subject to excavation by
visual examination ( and by electronic metal and pipe detection equipment,
as necessary) for indications of subsurface structures and underground
facilities.
Fort Worth Water Department 01040 -1 Coordination
C. Make exploratory excavations where existing underground facilities or
structures may potentially conflict with proposed underground facilities or
structures. Conduct exploratory excavations in presence of Owner's
representative and sufficiently ahead of construction to avoid possible
delays to Contractor's work.
1.04 REFERENCE POINTS AND SURVEYS
A. Location and elevation of benchmarks are shown on drawings.
B. Dimensions and coordinate points for lines and elevations for grades of
structures, appurtenances, and utilities are indicated on the drawings,
together with other pertinent information required for laying out work. If
conditions vary from those indicated, notify Engineer immediately, who
will make minor adjustments if required.
C. Engineer may perform checks to verify accuracy of Contractor's layout
work and that completed work complies with Contract Documents.
D. Any existing survey points or other controi markers destroyed without
proper authorization will be replaced at Contractor's expense.
E. Contractor's responsibilities shall include:
PART2
PART3
1. Provide survey and layout as required to complete the work.
2. Locate and protect reference points prior to site preparation.
3. Re-establish reference points resulting from destruction by
Contractor's operations.
4. Maintain accurate log of survey work as it progresses as a Record
Document.
PRODUCTS -
EXECUTION-
Not Applicable
Not Applicable
Fort Worth Water Department 01040-2 Coordination
ITEM01051
GRADES, LINES, AND LEVELS
PARTl GENERAL
1.01 SCOPE
All construction stakes shall be provided by the Contractor using the bench marks
and reference points provided by the Engineer's representative.
PART2
PART3
PRODUCTS -
EXECUTION
Not Applicable
3.01 GRADES , LINES, AND LEVELS
A. Existing Dimensions and Elevations
1. Dimensions and elevations shown on the plans for existing
structures were taken from previous construction record drawings
and field surveys. Contractor shall verify actual dimensions and
elevations prior to final fabrication of any materials or otherwise
proceeding with work affected by -dimensions or elevations of
existing structures.
2. Contractor shall at no additional cost make whatever adjustments
in the work as necessary to fit the actual dimensions and elevations
of existing structures.
B. Tolerances
1. The Contractor shall construct all new structures and pipelines
under this contract to within 0.1 feet of the alignments and to
within 0.02 feet of the grades shown on the drawings.
2. Support structures for equipment shall be constructed to tolerances
specified by the equipment manufacturer.
3. Site grading shall be constructed to within 0.1 feet of the grades.
4. In all cases, the grading must be such that positive drainage is
maintained.
5. Any work constructed or installed in alignments or elevations other
than that specified herein and on the drawings shall be removed
and replaced at no additional cost to the Owner.
Fort Worth Water Department 01051 - 1
Grades, Lines, and Levels
C. Within ten days after the effective date of the agreement, the Contractor
shall verify the grade and location of all permanent benchmarks . If a
discrepancy is found the Engineer shall have the bench marks checked and
resolve the discrepancy. After such time, the Contractor shall be
responsible for the accuracy and protection of the bench marks.
D. Construction Staking
1. The Contractor shall be responsible for layout, staking, and control
of all grades, lines, and levels.
· 2. The Contractor shall employ experienced survey personnel to
layout the work.
E . The Contractor shall safeguard all permanent bench marks at the site and
shall bear the cost of replacing the bench marks and assume entire expense
of correcting work improperly constructed due to failure to maintain and
protect such established points and marks.
F. Prior to initiating construction activities, Contractor shall contact
Engineer 's representative for inspection of location of construction staking
and offset staking.
Fort Worth Water Department 01051 -2 Grades, Lines, and Levels
PARTl GENERAL
1.01 SCOPE
ITEM01300
SUBMITTALS
A. Submit administrative submittals as specified including, but not limited to:
1. Construction Schedules (Reference Item 01310)
2. Submittal Schedules (Reference Item O 1310)
3. Progress Reports (Reference Item O 1310)
4. Operation and Maintenance Data (Reference Item 01430)
5. Progress Payment Requests (Reference Item O 1025
6. Project Closeout Submittals (Reference Item 01700)
B. Submit product and equipment submittal information as specified.
1.02 RELATED WORK AND SPECIFICATIONS
A. General Provisions
B. Technical specifications list submittal requirements for each item.
PART2
PART3
PRODUCTS -
EXECUTION
Not Applicable
3.01 PRODUCT AND SHOP DRAWING SUBMITTAL DATA
As applicable, the following types of data are required:
A. Fabrication and Erection (or Placement). Dimensioned drawings, lists,
and schedules.
B. Catalog Sheets
C. Specification Sheets
D. Certifications
E. Laboratory, shop, or mill test reports
F. Basis of design and design calculations, test procedures, and related
information as required per various sections of these specifications.
Fort Worth Water Department 01300 • 1 Submittals
G. Experience and facilities brochures
H. Samples
I. Parts lists
J. Operation and maintenance manuals (Hard copy and/or CD)
3.02 INFORMATION TO BE INCLUDED IN PRODUCT SUBMITTALS AND
SHOP DRAWINGS
All data needed to determine the following facts shall be submitted:
A. Conformance to specifications, including kind, type, size, arrangement,
and operation of component materials and devices.
B. Conformance to plans, including dimensions, orientation, appearance ,
external connections and anchorages, and installation clearances.
C. Specific purpose of design conditions, and adequacy to meet same:
weights, dynamic loads, supports required, and operating characteristics.
D. Coordination with other work, including items needed by this trade, but
furnished by others, and information needed by others to perform their
part.
E. Exceptions to or deviations from specific requirements, if any, and reasons
for same.
F. Delivery Date
1. This should be stated as a firm date of delivery, not measured for
approval of drawings to date of shipping. For this purpose, the
time taken to review data may be taken as not exceeding 21 days.
The Owner or Engineer do not assume responsibility for
correctness or completeness of the data.
2. The Contractor should determine that proposed delivery dates will
not cause delay or result in failure to complete the project on time.
3. No extension of time or waiver of liquidated damages will be
granted due to failure to deliver on time unless the Contractor
presents written evidence that favorable delivery is not obtainable
for an acceptable item.
4. Such evidence will be considered as a basis for extension of time
only when presented promptly after award of contract.
Fort Worth Water Department 01300-2 Submittals
3.03 PREPARATION OF SUBMITTALS
A. Shop Drawings
1. Preparation by a qualified detailer is required
2. Identify details by reference to sheet, detail numbers, and
specification section, as shown on the contract drawings.
3. Include on the drawing all information required for submission, or
submittal transmittal letter containing required information.
B. Product Data
1 . .-Modify the manufacturer's standard schematic drawings to delete
or supplement information as applicable.
2. For manufacturer's catalog sheets, brochures, diagrams, schedules,
performance charts, illustrations, and other descriptive data:
a. Clearly mark each copy to identify pertinent material
b . Show dimensions and clearances required
c. Show performance characteristics and capabilities
d. Show wiring diagrams and controls (hard copy and/or CD)
3. Include on the data all information required for submission or
submit transmittal letter containing required information.
· C. Submission Requirements
. l. Accompany submittals with a transmittal letter in duplicate.
2. Include the following information or each submittal:
a Date and revision dates
b. Project title and number
c. Toe names of the following:
1.) Engineer
2.) Owner
3.) Contractor
4.) Subcontractor
5.) Supplier
6.) Manufacturer
d. Identification of product or material
e. Relation to adjacent structure or materials
f. Field dimensions clearly identified
g. Specification section number
h. Applicable standards such as ASTM number
1. Contractor's stamp with his signature signed, certifying that
he has reviewed the submittal, verified field measurements,
and that the submittal complies with all requirements of the
Contract Documents.
Fort Worth Water Department 01300-3 Submittals
J. List each deviation from contract requirements and a
discussion of the reason for each.
3.04 ROUTING OF SUBMITTALS
A. Submittal data and routine correspondence should be routed as follows:
1. Supplier (or subcontractor) to Contractor (through representative if
applicable) for review. If submittal does not meet contract
requirements, or is incomplete, Contractor shall return the
submittal to the supplier and not forward.
2. Contractor to Engineer and Owner simultaneously for review.
3. Engineer to Contractor
4. Contractor to supplier
B. Addresses of Communications
2. ·Engineer: Chris Harder, P .E.
Fort Worth Water Department
1511 11th Avenue
Fort Worth, TX 76102
3.05 NUMBER OF COPIES REQUIRED
The Contractor shall submit a total of seven copies in the original submittal, unless
otherwise specified in technical specifications.
3.06 DISPOSITION OF SUBMIITALS
A. Engineer shall review submittal contents for completeness and compliance
with the section. The Engineer will mark and return the submittals with
one of the following:
1. No Exceptions Taken -Furnish item as submitted
2. Exceptions as Noted-Furnish item with changes as noted
3. Revise and Resubmit -Revise and resubmit changes as noted
4. Rejected-Item is not acceptable, resubmit alternative item
conforming to the project requirements.
5. Submit Specific Item -Submit specific item or Subpart as noted.
B. Review of Submittals by Engineer and Owner does not relieve the
Contractor of his responsibility to meet the contract requirements. Any
item of work, even if completed, found to deviate from the requirements
of the specifications and drawings shall be removed and replaced at no
additional cost to the Owner unless, such deviation is clearly identified as
a deviation on all appropriate submittals .
. Fort Worth Water Department 01300-4 Submittals
3 .07 RESUBMISSION REQUIREMENTS
A. Shop Drawings
1. Revise initial drawings as required and resubmit as specified.
2. Indicate on drawings any changes which have been made,
including those requested by the Engineer and Owner.
B. Product Data and Samples
Submit new data and samples as required for initial submission
3.08 REPETITIVE REVIEW
The need for more than one resubmission or any other delay in completing reviews of
submittals, will not entitle the Contractor to an extension of contract time.
Fort Worth Water Department 01300 -5 Submittals
ITEM01310 .
CONSTRUCTION SCHEDULES
PARTl GENERAL
1.01 SCOPE
A. Prepare and submit a construction schedule that accomplishes the work
within the allotted time and adheres to the overall project schedule and
project specific constraints listed herein.
B. Complete the work in accordance with the schedule.
C. Update the schedules as necessary to reflect the changes in the work and
actual site conditions. In no case shall the contract completion date be
altered unless specifically approved by Change Order.
D. Prepare and submit progress reports
E. Coordinate the work with activities of the Owner and other contractors
F. The construction schedule is a tool for the Contractor, Engineer, and
Owner to use in executing and monitoring the progress of the work.
Failure to include any items of work in the schedule does not relieve the
Contractor of his responsibility to complete the work as specified in the
Contract Documents.
1.02 RELATED WORK.AND SPECIFICATIONS
A. General Provisions
B. Section 01300 -Submittals
1.03 SIGNIFICANCE OF CONSTRUCTION SCHEDULING DOCUMENTS
A. The percentage completion reported for each activity as listed in the
monthly progress report and the prices of those activities as stated in Item
01370-Schedule of Values, and will be used, in part, to determine the
amount of each monthly payment to the Contractor.
B. No progress payments will be made to the Contractor until all required
scheduling reports and documents have been received and accepted by the
Engineer.
Fort Worth Water Department 01310 - 1
Construction Schedules
1.04 PROJECT SPECIFIC SCHEDULING CONSTRAINTS
A. The submittal schedule shall allow sufficient time for the Owner and
Engineer to adequately complete their review. 21 calendar days shall be
allotted for the review of each submittal. Allow more time for large,
voluminous, or complex submittals. Delays caused by re-submittal and
subsequent reviews shall be the responsibility of the Contractor.
B. The work shall not be done between 6:00 PM to 7:00 AM, nor on Sundays
or legal city holidays, except with written permission of the Owner.
Contractor shall submit a request to the Owner two weeks in advance of
such work. Owner shall be notified 48 hours prior to any work planned
for Saturdays. Emergency work may be accomplished without obtaining
PART2
PART3
. . . pnor perm.1ss10n.
PRODUCTS -
EXECUTION
Not Applicable
3.01 SCHEDULE DOCUMENTATION
A. Prepare and submit the following construction scheduling documents in
accordance with the terms of this section:
1. Preliminary Construction Schedule
a. Shall be submitted within 10 days of the date of the Work
Order.
b. Shall schedule all proposed activities (in bar chart format)
for the first 60 days of the project.
c. Owner may require more detailed scheduling
2 . Submittal Schedule
a. The following shall be submitted within 10 days of the date
of the Work Order:
1.) Submittal data identified in Item 01300 for each
specification section.
2.) Projected initial submittal date
3.) Latest date from completion of submittal review
4.) Submittal data shall be prioritized to conform with
the requirements of the construction schedule.
b. The submittal schedule shall be integrated with the
construction schedule.
3. Proposed Construction Schedule
a. Shall be submitted within 45 days of the date of the Work
Order.
Fort Worth Water Department 01310 - 2 Construction Schedules
b. No progress payment will be made until this schedule is
submitted and accepted by the Owner and Engineer.
c. Construction schedule shall include:
1.) Bar chart illustrating the proposed schedule
2 .) Schedule of projected earnings
4. Monthly Progress Report and Schedule Updates
a. Submit a revised schedule each month.
b. Shall identify all activities commenced during the
proceeding month.
c. Shall identify all activities completed.
d. Shall identify all activities which are behind schedule.
e. Shall identify a detailed plan to bring any activities which
are behind schedule up to schedule and to maintain the
overall completion schedule.
f. Shall include an updated submittal schedule
g. Summary of overall status of work
B. Execute the work in a manner consistent with the proposed schedule.
Revise the schedule monthly as necessary to reflect the actual conduct of
the work.
C. The Owner's maintenance personnel shall perform routine maintenance
activities concurrent with the work. Contractor shall coordinate his work
to prevent damages and delays to activities conducted by the Owner.
3.02 PARTIAL OR TOTAL SHUTDOWNS
A. Regardless of the dates outlined herein, partial or total shutdown and/or
bypass of any equipment or facility is subject to the approval of and the
operational constraints of the Owner.
B. At least fourteen (14) calendar days prior to partially or totally shutting
down and/or bypassing equipment or any facility, the Contractor shall
submit to the Owner for review:
1. A detailed description of the work to be performed
2. A schedule outlining the duration of each scheduled task and total
duration time of the shutdown.
3. A list of all equipment and materials required to complete each
task.
4. Documentation that all manpower, equipment, and materials as
necessary to complete each task are available on site. ·
Fort Worth Water Department 01310 - 3
Construction Schedules
C. A minimum of two days prior to shutdown and/or bypass, a special
coordination meeting will be held with the Contractor, Owner, and
Engineer to review the shutdown procedures.
D. The Contractor shall provide any labor assistance necessary to complete
shutdown operations including, electrical and control rerouting.
E. The Contractor shall work whatever hours are necessary to maintain
schedules during shutdown and/or bypasses.
Fort Worth Wat.er Department 01310 -4 Construction Schedules
PART 1 GENERAL
1.01 SCOPE
ITEM01320
PROGRESS REPORTS
Contractor shall maintain and provide progress schedules and reports throughout
the duration of the contract.
PART2
PART3
PRODUCTS -
EXECUTION
3.01 REPORTS
Not Applicable
A. Prepare and maintain a current detailed progress and schedule chart in bar
graph form, supporting the contract completion date. Prepare progress and
schedule chart based on date of the Work Order.
B. Submit three (3) copies of progress and schedule chart to the Engineer and
Owner each month upon completion of the items represented in the chart.
C. Submit three (3) copies ofM/WBE monthly progress report with each pay
request.
3.02 SUBMITTALS
Submit first progress and schedule chart within ten (10) days after the date of the
Work Order. Submit three (3) copies of the progress and schedule chart, provided
at least ten (10) working days have intervened since submission of the last chart.
Otherwise, submit on the same date of the next month.
Fort Worth Water Department 01320 -1 Progress Reports
PARTl GENERAL
ITEM01370
SCHEDULE OF VALUES
1.01 SCOPE
Contractor shall develop and submit to the Owner for approval a Schedule of
Values for the project.
1.02 RELATED WORK.AND SPECIFICATIONS
A. General Provisions
B.
C.
PART2
PART3
Item 01025
Item 01300
PRODUCTS -
EXECUTION
Measurement and Payment
Submittals
Not Applicable
3.01 SCHEDULE OF VALUES
A. Within ten (10) calendar days following the date of Notice to Proceed, the
·Contractor shall submit to the Engineer and Owner, in triplicate, a
tentative Schedule of Values ( a breakdown of all lump sum bids) which in
turn shall be used to determine partial payment estimates and may be used
to verify costs of credits, change orders, etc.
1. The tentative schedule of values will be reviewed by the Owner to
determine whether, in his judgment, the schedule of values is of
sufficient detail and if the prices included are "unbalanced" or
"front-end loaded", in an effort to inflate the prices of those items
of work to be completed in the early stages of work.
2. The Owner will provide the Contractor with his comments, and/or
may request additional information from the Contractor to justify
certain item quantities and prices. On the basis of the Owner's
comments, the Contractor shall revise and resubmit the tentative
schedule for further review and/or approval.
3. Once the tentative schedule is approved by the Owner, it shall
become the schedule of values to be used in determining partial
payment estimates. Three (3) copies of this schedule shall be
submitted to the Owner for distribution and use.
Fort Worth Warer Department 01370-1 Schedule of Values
4. No partial payment requests (including the first) shall be approved
until the Schedule of Values has been approved by the Owner.
B. Each partial payment request by the Contractor shall be based on the
approved Schedule of Values indicating the total quantity and price of the
work completed to the date of the request. After approval of the submittal,
no modifications will be made to the Schedule of Values, except as
required by approved change orders.
C . In so far as possible, total quantities and unit prices shall be shown for all
items of work, separating for each item the materials and labor and such
other sub-items as the Contractor may desire. "Lump Sum",
"miscellaneous", and other such general entries in the schedule shall be
avoided whenever possible.
D. A separate schedule of values shall be prepared for each lump sum bid
item. The sum of the items listed on the schedule of values shall equal the
contract lump sum price for the bid item. No additional payment will be
allowed if the quantities shown on the schedule differ from those actually
required to accomplish the work, unless the quantities are altered by
change order.
E. The Schedule of Values will be used as a guide in evaluating the value of
work involved in change orders.
F. It is the Owner's intent that the Schedule of Values may also be used as a
fair and expedient method of determining the value of items of work
deleted, should the Owner so desire. Therefore, it is the Contractor's
responsibility, as well as to his advantage, to make the Schedule ofValues
detailed and each item and its respective value as equitable and accurate as
possible.
Fort Worth Water Department 01370 - 2 Schedule of Values
ITEM01410
TESTING LABORATORY SERVICES
PART 1 GENERAL
1.01 DESCRIPTION
A. Provide testing and inspection, complete , as described in this Section and
elsewhere in the Contract Documents.
B. Requirements for testing may be described in various Sections of these
specifications.
1.02 QUALITY ASSURANCE
A. Provide the services of an independent testing laboratory approved by the
Engineer.
B. Upon completion of each test and/or inspection, promptly distribute copies
of test or inspection reports to the Engineer, to government agencies
requiring submission of such reports, and to such persons as directed by
the Engineer.
C. When initial tests indicate non-compliance with the Contract Documents ,
all subsequent retesting occasioned by non-compliance shall be performed
by the same testing laboratory as the sole expense of the Contractor.
E. Employment of a testing laboratory by the Owner in no way relieves the
Contractor of his obligation to perform the work and perform testing in
accordance to the Contract Documents.
1.03 RELATED WORK
A . General Conditions of the Contract for Construction. Inspections and
testing required by laws, ordinances, rules and regulations, or orders of
public authorities are the responsibility of the Contractor.
B. Specifications Sections. Contained in the various specification sections
are requirements for certification of products, testing, adjusting, and
balancing of equipment, and other tests and standards. ·
PART2 PRODUCTS -Not Applicable
Fort Worth Water Department 01410 -1 Testing Laboratory Services
PART3 EXECUTION
3 .01 WORK.INCLUDED
A. Testing is required by an independent testing laboratory hired by the
Contractor for the following items of work:
1. Soils compaction control
2. Cast-in-place concrete and grout
B. Testing will be performed as required by the project specifications for the
following items:
1. Equipment testing (ifrequired by specification)
2. Foundation testing
3. Driveway subgrade and base
4. Trench compaction
3 .02 TESTING LABORATORY RESPONSIBILITIES
A. Cooperate with Owner, Engineer, and Contractor, providing qualified
personnel promptly on notice.
B . Perform specified inspections; sampling, and testing of materials and
methods of construction.
C . Promptly notify Owner, Engineer, and Contractor of irregularities or
deficiencies of work that are observed during performance of services.
D. Prepare and distribute reports of inspections and tests within three (3) days
of test completion. Engineer and inspector shall he copied on all reports.
E . Include the following information for each test as well as additional data
specified in the applicable section.
1. Date of test
2. Location of test
3. Specified standards
4. Test results
5. Remarks and observations
F. The laboratory is not authorized to:
1. Release, revoke, alter, or enlarge on requirements of the Contract.
2. Approve or accept any portion of the work
3. Perform any duties of the Contractor.
Fort Worth Wat er Department 01410 - 2 Testing Laborato:ry Services
3.03 CONTRACTOR'S RESPONSIBILITIES
A. Cooperate with laboratory personnel; provide access to the work or to
manufacturer's operations.
B. Provide to laboratory preliminary representative samples of materials to be
tested in required quantities.
C. Furnish copies of mill test reports
D. Furnish labor and equipment:
I. To provide access to the work to be tested. This shall include, as
necessary, any ~adders, scaffold, hoists, etc. needed by laboratory
personnel for inspection or testing of the work.
2. To obtain and handle samples at the site
3. To provide area for laboratory's exclusive use for storage of test
samples.
E. When changes of the construction schedule are necessary, coordinate such
changes with the testing laboratory as required.
3.04 EQUIPMENT TESTING
A. The Contractor shall furnish all materials, labor, and equipment required
for preliminary field testing of all equipment to be furnished or for
portions of the work that have been completed .
. B. · Upon completion of the work and prior to final acceptance and payment,
all equipment to be furnished shall be tested as specified or required to
ensure compliance with the drawings and specifications.
C. Should the equipment tested, .either for preliminary or final tests, not
comply with the requirements as set forth on the drawings and
specifications, the Contractor shall make the necessary changes and
adjustments, or replacements as may be required, and at no cost to the
Owner.
D. All costs of whatever nature for testing shall be borne by the Contractor at
no extra cost to the Owner.
3.05 CONCRETE TESTING
Fort Worth Water Department 01410 - 3 Testing Laboratory Services
A. Portland Cement
1. Secure from cement manufacturer Certificates of Compliance
delivered directly to the concrete producer for further delivery
directly to the testing laboratory.
2 . Require the Certificates of Compliance to positively identify the
cement as to production lot, bin or silo number, dating and routing
of shipment, and compliance with specified standards.
B. Aggregate
1. Provide one test unless character of material changes, material is
substituted, or additional test is requested by the Engineer.
2. Sample from conveyor belts or batching gates at the ready~mix
plant. Test for sieve analysis and specific gravity test to determine
compliance with specified standards.
C. Laboratory Design Mix: Provide mix design in accordance with ACI 613.
D. Molded Concrete Cylinders:
1. Provide two test cylinders of each class of concrete of each day's
placement. As a minimum, there shall be ten cylinders taken for
the new wetwell, six cylinders taken for the new valve vault, four
cylinders taken for the masonry enclosure foundation, four
cylinders taken for the structural rehabilitation of the existing
wetwell, and two cylinders taken for the sidewalks and driveways.
2. For every two cylinders taken, test one cylinder at seven days, and
one at 28 days.
3. Report the mix, slump, location of concrete placement, and test
results prior to addition of any plasticizers.
4. Take specimens and make tests in accordance with applicable
ASTM standard specifications.
3.06 SOILS AND MISCELLANEOUS TESTING
A. Testing and control of soils shall be performed by testing laboratory in
accordance with ASTM standards.
B. The Contractor shall furnish materials to be used in soils testing.
Fort Worth Water Department 01410 - 4 Testing Laboratory Services
3.07 PAYMENT FOR TESTING
A. Include within the Contract Sum ari amount sufficient to cover all testing
and inspecting required under this section of these specifications, and to
cover all testing and inspecting required by governmental agencies having
jurisdiction.
B. The Owner will pay for all testing and inspecting specifically requested by
the Engineer over and above those described within the Contract
Documents.
Fort Worth Water Department 01410 -5 Testing Laboratory Services
ITEM01430
OPERATION AND MAINTENANCE DATA
PARTl GENERAL
1.01 REQUIRMENTS
A. Furnish for each item of equipment or system as specified in the individual
technical specification sections.
B. Prepare data for use by Owner's personnel in the form of an instructional
manual.
C. Manual Format (CD with PDF Images may be substituted, if approved)
1. Size: 8-1/2 inches by 11 inches
2. Paper: 20 pound minimum, white for typed pages
3. Test: Manufacturer's printed data, or neatly typewritten.
4. Three-hole punch data for binding and composition; arrange
printing so that holes do not obliterate data.
5. Provide fly-leaf for each separate product, or each piece of
operating data, with typed description of product and major
component parts of equipment and provide with heavy section
dividers with numbered plastic index tabs.
6. Provide each manual with the title page, and typed table of
contents with consecutive page numbers. Place contents of entire
set, identified by volume number, in each binder.
7. Cover: Identify each volume with typed or printed title "Operation
and Maintenance Manual, Volume NO._ OF_" if applicable,
and list:
a Project title
b. Designate the system or equipment for which it is intended
c. Identity of separate structure as applicable
d. Identity of general subject matter covered in manual .
. Identity of equipment number and specification section.
8. Assemble and bind material in same order as specified.
9. Material shall be suitable for reproduction.
10. Binders shall be commercial quality, permanent, three ring binders.
11. Table of contents, neatly written, arranged in systematic order:
a Contractor, name or responsible principle, address,
telephone number.
b. List of each product required to be included, indexed to
content of each volume.
c. List with each product: Name, address, and telephone
number of subcontractor, supplier, installer, and
maintenance contractor, as appropriate.
Fort Worth Water Department 01430 -1 Op~ation and Maintenance Data
d . Identify each product by product name and other
identifying numbers or symbols as set forth in Contract
Documents .
12. Product Data
a. Include only those sheets that are pertinent to specific
product.
b . Clearly annotate each sheet to:
1.) Identify specific product or part installed
2.) Identify data applicable to installation.
3 .) Delete references to inapplicable information.
13. Drawings: Supplement product data with drawings as necessary to
clearly illustrate:
a. Relations of component parts of equipment and systems
b. Control and flow diagrams
c . Coordinate drawings with project record documents to
assure correct illustration of completed installation.
d . Reduced to 8-1/2" by 11 ", or 11 " by 17" folded to 8-1/2"
by 11".
e. Identify specification section and product on drawings.
14. Instructions and Procedures: Within text, as required to
supplement product data.
a. Handling, storage, maintenance during storage, assembly,
erection, installation, adjusting, testing, operating,
shutdown in emergency, troubleshooting, maintenance,
interface, and as may be otherwise required.
b. Organize in a consistent format under separate heading for
each difference procedure.
c. Provide a logical sequence of instructions for each
procedure.
d. Provide information sheet for Owner 's personnel,
including:
1.) Proper procedures in the event of failure
2.) Instances that might affect the validity of
warranties.
15. Warranties, Bonds, and Service Agreements: In accordance with
Item 01700 , Contract Closeout
1.02 MANUALS FOR EQUIPMENT AND SYSTEMS
A. Content for each Unit ( or Common Units) and System:
1. Description of units and component parts, including controls,
accessories, and appurtenances.
a. Function, normal operating characteristics , and limiting
conditions.
Fort Worth Water Department 01430-2 Operation and Maintenance Data
b. Performance curves, engineering data, nameplate data, and
test results.
c. Complete nomenclature and commercial number of
replacement parts.
2. Operating Procedures:
a. Start-up, break-in, routine, and normal operating
instructions.
b. Test procedures and results of factory tests where required.
c. Regulation, control stopping, and emergency instructions.
d. Description of operating sequence by a control
manufacturer.
e. Shutdown instructions for both short and extended
durations.
f. Safety precautions.
g. Installation instructions.
3. Maintenance and Overhaul Procedures:
a. Routing operations
· b. Guide to troubleshooting
c. Disassembly, removal, repair, reinstallation, and
reassembly.
4. Installation instructions; including alignment, adjusting, calibrating
5. Original manufacturer's parts list, illustrations, detailed assembly
drawings showing each part with part numbers and sequentially
numbered parts list, and diagrams required for maintenance.
6. Where applicable, identify installed spares and other provisions for
future work.
7. Manufacturer's printed operating and maintenance instructions
8. As-installed, color-coded piping diagrams
B. Maintenance Summary
1. Compile an individual maintenance summary for each applicable
equipment item, respective unit or system, and for component or
sub-units.
2. Include detailed lubrication instructions and diagrams showing
points to be greased or oiled, recommend type, grade, and ·
temperature range of lubricants and frequency of lubrication.
3. Recommended spare parts:
a. Data to be consistent with manufacturer's Bill of
Materials/Parts List furnished in O&M manuals.
b. Provide MSDS sheets for all chemicals and lubricants
C. Content for Each Electric or Electronic Item or System
1. Description of Unit and Component Parts:
a Function and normal operating characteristics
Fort Worth Water Department 01430 • 3 Operation and Maintenance Data
b . Performance curves, engineering data, nameplate data, and
test data.
c. Complete nomenclature and commercial number of
replacement parts .
d. Interconnection wiring diagrams , including control and
lighting systems
2. Circuit Directories of Panelboards
a. Electrical Service
b . Controls
c. Communications
3. List of electrical relay settings, and control and alarm settings .
4. Electrical interconnection diagrams by control manufacturer
5. As-installed control diagram by control manufacturer
6. Operating Procedures:
a. Routine and normal operating instructions
b . Sequences required
c. Safety precautions
d. Special operating instructions
7. Maintenance Procedures:
a. Routine operations
b. Guide to troubleshooting
c. Adjustment and checking
d. List of relay settings, control and alarm contact settings
8. Manufacturer 's printed operating and maintenance instructions
9. List of original manufacturer 's spare parts, manufacturer's current
prices, and recommended quantities to be maintained in storage.
1.03 MANUALS FOR MATERIALS AND FINISHES
A . Content for Architectural Products , Applied Materials , and Finishes:
1. Manufacturer 's data, giving full information on products
a. Catalog number, size , and composition
b. Color and texture designations
c. Information required for reordering 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 that are
detrimental to product.
c. Recommend schedule for cleaning and maintenance.
B. Content for Moisture Protection and Weather Exposed Products
1. Manufacturer's data, giving full information on products
a Applicable standards
Fort Worth Water Department 01430-4 Operation and Maintenance Data
b. Chemical composition
c. Details of installation
2. Instructions for inspections , maintenance , and repair.
PART2
PART3
PRODUCTS -
EXECUTION-
Fort Worth Water Department
Not Applicable
Not Applicable
01430-5 Operation and Maintenance Data
ITEM01500
TEMPORARY FACILITIES AND CONTROLS
PART 1 GENERAL
1.01 DESCRIPTION
A. The facilities and controls specified in this section are considered
minimum for the project. The Contractor may provide additional facilities
and controls which he considers necessary for the proper execution of the
work and to meet his responsibilities for protection of persons, property,
and the environment.
B. The Contractor shall furnish 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.
C. The Contractor shall be fully responsible for providing all temporary
piping, plumbing, heating, ventilating, lighting, temporary structures, and
such other items required to maintain the pump station operations within
the scheduling requirements contained in the Contra_ct Documents. Failure
to show all details of temporary piping and temporary construction on the
drawings or in the specifications shall not relieve the Contractor .of the
responsibility for constructing the improvements without interrupting
water pumping operations.
PART2
PART3
PRODUCTS -
EXECUTION
3.01 UTILITIES
Not Applicable
A. Sanitary Facilities : The Contractor shall provide and maintain toilets and
other sanitary facilities for his employees and his subcontractor's
employees that will comply with the regulations of the State and local
health departments.
B. Water for Construction: The Contractor may use water from existing fire
hydrants free of charge. Contractor shall, however, arrange for a fire
hydrant meter, and pay the required meter deposit fee.
C. Electric Power for Construction: Contractor may utilize power from the
existing pump station site free of charge. Any additional power needs will
be coordinated by the Contractor with Oncor, at the Contractor's expense . -
The Contractor shall maintain the temporary electric power system during
Fort Worth Water Department 01500 -1 Temporary Facilities and Controls
the contract period at his expense. Electric power obtained through the
temporary service shall be paid for by the Contractor. The temporary
systems and their components shall be fµrnished and installed in
conformance with the requirements of the National Electric Code (NEC).
3.02 WASTE
Provide approved containers for collection and disposal of waste materials, debris,
and rubbish.
3.03 SECURITY AND TEMPORARY APPROVED PROTECTION
A. Furnish, install, and maintain suitable barriers and protection to prevent
public entry, and to protect the work, existing facilities, and existing roads
from construction operations.
B. The Contractor shall take all necessary measures and be solely responsible
for the protection of temporary facilities, finished construction areas,
equipment, and materials at the site until the project has been completed
and accepted by the Owner.
3.04 SITE MAINTENANCE
A. Except as provided herein, no sidewalk, private property, or other areas
adjacent to the lift station site shall be used for storage of the Contractor's
equipment and materials unless prior written approval is obtained from the
legal owner.
B. At all times , the Contractor shall maintain areas covered by the contract
and public properties free from accumulation of waste, debris, and rubbish
caused by construction operations. All trash and waste materials shall be
cleaned and disposed in an approved waste receptacle each day.
C. 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
public right of ways .
Fort Worth Water Department 01500 - 2 Temporary Facilities and Controls
PARTl GENERAL
ITEM01600
MATERIAL AND EQUIPMENT
1.01 REQUIREMENTS
Provide material and equipment as specified conforming to the following:
A. Comply with size, make, type, and quality specified, unless specifically
authorized in writing by the Engineer.
B. Manufactured and Fabricated Products
PART2
PART3
1. Design, fabricate, and assemble in accord with the best engineering
and shop practices.
2. Manufacture like parts of duplicate units to standard sizes and
gages, to be interchangeable.
3. Products shall be suitable for service conditions.
4. Equipment capacities, sizes, and dimensions shown or specified
shall be adhered to unless variations are specifically approved in
writing.
5. The materials and equipment used on the work shall correspond to
the approved samples or other submitted data.
PRODUCTS -
EXECUTION
Not Applicable
3.01 MATERlALS AND EQUIPMENT
A. Materials and equipment incorporated into the work shall:
1. Be new and in current production, conforming to applicable
specifications and standards.
2. Comply with size, make, type, and quality specified, or as
specifically approved in writing by the Engineer.
B. For products specified only by reference standard, select any product
meeting that standard.
C. For products specified by naming several products or manufacturers,
select any one or the products or manufacturers named, which complies
with the specifications.
Fort Worth Water Department 01600 - 1 Material and Equipment
D. For products specified by naming one or more products or manufacturers
and "or equal", Contractor must submit a request for substitutions for any
product or manufacturer not specifically named.
3.02 REUSE OF EXISTING MATERIAL
A. Except as specifically indicated or specified, materials and equipment
removed from any existing structure shall not be used in the completed
work.
B. Arrange for transportation, storage, and handling of products which
require off-site storage, restoration, or renovation at no additional cost.
3.03 SUBSTITUTIONS
A. For a period of thirty (30) days after the date of the Notice to Proceed,
Engineer will consider written requests from the Contractor for
substitution of products that are specifically called out with a product
name.
B. Submit to the Engineer a separate request for each product, supported vii.th
complete data, with drawings and samples as appropriate, including:
1. Comparison of the qualities of the proposed substitution with that
specified.
2. Changes required in other elements of the work because of the
substitution.
3. Effect on the construction schedule
4. Cost data comparing the proposed substitution with the product
specified.
5. Listing of any required license fees or royalties.
6. Availability of maintenance service, and source ofreplacement
materials.
C. Engineer shall be the judge of the acceptability of the proposed s
substitution.
D. In submitting a request for a substitution, the Contractor represents to the
Owner and Engineer that he:
1. Has investigated the proposed product and determined that it is
equal to or superior in all respects to that specified.
2. Will provide the same warranties or bonds for the substitution as
for the product specified.
Fort Worth Water Department 01600-2 Material and Equipment
3. Will coordinate the installation of an accepted substitution into the
work, and make such other changes as may be required to make
the work complete in all respects.
4. Waives all claims for additional costs, under bis responsibility,
which may subsequently become apparent.
5. Any incidental cost associated with using alternative products shall
be borne by the Contractor.
E. Engineer will review requests for substitutions with reasonable
promptness, and notify the Contractor, in writing, of the decision to accept
or reject the requested substitution. The Engineer shall be the sole judge
of the acceptability of any proposed substitution.
3.04 COMPLIANCE WITH MANUFACTURER'S INSTRUCTIONS
A. When Contract Documents require that the installation of work comply
. with manufacturer's printed instructions, obtain and distribute copies of
such instructions to parties involved in the installation, including two
copies to Engineer. Maintain one set of complete instructions at the job
site during installation and until completion.
B; Handle, install, connect, clean, condition, and adjust products in strict
accord with such instructions and in conformance with the contract
· requirements.
C. Manufacturer's recommendations are minimum standards for handling
materials and equipment and the installation of the work. If the project
drawings and specifications are more stringent, the requirements of the
drawings and specifications shall govern.
D. Should job conditions or specified requirements conflict with the
manufacturer's instructions, consult Engineer for further instruction.
E. Do not proceed with work without clear instructions.
F. Perform work in accordance with manufacturer's instructions. Do not
omit any preparatory step or installation procedure unless specifically
authorized by the Engineer.
G. Manufacturer shall supply to the City a Certificate of Compliance on
equipment furnished that it meets the specification requirements and has
been installed in accordance with manufacturer's instructions.
3.05 TRANSPORATION AND HANDLING OF MATERIALS AND EQUIPMENT
Fort Worth Water Department 01600 - 3
Material and Equipment
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 to the material or equipment.
B. Equipment shall be shipped as late as possible to assure its availability
when required by the Contractor's schedule. Tue 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 Engineer. Equipment shall not be shipped until the
submittal review process is complete.
C. Deliver products in undamaged condition, in manufacturer's original
containers or packaging, with identifying labels intact and legible.
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. Notify Engineer
· immediately upon receipt of shipment.
E. Provide equipment and personnel to handle products by methods to
prevent soiling or damage to products or packaging.
F. Materials and equipment delivered to the job shall be unloaded and placed
in a manner which will not hamper the normal operation of the existing lift
station or interfere with the flow of street traffic.
3.06 STORAGE AND PROTECTION OF MATERIALS AND EQUIPMENT
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 to the material or equipment.
B. Special attention shall be given to the storage and handling of equipment
on site. Equipment storage will be approved by the Engineer. As a
minimum, the procedure outlined below shall be followed:
1. Equipment having moving parts such as gears, electric motors, and
instruments shall be stored in a temperature and humidity
controlled building approve by the Engineer, until such time as the
equipment is to be installed.·
Fort Worth Water Department 01600 - 4
Material and Equipment
2. Equipment shall be stored fully lubricated with oil and grease ,
unless otherwise instructed by the manufacturer.
3. Manufacturer's storage instruction shall be carefully studied by the
Contractor and reviewed by the Engineer. These instructions shall
be carefully followed and a written record shall be kept by the
Contractor.
4. Moving parts shall be rotated a mjnjmum of once weekly to insure
proper lubrication and to avoid metal to metal "welding".
5. Motors and other equipment fitted with electric heaters shall have
the heaters maintained in an energized condition at all times.
C. Indoors
1. Store products subject to damage by the elements in weatherproof
enclosures .
2. Maintain temperature and humidity within the ranges required by
the manufacturer's instructions .
3. Connect and energize motor heaters and other equipment space
heaters during storage.
D. Outdoors
1. Store fabricated products above the ground, on blocking or skids ,
prevent soiling or staining. Cover products that are subject to
deterioration with impervious sheet coverings; provide adequate
ventilation to avoid condensation.
2. Store loose granular materials in a well-drained area on solid
surfaces to prevent mixing with foreign matter.
3. Arrange storage in a manner to provide easy access for inspection.
Make periodic inspections of stored products to assure that
products are maintained under specified conditions, and are free
from damage or deterioration.
3.07 APPURTENATE ITEMS
A. Provide wedges, shims, filling pieces , keys, packing, 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.
B. 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.
C. Furnish sleeves , inserts, hangars, and anchor bolts, required for the
execution of the instrumentation and electrical work, specified and shown
Fort Worth Water Department 01600-5 Material and Equipment
on the drawings. In no case shall beams, lintels, or other structural
members be cut without the approval of the Engineer.
3.08 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. 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
tests as may be necessary to demonstrate that they comply with the
specifications. Such samples shall be furnished , stored, pack ed, and
shipped as directed at the Contractor's expense. Except as otherwise
noted, the Owner will make arrangements for and pay for the tests.
C. Delay of approval resulting from the Contractor's failure to submit
samples or data promptly shall not be used as a basis of a claim against the
Owner or Engineer.
3.09 REJECTION OF MATERIALS AND EQUIPMENT
A. Materials and equipment which, in the opinion of the Engineer, have
become so damaged as to be unfit for the use intended or specified shall be
promptly removed from the site of Work. The Contractor shall receive no
compensation for the damaged material or its removal .
B. Damaged material and equipment shall be replaced at the Contractor's
expense.
3.10 PROTECTION AFTER INSTALLATION
Provide substantial coverings as necessary to protect installed products from
damage from traffic and subsequent construction operations.
Fort Worth Water Department 01600-6 Material and Equipment
PART 1 GENERAL
1.01 SUBMITTALS
ITEM01651
TESTING AND STARTUP
A. Submit to Engineer, for approval, start-up and test schedule minimum of
30 days prior to commencing work specified in this section.
B. Submit to Engineer, a minimum of three copies of manufacturer's
representative 's installation report, field test data, test records, and a log of
the testing and start up procedure for each item of equipment and system.
1.02 SERVICE OF MANUFACTURER"S REPRESENTATIVE
A. The contract price for the project shall include the cost of furnishing
competent and experienced personnel who shall represent the
manufacturers and shall assist the Contractor, to install, adjust, and test the
equipment in conformity with the Contract Documents.
B . After the equipment is installed by the Contractor, such personnel shall
make all adjustments and tests required to prove that such equipment is in
proper and satisfactory operating condition.
PART2
PART3
PRODUCTS -
EXECUTION
Not Applicable
3.01 TESTING AND STARTUP PLAN
A. Submit plan which includes a schedule of manufacturer's representative
visits and for testing and startup of all equipment and systems provided
with the work.
B. Include in the startup plan:
1. Sequences
2. Lock-out procedures and safety precautions
3. Utility requirements
C. The plan shall include the manufacturer's representative schedule with the
name of the representative, date, and purpose for each visit identified.
Fort Worth Water Department 01651 -1 Testing and Startup
3.02 PREPARATION
A. Complete equipment installation with controls, safety devices and
auxiliary support systems necessary to start the equipment and verify the
equipment functions correctly under no load conditions.
B. Remove temporary bracing supports and other construction debris that
may damage equipment.
C. Remove protective coatings and oils used for protection during shipment
and installation.
D. Flush and lubricate systems in accordance with Manufacturer's
recommendations.
E. Install temporary connections and devices required to fill, operate,
checkout and drain the system.
F. Check equipment for correct direction of rotation and freedom of moving
parts.
G. Align equipment to manufacturer's tolerances.
H. Check installation prior to start-up for conformance to manufacturer's
instructions.
I. Adjust or modify equipment to make equipment properly operational.
J. Correct any deficiencies or problems noted in manufacturer's
representative installation reports.
K. Submit manufacturer's representative's installation reports with corrective
action noted.
3.03 TESTING AND STARTUP
A. Begin testing and startup procedures after approval by Engineer of testing
and startup plan and after receipt of manufacturer's installation report.
B. Make final connections to equipment and complete the system installation
necessary to apply the system loads to the equipment and verify the
equipment functions correctly.
C. Start equipment according to manufacturer's instructions.
Fort Worth Water Department 01651 -2 Testing and Startup
D. Operate the system through the design performance range consistent with
the available flows. Adjust, balance, calibrate, and check out the
equipment, safety devices, controls , and process system to operate within
the design conditions.
E. Perform acceptance test as outlined in Item 11316 -Submersible Pumps.
Also perform acceptance test as outlined in Section 16220 -Standby
Generator.
F.. Submit log of testing and startup procedure, field data test, and applicable
test records to Engineer and Owner.
Fort Worth Water Department 01651 -3 Testing and Startup
PARTl GENERAL
ITEM01700
CONTRACT CLOSEOUT
1.01 SCOPE
A. Comply with the requirements stated in the Contract Documents in closing
out the work.
B. Comply with related requirements in other parts of the Contract
Documents, including fiscal provisions, legal submittals, and additional
administrative requirements.
PART2
PART3
PRODUCTS -
EXECUTION
Not Applicable
3.01 FINAL INSPECTION
A. When the Contractor considers the work complete, he shall submit written
certification to the Engineer that:
1. Contract Documents have been reviewed
2. Contractor has inspected for compliance with the Contract
Documents.
3. Work has been completed in accordance with Contract Documents.
4. Equipment and systems have been tested in presence of the
Engineer and Owner's representative and are operational.
5. Work is completed and ready for final inspection
B. The Owner and Engineer will make an inspection to verify the status of
completion with reasonable promptness after receipt of such certification.
C. Should the work be designated as incomplete and defective:
L Engineer will promptly notify the Contractor in writing, listing the
incomplete or defective work.
2. Contractor shall take immediate steps to remedy the stated
deficiencies, and send a second written certification to the
Engineer that the work is complete.
3. The Owner and Engineer will re-inspect the work.
4. When the work is acceptable under the Contract Documents, the
Contractor shall be requested to make closeout submittals.
Fort Worth Water Department 01700-1 Contract Closeout
3.02 CONTRACTOR'S CLOSEOUT SUBMITTALS TO OWNER/ENGINER
A. Project Record Documents to comply with Item 01720
B. Operation and Maintenance Data to comply with Contract Documents
C. Evidence of Payment and Release of Liens: Submit the following in such
form as approved by the Engineer:
1. Contractor's affidavit of payment of debts and claims.
2. Contractor's affidavit of release of liens~ with:
a. Consent of surety to final payment
b. Separate releases or waivers of liens for subcontractors and
others with lien rights against property of Owner.
3. All submittals shall be duly executed before delivery to Engineer.
D. Certificate of Insurance for Products and Completed Operations
E. Equipment Warranties and Bonds, see requirements of Item 01750
F. Certification from all manufacturers of proper equipment installation,
testing, and demonstration as specified in Contract Documents.
3.03 FINAL ADJUSTMENT OF ACCOUNTS
A. Submit a final statement of accounting to Engineer
B. Statement shall reflect all adjustments to contract sum:
1. Original contract sum
2. Additions or deductions resulting from:
a. Previous change orders
b. Deductions for uncorrected work
c. Deductions for liquidated damages
· d. Other adjustments
3. Total contract sum, as adjusted
4. Previous payments
5. Sum remaining due
C. Engineer and Owner will prepare any final change orders, reflecting
approved adjustments to contract sum which were not made by previous
change orders.
Fort Worth Water Department 01700-2 Contract Closeout
3.04 FINAL APPLICATION FOR PAYMENT
A. Contractor shall submit the final application for payment in accordance
with procedures and requirements stated in the Contract Documents.
B. Final payment shall not be approved until all Contract Closeout
requirements have been met and all other contract requirements fulfilled.
. . . -.. ---------. --··· -.. -....... ·--··· --........ ---... -.. -----.. ----.. ·-..... --· . --·-·-...... ---···-·---· ..... ---.------··---- -·------. ---------. -· ------..... -.. --·-- ------------.
Fort Worth Water Department 01700-3 Contract Closeout
ITEM01720
PROJECT RECORD DOCUMENTS
PARTl GENERAL
1.01 SCPOPE
A. Prepare and maintain record documents for the project to accurately reflect
the construction as built. Documents must be submitted at work
completion as a condition for final acceptance.
B. Meet with the Engineer 's representative monthly to review as-built plans.
PART2
PART 3 -
Progress payments will not be approved unless Record Documents are up
to date.
PRODUCTS -
EXECUTION
Not Applicable
3.01 MARKING
Mark all changes with a red pencil.
3.02 RECORDJNG
A. Keep record documents current.
B. Stamp each document "PROJECT RECORD" in neat, large , printed
letters. Legibly mark contract drawings to record actual construction:
1. Horizontal and vertical location of underground and under-slab
utilities and appurtenances referenced to permanent surface
improvements.
2. Location of internal utilities and appurtenances referenced to
permanent surface improvements.
3. Field changes of dimension and detail
4. Changes made by change order.
5. Details not on original contract drawings
C . Legibly mark specifications and addenda to record:
1. Manufacturer, trade name, catalog number, serial number, and
supplier of each product and item of equipment actually installed.
2. Changes made by change order or field order.
3. Other matters not originally specified.
Fort Worth Water Department 01720-1 Project Record Documents
3.03 SUBMITTAL
A. At project completion, deliver record documents to the Engineer. Place all
letter-sized material in a three ring binder, neatly indexed . Bind contract
drawings and shop drawings in rolls of convenient size for ease of
handling.
B. Accompany the submittal with a 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. Certification that each document as submitted is complete and
accurate.
6. Signature of Contractor.
Fort Worth Water Department 01720-2 Project Record Documents
PARTl GENERAL
ITEM 01750
WARRANTIES AND BONDS
1.01 SCOPE
A. Provide duplicate, notarized copies of warranty documents. Execute
Contractor's submittals and assemble documents executed by
subcontractors, suppliers, and manufacturers. Provide table of contents
and assemble in binder with durable plastic cover.
B. Submit material prior to final application for payment. For items of work
delayed materially beyond the date of Substantial Completion, provide
updated submittal within ten days after final acceptance, listing date of
substantial completion as start of warranty period.
C. Maintain and keep in good repair the improvements covered by these
drawings and specifications dill"ID:g the life of the Contract.
D. Indemnify the Owner against any repairs which may become necessary to
any part of the work performed and to items of equipment and systems
procured for or furnished under this Contract, arising from defective
workmanship or materials used therein, for a period of two (2) years after
date of final substantial completion of the work. Such warranty period
shall be provided by the Contractor regardless of supplier 's standard
warranty provisions.
E. The Contractor shall, at his own expense, furnish all labor, materials,
tools, and equipment required, and shall make such repairs and removals
or shall perform such work or reconstruction as may be made necessary by
any structural or functional defect or failure resulting from neglect, faulty
workmanship , or faulty materials, in any part of the work performed by
him. Such repair shall also include refilling of trenches, excavations, or
embankments which show settlement or erosion after backfilling_
placement.
F. Except as noted on the drawings or as specified, all structures such as
embankments and fences shall be returned to their original condition prior
to the completion of the Contract. Any and all damage to any facility not
designate for removal resulting from the Contractor's operations, shall be
promptly repaired by the Contractor at no cost to the Owner.
G. In the event the Contractor fails to proceed to remedy the defects of which
he has been notified within fifteen (15) days of the date of such notice, the
Owner reserves the right to cause the required materials to be procured
Fort Worth Water Department 01750-1 Warranties and Bonds
and the work to be done, as described in the drawings and specifications,
and to hold the Contractor and the sureties on his bond liable for the cost
and expense thereof.
H. In the event that immediate repairs are necessary to continue operations at
the facility , the Owner reserves the right to cause those repairs to be made
and hold the Contractor liable for the expense of such repairs . In such a
case, every reasonable effort will be made by the Owner to notify the
Contractor in advance but, failure of such notification shall not constitute a
waiver of the Contractor's liability. In any case, the Contractor will be
notified as soon as reasonably possible of the need for such repairs.
I. Notice to Contractor for repairs and reconstruction will be made in the
form of alerter addressed to the Contractor at his home office.
PART2
PART3
PRODUCTS -
EXECUTION-
Fort Worth Water Department
Not Applicable
Not Applicable
01750-2 Warranties and Bonds
ITEM 02010
SUBSURFACE INVESTIGATION
PART 1 GENERAL
1.01 SCOPE
Soil investigations w~re accomplished on the site for use in the design of the
proposed facilities.
1.02 RELATED REQUIREMENTS
A. Item 02220: Structural Excavation, Fill , and Backfill
PART2
PART3
PRODUCTS -
EXECUTION
Not Applicable
3.01 SOIL INVESTIGATIONS REPORTS
A. A geotechnical investigation, including a soil boring, was conducted at the
lift station site on January 12, 2011 by TSIT, Inc. 7353 Airport Freeway,
Fort Worth , TX 76118. The report is attached to these contract
documents, labeled as "Appendix B" -Geotechnical Report.
B. Subsurface information contained within the above report or indicated on
the drawings was obtained by the Owner solely for use by the Engineer in
establishing design criteria for the project. The accuracy of the
information is not guaranteed and it is not to be construed as part of the
project specifications governing construction on the project. Neither the
Owner nor the Engineer accept any responsibility for any deviation in soil
types and/or depths shown on the borings.
3.02 CONTRACTOR'S RESPONSIBILITY
A. The Contractor shall review the available soil report and boring log and
any other material prior to bidding, and make his own determinations as to
all subsurface conditions. Boring data only indicates subsurface
conditions at 1}le boring location.
B. The Contractc;>r's attention is directed to those portions of the soil reports
that outline ground water conditions at the site. Contractor is to make his
own determinations and evaluations regarding groundwater control prior
to submitting bid.
Fort Worth Water Department 02010 -1 Subsurface Investigation
ITEM02150
PUMP STATION DEMOLITION
PARTl GENERAL
1.01 SUMMARY
A. This item shall govern the taking down, cutting away, breaking out, and
remo ving the electrical , mechanical , and structural components and
equipment from the existing pump station; removal and disposal of the
existing reinforced concrete foundation and underground piping under the
foundation , plugging, capping an deactivation of the existing gas line and
meter, sawcutting and removal of reinforced concrete sidewalk and ramp
to the existing building, and removal and disposal of existing screening
wall west of pump station.
B. Offsite disposal and/or salvaging/relocation of indicated components .
1.02 PROJECT CONDITIONS
A. Conditions existing at the time of commencement of contract will be
maintained by Owner insofar as practicable, until the new pump station is
operational, at which time the contractor ·shall demolish the existing pump
station and extend 24 " suction and discharge pipe to connect the new
pump station to the existing potable water piping.
B. Property Protection: Contractor shall be responsible for the protection of
adjoining property.
1.03 SUBMITTALS
A. Submit demolition and salvage procedures and schedule under provisions
ofltem 01300 "Submittals"
The submittal shall include the following:
1. Coordination schedule for shut-off, capping, and continuation of
utility service, as required.
2. Detailed description and order of operations of the demolition and
salvage of existing equipment from wetwell and valve vault.
3. Demolition permit is required from the City of Fort Worth .
Development Department prior to beginning the demolition of the
existing pump station.
Fort Worth Water Department 02150 -1 Pump Station Demolition
1.04 PROTECTION
A.
B.
PART2
Take care to ensure that there will be no damage to elements or portions
thereof which are not required to be remo v ed from the site.
Erect and maintain temporary bracing, shoring, lights , barricades, signs ,
and other means to protect w orkers and other persons ; all in accordance
with applicable regulatory requirements.
PRODUCTS
2.01 GENERAL
A. Materials designated for demolition shall become the Contractor's
property ; remove and dispose of such materials unless otherwise indicated
or specified.
B. Equipment items to remain the Owner's property will be removed and
salvaged by the Contractor. Salvaged items shall be delivered by the
C~mtractor to the Holly Water Treatment Plant, located at 1500 11th
A venue. Items not designated to be salvaged shall be considered debris
and shall be removed and disposed of accordingly, at the Contractor's
expense.
C .
PART 3 -
Carefully disconnect, remove, clean if necessary, and protect the items
directed by the Owner to be salv aged.
EXECUTION
3 .01 PREPARATION
A. Provide safe working conditions for employees throughout demolition,
. removal, and salv age operations . Observe safety requirements for work
below grade.
B. The Contractor shall be responsible for safety and integrity of adjacent
structures and shall be liable for any damage due to movement or
settlement. Provide proper framing and shoring necessary for support.
Cease operations if an adjacent structure appears to be endangered.
Resume demolition only after the proper protective measures have been
taken.
C. Locate, disconnect, remove and cap designated utility lines within
demolition areas. Coordinate with Oncor for de-activation of existing
electrical service and removal of service/meter pole and wire. Coordinate
Fort Worth Water Department 02150 - 2 Pump Station Demolition
with Atmos Energy for de-activation of existing gas service and removal
of existing meter.
D. Mark location of disconnected utilities. Identify utilities and indicated
capping or plugging locations on the Project Record Documents.
3.02 ENVIRONMENTAL CONDITIONS
A . Do not use water where it can create dangerous or objectionable
conditions, such as slope instability, flooding, erosion, or sedimentation of
nearby streams or ditches.
B. Dispose of removed equipment, materials, waste and debris in a manner
conforming to applicable laws and regulations .
3.03 PUMP STATION DEMOLITION
A. Remove designated electrical, instrumentation, and mechanical,
equipment and hardware from pump station. Salvage designated items,
relocate SCAD A equipment, dispose of remaining items.
B. Coordinate electrical removals with Oncor, as necessary. Verify that
power is properly de-energized/disconnected. Coordinate gas line capping
with Atmos as necessary.
3.04 PIPES, DUCTS, AND CONDUITS
A. Remove deactivated mechanical, plumbing, and electrical conduit,
including fastenings, connections, and other related appurtenances and
accessories which would otherwise be exposed in the completed work or
interfere with construction operations.
B . Cut and plug deactivated piping systems at points of cutoff and as shown
in the drawings.
3 .05 MEASURMENT AND PAYMENT
Item shall be measured and paid at the lump sum for demolition/removal of the existing
pump station. ·
Fort Worth Water Department 02150 -3 Pump Station Demolition
PART 1 GENERAL
ITEM02212
FINISH GRADING
1.01 QUALITY ASSURANCE
Topsoil material and source shall be inspected and approved by the Engineer prior
to placement at the site of work.
1.02 DEFINITIONS
A.
B.
PART2
Maximum Dry Density -Determined by ASTM D 698
Optimum Moisture -Determined by ASTM D 698
PRODUCTS
2.01 TOPSOIL
Topsoil may be stockpiled on-site material, supplemented by approved off-site
material as required. Stockpiled and off-site topsoil shall be free from lumps,
clay, toxic substances, roots, debris, and stones over 1" in diameter.
PART3 EXECUTION
3.01 PERFORMANCE
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 stabilized base to
subgrade elevation and to at least 95 percent maximum dry
density. Moisture shall be between optimum and 5 percent above
optimum.
3. Bring compacted fill to required levels, profiles, and contours.
Make changes in grade gradually. Blend slopes into level areas.
4. Slope grade away from structures minimum 6 inches in 6 feet,
unless otherwise indicated on the drawings.
Fort Worth Water Department 02212 - 1 Finish Grading
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.
B . Placing Topsoil
1. Place in minimum 4 inches depth up to finished grade elevations
2. Use topsoil in relatively dry state. Place during wet weather.
3. Fine grade topsoil eliminating rough and low areas to ensure
positive drainage. Maintain levels, profiles, and contours of
subgrades. Rake until surface is smooth.
4. Remove stone, roots, grass, weeds, debris , and other foreign
material while spreading.
5. Manually spread topsoil around trees, plants, and structures to
prevent damage which may be caused by grading equipment.
6. Lightly compact, 90% minimum of maximum dry density as
defined by ASTM D 698.
3.02 MAINTENANCE
A. Protectnewly graded areas from traffic and erosion; keep free from trash
and rubbish.
B. Repair settled, eroded, or rutted areas, using additional topsoil upon final
acceptance of the facilities.
C. Repair any sloughing, sliding immediately. Bench any slide areas 8
inches deep.
Fort Worth Water Department 02212 - 2 Finish Grading
ITEM 02220
STRUCTURAL EXCAVATION, FILL, AND BACKFILL
PART 1 GENERAL
1.01 SCOPE OF WORK
This section describes requirements for:
A . The excavation for all structures , structural fill , backfilling around
completed structures, and the disposal of all excess excavated material.
All operations required for the proper completion of the excavation work,
including sheeting, shoring, and bracing, dewatering of excavations, and
compaction of backfill are included.
B. All fill required for completion of the work as shown or specified.
1.02 REFERENCED STANDARDS
American Society for Testing and Materials (ASTM), latest version
A. ASTM C 33 -Standard Specification for Concrete Aggregates
B. ASTM C 40 -Standard Test Method for Organic Impurities in Sand for
Concrete
C. ASTM C 136 -Standard Test Method for Sieve or Screen Analysis of
Fine and Coarse Aggregate
D. ASTM C 150 -Standard Specification for Portland Cement
E. ASTM D 4318 -Standard Test Method for Liquid Limit, Plastic Limit,
and Plasticity Index of Soils
F. ASTM D 698 -Laboratory Compaction Characteristics of Soil Using
Standard Effort
G. ASTM D 1557 -Standard Test Methods for Moisture-Density Relations
of Soils and Soil-Aggregate Mixtures Using 10 lb Rammer and 18" Drop
H . ASTM D 4253 -Maximum Index Density of Soils Using a Vibratory
Table
Fort Worth Water Department 02220 -1 Structural Excavation, Fill, and Backfill
1.03 SUBMITTALS
Submit the following in accordance with the General Conditions and General
Requirements of the Contract Documents.
A. Testing laboratory reports , as specified or required, to show compliance
with the specifications for material from off-site locations. The specified
tests shall be performed by a certified independent laboratory employed
and paid by the Contractor.
B. Submit details of any proposed dewatering system and/or shoring system
to the Engineer for review prior to installing the dewatering and/or shoring
system. The submittal will be reviewed only for specification
compliances and not adequacy of the Contractor's proposed system.
Review and acceptance by the Engineer will not relieve the Contractor of
any responsibility for the adequacy of the dewatering and/or shoring ·
system.
C. Submit certification from the landowner of each proposed off-site soil
borrow source stating that to the best of the landowner's knowledge and
belief there has never been contamination of the borrow source site with
hazardous or toxic materials. The certification shall be furnished to the
Owner prior to proceeding to furnish soils to the site.
1.04 PROTECTION OF FACILITIES
A. Before the start of earthwork operations , adequately protect utilities , trees ,
shrubs , and other permanent objects . Costs resulting from damage to
permanent facilities due to negligence or lack of adequate protection will
be charged to the Contractor.
B. Provide surface drainage during the period of construction to protect the
work and to avoid nuisance to adjoining property.
C. The Contractor shall conduct operations in such fashion that trucks and
other vehicles do not create dirt nuisance in the streets. The truck beds
shall be sufficiently tight, and shall be loaded in such a manner that
objectionable materials will not be spilled onto the streets. Any dirt, mud,
or other materials that is spilled onto the streets or deposited onto the
streets by the tires of vehicles will be promptly cleaned by the Contractor.
1.05 QUALITY ASSURANCE
The Contractor will arrange for the services of a testing laboratory, as specified in
the General Requirements , to perform compaction tests on the compacted
materials. The Contractor shall notify the Owner's Representative at least 48
Fort Worth Water Department 02220 -2 Structural Excavaticiri, Fill; and Backfill
hours in advance of the time at which tests will be taken. Any area failing to
comply with the specifications shall be reworked as required.
1.06 INSPECTION OF EXCAVATIONS
A.
B.
PART2
Notify the Engineer's representative at least 48 hours prior to completion
of any excavation so that the excavation may be inspected. Do not place
reinforcing steel or concrete in the excavation prior to inspection unless
the Engineer has given approval to proceed without inspection.
Notify the Engineer's representative at least 48 hours prior to backfilling
pipe trenches. Do not begin backfilling of pipe trenches until all pipe
joints have been inspected, pipes tested, and approved unless the
Engineer's representative has given approval to backfill the trenches
without inspection.
PRODUCTS
2.01 NON-EXPANSIVE EARTH FILL
A. The non-expansive earth fill shall consist of soil materials with a liquid
limit of 3 5 or less, a plasticity index between 8 and 20 , a minimum of 3 5
percent passing the No. 200 sieve , a minimum of 85 percent passing the
No. 4 sieve, and which are free of organics or other deleterious materials .
. When compacted to the recommended moisture and density, the material
shall have a maximum free swell value of 0.5 percent and a maximum
hydraulic conductivity (permeability) of lE-05 cm/sec, as determined by
laboratory testing of remolded specimens of the actual materials proposed
for the non-expansive earth fill.
B. On-site excavated materials complying with the requirements of paragraph
2.0lA, can be used as non-expansive earth fill. Prior to using the on-site
excavated material, the material shall be tested by a certified independent
laboratory employed and paid by the Contractor. Contractor shall submit
test results to the Engineer's representative for approval prior to placing
the material.
C. Prior to bringing any of the proposed material to the site, submit for
· review to the Engineer's representative, an analysis of the proposed
material including moisture-density relationship curve prepared in
accordance with ASTM D 698 by a certified independent testing .
laboratory employed and paid by the Contractor.
Fort Worth Water Department 02220-3 Structural Excavation, Fill, and Backfill
2.02 SAND
Where sand is shown or specified, use natural sand meeting ASTM C 33
requirements for fine aggregate.
2.03 CONCRETE BACKFILL
Concrete -backfill shall be Class E (1 ,500 psi) concrete as specified in Section El-
20 of the Fort Worth Water Department's Material Specifications, dated January
1, 1978.
2.04 SEAL SLABS
Where specified on the drawings, the Contractor shall place a 4 inch thick Class E
(1,500 psi) concrete and mud slab within 12 hours of the removal of the last 12
inches of an excavation.
2 .05 FILTERMATERIAL
A. Where shown, use a mixture of coarse aggregate and fine aggregate for the
filter material.
B. Coarse aggregate shall consist of gravel , crushed gravel, or crushed stone
and shall have a gradation limit of %-inch to No. 4 complying with ASTM
C 33 (Type 7).
C. Fine aggregate shall consist of natural sand and shall comply with the
requirements of ASTM C 33 for fine aggregate.
2.06 GRANULAR FILL
A. Class 1 Aggregate Fill: Consist of durable particles of crushed stone free
of silt, clay, or other unsuitable materials and have a percentage of wear of
not more than 40%, when tested in accordance with ASTM C 131 and
ASTM C 535 .. The material should meet the following gradation in
accordance with ASTM D 448:
Sieve Size
1-1/2 inch
1 inch
Yz inch
No .4
No. 8
Fort Worth Water Department 02220 -4
Percent Passing
100
95 -100
25 -60
0 -10
0-5
Structural Excavation, FilL and Backfill
B. Class 2 Aggregate Fill: Consist of washed and screened gravel and natural
sands manufactured by crushing stones complying with the requirements
of ASTM C 33, "Standard Specifications for Concrete Aggregates ",
except that the gradation should be as follows:
Sieve Size
Yi inch
3/8 inch
No .4
No. 8
No. 16
No. 30
Percent Passing
100
95 -100
80 -95
65 -85
50 -75
25 -60
C. Class 3 Aggregate Fill: Consist of durable particles of crushed stone free
of silt, clay, or other unsuitable materials and have a percentage of wear of
not more than 40 percent when tested in accordance with AS TM C 131 or
ASTM C 535. The source of the material shall be approved by the
Engineer and shall meet the following gradation:
PART3
Sieve Size
1-3 /4 inches
7/8 inch
3/8 inch
No.4
No.40
No. 100
EXECUTION
3.01 CLEARING
Percent Passing
100
65 -90
50 to 70
35 -55
15 -30
0 -12
A. Remove shrubs, trees , stumps, roots, underbrush, weeds , and other
vegetation in the way of construction. Remove tree stumps to a depth of 4
feet below grade.
B. Topsoil consisting of friable material free of vegetation, clay lumps, stone,
or toxic substances shall be stockpiled in areas , as directed by the
Engineer, at the site for use in finish grading.
3.02 SLABS ON GROUND
A. Slabs at grade:
Fort Worth Water Department 02220 -5 Structural Excavation, Fill, and Backfill
1. Subgrade: Scarify to a depth of six inches below the cleared depth.
Adjust moisture content as specified. The recompacted subgrade
shall be proof-rolled with a pneumatic tire roller in order to detect
any soft areas. Soft or wet areas will require removal and
replacement w ith non-expansiv e fill material of at least 12 inches
compacted thickness (2 lifts). Depressions from stump removal
shall be cleaned of all organic material and filled with non-
ex pansive fill material.
2 . Final Grade: Conform to lines and grades shown on the drawings.
B . Slabs Below Grade: Excavate to twelve inches above final subgrade. In
order to preserve the in-situ moisture of the sub grade, do not excavate the
final 12 inches until just prior to the construction of seal slab or granular
leveling pad, where specified. If the soil at the time of final exposure and
concrete placement is not within range specified in paragraph 3 .02C , the
top six inches shall be recompacted at the proper moisture lev el. Soft and
wet areas not achieving compaction will require removal and replacement
with concrete or select granular fill.
C. Compaction:
1. The subgrade and fill material shall be compacted to a minimum of
95 percent of standard proct or density as determined by ASTM D
698. The moisture content of the backfill soils shall be at or near (-
2% to +5%) the optimum moisture value. The Contractor shall
maintain a more narrow range of moisture content in order to
achieve the specified density. The methods used to secure the
specified compaction and moisture content will be the Contractor's
responsibility. Wet soils shall be worked by plowing, disking, or
scarifying and air drying as required to reduce the moisture content
to optimum levels.
2. Compaction should be performed with a heavy tamping foot roller
with fully penetrating feet. The tamping foot roller should weigh
no less than 2 ,000 pounds per linear foot of drum width. A
minimum of eight (8) passes of the tamping foot roller should be
provided, even if the specified density is achieved with fewer
passes. All fill materials deposited in place by scrapers, dump
trucks, drag lines, or similar equipment shall be thoroughly broken
up before being spread into uniform layers.
3. Moisten layers between lifts to achieve bonding.
Fort Worth Water Department 02220 - 6 Structural Excavation, Fill, and Backfill
D. Where specified, lean concrete seal slabs shall be placed after final
grading or within 4 hours of the removal of the last 12 inches of an
excavation.
3.03 EXCAVATION
A. Excavation work shall be unclassified and includes the removal of all
types of materials encountered without exception. Make excavations to
lines and grades indicated on the drawings. Complete excavations within ·
the tolerances specified. Topsoil and clay materials shall be placed in
separate stockpiles.
B. All excavation shall comply with OSHA and local safety laws.
C. Sheeting, Shoring, and Bracing
1. Provide sheeting, shoring, and bracing of excavations at locations
shown on the drawings and where required to properly and safely
complete the work as shown. Construct sheeting, shoring, and
bracing to prevent the excavation from extending beyond the
specified or indicated limits, to protect adjacent structures or
improvements, and to protect workmen and the public. The design
of sheeting, shoring, and bracing shall be the responsibility of the
Contractor.
2. . Care shall be taken to prevent voids outside the sheeting. If voids
are formed, they shall immediately be filled and compacted.
3. The sheeting, shoring, and bracing shall removed as excavations
are backfilled in a manner that will prevent injurious caving of the
excavation or damage to the structure.
4. Voids left or caused by the removal of sheeting shall immediately
be filled with suitable material and compacted.
D. Dewatering: Maintain excavations dewatered while work is in progress.
Lower groundwater a minimum of 3 feet below the bottom of the
excavation.
E. Structures:
1. Wherever practicable, cut all footing excavations to neat lines with
a tolerance of one inch. Where beams are shown to be monolithic
with slabs on ground, shape soil to the profile shown. Excavate a
sufficient distance from the walls, shafts, or similar elements of
Fort Worth Water Department 02220 -7 Structural Excavation; Fill, and Backfill
structures to allow for placing and removing forms and for
inspection.
2. Excavate to the elevations shown on the drawings forming a level
and undisturbed surface free of mud or other soft material. When
the bottom of the excavation, at the elevation shown, in not within
the foundation bearing material shown on the drawings or is
unsuitable for foundation bearing, notify the Engineer. Remove all
pockets of soft or otherwise unstable soils and replace with
concrete or suitable well-compacted soils as directed by the
Engineer.
3. Fill all unauthorized excessive excavation with concrete at no
charge to the Owner.
4. Protect all open excavations from rainfall or excessive drying so as
to maintain the foundation subgrade in a satisfactory, undisturbed
condition. Keep excavations reasonably free of water at all times
and completely free of water during placement or concrete. Soils
below foundation, which become soft, loose, or otherwise
unsatisfactory for dewatering or other construction methods shall
be removed and replaced with satisfactory materials, as directed by
the Engineer, at no cost to the Owner.
3.04 BACKFILL
A. Complete backfill to the surface of natural ground or to the lines and
grades shown on drawings. Use approved on-site excavated material
except where special materials are shown or specified. Deposit backfill in
uniform layers and compact each layer as specified.
B. Backfill at Structures: Place backfill as promptly as practicable after
completion of each structure or portion of a structure. The backfill shall
not be placed until the wall attains required compressive strength, or as
allowed by the Engineer. Remove concrete forms before starting backfill
and remove shoring and bracing as the work progresses. Caution should
be exercised not to over-compact the backfill. Hand operated tampers or
other lightweight compactors should be used in the five (5) foot area
adjacent to the wall.
C. Compacting Backfill: Place material in uniform layers of prescribed
maximum thickness and wet or dry the material to within two percent
below or five percent above (-2% to +5%) optimum moisture content.
Compact with power-driven hand tampers to the prescribed density.
Fort Worth Water Department 02220 - 8 Stn.Ictural Excavation, Fill, and Backfill
1. Regular and Non-Expansive Fill Material: Place in 4 inch
maximum layers. Compact to between 95 and 100 percent of
maximum soil density, as determined by ASTM D 698.
2. Sand and Granular Material: Place in 6 inch maximum layers.
Compact to not less than 95 percent of maximum soil density as
determined by ASTM D 4253.
D. The final surface grade shall slope away from the structure on a gradient
of 1.5 to 3 percent, such that surface water does no pond adjacent to the
structure within the backfill zone.
3.05 -MEASUREMENT AND PAYMENT
Payment of structural excavation, fill, and backfill shall be considered a subsidiary item
and will receive no direct compensation.
Fort Worth Water Department 02220 - 9 Structural Excav ation, Fil~ and Backfill
PART 1 GENERAL
ITEM02223
TRENCH SAFETY SYSTEM
1.01 DESCRIPTION
This item shall govern for the excavation protection required for trenches or
excavations in excess of five feet deep, including all additional excavations,
backfill, and repair made necessary by the protection system. The requirements
of this item governs all trenches for mains, vaults, wetwells, drywells, valve
vaults, and other appurtenances
1.02 DEFINITIONS
A. Trenches: A trench is referred to as a narrow excavation made below the
surface of the ground in which the depth is greater than the width where
the width measured at the bottom is not greater than fifteen ( 15) feet. If
forms or other structures are installed or constructed in an excavation so as
to reduce the dimension measured from the forms or structure to the side
of the excavation to fifteen (15) feet or less at the bottom of the
excavation, the excavation is considered to be a trench.
B. Benching System: Benching means excavating the sides of a trench to
form one or a series of horizontal levels or steps, usually with vertical or
near-vertical surfaces between the levels.
C. Sloping System: Sloping means excavating to form sides of a trench th.at
are inclined away from the excavation.
D. Shield System: Shields used in trenches are generally referred to as
"trench boxes" or ''trench shields". Shield means a structure that is able to
withstand the forces imposed on it by a cave-in and protect workers within
the structure. Shields can be permanent structures or can be designed to
be portable and move along as the work progresses. Shields can be either
pre-manufactured or job-built in accordance with OSHA standards.
1.03 STANDARDS
A. The latest version of the U.S. Department of Labor, Occupational Safety
and Health Administration Standards, 29 CFR Part 1926, Subpart P -
Excavations, are hereby made a part of this specification and shall be the
minimum governing requirements for trench safety.
B. The Contractor shall have the sole responsibility for the adequacy of the
trench safety system and providing "a safe place to work" for the workers.
Fort Worth Water Department 02223 -1 Trenc;;h Safety System
PART2
The Contractor shall, in addition, comply with all state and local
regulations and ordinances. The trench excavation safety protection
system shall be shall be designed by or under the supervision of a
Professional Engineer licensed to practice in the State of Texas.
PRODUCTS
2.01 GENERAL
All materials and products incorporated into the Trench Safety System shall be
suitable for their intended uses; and 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 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 OSHA
standards.
1. The Conformance Letter shall also describe the Trench Safety
System techniques proposed to be used on the project.
2. Specific references to the applicable OSHA standards 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 geotechnical analyses are required to develop the Trench
Safety System Plan, they shall be executed by the Contractor at his cost.
3.02 CONSTRUCTION METHODS
A. Contractor's Competent Person(s) shall maintain a copy of and implement
OSHA trenching safety regulations at the worksite. Trenching shall be
completed to lines and grades indicated or as specified in various technical
Fort Worth Water Department 02223 - 2 Trench Safety System
specification items requiring excavation and trenching and/or backfilling.
Contractor shall perform all trenching in a safe manner and maintain
safety systems to prevent injury to personnel or damage to structures,
utilities, or property in or near the excavation.
B. If evidence of possible cave-ins or slides is apparent or an installed trench
safety system is damaged, work in trench shall immediately cease and
personnel evacuated from hazardous area and City notified. Personnel
shall not re-enter excavation until necessary repairs or replacements are
completed, inspected, and approved by the Contractor's Competent
Person(s). Repair and replacement of damaged safety system shall be at
the Contractor's sole expense.
3.03 CHANGED CONDITIONS
A. When changed conditions require modifications to the Trench Safety
System, Contractor shall provide a new design or an alternate Trench
Safety System designed by the Contractor's trench safety Engineer
adequate for conditions encountered. Copies thereof shall be provided to
the City. A copy of the most current Trench Safety System shall be
maintained on site and made available to inspection at all times.
B. Changes to the Trench Safety System Plan initiated by the Contractor for
operational efficiency or by changed conditions will not be cause for
contract time extension or cost adjustment thereof.
3.04 MEASUREMENT AND PAYMENT
Payment for Trench Safety System shall be on a unit price basis, the unit price
being as given in the Bid Proposal, and the unit of measure being linear feet of
trench exceeding five feet in depth, or the perimeter of the structure foundation
for structural excavations exceeding five feet in depth, without regard to whether
specific trench safety precautions were required or used for the trench reach being
measured.
_ J'. qrt Worth W a,ter D_~artment _ _ 02223 - 3
_ _ _ _______ Trench_ Safety Sy.stem _
ITEM 02930
SEEDING AND REVEGATATION
PARTl GENERAL
1.01 DESCRIPTION
Provide all labor, materials, equipment, tools, and related items required for preparing
ground, seeding and/or hydro-mulching. Areas requiring seeding and/or hydro-mulching
shall include all areas disturbed by construction, including Contractor storage areas.
1.02 QUALITY ASSURANCE
A. Water: Contractor shall be responsible for making satisfactory arrangements with
the Fort Worth Water Department prior to obtaining Fort Worth water. Provide
necessary meters, hoses, temporary piping, sprinklers, and other watering
equipment required to complete the work.
B. Maintenance: Until final acceptance, and until an approved stand of grass is
achieved, maintain seeding and hydro-mulching by watering, cultivating,
cleaning, and replacing as necessary to keep grass in a healthy condition.
1.03 ACCEPTANCE
The work will be accepted, when a completed, undamaged, stand of permanent grass is
achieved, as approved by the Engineer.
1.04 SEEDING SCHEDULES
A.
B.
PART2
Annual Rye Grass: Complete between September 15 and April 1.
Bermuda Grass: Complete between April 1 and September 15.
PRODUCTS
2.01 GRASS
A. Bermuda Grass: Extra fancy, hulled, and treated lawn-type seed with purity of
95% or better and germination of 85% or better. Weed content less than Yi%.
B. Annual Rye Grass: Purity of 95% or better and a germination of 90% or better.
Weed content less than Yi%.
2.02 MULCH FIBER
Fort Worth Water Department 2930 -1 Seeding and Revegatation
A.
B.
PART3
Wood cellulose for hydro-mulch -Weyerhauser or Comweb with green color
additive. The dye shall be biodegradable and not inhibit plant growth.
The wood fiber mulch shall blend with grass seed, fertilizer, and other additives to
form a homogenous slurry. Upon application, the mulch material shall form a
mat covering the ground. This mat shall have the characteristics of moisture
absorption and percolation and shall cover and hold grass seed in contact with the
soil.
EXECUTION
3.01 PREPARATION
A. Grading: Verify that lawn areas have been final graded in accordance with Item
02212, "Finish Grading".
B. Establish a dense lawn of permanent Bermuda grass in all areas disturbed by
construction activities, such as excavation, trenching, and vehicle traffic.
3.02 FINAL GRADING/SEED BED PREPARATION
A. Loosen areas to be grassed and fine rake to break up lumps and produce a smooth,
even grade, free from unsightly variations, ridges, and depressions.
B. Remove and dispose of stones 2 inches or larger, sticks, roots, other debris, and
grass stubble exposed during operation.
C. Do not vary final grading elevations more than 3 inches. Maintain positive
drainage at all times.
3.03 GRASS PLANTING
A. Refer to seeding schedule and proceed with appropriate grass planting.
B. Hydro-mulching:
1. At time of seeding, soil to be moist but not muddy, and wind velocity shall
not exceed 10 miles per hour. Add water if required to moisten soil.
2. Hydraulic mulching shall consist of mixing wood fiber mule~ grass seed,
fertilizer, and other additives with water. It shall be mixed in standard
hydraulic mulching equipment to form a homogenous slurry. This slurry
shall be sprayed under pressure, uniformly over the soil surface. The
hydraulic mulching equipment shall contain a continuous agitation system
Fort Worth Water Department 2930 -2 Seeding and Revegatation
that keeps all materials in uniform suspension throughout the mixing and
distribution cycles.
3. Using standard hydraulic mulching equipment, the wood fiber mulch,
seed, and fertilizer slurry shall be applied evenly over the soil surface in a
one-step operation. The mixture shall be applied to the area to be seeded
within 3 0 minutes after all components are placed in the equipment.
4. Complete final grading and hydro-mulch rye grass evenly at a rate of five
pounds per thousand square feet with cellulose fiber at a rate of fifty
pounds per thousand square feet and a fertilizer rate of eighteen pounds
per thousand square feet.
5. Complete final grading and hydro-mulch Bermuda grass at a rate of two
pounds per thousand square feet, with wood cellulose at a rate of fifty
pounds per thousand square feet, and a fertilizer rate of eighteen pounds
per thousand square feet.
3.04 PERFORMANCE
A. Establish a dense lawn of permanent grass, free from lumps and depressions. It
shall be the responsibility of the Contractor to maintain planted areas until the
approved stand is established. Maintenance shall consist of watering, replanting,
maintaining existing grades, and repair of erosion damage.
B. Re-grass any area failing to show uniform cover. Such replacement shall
continue until a dense lawn is established.
3.05 GRADE MAINTENANCE AND EROSION DAMAGE
A. Maintain original grades of lawn areas after commencement of planting and
during maintenance period.
B. Provide surface repair to ruts, ridges, and tracks. Replant areas required for final
acceptance.
3.06 ACCEPTANCE
The work shall be accepted when a completed, undamaged stand of grass is achieved, as
approved by the City. A stand of grass shall be achieved when 95% of the grass area is
covered with no uncovered areas in excess of ten square feet.
Fort Worth Water Department 2930-3 Seeding and Revegatation
PARTl GENERAL
ITEM02950
SILT FENCE
1.01 DESCRIPTION
The placement of silt fences shall consist of materials and labor to place a filter fabric
fence as described herein and designated on the plans.
PART2 PRODUCTS
2.01 SILT FENCE
Filter fabric shall be woven or non-woven geotextile filter fabric made of either
polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall
have a grab strength of 100 psi in any principle direction (ASTM D-4632), Mullen burst
strength exceeding 200 psi (ASTM D-3786), and the maximum apparent opening size of
.8 mm. Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to
provide a minimum of six months expected useable construction life at a temperature
range of 0° to 120° F.
PART3 EXECUTION
3.01 CONSTRUCTION METHODS
A. Provide filter fabric fence systems at all locations specified on construction plans.
Filter fabric fence systems shall be installed in such a manner that surface runoff will
percolate through the system in sheet flow fashion and allow sediment to be retained and
accumulated.
B. Attach the filter fabric to 1 inch by 2 inch wooden stakes spaced a maximum of 3 feet
apart and embedded a minimum of 1 foot. The wooden stakes shall be installed at a
slight angle towards the source of anticipated runoff.
C. Trench in the toe of the filter fabric fence with a spade or mechanical trencher so that
the downward face of the trench is flat and perpendicular to the direction of flow. Lay
filter fabric along the edges of the trench. Backfill and compact the trench.
D. The filter fabric should be provided in continuous rolls and cut to the length of the
Silt Fence to minimize the use of joints. When joints are necessary, the fabric should be
spliced together only at a support post with a minimum 6 inch overlap, and sealed
securely.
Fort Worth Water Department 2950 -1 Silt Fence
3 .02 MAINTENANCE
Inspect sediment filter barrier systems after each rainfall, daily during periods of
prolonged rainfall, and a minimum of once a week. Repair or replace damaged sections
immediately to restore the requirements of this specification. Remove sediment deposits
when silt reaches one-third of the height of the fabri
Fort Worth Water Department 2950-2 Silt Fence
PART 1 GENERAL
ITEM03100
CONCRETEFORMWORK
1.01 WORK INCLUDED
This item defines requirements for design, construction, erection, and removal of
concrete formwork.
1.02 REFERENCE STANDARD
American Concrete Institute, ACI 347, "Recommended Practice for Concrete
Formwork".
PART2 PRODUCTS
2.01 FORMMATERIAL
A. Smooth Forms:
1. Construct form.work with plywood; tempered; concrete-form
hardboard; dressed lumber faced with plywood or fiberboard
lining; metal, plastic, or metal-framed plywood-faced, panel
material acceptable to the Engineer to provide continuous, straight
smooth surfaces. Form material shall be free of raised grain, torn
surfaces, worn edges, patches, dents, or other defects. Form
material shall have sufficient strength and thickness to withstand
the pressure of newly placed concrete without bow or deflection.
2. Smooth forms shall be used on all concrete surfaces exposed to
view or liquid in the completed structure.
B. Rough Forms:
1. Construct forms of dressed or undressed lumber free of knots,
splits, or other defects. Forms shall be plywood, metal, or other
material acceptable to the Engineer. Material shall have sufficient
strength and thickness to withstand the pressure of newly placed
concrete without bow or deflection.
2. Rough forms may be used on concrete surfaces that will not be
exposed to view or liquid in the completed structure.
. . . . Fpi;:t Worth W~ Department ___ _ _ _ _ _ _ 03100 - l
___ ... ____ . _ .Concrete.Eormwork _ .. _ .. _ ..
C. Waterproofed Surfaces: At surfaces to be waterproofed, provide
form.work with sufficient anchor pattern to facilitate bond of the
membrane waterproofing.
D. Shores: Wood or adjustable metal type with bearing plates and with
double wedges at bottom.
2.02 FORM ACCESSORIES
A. Form Ties:
1. Form ties shall be of the removable end, permanently embedded
body type, and shall have sufficient strength and rigidity to support
and maintain the form in proper position and alignment without the
use of auxiliary spreaders.
2. Provide ties with a water seal washer for all liquid containing
structures.
B. Chamfers: Provide a chamfer on all exposed edges by using either
wooden of plastic chamfer strips. Chamfer strips shall be forty five degree
right angles in section with the two shorter sides measuring %-inch.
2.03 DESIGN OF FORMWORK
The design and engineering of all concrete formwork, including all shoring,
bracing, and re-shoring, shall be the responsibility of the Contractor. Design
formwork for loads, lateral pressure , and allowable stresses as described in ACI
347. Allow for design consideration, wind loads, allowable stresses, and other
applicable requirements of controlling local building codes. Form.work shall
compensate for anticipated deflection during placement of concrete when required
to maintain specific tolerances. Design form.work to be readily removed without
impact, shock, or damage to concrete surfaces and adjacent materials.
PART3 EXECUTION
3.01 FORMWORK CONSTRUCTION
A. General:
1. All formwork, scaffolds, and work platforms shall be safe and
conform to OSHA requirements.
2. Construct and maintain formwork, complying with ACI 347 and
these specifications so that it will maintain correct sizes of
members, shape, alignment, elevation, and position during
__ . _ . . .. ____ ..... :F:o.It WorthWater Department . . _ . . . .. 03100 .-2 . _ . . . . . Concrete Formwork . _
concrete placement, and until concrete has gained sufficient
strength. Provide for openings , offsets, sink.ages, keyways,
recesses, moldings, anchorages , and inserts, as required.
3. Construct forms for easy removal without damage to concrete
surfaces.
4. Formwork shall be sufficiently tight to prevent leakage of cement
paste during concrete placement. Solidly butt joints and provide
backup material at joints as required to prevent leakage and fins.
5. Chamfer strips shall be placed in forms to bevel all edges and
corners permanently exposed to view, except the top edges of
walls and slabs which are known to be tooled. Edges of formed
joints and interior corners shall not be beveled unless shown or
specified otherwise. Equipment bases shall have formed beveled
edges for all vertical and horizontal corners. Unless otherwise
noted, bevels shall be %-inch wide.
6. If runways are required for moving equipment, provide for support
or runways with struts or legs resting directly on the formwork or
structural member. Do not allow runways or supports to rest on
the reinforcing steel.
7. No form supports shall be cast in place or removed during or after
placement of concrete.
B. Forms for Surfaces Exposed to View or Liquid
1. Drill forms to suit ties used and to prevent leakage of concrete
mortar around tie holes. Form ties shall be uniformly spaced and
aligned in horizontal and vertical rows. Form ties shall not
displace or interfere with reinforcing steel or other embedment
placement.
2. Provide sharp, clean comers at intersecting planes with out visible
edges or offsets. Back joints with extra studs or girts to maintain
true, square, intersections.
3. Form molding shapes, recesses, and projections with smooth-finish
materials and install in forms with sealed joints to prevent
displacement.
4. Form exposed comers of beams and columns to produce square,
smooth, solid, unbroken lines. Provide all exterior exposed comers
with %-inch chamfer.
. . _ . .. . _ . _ .Fort.Worth Water Department. . . . . . . . . . . 03100.-3 . ......... , , , . Concrete.Formwork-..
5. Arrange facing material in orderly and symmetrical fashion. Keep
the number of seams to a practical minimum. Support facing
material adequately to prevent deflection in excess of allowable
tolerances .
6. For flush surfaces exposed to view in the completed structure,
overlap previously placed, hardened concrete with form sheathing
by approximately 1-inch. Hold forms against hardened concrete to
maintain true surfaces, preventing offsets or loss of mortar.
C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and
intermediate screed strips for slabs to obtain required elevations and
contours in the finish slab surface. Provide and secure units to support
types of screeds required.
3.02 TOLERANCES
A. Construct formwork so that concrete surfaces will be have a maximum
variation of W' over any 10 foot length, or l " over the entire dimension of
the structure.
B. Establish sufficient control points and bench marks as references for
tolerance checks. Maintain these references in undisturbed condition until
final completion and acceptance of the project.
3.03 ADUSTMENTS OF FORMWORK
A . Use wedges or jacks to provide positive adjustment of shores and struts.
Wedges used for final adjustment of forms should be fastened in position
after inspection and before concrete placement.
B. Securely brace forms against lateral deflections. Prepare and compensate
for settling during concrete placement.
C. For wall openings, construct wood forms that facilitate any necessary
loosening to counteract swelling of forms.
3.04 PREPARATION OF FORM SURFACES
A . Before placing concrete, clean surfaces of forms and embedded materials.
Remove accumulated mortar, grout, rust, and other foreign matter.
B. Coat forms for exposed or painted concrete surfaces with form oil or form-
release agent before placing reinforcement. Cover form surfaces with
coating material used in strict accordance with the manufacturer's printed
. Fort Worth Water Department .03.100 ,,. A .. _____ . _. . . . . _ . . . .... Concrete Form.work _
instructions . Do not allow excess coating material to accumulate in forms
or to contact hardened concrete against which fresh concrete will be
placed. Remove coating material from reinforcement before placing
concrete.
C. Other than retained-in-place metal forms, form for unexposed surfaces
may be wet with water immediately before concrete placement in lieu of
coating. One exception is that when a possibility of freezing temperatures
exists , use of a coating is mandatory.
3.05 REMOVAL OF FORMS
A. Forms on vertical surfaces, when repair of surface defects or finishing is
required before concrete is aged, may be removed as soon as concrete has
hardened sufficiently to resist damage from removal operations.
B. Remov e top forms on sloping surfaces of concrete as soon as concrete has
attained sufficient stiffness to prevent sagging. Loosen wood forms for
wall openings as soon as this can be accomplished without damage to
concrete. Form.work for columns, walls, sides of beams, and other parts
not supporting weight of concrete may be removed after 12 hours
provided that concrete has hardened sufficiently to resist damage from
removal operation and provided the removal of these forms will not
disturb members supporting the weight of the concrete.
C . All forms and shoring used to support weight of concrete or any
construction loads shall remain in place until concrete has reached the
minimum strength specified for remov al of forms and shoring. In no case
shall forms be removed in less than four ( 4) days.
3 .06 REMOVAL STRENGTH
The minimum concrete compressive strengths for removal of all form.work
supporting the weight of concrete shall be at least 75 percent of the specified
minimum 28 day strength of the class of concrete involved. Obtain permission of
Engineer prior to removal of forms.
3.07 RESHORING
A. When re-shoring is permitted or required, plan operations in advance and
secure approval of such operations. While re-shoring is underway, keep
live load off the new construction. Do not permit concrete beams, slab,
column, or other structural member to be subjected to combined dead and
construction loads in excess of loads permitted for developed concrete
strength at the time of re-shoring.
__ . . 03.100 --5 . . . . . . . . . . . . . . . __ .: .. : : : . :Concrete.Eormwork .
B. Place re-shores as soon as practicable after stripping operations are
complete, but in no case later than the end of the working day on which
stripping occurs. Tighten re-shores to carry the required loads without
overstressing construction. Leave re-shores in place until tests
representative of concrete being supported have reached specified strength
at the time of removal of formwork supporting the weight of concrete.
3.08 FORM REUSE
Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean
and recoat forms before reuse. For wood or plywood forms to be used for
exposed smooth finish , sand or otherwise dress concrete contact surface to
original condition or provide form liner facing material. For metal forms ,
straighten, remove dents, and clean to return to original condition.
Fort Worth Water .Department ..... 03100.-.6 . __ --·.. .. . ... ··-_ .. ConcreteFormwork _
ITEM03200
CONCRETE REINFORCEMENT
PARTl GENERAL
1.01 SCOPE
This item specifies requirements for all concrete reinforcement. Also included are
grouting of reinforcement dowel bars.
1.02 REFERENCE STANDARD
A. American Society for Testing and Materials (ASTM)
1. ASTM A 36-Standard Specification for Structural Steel
2. ASTM A 82-Standard Specification for Cold-Drawn Steel Wire
for Concrete Reinforcement.
3. ASTM A 185-Standard Specification for Welded Steel Wire
Fabric for Concrete Reinforcement.
4. ASTM A 497-Standard Specification for Welded Deformed Steel
Wire Fabric for Concrete Reinforcement.
5. ASTM A 615-Standard Specification fro Deformed and Plain
Billet Steel Bars for Concrete Reinforcement.
6. ASTM A 675 -Standard Specification for Steel Bars and Bar Size
Shapes, Carbon, Hot-Rolled Special Quality, Subject to
Mechanical Property Requirements.
B. American Concrete Institute (ACD
1. A Cl 315 -Manual of Standard Practice for Detailing Reinforced
Concrete Structures.
2. ACI 318 -Building Code Requirements for Reinforced Concrete
1.03 SUBMITTALS
A. Certificates:
1. Submit the manufacturer's certificates giving the properties of steel
proposed for use. List the manufacturer's test number and heat
number, chemical analysis, yield point, tensile strength, and
_ _ ___ f _ort _Worth.W~X::Oep~e_11t __ _ 03200-1 _ _ _________ Concre.te .Reinforcement
percent elongation. Also identify on the certificates the proposed
location of the steel in the work.
2. When foreign manufactured reinforcing bars are proposed for use,
the material shall be tested for conformance to ASTM
requirements by a certified independent testing laboratory located
in the United States. Certification from any other source is not
acceptable. Furnish copies of the test reports to the Engineer for
review. Do not begin fabrication of reinforcement until the
material has been approved. The cost of testing shall be borne by
the supplier.
B . Bill of Materials: Submit bills of materials to be reviewed with shop
drawings.
C. Shop Drawings:
1. Submit shop drawings according to the Item 01300 , "Submittals".
Show reinforcement fabrication, bar placement location, splices,
spacing, and bar designation, bar type, length, size, bending,
number of bars, bar support type, and other pertinent information,
including dimensions. Information must correspond directly to
data listed on the bill of materials.
2. Provide sufficient detail to permit placement of reinforcement. Do
not begin fabrication of reinforcing steel until after shop drawings
have been reviewed and approved by the Engineer.
3. Detail shop drawings according to ACI 315.
4. Rebar submittal shall include the following information:
a. Grade of bars
b. Table of bending dimensions, bar size, bar length, number
of bars, and bar spacing.
c. The rebar shall be listed separately for each structural
element (wall, slab, footing, beam, etc.). Each element
shall be labeled on the rebar list and clearly identified on
the shop drawings.
d. Each bar shall be identified such as comer bars, tie bars,
vertical bars, etc.
D. Manufacturer's Technical Literature: Submit manufacturer's technical
literature on the epoxy grout proposed for anchoring reinforcing dowels to
hardened concrete. Information shall include manufacturer's
recommended application procedures.
_ _ F_ort Worth Water Department 03200 -2 _ _ _ ... __ Concrete Reinforcement _
1.04 HANDLING AND STORAGE
Store reinforcement above the ground on platforms, skids, or other supports.
Protect reinforcing, as far as practicable, from mechanical injury, surface
deterioration, and rusting caused by exposure to the weather.
1.05 NOTIFICATION
Notify the Engineer at least 24 hours before concrete placement so that
reinforcement may be inspected and errors corrected without delaying the work.
PART2 PRODUCTS
2.01 REINFORCEMENT
A. Deformed Bars: Use deformed bars, conforming to ASTM A 615, as
shown on drawings, for all bars except those shown on drawings to be
smooth bars. When grade is not shown on the drawings, use Grade 60.
B. Smooth Bars: Use smooth bars conforming to ASTM A 36, Grade 60 or
ASTM A 675 Grade 70 for all bars shown on the drawings to be smooth
bars.
C. Marking: Clearly mark all bars with waterproof tags showing the number
of bars, size, mark, length, and yield strength.
D. Welded Wire Fabric:
I. Welded Smooth Wire Fabric: Conform to ASTM A 185
2. Welded Wire Deformed Wire Fabric: Conform to ASTM A 497.
3. Provide wire size, spacing, and type shown. Where type is not
shown on the drawings use welded smooth wire fabric.
2.02 TIE WIRE
Use 18 gage annealed steel for tie wire.
2.03 BAR SUPPORTS
Provide chairs, riser bars, ties, and other accessories made of plastic or metal,
except as otherwise specified. Bar supports and accessories shall be made of the
sizes required to provide concrete cover as specified. Metal bar supports and
........ F.ortWorth Water Department .. 03200-3 . . . . _ . . . Concrete Reinforcement
accessories shall be Class 1 or 2 , conforming to the requirements of the CRSI
Manual of Standard Practice.
2.04 EPOXY GROUT
Epox y grout shall be high strength rigid epoxy adhesive manufactured for the
purpose of anchoring dowels into hardened concrete.
2.05 FABRICATION
A. Bending: Fabricate bars to the shapes shown on the drawings by cold
bending. Bends shall conform to the minimum bend diameters specified
in ACI 318. Do not straighten or re-bend bars without specific approval.
B. Splices: Locate splices as shown on the drawings. Where it is necessary
· to splice reinforcement at locations other than shown on the drawings, the
splices shall be approved by the Engineer. Use a minimum number of
splices located at points of minimum stress. Stagger splices in adjacent
bars .
C. Construction Joints: Reinforcing steel shall be continuous through
construction joints.
D. Fabrication Tolerances: Bars shall have a maximum tolerance of one inch.
PART 3 -EXECUTION
3.01 CLEANING
Clean reinforcement of all scale, loose or flaky rust, or other foreign material,
including oil, mud, or coating that will reduce the bond to the concrete.
3 .02 PLACEMENT
A. Interferences: If reinforcing steel interferes with the location of other
reinforcing steel, conduits, or other embedded items, bars may be moved
within specified tolerances or one bar diameter, whichever is greater. If
greater movement is required to avoid interference, notify the Engineer.
B. Concrete Cover
1. Slabs and Walls
a. Top and Bottom bars for dry conditions: l"
b. Formed concrete surfaces exposed to
... ····-.fQrt:WorthWaterDepartment .. _____ ... ___ 03200 .-4 .. ·---:_ .. __ _ _ _ _. Concrete Reinforcement .
weather, water, or sewage:
2. Beams and Columns
a .
b .
For dry conditions
Exposed to earth, water, sewage
3. Footings and Base Slabs
a.
b.
At formed surfaces bearing on concrete mat
At unformed surfaces in contact with earth
2"
1-1/2"
2"
2"
3"
Cover for reinforcing steel shall not be less than the minimum shown
above and shall not exceed the minimum by more than 12''.
C . Placement in Forms: Use spacers, chairs, wire ties , and other accessory
items necessary to properly assemble, space, and support reinforcing.
Wire ties through forms and temporary spacers will not be allowed.
Provide accessories of sufficient number, size, and strength to adequately
prev ent deflection or displacement of reinforcement due to construction
loads or concrete placement. Use appropriate accessories to position and
support bolts, anchors, and other embedded items. Tie reinforcing bars at
each intersection and to accessories. Blocking reinforcement with
concrete or masonry is prohibited.
D. Placement of Concrete on Ground: Support reinforcement on pre-cast
concrete block spaced at approximately 3 feet on center each way. Use a
minimum of one block for each nine (9) square feet. Tie blocks to at least
one reinforcing bar using tie wires embedded in the block.
E. Splices :
1. Do not splice bars, except at locations shown on the drawings or
the reviewed shop drawings, without approval by the Engineer.
2. Lap Splices: Tie securely with wire to prevent displacement of
splices during placement of concrete.
F. Construction Joints: Place reinforcing continuous through construction
joints.
G. Welded Wire Fabric: Install wire fabric in as long lengths as practicable.
Lap adjoining pieces at least one full mesh plush 6 inches. Lace splices
with wire. Do not make end laps midway between supporting beams, or
directly over beams of continuous structures. Offset end laps in adjacent
widths to prevent continuous laps.
. PJiQO-S: Concrete Reinforcement
H . Field Bending: Shape reinforcing bent during construction operations to
conform to the drawings. Bars shall be cold bent; do not heat bars.
Closely inspect the reinforcing for breaks. If reinforcing is damaged,
replaced or repair as directed by the Engineer. Do not bend reinforcement
after it is embedded in the concrete . Do not field bend any reinforcing
without Engineer's approval.
J. Field Cutting: Reinforcing bars cut on the job shall be cut by shearing or
sawing. Do not cut bars with a cutting torch unless approved by the
Engineer.
3.03 GROUTING OF REINFORCING BARS
Use specified epoxy for anchoring reinforcing steel to existing concrete. If
diameter of hole is not specifically dimensioned in the drawings, drill hole in
existing concrete that is lf.i-inch to Yi-inch larger than the diameter of the
reinforcing bar. Immediately prior to installation of the reinforcing bar, blow the
hole clean of all debris using compressed air. Partially fill the hole with epoxy.
Use enough epoxy so that when the bar is inserted, the epoxy grout will
completely fill the hole around the dowel. Dip the end of the reinforcing bar in
epoxy and install into the partially filled hole. Follow manufacturer's instructions
in use of epoxy .
. Fort_ Worth_ Water Dep~ent 03200 -6 .... ___ .
ITEM03250
CONCRETE JOINTS AND EMBEDDED ITEMS
PARTl GENERAL
1.01 WORK INCLUDED
This item specifies requirements for all concrete joints and embedded items for
cast-in-place concrete.
1.02 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
B.
C.
1. ASTM A 120 -Standard Specification for Pipe, Steel, Black, and
Hot-Dipped Zinc-Coated (Galvanized) Welded and Seamless.
2. ASTM C 881-Standard Specification for Epoxy-Resin-Base
Bonding Systems in Concrete.
3. ASTM D 994 -Standard Specification for Preformed Expansion
Joint Filler for Concrete (Bituminous Type).
4. ASTM D 1190-Standard Specification for Concrete Joint Sealer,
Hot-Poured Elastic Type.
5. ASTM D 1751 -Standard Specification for Preformed Expansion
Joint Fillers for Concrete Paving and Structural Construction.
6. ASTM A 1752 -Standard Specification for Preformed Sponge
Rubber and Cork Expansion Joint Fillers for Concrete Paving and
Structural Construction.
7. ASTM D 1850 -Standard Specification for Concrete Joint Sealer,
Cold-Application Type.
8. ASTM D 2628 -Standard Specification for Preformed
Polychloroprene Elastomeric Joint Seals for Concrete Pavements.
9. ASTM C 920-Elastomeric Joint Sealants
US Army Corps of Engineers (CRD): CRD-C572-Corps of Engineers
specifications for Polyvinyl Chloride Waterstops.
American Concrete Institute (ACD
Fort Worth Water Department 03250-1 Concrete Joints and Embedded Items
1. ACI 503 -Standard Specification for Bonding Plastic Concrete to
Hardened Concrete with a Multi-Component Epoxy Adhesive.
1.03 SUBMITTALS
A. Submittals shall be made in accordance with the requirements of Item
01300 , "Submittals". Submit the following items:
PART2 .
1. Shop Drawings: Submit shop drawings showing all concrete
joints, proposed sequences for concrete placement, and type of
concrete specified.
2. Product Data:
a When substitutions are proposed by the Contractor for
acceptable brands of materials specified herein, submit
brochures and samples of proposed substitutions to the
Engineer for approval before delivery to the project.
b . Submit manufacturer's technical literature on product
brands , proposed for use by the Contractor to the Engineer
for review. The submittal shall include the manufacturer's
installation and/or application instruction. Submittals shall
be made on the following products :
1.) Joint sealing compound and primer
2.) Bonding Agent
3 .) Elastomeric compression seal
4 .) Waterstops
PRODUCTS
2.01 EXPANSION JOINT FILLER
Preformed bituminous type conforming to ASTM D 994. Provide %-inch thick
filler unless otherwise shown. Use bituminous for exterior slabs and paving.
2.02 EXPANSION JOINT FILLERS, NONBITUMINOUS
Preformed Type ID self-expanding cork filler conforming to ASTM D 1752. Use
non-bituminous for interior slabs.
2.03 JOINT SEALING CO:MPOUND (BITUMINOUS JOINT FILLER)
Catalytically blown asphalt type to be used with bituminous type joint filler. Gulf
Seal No. 622-X Medium Special Catalytically Blown Asphalt Joint and Crack
Filler as manufactured by Gulf States Asphalt Company, Inc., Houston, Texas, or
Fort Worth Water Department 03250-2 Concrete Joints and Embedded Items
approved equal. Use Gulf States Asphalt Company Primer No. 207 , or approved
equal, for priming joints before pouring seal.
2.04 JOINT SEALING COMPOUNDS (NON-BITUMINOUS JOINT FILLER)
Single or multi-component cold-applied elastomeric type joint sealants
conforming to ASTM C 920. Sealant shall be gray in color. Provide joint primer
according to manufacturer's recommendations.
2.05 CONCRETE BONDING AGENT
Shall permanently bond fresh wet concrete to cured concrete and shall conform to
ASTM C 881, Type IL Grade and class shall be as required for the project
application. A field service representative of the manufacturer shall be available
during the application to instruct the Contractor in the proper use of the product
when so requested by the Engineer or the Contractor.
2.06 EXP ANSI ON JOINT DOWELS
Smooth steel bars conforming to the requirements of the concrete reinforcing
section. Cut dowels to length at shop or mill before delivery to the site. Dowels
must be straight and clean, free of loose flaky rust and loose scale.
2.07 W ATERSTOPS
Waterstops shall be made of virgin polyvinyl chloride compound and shall
conform to the requirements of the Corps of Engineers Specification CRD-C572.
W aterstops shall be produced by an extrusion process and shall be uniform in
dimension, homogenous and free from porosity. Unless otherwise shown, use
waterstops of 6-inch minimum width and 3/8-inch minimum thickness.
Waterstop construction shall include:
A.
B.
PART 3 -
Construction Joints: Serrated type with center bulb
Expansion Joints: Dumb-bell type with a minimum %-inch diameter
center bulb.
EXECUTION
3.01 PLACEMENT OF EMBEDDED ITEMS
A. Place embedded items to least impair strength of the structure. Obtain
approval of locations for embedded items not shown on the structural
drawings before placement of concrete. Should locations of embedded
Fort Worth Water Department 03250-3 Concrete Joints and Embedded Items
items be detrimental to the strength of the structure, notify the Engineer
and relocate items as directed by the Engineer.
B. Do not cut or reposition reinforcing steel to facilitate installation of inserts,
conduit, sleeves, anchor bolts, mechanical openings, and similar items
without prior approval of the Engineer, except that reinforcing bars may
be moved one bar diameter or within tolerances specified.
3.02 CONSTRUCTION JOINTS
A. Make construction joints only at locations shown on the drawings, the
reviewed shop drawings, or at locations approved by the Engineer. Any
additional construction joints or relocation of construction joints proposed
by the Contractor shall be submitted to the Engineer for review.
B. Joints shall be located to least impair the strength of the structure. Locate
joints in walls and columns at the underside of :floors , slabs, beams, and at
tops of footings, or floor slabs.
C. All joints shall be perpendicular to main reinforcement. Continue all
reinforcing steel. Unless otherwise shown, provide longitudinal keys at
least 1-1/2 inch deep by one-third of the wall thickness, centered in the
wall, in all joints in walls and slabs, and between walls and slabs of
footings. When joints in beams are allowed, provide shear key and
inclined dowels as directed by the Engineer.
D. Construction joints in slabs on ground shall have a groove in the top of the
slab, at the joint, as detailed to receive joint sealant.
E. Prepare joints by roughening the concrete surface in a manner which will
expose aggregate uniformly. Remove latence, loosened particles of
aggregate, damaged concrete at surface, and other substances which may
prevent adhesion. Prior to placing concrete, coat horizontal joint surface
with a mixture of neat cement grout.
F. Between new and existing concrete in water bearing and below grade
structures where installation of waterstop is not possible, use a bonding
agent applied to roughened and cleaned surfaces of concrete. Follow
manufacturer's recommendations and these specifications with respect to
preparation of surfaces and applications of bond agent.
G. Provide waterstops in all wall and slab construction joints as specified in
all water bearing structures, all below grade joints, and all locations shown
on the drawings.
Fort Worth Water Department 03250-4 Concrete Joints and Embedded Items
3.03 EXPANSION JOINTS
A. Do not extend reinforcement or other embedded metal items that are
continuously bonded to concrete through any expansion joints.
B . Position expansion joint filler material accurately. Support against
displacement during concrete placement and vibration. Place filler the full
depth of the member less and allowance to form a groove for sealant as
detailed.
3.04 DOWELS
. Where indicated on drawings , install dowels at right angles to construction joints
and expansion joints. Align dowels accurately with finished surface. Rigidly
hold in place and support during concrete placement. Unless otherwise shown on
the drawings, apply oil or grease to one end of all dowels through ex pansion
joints.
3.05 CONTRACTION JOINTS
A. Make top groov es for contraction joints in slabs on grade as detailed and
seal as specified. Grooves may be made with forms or may be sawed.
B. If contraction joints are sawed, properly time cutting with 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.
3.06 BONDED JOINTS
Bonded joints shall be used only where shown on the drawings, where specified,
or upon written approval of the Engineer. Prepare surface to be bonded and apply
bonding agent in strict accordance with the manufacturer 's instructions and ACI
503 , except that surface preparation by acid etching will not be allowed. Forms in
the area of the bonded joint shall be properly protect ed so that any bonding agent
that may be inadvertently applied to the form will not bond the form to the
concrete.
3.07 WATERSTOPS
A. Provide waterstops in all horizontal an vertical joints in foundation slabs
and peripheral walls of all structures up to a minimum of 12 inches above
final ground level, and all walls and slabs of liquid containing structures or
compartments to a minimum of 12 inches above maximum liquid level,
unless specifically shown otherwise on the drawings.
Fort Worth Water Department 03250-5 Concrete Joints and Embedded Items
B. Each piece of pre-molded waterstop must be of maximum practicable
length for a minimal number of end joints.
C. All waterstops shall be continuous , and so jointed as to form a complete
barrier to the passage of water through any construction, contraction, or
expansion joint.
D . Joints in PVC waterstops shall be made by heating the two surfaces to be
joined until the material has softened to the point where it is just short of
being fluid and then bringing the two softened surfaces together with a
slight rubbing motion followed by firmly pressing them together so that a
solid and tight bond is made.
E. The joints in strips ofwaterstop made in the above manner shall be such
that the entire cross section of the joint shall be dense, homogeneous , and
free of all porosity. All finishedjoints shall have a tensile strength of not
less than 75% of the material of the strip as extruded.
F . The heating of the surfaces to be joined shall be done by means of an
electric hot plate designed for this specific purpose and controlled by
means of a v oltage regulator.
G. Provide jigs to hold all joints in proper alignment.
H. All waterstops shall be installed so that half its width will be embedded on
each side of the joint. The method selected for holding the waterstop in
position must ensure that the waterstop will be held securely in true
position and in straight alignment in the joint during placement and
v ibration of the concrete.
1. Contractor may elect to drill holes in waterstops approximately 1
inch 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 perpindicular to the joint and remain
in the required position during concrete or grout placement. The
spacing of the waterstop ties shall match the spacing of the
adjacent reinforcing, but need not be spaced closer than 12 inches
on center.
2. Contractor shall install 5,000 psi grout (8 sack) a minimum of 2"
above the waterstop in order to prevent aggregates in concrete
from crushing or deforming waterstop .
Fort Worth Water Department 03250 · 6 Concrete Joints and Embedded Items
I. Care shall be exercised to ensure that the waterstop is completely
embedded and without voids.
3.08 SEALING JOINTS
A. Thoroughly clean and prime joints to be sealed before applying sealant.
B. Apply sealants in accordance with manufacturer's recommendations.
C. Sealant shall be applied when the ambient temperature is between 40 and
90 degrees F, unless recommended otherwise by the manufacturer:
D. During pouring operations, exercise care to prevent sealant from spilling
onto surfaces adjacent to grooves.
3.09 SETTING ANCHOR BOLTS
A. Set anchor bolts for structural steel specified in Division 5 -Metals,
according to this section.
B. Install equipment anchor bolts as required by the equipment manufacturer.
C. Provide accurately made templates for positioning anchor bolts.
3.10 OTHER EMBEDDED ITEMS
A. It is the Contractor's responsibility to coordinate the requirements for
embedded items and to ensure that the embedded items are properly
placed.
B. Accurately position and support embedded items against displacement
during concrete placement.
C. Voids in sleeves, inserts, anchors, etc., shall be filled temporarily with
readily removable material to prevent the entry of concrete into the voids.
D. Conduits, pipe, and inserts of aluminum shall not be embedded in
structural concrete unless effectively coated or covered to prevent
aluminum-concrete reaction or electrolytic action between the aluminum
and steel.
Fort Worth Water Department 03250-7 Concrete Joints and Embedded Items
PARTl GENERAL
ITEM 03300
CAST-IN-PLACE CONCRETE
1.01 SCOPE
A. Furnish all labor, materials, tools, equipment and related items required to
perform the cast-in-place reinforced structural concrete work as specified.
B. Coordinate the requirements of this item with all other sections of
Division 3, Concrete.
C. Perform "Leakage Test" of all hydraulic structures.
1.02 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
B. American Concrete Institute (ACI)
1. ACI 613, Recommended Practice for Selecting Proportions for
Concrete.
2. ACI 68-63, Placing Concrete by Pumping Methods .
3. ACI 318, Building Code Requirements for Reinforced Concrete
4. ACI 350R, Environmental Engineering and Concrete Structures
1.03 SUB:MlTTALS
A. Submit test data for the proposed concrete design mix( es). The test data
shall be prepared by an independent certified testing laboratory employed
and paid by the Contractor. The design mix submittal shall meet the
following requirements"
1. 7 and 28 day compressive strength results for the specific proposed
concrete design mixes.
2. The manufacturer's technical information for each type of
admixture proposed for use in the project.
B. Submit manufacturer's technical literature and application procedures for
Fort Worth Water Department 03300-1 Cast-in-Place Concrete
any products proposed as alternates to those specified herein, including:
1. Air entraining agents
2. Admixtures and curing materials
3. Joint sealants
4. Form coating materials
5. Concrete finishing and coating products.
C. It is the contractor's responsibility to provide information required by the
Engineer to evaluate and approve an alternate to any product listed as a
standard of quality in this specification. The Engineer reserves the right to
reject any proposed alternates.
1.04 STORAGE OF MATERIALS
A. Cement: Store cement in watertight buildings, bins , or silos to provide
protection from dampness , and contamination and to minimize warehouse
set.
B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive
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
layer is started. Dc:i not use frozen or partially frozen aggregates.
C. Sand: Before using, allow sand to drain until a uniform moisture content
is reached.
D. Admixtures: Store admixtures to avoid contamination, evaporation, or
damage. For those used in the form of suspensions or non-stable
solutions, provide suitable agitating equipment to assure uniform
distribution or ingredients. Protect liquid admixtures from freezing and
other temperature changes which would adversely affect their
characteristics.
1.05 CONTROL OF CONCRETE :MIXTURES
A. Consistency: Test for slump shall be performed at the job site
immediately prior to placing in accordance with Method of Slump Test for
Consistency of Portland Cement Concrete (ASTM C143). If the slump is
Fort Worth Water Department 03300-2 Cast-in-Place Concrete
--------------------------·· ·---···-·--··· •.. ··--·--·-··· ··---·-···-
greater than that specified, the concrete shall be rejected. Concrete
showing either poor cohesion or poor coating of the coarse aggregate with
paste shall be remixed. If the slump is within the allowable limit, but
excessive bleeding, poor workability, or poor finishability are observed,
changes in the concrete mix shall be obtained only by an adjustment of one
or more of the following:
1. The gradation of aggregate
2. The proportion of fine and coarse aggregate
3. The percentage of entrained air within the allowable limits
B. Air Content: Test for air content shall be made on a fresh concrete
sample. Air content for concrete made of ordinary aggregates having low
absorption shall be made in accordance with either Method of Test for Air
Content of Freshly Mixed Concrete by the Pressure Method (ASTM C
231), or Method of Test for Air Content of Freshly Mixed Concrete by the
Volumetric Method (ASTM C 173). If light weight aggregates or
aggregates with high absorptions are used, the latter test method shall be
used.
C.
D.
PART2-
Unit Weight: Test in accordance with Method Test for Weight per Cubic
Foot, Yield, and Air Content (Gravimetric) of Concrete ( AS TM C 13 8).
Strength: Compression test specimens shall be made and cured in
accordance with Method of Making and Curing Concrete Compression
and Flexural Test Specimens in the Field (ASTM C 31); Strength of
Molded Concrete Cylinders (ASTM C 39).
PRODUCTS
2.01 MATERIALS
A. Concrete: All structural concrete shall be normal weight concrete
weighing no more than 145 pcfwith a minimum compressive strength of
4,000 psi at 28 days.
B. Cement:
1. Cement shall conform to ASTM C-150 Type IA and IIA,
Specification for Portland Cement.
2. Only one type and brand of each type of cement shall be permitted
Fort Worth Water Department 03300 - 3
Cast-in-Place Concrete
in any one structure.
C. Aggregates: Fine and coarse aggregates shall conform to ASTM C33,
Specification for Concrete Aggregates.
D. Admixtures:
1. A high-range water reducer (superplasticizer) is required on all
wall pours and is optional in all other concrete. The high-range
water reducer shall conform to ASTM C-494, Specification for
Chemical Admixtures in Concrete.
2. Air entraining is required in all concrete and shall conform to
ASTM C260, Specification for Air-Entraining Admixtures for
Concrete.
E. Reinforcing Steel:
1. Reinforcing steel shall conform to ASTM A615, Grade 60.
2. Clearly mark all bars with waterproof tags showing the number of
bars, size, mark, length, and yield strength.
3. Tie wire shall be 18 gage annealed steel
F. Bar Supports
1. Bar supports and accessories shall be of the sizes required to
provide the concrete cover specified. Where concrete surfaces are
exposed to the weather, or liquid in hydraulic structures in finished
work, provide plastic accessories only. Where polyethylene
sheeting is used beneath slabs, bar supports shall be provided that
will not penetrate the sheeting.
2. Precast concrete bar supports shall use the same class of concrete
as specified for the concrete of the structure. The height of the
block shall be the same height required to provide the cover
specified for reinforcing . The block shall contain wires for
securing the block to the reinforcement.
G. Form.work
1. Design and details of form.work shall conform to ACI 34 7, Guide
to Formwork for Concrete.
Fort Worth Water Department 03300 -4 Cast-in-Place Concrete
2. Use smooth forms on all vertical concrete surfaces exposed to view
or to water. Rough forms may be used on all concrete surfaces not
exposed to view or to water. Form material shall have sufficient
strength and thiclmess to withstand the hydraulic pressure of newly
placed concrete without deformation.
3. Smooth forms shall be steel, smooth dressed wood, plastic-faced
plywood, fiberglass, or other material approved by the Engineer.
The forms shall provide a continuous, straight, smooth surface.
Form material shall be free of raised grain, tom surfaces, worn
edges, patches, dents, or other defects.
4. Rough forms shall consist of undressed lumber or plywood free of
knots, splits, or other defects.
5. Provide chamfer strips at all edges of concrete exposed to view.
Size of chamfer to be %" unless shown otherwise on engineering
drawings.
H. Form Ties
1. The form tie assembly shall provide cone shaped depressions 1
inch diameter at the surface and 1-1/2 inches deep to allow for
patching of the tie holes.
2. Tie rods to remain in place shall provide tight fitting washers at
midpoint. Washers are not required form multi-rod ties.
I. Form Coating Materials
1. Form coating shall conform to ACI 347, Guide to Form.work for
Concrete.
2. Form coating must not bond with, stain, or adversely affect
concrete surfaces.
3. Form coating must not impair subsequent treatment of concrete
surfaces, including bonding agents, curing compounds, and
waterproofing.
J. Curing Materials
1. Membrane curing compounds shall conform to ASTM C308,
Fort Worth Water Department 03300 - 5
Cast-in-Place Concrete
Standard Practice for Curing Concrete.
2. Membrane curing compound shall be applied at the manufacturer's
recommended application rate.
3 . Polyethylene film used for curing shall conform to ASTM Cl 71,
Specification for Sheet Materials for Curing Concrete .
K. W aterstops and Sealants
1. Waterstops shall be PVC with a minimum thickness of 3/8" and a
minimum width of 6". PVC wat erstops shall be continuous, placed
according to manufacturer 's recommendations.
2. Sealant shall be Sikaflex 1 a, or approved equal, applied according
to manufacturer's recommendations.
2.02 PROPORTIONING AND MIXING CONCRETE
A. Proportioning Structural Concrete
1. Select proportions of ingredients to produce a concrete having
proper workability, durability, strength, and appearance.
Proportion ingredients to produce a mixture that will work readily
into corners and angles of forms and around reinforcement by
methods of placing and consolidation employed in the project.
Concrete mix shall not allow materials to segregate or allow ex cess
free water to collect on the surface .
2. Minimum cementitious content for 4 ,000 psi concrete shall be 540
pounds per cubic yard.
3. The maximum allowable water/cement ratio for 4,000 psi concrete
shall not exceed 0.42. Include free water in the aggregate in all
water/cement ratio computations.
4. Slump shall be 3-5 inches. When a high-range water reducer is
used, slump shall not exceed 6 inches .
5. Air content for4 ,000 psi concrete shall be 4-7%.
B. Mixing Concrete
Provide adequate facilities for accurate measurement and control of each
Fort Worth Water Department 03300 -6 Cast-in-Place Concrete
PART 3 -
material used in each batch of concrete. The accuracy of weighing
equipment must conform to applicable requirements of ASTM for such
equipment. Tick information for each truck of delivered concrete must
include the following information:
1. Truck number
2. Time truck left batch plant
3. Time truck arrived at construction site
4. Weights for cement and aggregates as batched
5. Concrete batch number
6. Total amount of water and admixtures
7. Temperature of concrete
Deliver recorded ticket copies with concrete. Provide Contractor with one
copy and Engineer with one copy of tickets.
EXECUTION
3.01 REINFORCEMENT PLACEMENT
A. Place and hold reinforcement in position so that the concrete cover, as
measured from the surface of the bar to the form surface, is as follows:
Concrete cast against permanently exposed earth:
All other concrete
3" cover
2" cover
B. Support reinforcing bars to prevent displacement by construction loads or
concrete placement beyond the specified tolerances.
C. Bends shall conform to the minimum bend diameters specified in ACI
318. Do not straighten or rebend bars. Do not bend reinforcement after
being embedded in hardened concrete.
D. Bars may be moved as necessary to avoid interference with other
reinforcing steel, conduits, or embedded items. If bars are moved more
than two bar diameters, or enough to exceed the specified tolerances, the
resulting arrangement of bars shall be approved by the Engineer prior to
placement of concrete.
E. Splices
1. Length of lap splices shall be in accordance with ACI 318.
2. Tie lap splices securely with wire to prevent displacement
3. Splicing by welding is prohibited
Fort Worth Water Department 03300 - 7
Cast-in-Place Concrete
F. Reinforcing bars field cut at the jobsite shall be cut by shearing and
sawing. Cutting with a cut torch is not acceptable.
G. Place reinforcing through construction joints, unless otherwise shown on
engineering drawings.
3.02 FORM CONSTRUCTION AND HANDLING
A. Form joints shall be mortar tight. Grout leakage at joints is unacceptable.
B. Form panels shall be constructed in the largest sizes allowable for
handling and load bearing requirements.
C. Plywood and other wood surfaces shall be sealed against absorption of
moisture from concrete.
D. Removal of forms shall be in accordance with ACI 347 , Guide to
Formwork for Concrete. Remove form ties as soon as possible after
formwork removal.
3.03 INSPECTION
A. Before concrete placement, all reinforcement shall be free of mud, oil,
coating or other materials that may adversely affect of reduce the bond.
All reinforcing steel shall be securely tied and supported to prevent
displacement by construction loads or concrete placement. Forms shall be
clean and free from lo~e material or debris.
B. Notify the Engineer twenty-four hours prior to the start of concrete
placement to allow for inspection of the reinforcing steel placement. Costs
due to delays resulting from corrective work will be borne by the
Contractor at no additional expense to the Owner.
3.04. PLACEMENT OF CONCRETE
A. Concrete shall be placed in approximately 12 inches to 24 inches
horizontal layers. Placement shall conform to ACI 309R.
B. Concrete shall not be dropped freely more than 4 feet. Bottom dump
buckets are acceptable as long as care is taken to avoid segregation caused
by jarring or bumping the bucket.
C. Chutes: Chute slopes shall be between one vertical to two horizontal and
Fort Worth Water Department 03300 - 8 Cast-in-Place Concrete
one vertical to three horizontal. A baffle shall be provided at the end of
each chute unless a drop chute or tremie is used. In general, drop chutes
and/or tremies shall be used in walls and columns. Drop chutes and
tremies shall be moved at short intervals during the pour. Vibrators shall
not be used in lieu of proper movement of the equipment.
D . Pumping: Pumping equipment shall be compatible with the slump and
aggregate specified. Loss of slump from the pump hopper to the delivery
point shall not exceed 1-1/2 inches.
E. Placing in Forms: Vibration of successive layers of poured concrete is
required. The vibrator shall not penetrate the underlying layer by more
than 2 feet. The use of vibrators to move concreter horizontally within the
forms is unacceptable. If forms become displaced in any way during
placing of concrete, immediately stop the operation and do not resume
placing until forms have been re-braced and brought back to required lines
and levels.
F. Vibrators
1. Vibrators shall conform to ACI 309R
2. Vibrators shall be high frequency with a mjnjmum frequency of
8,000 rpm.
3. Continue vibration until the escape of large bubble at the surface
has ceased and before segregation has occurred.
G. Weather Conditions
1. Do not place concrete during rain, sleet, snow, or freezing weather.
2. Do not permit rainwater to increase mixing water or to damage
surface finish. If rainfall occurs after placing operations begin,
provide adequate covering to protect the work.
3. The maximum permissible temperature of concrete during
placement is 95 degrees F.
4. When the temperature is 40 degrees F and rising, concrete may be
placed as long as the water and/or aggregate is heated so that the
concrete temperature is at least 55 degrees Fat the time of the
pour.
Fort Worth Water Department 03300-9 Cast-in-Place Concrete
3.05 CO:MP ACTION OF CONCRETE
A. General: All concrete shall be placed and compacted with mechanical
vibrators. The number, type, and size of the units shall be approved by the
Engineer in advance of the placing operations. No concrete will be
ordered until sufficient approved vibrators are on the job.
B. Concrete Slabs: Concrete for slabs shall be compacted with vibrating
screeds and internal vibrators.
C. Walls and Columns: Internal vibrators shall be used throughout rather
than form vibrators. In general, for each vibrator needed to melt down the
batch at the point of discharge, one or more additional vibrators must be
used to densify, homogenize , and perfect the surface.
D. Amount of Vibration: Vibrators are to be used to consolidate properly
placed concrete, but not to transport concrete in the forms. Vibration shall
continue until:
1. Frequency returns to normal
2. Surface appears liquefied, flattened, or glistening
3. Trapped air ceases to rise
4. Coarse aggregate has blended into surface , but not disappeared.
3.06 JOINTS
A. Construction Joints:
1. Construction joints shall be cast in such a manner that abutting
members are bonded and free of honeycomb or voids.
2. The joint surface of the previously cast member shall be cleaned
free of all oil, grease, curing compound, or dirt, and shall be
wetted. Horizontal joints shall be coated with grout immediately
prior to casting the adjacent member. Cleaning shall be
accomplished by high-pressure water jet, wet sandblasting, dry
sandblasting, or scrubbing -singly or in combination -as required.
Scrubbing shall be done initially when concrete is green so that
any latence film will be removed.
B. Control Joints
Fort Worth Water Department 03300 -10 Cast-in-Place Concrete
1. Control joints shall be formed by sawing, or as otherwise shown.
Sawing shall be done as the concrete hardens sufficiently to
prevent raveling of the concrete at the edges. All sawing
operations including joint sealing shall be completed within a
period of time from 12 to 24 hours after the concrete is placed.
Sawing shall not be done while the concrete temperature is falling.
Joint shall be cut W ' wide by 1-1 /2" deep , or as otherwise shown.
2. The Contractor shall have at least one spare saw available during
the sawing operations.
3. Control joints shall be cleaned and filled with sealant. Inject
sealant through a nozzle into the bottom of the joint filling the joint
without air voids. Control joints shall be inspected by the Engineer
prior to injecting sealant.
3.07 CONCRETE
A. Mix concrete only in quantities for immediate use. Discard concrete
which has set. Re-tempering of set concrete is not permitted. Completely
discharge concrete at the site within 1 hour. In hot weather, the Contractor
shall carefully monitor the concrete quality and adjust delivery schedule
and batching operations as required.
B. Indiscriminate addition of water to increase the slump is prohibited. Do
not exceed either the maximum specified water/cement ratio or the
maximum slump. Any addition of water abo v e the maximum
water/cement ratio is cause for rejection.
C. If concrete arrives with cement balls, balls shall be removed. Excessive
balling is grounds for rejection of the truck. Trucks carrying balled
concrete shall have their numbers taken. If the same truck arrives at the
site carrying balled concrete three times , it will be rejected and not allowed
to return to the site.
3.08 CURING AND PROTECTION
A. Curing shall conform to ACI 308 and shall be in accordance with
approved curing materials and procedures submitted to and approved by
the Engineer.
B. Protect freshly deposited concrete from premature drying, excessively hot
or cold temperatures , and excessive moisture loss for a period of time
Fort Worth Water Department 03300-11 Cast-in-Place Concrete
necessary for the hydration of the cement and proper hardening of the
concrete .
C . During the curing period, protect concrete from damaging mechanical
disturbances , such as load stresses, heavy shock, and excessive vibration.
Protect finished concrete surfaces from damage caused by construction
equipment, materials , rain, or running water.
If at any time during the progress of the work the temperature drops below
40 degrees F, the Contractor shall make suitable provisions to protect the
concrete. This protection shall consist of the use of insulating materials
such as blankets, mats, etc., and equipment for providing artificial heat. If
heaters are used, precautions shall be taken to prevent drying to the slab .
D. Curing for Slabs and Footings:
1. Initial Curing : Immediately after the finishing operations are
completed, the concrete shall be co v ered with two thicknesses of
10-ounce burlap or other approved materials thoroughly saturated
with water before placement. This covering shall remain in contact
with the concrete and be kept saturated with water by spraying
until the peak temperature produced by hydration has passed, but
for at least 24 hours. At the end of this time , initial curing may be
terminated and final curing begun.
2. Final Curing: Cover concrete with an appro v ed curing compound
to ASTM Designation C309. Color to be white. Waterproof
curing paper conforming to ASTM C 171 is also acceptable. Total
curing time shall be at least seven days. Curing compound shall be
applied evenly in tow coats until no pinhole or other coating break
remains , and an opaque white coating is achieved. Curing
compound will not be allowed for final curing of structural floor
slabs or for construction joints on surfaces to be painted.
E. Curing for Walls and Columns
1. Initial Curing: Immediately after concrete is completed, the
exposed surface of the concrete shall be covered with two layers of
10-ounce burlap or other approved absorptive materials,
thoroughly saturated with water before placement. This covering
shall remain in contact with the concrete and be kept saturated with
water by spraying for at least 96 hours. At the time end of this
time, initial curing may be terminated and final curing begun.
Fort Worth Water Department 03300-12 Cast-in-Place Concrete
2. Final Curing: Cover concrete with an approved curing compound
conforming to ASTM Designation C 309. Color to be white.
Waterproof curing paper conforming to ASTM Designation C 171
is also acceptable. Total curing time shall be at least ten days,
during which interface temperature of concrete shall be above 50
degrees F. Curing compound will not be allowed for final curing
of any interior or exterior exposed structural concrete. Final curing
will be accomplished by continuing initial curing process for an
additional ten days. Curing compound shall not be used on walls
to be painted or to receive a water proofing system.
3. Alternate hritial Curing: In case forms are removed before end of
initial cure period, or in case of unformed wall surfaces (shot-
crete ), the exposed surfaces of the concrete shall be covered with
two layers of 10-ounce burlap or other approved absorptive
materials , thoroughly saturated with water before placement. This
covering shall be held in contact with the concrete and be kept
saturated with water by spraying until the end of the intial curing
period (96 hours curing).
3.09 FINISHING OF FORMED SURFACES
A. Surfaces Requiring No Finish: A finish is not required on surfaces
concealed from view by earth, in the completed structure.
B. Smooth Form Finish:
1. Use plywood or fiberboard linings or forms in as large of sheets as
practicable and with smooth, even edges and close joints.
2 . Patch tie holes and defects . Rub fins and joint marks with
carborundum stone to leave a smooth, unmarred finish surface.
3. Use a smooth form finish on all surfaces exposed to view.
3 .10 FINISHING SLABS AND SIMILAR FLAT SURF ACES
A. Shaping to Contour: Use strike-off templates or approved compacting-
type screeds riding on screed strips or edge forms to bring concrete surface
to the proper contour.
B. Consolidation: Thoroughly consolidate concrete in slabs and use internal
vibration in beams and girders of framed slabs and along bulkheads of
slabs on grade. Obtain and consolidation of slabs and floors with vibrating
Fort Worth Water Department 03300-13 Cast-in-Place Concrete
bridge screeds, roller pipe screeds , or other approved means. Concrete to
be consolidated must be as dry as practicable. Do not exceed W' over ten
feet.
C. Floated Finish:
1. After concrete has been placed, struck off, consolidated, and
leveled, do not work further until ready for floating. Begin floating
when water sheen has disappeared, or when the mix has stiffened
sufficiently to permit proper operation of a power driven float.
Consolidate the surface with power-driven floats. Use hand
floating with wood or cork-faced floats in locations inaccessible to
a power-driven machine and on small, isolated slabs.
2. Recheck tolerance of the surface after initial floating with a 10 foot
straightedge applied at not less than two different angles. Cut
down high spots and fill low spots to tolerance. Immediately re-
float slab to uniform, smooth, granular texture.
C. Troweled Finish:
1. To obtain a troweled finish, a floated finish as previously specified
must be applied. After power floating, use a power trowel to
produce a smooth surface which is relatively free of defects but
which may still contain some trowel marks. Do additional
trowelings by hand after the surface has hardened sufficiently.
Thoroughly consolidate the surface by hand troweling operations.
2. Produce a finished surface free of trowel marks, uniform in texture
and appearance , and conforming to a lf.i" in 1 O' tolerance.
3. The addition of water during finishing operations shall not be
allowed.
D. Broom or Belt Finish:
1. Immediately after completing the floated finish, draw a broom or
burlap belt across the surface to give a coarse transverse scored
texture.
2. Provide a broom or belt finish for exterior paving and walks.
E. Rubbed Finish: The surface shall be wetted and rubbed with
Carborundum until a cement film is formed. This shall be rubbed into the
Fort Worth Water Department 03300 -14 Cast-in-Place Concrete
surface until all voids are filled and the entire surface has a uniform
appearance. The surface shall turn white and set hard. It must not dust
off. All interior and exterior exposed (to water or air) structural concrete
surfaces not receiving a painted texture coating shall be rubbed. Rubbing
should begin immediately after form removal. The use of cement or grout
to form a paste during rubbing shall not be allowed.
3.11 TESTING AND CONTROL
A. Field Test Cylinders: Obtain samples from every 25 cubic yards for each
mix design or any structure placed in any one day. Obtain at least one
cylinder for each major element in each structure. Conduct compressive
strength tests according to the following procedure:
1. Secure samples according to ASTM C 172, Method of Sampling
Freshly Mixed Concrete.
2. Mold three specimens under standard moisture and temperature
conditions as specified in ASTM C3 l, Method of Making and
Curing Concrete Test Specimens in the Field.
3. Test one specimen at 7 days and one at 28 days according to
ASTM C39, Test Methods for Compressive Strength of Cylindrical
Concrete Specimens. If the 28 day tests indicate a compressive
strength below the strength required, the third specimen shall be
tested at 56 days. If all tests indicate a compressive strength below
the strength required, the Engineer may, at his discretion, direct the
Contractor to perform testing of in-place concrete at no additional
cost to the Owner.
4. The Contractor may, at his expense, take additional specimen as
may be required to demonstrate early attainment of concrete
strength.
B. Testing shall determine the following when the test cylinders are taken:
1. Slump
2. Concrete Temperature -temperature should be checked more
frequently if adverse weather is expected or if required by the
Engineer.
3.12 TESTING OF DEFICIENT IN-PLACE CONCRETE
Fort Worth Water Department 03300 -15 Cast-in-Place Concrete
A. The strength of the concrete shall be considered potentially deficient if the
averages of two consecutive sets of strength tests results fail to equal or
exceed the specified strength or if any individual test results falls below
the specified strength. Additional testing may also be required as directed
by the Engineer. -
B. The Contractor shall bear all costs incurred in providing the additional
testing and/or analysis required as a result of deficient in-place concrete.
All costs as a result of delays due to additional testing and/or analysis will
be at the Contractor's expense, with no extension of contract length,
regardless of the outcome of the testing.
3.13 ACCEPTANCE OF CONCRETE WORK
A. Formed surfaces resulting in configuration of members smaller than
permitted under the tolerances specified herein stall be considered
deficient and shall be repaired or replaced as directed by the Engineer.
B. Concrete members cast in the wrong location shall be rejected if the
strength, appearance, or function of the structure is, in the Engineer's
opinion, adversely affected or if misplaced members interfere with other
construction. If rejected, remove members cast in the wrong location and
repair or replace at the Contractor's expense as directed by the Engineer.
3.14 WATERTIGHTNESS OF CONCRETE STRUCTURES
A. All concrete structures designed to contain or convey fluid shall be tested
for watertightness by the Contractor by filling with water to levels to the
top of the structure. These tests will be repeated until watertightness is
assured. Unless approved otherwise by the Engineer, perform tests prior
to backfilling below-grade structures.
B. The Contractor shall provide the water and all equipment required to fill
and drain the structure for watertightness testing. The source of water and
the means of filling and draining shall be coordinated with the Owner and
submitted to the Engineer for approval.
C. The Contractor is responsible for all costs associated with the
watertightness requirements specified herein and the repairs required as a
result of water leakage.
D. The rate of filling shall be limited to minimize shock effects to the new
concrete construction.
Fort Worth Water Department 03300 -16 Cast-in-Place Concrete
E. Whenever mechanical piping or any other item terminates in or extends
through a concrete hydraulic structure, the Contractor shall install the
embedded item in the concrete such that the watertightness of the structure
is not impaired.
F. Watertightness testing shall be performed in accordance with ASCI 3501R
and as follows:
1. Watertightness testing should occur before backfilling operations,
unless approved otherwise by the Engineer.
2 . Allowable leakage for unlined structures with a maximum side
water depth of 25 feet shall be less than 0.1 % of water volume over
24 hours.
3. Allowable leakage for structures with lined floors and a maximum
side water depth of 30 feet shall be less than 0.06% of water
volume over 24 hours.
4. Allowable leakage for fully lined structures shall be less than
0.025% of water volume over 24 hours.
G. Sources of water volume changes other than leakage include:
1. Mechanical piping and associated equipment. A significant
volume of water loss can be attributed to mechanical piping and
associated equipment. All piping should be temporarily sealed or
blocked to eliminate water leakage or infiltration.
2. Evaporation and precipitation
3. Adsorption. To account for the adsorption process, the structure
should be wetted for at least three days prior to testing.
4. Temperature. Measurements should be taken at 24 hour intervals
so that the temperature conditions are approximately similar when
measurements are taken, thus mlnlmlzing the effects of water
volume changes caused by temperature.
H. Measurement: A minimum of two measurements should be taken, 180
degrees apart, at the beginning of the test, at 24 hour intervals, and at the
end of the test.
Fort Worth Water Department 03300 -17 Cast-in-Place Concrete
PART 1 GENERAL
1.01 SCOPE OF WORK
ITEM05120
·sTRUCTURALSTEEL
The work in this item includes providing structural steel and related
appurtenances.
1.02 SPECIFICATIONS AND STANDARDS
Except as otherwise indicated, the most current editions of the following
specifications apply to work within this item:
A. AISC MO 11 -Manual of Steel Construction for Shop and Field Welding
B. AISC S326 -Design, Fabrication, and Erection of Structural Steel for
Buildings
C. ASTM A36-Structural Steel
D. ASTM A53 -Pipe, Steel, Black, and Hot:..Dipped, Zinc-Coated, Welded,
and Seamless Grade B.
E. ASTM A307 -Carbon Steel Externally Threaded Fasteners; Grade A
F. · ASTM A320-Alloy-Steel Bolting Materials for Low Temperature
Service, Type 304.
G. ASTM A500 -Cold-Formed Welded .and Seamless Carbon Steel
Structural Tubing in Rounds and Shapes, Grade B
H. ASTM A666 -Austenitic Stainless Steel, Sheet, Strip, Plate, and Flat Bar
for Structural Application, Grade A, Type 304.
I. AWS-B3.0-Welding Procedures and Performance Qualifications
J. A WS-D 1.1 -Structural Welding Code -Steel
K. A WS-Wl -Welding Metallurgy
Fort Worth Water Department 05120 -1 · · · Structural Steel
1.03 SHOP DRAWINGS AND SAMPLES
Shop drawings, including details, dimensions, details of match markings, and all
information necessary for fabrication, shall be submitted to the Engineer for
review.
1.04 OWNERS MANUAL
The following shall be included in the Owner's Manual in compliance with Item
01300 , "Submittals".
A.
B.
Certificates that steels comply with the indicated standards.
Certificates that welding operators and procedures, if required, comply
with the indicated requirements.
PART2 PRODUCTS
2.01 MATERIALS
Materials for structural steel members and connections shall comply with the
following:
A . Standard rolled steel sections ASTMA36
B. Pipe Columns ASTMA53
C . Structural Steel Tubing ASTM ASOO, Grade B
D. Structural Bars, Plates, and Similar Items ASTM A36 , or A283
E. Stainless Steel ASTM A666 , Type 304
F . Stainless Steel Bolts , Nuts, Washers ASTM A320 , Type 304
G. Steel Bolts ASTM A307, Grade A
2.02 FABRICATION
Fabrication shall be in accordance with AISC S326 and indicated requirements.
PART 3 -EXECUTION
3 .01 INSTALLATION
A. General:
Fort Worth Water Department 05120 - 2
. Structural Steel
1. Structural assemblies and shop and field welding shall meet the
requirements of AISC MOl 1 and AISC S326 .
2. Measurements and dimensions shall be verified at the site.
3. Bolt holes shall be 1/16-inch larger than the nominal size of bolts.
4. Dissimilar metals shall be protected from galvanic corrosion by
means of pressure tapes , coatings, and isolators .
· 5. Bolts shall not be permitted to drift and holes shall not be enlarged
to correct misalignment. In the ev ent of mismatching holes, new
materials shall be provided.
6. Structural steel completely encased in concrete shall not be
galvanized or painted, and shall have a clean surface for bonding to
concrete.
7. Damaged structural steel shall be replaced. Use of salvaged,
reprocessed, or scrap material shall not be permitted.
B. Welding:
1. Welding shall be performed by operators who have been qualified
by tests as prescribed by A WS to perform the type of welding
indicated. Welding shall comply with the A WS Code for Arc
Welding in Building Construction.
2. Continuous seal welds shall be applied on structural steel designed
to be exposed to weather or submerged in water or wastewater.
Continuous seal welds shall be applied to both sides of structural
steel designed to be submerged in water or wastewater.
C. Bolted Connections
Where bolted connections are indicated, they shall comply with AISC
specifications for framed beam connections for bearing type connections.
3 .02 CORROSION PROTECTION
Unless otherwise indicated, all structural steel, including that used in the
fabrication of process equipment, shall be surface prepared and coated in
accordance with Item 09900, "Painting", and shall include the following
operations:
Fort Worth Water Department 05120-3 Structural Steel -.
A. Exterior and interior edges of flame-cut pieces shall be ground ·smooth.
B. Sharp edges and punched holes shall be ground smooth.
C. Uneven or rough welds shall be ground smooth.
3.03 TOUCH-UP AND REPAIR
A. After installation, damaged surfaces of shop-primed structural steel shall
be cleaned and touched-up with the same material used for the shop coat.
B. Damaged surface of galvanized metals shall be repaired.
· Fort Worth WaterDepartmerit --05120 -4 --structural Steer ·
PART 1 . GENERAL
1.01 SCOPE OF WORK
ITEM05500
MISCELLANEOUS METAL
A. This item covers furnishing and installing miscellaneous metal items.
Included are all materials and parts necessary to complete each item, even
though such work is not definitively shown or specified.
B. Carefully examine drawings and other sections of specifications for extent
of miscellaneous metal work required. All metal work not included under
other sections of the specifications shall be furnished and installed under
this item.
1.02 REFERENCE STANDARDS
A. ASTM B209 -Standard Specification for Aluminum-Alloy sheet and
Plate.
B. ASTM B221-Standard Specification for Aluminum-Alloy Extruded Bar,
Rod, Wire, Shape, and Tube.
C. ASTM B308 -Standard Specification for Aluminum-Alloy Standard
Structural Shapes, Rolled or Extruded.
D. ASTM A36-Standard Specifications for Structural Steel
E. ASTM Al 93 -Standard Specifications for Alloy Steel and Stainless Steel
Bolting Materials for High Temperature Service
F. ASTM A307 -Standard Specification for Carbon Steel Bolts and Studs,
60,000 psi Tensile Strength.
G. American Welding Society, AWS-Dl.l -Structural Welding Code
H. Aluminum Association -Specifications for Aluminum Structures
1.03 SUBMITTALS
A. General: Submittals shall be made in accordance with Item 01300,
"Submittals". Do not begin fabrication until after submittals have been
reviewed and approved by the Engineer.
Fort Worth Water Department 05500-1 Miscellaneous Meta1· -· ·
B. Shop Drawings: Submit shop drawings on all fabricated and cast items.
Indicate thickness, type, grade, class of metal, and finish. Show
construction details, mark numbers, reinforcement, anchorage, and
interface relation with adjacent construction. Indicate method of
protection of aluminum at contact points with concrete or steel.
C. Manufacturer's Product Data: Submit manufacturer's technical
information on the expansion bolts proposed for use by the Contractor.
The data shall contain sufficient information to evaluate conformance to
specifications and shall include pull-out and shear test reports from a
certified independent laboratory.
1.04 FIELD MEASUREMENTS
Prior to fabrication, take necessary field measurements of previously installed
construction so that work will fit properly. Members that do not fit properly must
be replaced unless approval for their modifications has been obtained from the
Engineer.
1.05 QUALIFICATION OF WELDERS
Welding of miscellaneous metal items must be performed by certified welders.
Welders must be qualified by procedures of the American Welding Society,
Structural Welding Code, Steel and Aluminum Association, and Qualifications
Standards for Structural Welding of Aluminum, using procedures, materials, and
equipment of the type required for the work.
PART2 PRODUCTS
2.01 MATERIALS
A. Aluminum:
1. Aluminum Shapes
a. Rolled Shapes: Conform to ASTM B308, aluminum alloy
6061.
b. Extruded Shapes: Conform to ASTM B221, aluminum
alloy.
2. Aluminum Plates: Conform to ASTM B209, aluminum alloy
6061.
3. Aluminum members shall have mill finish.
Fort Worth Water Department 05500 .:2 Mis-cellaneous·Metal · -· · · ·
4. Aluminum surfaces that will be in contact with concrete or steel
shall be given a heavy coat of alkali-resistant bituminous paint, or
other coating recommended by the manufacturer that will provide
equivalent protection. The coating shall not be visible in the
completed installation.
B. Structural Steel Shapes, Plates , and Bars: Conform to ASTM A36 .
C. Stainless Steel: Where indicated on the drawings as "stainless steel", or
"SS", use stainless steel conforming to AISI 316 or AISI 304 for non-
welded items and AISI Type 316 L for welded items. All stainless steel
shall have a minimum yield strength of 45 ,000 psi.
D. Stainless Steel Bolts: Shall be AISI Type 316 conforming to ASTM
Al 93. Use stainless steel bolts for all bolts. embedded in concrete and
other areas indicated on the drawings as "stainless steel" or "SS ".
E. Galvanizing Repair Coating: Carboline Carbo Zinc No. 11 , Galv-Weld
Products' Galv-Weld Alloy, Koppers Organic Zinc Coating, or equal.
2.02 PREFABRICATED ALUMINUM ACCESS HATCHES
A. Pit and Floor Hatches: See item 11350 -"Aluminum Access Hatches and
Appurtenances". Hatches shall be of the type, size , and location indicated
on the drawings. All hatches shall be pad lockable.
B. Acceptable Manufacturer's: Subject to compliance with requirements ,
provide prefabricated roof access hatch units by one of the following:
1. Bilco Company
2. Flygt Company
3. Approv ed Equal
2.03 STANDARD PRODUCTS
Details and specifications of items for which equivalent standard products are
available are considered as respective guides for such items. Standard products
will be acceptable subject to approval, provided they vary only in minor details
from requirements of drawings and specifications.
2.04 FABRICATION
A. Where practical, fit and assemble items in the shop and deliver to the site
ready for installation.
FortWorth Water Department · 05500-3 · · · · ·Miscellaneous Metal · -· · · · · ·
B. Shop connections shall be welded or riveted. Do not use screws or bolts
where their use can be avoided. Where used, countersink heads , screw up
tight , and nick threads to prevent loosening. Finish w elds and ri vets flush
and smooth on surfaces that will be exposed after installation. Cope or
mi ter comers.
C . Welding:
1. Welding of steel items shall conform to the requirements of the
American Welding Society Structural Welding Code-Steel.
2. Welding of aluminum shall conform to the requirements of the
American Welding Society and the Aluminum Association 's
Specifications for Aluminum Structures .
3. Any welding not governed by the above shall be performed in
accordance with best modem practice for strength and durability.
4. All welds exposed to view in complet e work shall be ground down
flush and finished smooth. Weld continuously along the entire line
of contact.
D . Provide anchors where necessary to fasten miscellaneous metals securely
in place.
E . Drilling and punching must produce clean, true lines. Do not torch cut
holes or slots .
F. Where tight joints are required, mill to a close fit .
G. Thickness of metals and details shall be of ample strength and thickness.
H. Provide holes and connections for work of other trades .
I. . Galvanizing: Hot-dip galvanize all miscellaneous carbon steel items after
fabrication, unless otherwise specified.
PART 3 -EXECUTION
3.01 CONDITION OF SURFACES
Prior to installation, inspect surfaces to which miscellaneous metal items will be
attached. If the condition of such a surface will adversely affect the installation,
do not proceed with the installation until corrective measures have been taken.
Fart Worth ~ ater Department · · · · 05500 -4 · · ·Miscellaneous ·Metai ·
3.02 INSTALLATION
A. Accurately set work to establish lines and elevations and securely fasten in
·accordance with approved shop drawings and provisions of this
specification.
B. All work shall be free of finish scratches, nicks, gouges, dents , concrete
splatter, paint, or other foreign matter. Damaged material must be
replaced without additi~mal cost to the Owner.
3.03 TOUCH-UP
Touch up surfaces damaged by welding, cutting, abrasion, or from other causes as
follows :
A. Galvanized Surfaces: Clean damaged area thoroughly by wire brushing
and remove traces of welding flux and loose or cracked zinc coating. The
cleaned surface shall be painted with two coats of galvanizing repair
coating.
B. Shop Primed Surfaces : See Item 09900 , "Painting".
· Fort Worth Water Department --· · 05500-5 · · Miscellaneous Metal ·
ITEM05501
ANCHOR BOLTS, EXP ANSI ON ANCHORS, AND CONCRETE INSERTS
PART I GENERAL
1.01 WORK INCLUDED
A. Provide anchor bolts, expansion anchors , and concrete inserts , including,
but not limited to:
I. Baffle walls, weirs, and troughs
2. Rails
3. Hangars and brackets
4. Equipment
5. Piping
6. Grating and floor plates
7. Electrical, plumbing , and HV AC work
8. Partitions and ceilings
B. This item includes all bolts, anchors, and inserts required for the work but
not specified under other sections.
1.02 REFERENCE STANDARDS
A. ASTM A307 -Carbon Steel Externally and Internally Threaded Standard
Fasteners.
B. ASTM Al 93 -Alloy-:Steel and Stainless Steel Bolting Materials for High
Temperature Service.
1.03 SUBMITT ALS
Shop drawings shall include:
A.
B.
PART2
Setting drawings and templates for location and installation of anchorage
devices.
Copies of manufacturer's specifications, load tables, dimension diagrams ,
and installation instructions for the devices.
PRODUCTS
2.01 DESIGN CRITERIA
A. When the size, length, or load carrying capacity of an anchor bolt,
expansion anchor, or concrete insert is not shown on the drawings, provide
Fort W or1h Water Department 05501 - 1 Anchors, Bolts, and Inserts
the size, length, and capacity required to carry the design load times a
minimum safety factor of four.
B. Determine design loads as follows:
1. For equipment anchors, use the design load recommended by the
manufacturer and approved by the Engineer.
2. For pipe hangars and supports, use one-half the total weight of
pipe, fittings, valves, accessories, and water contained in the pipe,
between the hanger or support in question, and adjacent hangers
and supports, both sides.
3. Allowances for vibration are included in the safety factor specified
above.
2.02 MATERIALS
A. Anchor Bolts: Provide stainless steel bolts complying with ASTM Al 93,
AISI Type 316. Other AISI types may be used subject to Engineer's
approval.
B. Expansion Anchors:
1. All expansion bolts shall be stainless steel.
2. All expansion bolts shall have a safety factor of four with a
minimum working capacity as follows:
Bolt Size
Minimum shear strength
Minimum pullout strength
Minimum embedment
7/8"
5,250 #
5,250 #
7"
4 ,250 #
4,250 #
4"
'h"
1,650 #
1,300 #
2-1/4"
3. Size required for the concrete strength specified.
3/8"
625 #
1,030 #
2-1/4"
4. . Stud type (male thread) or flush type (female thread), as required.
5. UL or FM approved
6. Provide manufacturer's technical literature and test reports from an
accredited independent testing laboratory showing certified bolt
capacities for expansion bolts proposed for use on this project.
C. Concrete Inserts:
Fort Worth Water Department 05501 - 2
Anchors, Bolts, and Inserts
PART 3 -
1. For piping, grating, and floor plate, provide malleable iron inserts
2. Provide those recommended by the manufacturer for the required
loading.
3. UL and FM approved.
EXECUTION
3.01 INSTALLATION
A. Drilling equipment used and installation of expansion anchors shall be in
accordance with the manufacturer's instructions.
B. Ensure that embedded items are protected from damage and are not filled
in with concrete.
C . Expansion anchors may be used for hanging or supporting pipe two inches
in diameter and smaller. Expansion anchors shall not be used for larger
pipe unless otherwise shown or approved by the Engineer.
D. Use concrete inserts for pipe hangars , and supports for pipe size and
loading recommended by the insert manufacturer.
E. Unless otherwise shown or approved by the Engineer, conform to the
following for expansion anchors:
1. Minimum embedment depth as defined in 2. 02B
2. Minimum anchor spacing on centers: ten diameters
3. Minimum distance to edge of concrete: five diameters
4. Increase dimensions above if required to develop the required
anchor load capacity.
3.02 CLEANING
After embedding concrete is placed, remove protection and clean bolts and
inserts.
Fort Worth Water Department 05501 -3 Anchors, Bolts, and Inserts
ITEM 08100
HOLLOW METAL DOORS, FRAMES, AND HARDWARE
PARTl GENERAL
1.01 DESCRIPTION
A. Provide all labor, materials, tools, and equipment to install fabricated steel
doors , panels, frames, and frame assemblies.
B. Provide all labor, materials , tools, equipment, and services for all finish
hardware, as required.
1.02 QUALITY ASSURANCE
A. Manufacturer: Minimum of five years experience in fabricating hollow
metal doors.
B. Reference Standards
1. ANSI Al 15 Series on door and frame preparation
2. ASTM A366 -Steel Sheet, Carbon, Cold-rolled, Commercial
Quality.
3. ASTM A653 -Standard specification for steel sheet, zinc coated
(galvanized) or zinc-alloy coated (galvanealed) by the hot-dip
process.
C. Obtain each type of respective hardware (hinges, closures, stops , weather-
stripping, etc .) from a single manufacturer
D. Warranty: Two years
E. Acceptable Products: Subject to the requirements specified herein,
internally reinforced doors and accompanying frames shall be equivalent
to the following, or approved equals:
1.. Ceco Door Products -Medallion Series
2. Curries Company
3. Republic Steel
1.03 SUBMITTALS
A. Product Data: Manufacturer's descriptive literature and installation
instructions.
Fort Worth Water Department 08100-1 Hollow Metal Doors, Frames, and Hardware
B. Shop Drawings: Submit in accordance with Item 01300 "Submittals".
Furnish illustrations and schedule of door and frame sizes, hardware
schedule, and indicate types , materials , construction, finishing , anchoring,
accessories , and location and preparation for finish hardware.
C. Templates : Furnish necessary templates and template data to
manufacturers of items that will be fitted with finish hardware.
1.04 DELIVERY AND STORAGE
A . Deliver, store , and handle hollow metal door and frame to in such a
manner as to prevent damage and deterioration. Provide individual
cardboard containers for doors. Store doors and frames upright in a
protected dry area.
B. Furnish hardware with required screws , bolts, and fastenings necessary for
installation, packaged in same packages with hardware, including
instructions.
1.05 REGULATORY REQUIREMENTS
A. Fire Rated Door Assemblies: Installed door and frame assembly to
conform to ANSI NFP A 80 for fire-rated class per IBC.
PART2
1. Door and frame tested, listed and labeled in accordance with
NFP A 252 and the applicable International Building Code (IBC)
by an independent testing agency acceptable to authorities having
jurisdiction.
2. Fire rated exterior doors shall have a rate of rise temperature range
of 450 degrees F. rated up to 90 minutes of fire exposure across
door thickness.
PRODUCTS
2.01 BASIC MATERIALS -DOORS AND FRAMES
A. Sheet Steel: Cold-rolled, ASTM A366, galvanized or galvanealed in
accordance with ASTM A653.
B. Internal Reinforcing: ASTM A366, cold rolled steel
C. Fillers for Internally Reinforced Doors: Mineral wool or fiberglass
Fort Worth Water Department 08100 -2 Hollow Metal Doors, Frames, and Hardware
D. Urethane Core: Liquid urethane , expanded in place, self-bonding, self-
hardening , and self-extinguishing.
E. Anchoring Devices: Zinc -plated where exposed; zinc-plated or galvanized
where concealed.
2.02 FABRICATION -GENERAL
A. Fabricate hollow metal work rigid , neat in appearance , and free from
defects , warp , or buckle.
B. Accurately form metal to required sizes and profiles.
C. Clearly identify work that cannot be factory assembled and assure proper
assembly at the site .
D. Grind and dress exposed welds to form smooth, flush surfc1.ces.
E . Provide maximum 1/8 inch clearance between doors , frames , and jamb.
2 .03 FABRICATION -FRAMES
A. Exterior: Combination type with integral stop and trim, formed to profiles
and shapes detailed , Level 3 Extra Heavy Duty -Commercial , 14 gage
zinc coated steel. Reinforce with 18 gage steel liners for hardware or
anchor attachment. For frames set in masonry, jamb anchors shall be at
least 10 inches long and adjustable .
B. Weld frames to form rigid, square , and true units.
C. Close corner and connection joints tight with trim faces mitered and
continuously welded , flush and smooth.
2.04 FABRICATION -DOORS
A. Form faces sheets with 16 gage , hot dipped galvanized or galvanealed
steel, with no visible joints or seams. Door thickness to be 1-3/4".
B . Comply with ANSI A250, SDI 100 -98 Level 3 Extra-Duty, Commercial
grade.
C. Provide internal stiffeners of 22 gauge steel , spaced at 6 inches O.C. Fill
space between stiffeners with sound deadening material.
D . Fully weld all door edges , including top , with no visible seams on faces
and edges . The top of the door shall not be left with inverted channel.
Fort Worth Water Department 08100 - 3 Hollow Metal Doors, Frames, and Hardware
2.05 HARDWAREPREPARATION .
A. Machine, mortise , reinforce , drill , and tap doors and frames in accordance
w ith ANSI Al 15 and hardware templates.
B . Minimum gauges for hardware reinforcement:
1. Hinges: 10 gauge
2. Locksets and Flushbolts: 14 gauge
3. Closures: 12 gauge
2.06 HARDWAREMATERIALS
A.
B.
C.
D .
PART 3 -
Fasteners and hinges -all stainless steel
Weather-stripping
Floor mounted doors stops
Lock -key ed lock.
EXECUTION
3 .01 INSTALLATION
A . Hollow Metal Frames
1. Exercise care in setting frames to maintain scheduled dimensions.
Hold head level and maintain jambs plumb and square.
2. Secure anchorages and connections to adjacent construction.
3 . Leav e frame spreader bars intact until frames are set square and
plumb, and anchors are securely attached.
4. Weld field splices and grind smooth
5. Fill frames with grout.
B. Doors
1. Install in accordance with approved shop drawings
Fort Worth Water Department 08100 -4 Hollow Metal Doors, Frames, and Hardware
2. Maintain specified edge clearances
3.02 ADJUSTMENT AND CLEANING
A. Immediately after erection, areas where prime coat has been damaged
shall be sanded smooth and touched up with the same primer as applied in
the shop. Remove rust before touch up is applied.
B . After hardware is installed, test and adjust doors for smooth operation with
no binding of warping.
C. Remove hardware, with the exception of prime-coated items, tag, and
reinstall after finish paint work is completed.
D. Remove dirt and foreign matter from surfaces.
3.03 PAYMENT
Labor, materials, and equipment required to install lockable door, door frame, and
hardware shall be included in tl:ie lump sum price for the pump station building.
Fort Worth Water Department · 08100-5 Hollow Metal Doors, Frames, and Hardware
PART 1 GENERAL
1.01 DESCRIPTION
ITEM 08300
OVERHEAD COILING DOORS
A. Provide all labor, materials, tools, and equipment to install overhead
coiling door as shown on drawings and described in these specifications.
B. Provide all labor , materials , tools, equipment, and services for all finish
hardware, as required.
C . Coiling metal door shall be eight foot tall, ten foot wide with manual chain
actuator, installed in a new reinforced pre-cast concrete pump station.
1.02 QUALITY ASSURANCE
A. Manufacturer: Minimum of ten years experience in fabricating overhead
coiling doors. Furnish coiling metal door as a complete unit produced by
one manufacturer.
B. Provide setting drawings, templates, instructions and directions for
installation of inserts and anchorage devices. Coordinate delivery with
other work.
C. Obtain each type of respective hardware (hinges, closures, stops, weather-
stripping , etc.) from a single manufacturer
I
D. Warranty: Two years
E. Wind Loading: Design and reinforce overhead coiling door to withstand
20 pound per square foot (85 mph) wind loading pressure, unless
otherwise indicated.
F. Acceptable Manufacturers: Subject to compliance with requirements,
r
provide products from one of the following manufacturers:
1. Ceco Corporation
2. Overhead Door Corporation
3. Atlas Door Corporation
4. The Cookson Company
5. Raynor Manufacturing Company
6. RCM ~orporation
7. Or approved equal
. Fort Worth Water Department 08300 -1 Overhead Coiling Doors
1.03 SUBMITTALS
A. Product Data: Manufacturer's descriptive literature and installation
instructions.
B. Shop Drawings: Submit in accordance with Item 01300 "Submittals".
Furnish illustrations and schedule of sheets , jambs and frame sizes,
hardware schedule, and indicate types, materials, construction, finishing,
anchoring, accessories, and location and preparation for finish hardware.
C. Templates: Furnish necessary templates and template data to
manufacturers of items that will be fitted with finish hardware.
D. Operation and maintenance manuals
1.04 DELIVERY AND STORAGE
A.
B.
PART2
Deliver and store door, frame and components in such a manner as to
prevent damage and deterioration.
Furnish hardware with required screws, bolts, and fastenings necessary for
installation, packaged in same packages with hardware, including
instructions.
PRODUCTS '
2.01 BASIS OF DESIGN
A. Provide units equal to heavy duty "620 Series Service Doors" as produced
by Overhead Door Corporation.
2.02 DOOR CURTAIN ~TERIALS AND CONSTRUCTION
A. General: Provide complete operating door assemblies including curtains,
guides, counterbalance mechanism, hardware, chain operator, and
installation accessories.
B. Door Curtain: Fabricate overhead coiling door curtain of min. 22 gauge
galvanized steel with interlocking flat profile slats designed to withstand
required wind loading, of continuous length for width of door without
splices.
C. Endlocks: Malleable iron castings galvanized after fabrication, secured to
curtain slats with galvanized rivets. Provide locks on alternate slats for
curtain alignment and resistance against lateral movement.
Fort Worth Water Department 08300 - 2
Overhead Coiling Doors
D. Bottom Bar: Manufacturer's standard unit equal to two galvanized steel
angles. Provide flexible vinyl or neoprene gasket as a weather seal and
cushion bumper.
E . Curtain Jamb Guides: Fabricate curtain jamb guides of galvanized steel
angles, or channels and angle, with sufficient depth and strength to retain
curtain loading.
F. Weather Seals: Provide manufacturer's standard vinyl or neoprene head,
jamb, and sill weather stripping.
G. Chain Hoist and Holder: A chain hoist and holder shall be provided on
wall with provision for padlocking.
H. Hood: The hood shall be minimum 24 gauge galvanized steel, supplied
with internal hood baffle weather seal.
2.03 COUNTERBALANCE MECHANISM
A. Counterbalance doors by means of adjustable steel helical torsion spring,
mounted around a steel shaft and mounted in a spring barrel and connected
to door curtain with required barrel rings. Use grease sealed bearings or
self-lubricating graphite bearings for rotating members.
B. Counterbalance Barrel: Fabricate spring barrel of hot-formed structural
quantity carbon steel, welded or seamless pipe, of sufficient diameter and
wall thickness to support roll-up of curtain without distortion of slats and
limit barrel deflection to less than 0.03" per foot of span under full load,
designed for 20,000 cycles.
C. Brackets: Provide mounting brackets of manufacturer's standard design,
either cast iron or cold-rolled steel plate with bell mouth guide groove for
curtain.
2.04 FINISH
A. Slats, hood, curtain, guides, and other stated components shall be
galvanized steel in accordance with ASTM A525 and receive inhibitive,
roll coating process, including bonderizing, baked on prime paint, and
then baked on polyester,top coat. Non-galvanized exposed ferrous
surfaces shall receive on coat of rust-inhibitive primer.
B. Color: Provide color as indicated by Owner in manufacturer's standard
factory finish system.
2.05 LOCKING
Fort Worth Water Department 08300-3 Overhead Coiling Doors
A. Security locking shall be by door manufacturer's cylinder operated bolt at
bottom of curtain, or approved alternative locking arrangement.
2.06 INSTALLATION COMPONENTS
A. Provide all items necessary for a complete, durable and proper installation,
including but not limited to fasteners; adhesives, industry standard
installation components, and/or standard or optional installation
PART 3 -EXECUTION
3.01 INSTALLATION
A. Install access doors in accordance with door manufacturer's printed
instructions.
B. Fasten access 'doors and track assemblies securely in place with exposed
surfaces located level and flush with substrate.
C. Install door and operating equipment complete with necessary hardware:
jamb, head and hood anchors, inserts, hangers, and equipment supports in
accordance with final shop drawings, manufacturer's instructions, and as
specified herein.
D. Satisfactorily 'repair any damaged door assembly components and touch-
up factory applied primer.
3.02 ADJUSTMENT
A. Upon completion of installation, adjust door panels and operating
hardware to operate smoothly. Remove and replace damaged or deformed
components. 1
3 .03 PAYMENT
Work to fabricate, deliver and install overhead coiling door and hardware shall be
considered incidental to the lump sum price bid for installation of the new pump station
building.
Fort Worth Water Department 08300 - 4
Overhead Coiling Doors
PART 1 GENERAL
ITEM 09900
PAINTING
1.01 SCOPE
This item provides requirements for furnishing labor, materials, and equipment to
prepare surfaces and apply protective coating to new equipment, pumps, pump
bases, above ground piping, fittings, and valves, pipe supports, structural steel,
roof deck, roof joists, and other areas denoted for field painting. Contractor shall
submit list of equipment/materials to be shop painted, field painted, or shop
primed and field painted.
All paint shall be especially adapted for use around water facilities, and shall be
applied in conformance with the manufactured published specifications.
1.02 REFERENCE STANDARDS
Work performed and materials used must comply with the requirements of the
Steel Structures Painting Council's Vol. No.l "Good Painting Practices", and Vol.
No. 2 "Systems and Specifications", and these technical specifications. Where a
conflict exists between these technical specifications and the Steel Structures
Painting Council's specifications, the technical specifications shall govern.
1.03 SUBSTITUTIONS
A. Wherever a product is designated by trade name with provision for an
equal, the product specified must be used unless a written request for
substitution is submitted to the Engineer. The request for substitution
must include the manufacturer's complete technical data sheets on the
proposed product with a certified ingredients analysis and sufficient
information, including applicable case history information, for making a
complete comparison between specified and proposed products.
B. Consideration will be given only to those coating systems which have
been used at water utilities for at least five (5) years. The request for
substitution must include a list of at least 5 applications in the Dallas/Fort
Worth, Texas metropolitan area. Furnish the Owner's name, the Owner's
representative, and the name of the product used.
1.04 SUBMITTALS
A. Product Data and Shop Drawings: Submit product data, shop drawings,
certificates, and instructions on all protective coating items as specified
herein and in accordance with Division 1 -General Requirements.
Fort Worth Water Department 09900 - 1 Painting
B. Product Data: Complete data on each type and kind of paint and primer
shall be submitted for review. Favorable review shall be obtained from
the Engineer before the paint is delivered to the job site. This procedure
must be followed whether or not the paint that the Contractor proposes to
use is named in the specifications. Submittal data shall show where and
for what uses each paint product is to be used. Data submitted on each
type and kind of paint product shall include information to show the
product meets the detailed requirements of these specifications.
C. Manufacturer's Instructions: The manufacturer's published instructions,
for use as a guide in specifying and applying the manufacturer's proposed
paint, shall be submitted to the Engineer. Manufacturer's published
instructions shall meet the following requirements :
1. The instructions must have been written by the manufacturer for
the purpose and with the intent of giving complete instruction for
the use and application of the proposed paint in the locality and for
the conditions for which the paint is specified or shown to be
applied under this contract.
2. All limitations, precautions , and requirements that may adversely
affect the paint, that may cause unsatisfactory results after painting
application, or that may case the paint not to serve the purpose for
which 'it is intended, that is, to protect the covered material from
weathering and corrosion, shall be clearly and completely stated in
the instructions. These limitations and requirements shall include,
but not be limited to the following:
a. Surface preparation
b . Methods of application
C. Number of coats
d. Thickness of each coat
e. Total thickness
f. Drying time of each coat, including primer
g. Drying time of final coat before placing into service
h. Time allowed between coats
1. Primer required to be used
J. Compatible topcoats
k. _ Weather limitations during a.11d after application
1. Physical properties of paint, including percent solids
m. Application equipment settings
Fort Worth Water Department 09900 -2 Painting
1.05 DELIVERY AND STORAGE
A. Delivery: Have paint delivered to the job site in original unopened
containers .
B. Storage: Store material in an approved location which meets the
manufacturer's storage requirements. Recommended storage temperatures
shall be maintained.
1.06 MAINTENANCE MATERIAL
At the end of the project, the Contractor shall turn over to the Fort Worth Water
Department a gallon of each type and color of paint used in the field painting.
The material shall be deliv ered in unopened labeled cans, just as it comes from
the manufacturer. Provide the manufacturer's literature describing the materials
and giving directions for their use. A typewritten inventory list shall be furnished
to the Fort Worth Water Department at the time of delivery .
1.07 SAFETY AND HEALTH REQUIRMENTS
A.
B .
C.
PART2
General: In accordance with requirements set forth by regulatory agencies
applicable to the construction industry and the manufacturer's printed
instructions and appropriate technical bulletins and manuals, the
Contractor shall provide and require use of personal lifesaving equipment
for persons working on or about the project site .
Head and Face Protection and Respiratory Devices: Equipment shall
include protective hardhats which shall be worn by all persons while in the
vicinity of the work. In addition, workers engaged in or near the work site
during sandblasting shall wear eye and face protection devices and air
purifying, half-mask or mouthpiece respirators with appropriate filters.
Barrier creams shall be used on any exposed areas of skin.
Ventilation: Where ventilation is used to control hazardous exposure, all
equipment shall be explosion-proof. Ventilation shall reduce the
concentration of air contaminants to the degree a hazard does not exist.
Air circulation and exhausting of solvent vapors shall be continued until
the coatings have fully cured.
PRODUCTS ,
2.01 GENERAL
A. All bronze, stainless steel or aluminum metal surfaces shall not to be field
painted, including ladders, aluminum conduit, aluminum or stainless steel
electrical enclosures, junction boxes, etc.
Fort Worth Water Department 09900 - 3 Painting
B. For equipment that has been shop coated (overhead and personnel doors
and frames , louvers , fans , motors), unless otherwise directed, perform
touch up painting of any damaged surfaces as required to protect the
surface from corrosion.
2.02 COLOR SCHEDULE
A. Final color selection shall be made by the Engineer from color charts
submitted by the Contractor; colors selected shall be a manufacturer's
standard colo;.
B. Equipment, Pumps, and Valve Bodies:
1. Pumps, pump bases, exposed piping, fittings , pipe supports , valve
bodies shall be field painted the color selected by the Fort Worth
Water Department.
C. Exposed Moving Parts or Guards
1. All exposed moving parts such as couplings, shafts , etc. shall be
field painted OSHA red.
2. All guards and shields such as belt guards, chain guards , etc. shall
be field painted OSHA orange.
D. Pump Station Building
1. Roof joists and exposed roof deck shall be field painted the color
selected by the Fort Worth Water Department.
2.03 TEST EQUIPMENT
The following pieces of equipment will be used by the Contractor to determine
film thickness and the presence of flaws:
A . Electronic Digital Readout Gage: 0.40 mils film thickness gage including
a set of Department of Commerce, Bureau of Standards Film Thickness
Calibration Standards from Oto 8 mils and 10-25 mils or equivalent.
B. Wet Sponge Holiday Detector: Low voltage flow detector.
C. Wet Film Thickness Gage
D. Sling psychometer to measure humidity at time of application.
Fort Worth Water Department 09900-4 Painting
2 .04 MATERIAL
Paint shall arrive on the job ready-mixed, except for the tinting of undercoats and
possible thinning.
2.05 COATING SCHEDULE
A. Ferrous Metal, Interior, Non-Immersed
1. General: All interior above ground ferrous surfaces subject to dry
non-abrasive conditions shall be painted in accordance with the
following provisions. This includes, but is not limited to: pumps,
fittings, exterior of valves, pipes, roof joists, exposed roof deck
pipe hangars, and miscellaneous metals such as structural steel in
pump stations. Personnel access door may be shop coated or shop
primed and field coated.
2. Surface Preparation: SSPC SP-6 Commercial Blast Cleaning
3. Coating: (Epoxy Polyamide)
Minimum Coverage
Primer, 4.0 mils DFT
Finish Coat, 5.0 mils DFT
Manufacturer or Equal
Tnemec 66-1211 Epoxoline Primer
Valspar 89 Series High-Build Epoxy
Tnemec 66 Color High-Build Epoxy
Valspar 89 Series High-Build Epoxy
B. Ferrous Metal , Exterior, Non-Immersed
1. General: All exterior ferrous surfaces subject to non-abrasive
conditions shall be painted in accordance with the following
provisions. This includes, but is notlimited to: exterior of
equipment, valves, pipes, pipe sleeves, brackets, structural steel,
etc.
2. Surface Preparation: SSPC SP-6 Commercial Blast Cleaning
3. Coating: (Aliphatic-Polyurethane System)
Minimum Coverage
Primer, 5.0 mils DFT
Finish Coat, 4.0 mils DFT
Fort Worth Water Department
Manufacturer or Equal
Tnemec 66 Color High Build Epoxoline
Valspar 89 Series High-Build Epoxy
Tnemec 73 Color Endura-Shield
Valspar V 40 Series Urethane
09900 - 5 Painting
C. Non-Ferrous Metal, Interior:
E.
PART 3 -
1. General: All non-ferrous surfaces where painting is required shall
be painted in accordance with the following provisions.
2. Surface Preparation: SSPC-SPl Solvent Cleaning
3. Coating : (Epoxy-Polyamide System)
Minimum Coverage
Finish Coat, 5.0 mils DFT
Manufacturer or Equal
Tnemec 66 Color High Build Epoxoline
Valspar 89 Series High-Build Epoxy
Aluminum, Stainless Steel, Galvanized Steel, or Brass: Unless
specifically called out on drawings, do not paint these surfaces.
EXECUTION
J .01 WORK CONDITIONS
A . Weather:
1. No coating or painting shall be applied:
a. When the surrounding air temperature, or the surface to be
coated is below fifty (50) degrees F.
b. To wet or damp surfaces, or in rain, snow, fog, or mist.
c. ' When the temperature is less than 5 degrees F above the
dew point.
2. If preceding conditions are prevalent, coating or painting shall be
delayed or postponed until conditions are favorable. The day's
coating or painting shall be completed in time to permit the film
sufficient drying time prior to damage by atmospheric conditions.
Compiy with the manufacturer's recommendations as to weather
conditions under which coating systems can be applied. Do not
apply finish coat in conditions where the wind is blowing at or
above 10 mph, or gust above 15 mph.
B. Surface: If surfaces to be painted cannot be put in proper condition for
painting by customary cleaning and sanding operations, notify the
Engineer's representative or assume responsibility for and rectify any
unsatisfactory finish resulting from application to an unsatisfactory
surface. Do not proceed with surface preparation or coating application
until adverse conditions are corrected to provide acceptable surface. The
Fort Worth Water Department 09900-6 Painting
paint supplier shall inspect and certify all surfaces prior to coating
application. Do not apply paint to a wet or damp surface.
C. Equipment: The Contractor's coating and painting equipment shall be
designed for application of the materials specified and shall be maintained
in good working order comparable to that described in printed instructions
of the coating manufacturer. Clean equipment thoroughly before and after
use with the appropriate cleaning solution indicated by the coating
manufacturer. All gages and controls on spray equipment shall be in
proper working order at all times and the gages must be operational and
readable.
3.02 SURFACE PREPARATION
A. Solvent Cleaning: Remove oil, grease, soil, and other contaminants by use
of solvents, emulsions, cleaning compounds, steam cleaning, or similar
materials and methods which involve a solvent cleaning action in
accordance with Steel Structures Painting Council Surface Protection
Specifications (SSPC) SP-1.
B. ·Grinding: Re]llove weld splatter and rough edges and grind rough welds
so that all surfaces are in proper condition, in the opinion of the Engineer,
to receive the specified coating.
C. Abrasive Grit Cleaning:
1. Use a source that provides compressed air , free of detrimental
amounts of water and oil. The compressor shall, as a minimum, be
capable of delivering a pressure at the blast nozzle of at least 90
psig; the blast nozzle shall be of the venturi type .
2. Use grit of 16/40 mesh. Keep grit clean, dry, and free of clay
particles and other extraneous matter.
3. Blast only those areas that can be primed the same day. Areas
which are not painted the same day must be re-blasted again on the
day the prime coat is applied. Remove grit from surface by brush
or industrial vacuum.
4. All immersed iron and steel surfaces shall be blasted to "near
white" metal in accordance with SSPC SP-10, "Near White Blast
Cleaning". The blast cleaning shall produce an anchor pattern of
2-1/2 to 3 mils.
Fort Worth Water Department 09900 -7 Painting
5. All non-immersed iron and steel surfaces shall be commercial blast
cleaned in accordance with SSPC SP-6. The blast cleaning shall
produce an anchor pattern of 1-1 /2 to 2 mils.
(
6. Concrete surfaces to be blasted should be prepared by using a
brush-off blast cleaning unless otherwise specified. This blast
shall lightly abraid the surface without entirely removing the
surface or exposing the underlying aggregate.
D. Power Tool Cleaning: Subject to review by the Engineer or his
representative,, any above metalwork in which SP-6 or SP-10 blasting
cannot be accomplished shall be cleaned in accordance with SSPC SP-4,
Power Tool Cleaning, removing mill scale, loose rust, loose paint, and
other foreign matter.
E. Shop Priming: Where metalwork, equipment, valves, and the like are
shop primed, the primer used must be compatible with the coating system
to be applied in the field. All information shall be furnished regarding the
shop prime cqat and, if not compatible with succeeding coats, the shop
prime coat shall be removed by blast cleaning at no additional cost to the
Owner.
3 .03 PROTECTION
A . Protect surfaces and installations requiring no painting or finishing by use
of drop cloths, masking, or other approved precautionary measures.
Repair or replace, at no extra cost, Water Department's property and work
of other trades damaged, marred, or stained by painting and finishing
operations.
B . Prior to surface preparation and painting operations , remove, mask, or
otherwise protect hardware, hardware accessories , machined surfaces,
plates, light fixtures, and similar items not to be painted but which are in
contact with painted surfaces .
C. The Contractor shall notify the Fort Worth Water Department at least 48
hours in advance of spray painting.
3 .04 MIXING AND THINNING
A. Mix and thin paints in strict accordance with manufacturer's directions.
B. At the time of application, paint must show no signs of hard settling,
excessive skinning, or other deterioration.
3 .05 COATING APPLICATION
Fort Worth Water Department 09900-8 Painting
A. Manufacturer's Representative: The coating manufacturer will be
responsible , through an authorized representative , to provide technical
assistance to the paint contractor as needed.
'
B. Workmen: Employ workmen skilled in structural steel , piping, and
mechanical equipment painting.
C. Materials
1. Coating materials , abrasive grit, and equipment used in painting
and blasting are subject to inspection at any time by the Engineer 's
' representative.
2. Remove blasting grit and dust from the surface to be painted
before paint application is begun.
3. Dust, dirt , oil , grease, and any foreign matter that will affect the
adhesion durability of the finish must be removed by washing with
clean rags dipped in an approved solvent and wiped dry wit clean
rags .
D. Paint Coating Methods
1. Finished surfaces must be free from runs , drips, ridges , waves ,
laps , brush marks , and variations in color, texture, and finish .
2. Double-lap all welds. Apply prime coat by brush to all weld areas ,
then apply prime coat to entire surface , including weld areas , by
spray, roller or method selected.
3. Coat areas with a uniform film , free of sags , runs , or brush marks.
Where multiple coats of paint are specified, apply each coat in a
different color which compliments the following coat and is
different than the preceding coat. Each coat must be free of
shadows and uniform in appearance.
4. Except where otherwise specified, thin paint only as necessary for
workability of coating material in accordance with manufacturer's
printed instructions. Use only an appropriate thinner as
recommended by the paint manufacturer .
5. When paint is being applied to interior of wet well or any other
closed areas , provide for adequate ventilation.
Fort Worth Water Department 09900 -9 Painting
6. Comply with recommendations of the paint manufacturer in regard
to drying time for each coat, technique of spray application,
ventilation, paint thinning , and safety precautions. The Contractor
must fully inform all members of his field crew of these
recommendations .
7. Where inspection shows that the specified thickness is not
developed, apply additional coats in accordance with
manufacturer's surface preparation and cure schedule requirements
to produce the required film thickness.
8. Repair and recoat improper applications as recommended by the
manufacturer or as required by the Engineer's representative.
'
9. Factor furnished items shall be protected against damage during
transit, storage, and erection. The following items shall receive
final finish at the factory:
a. Electrical panels
b. Pressure gages
c. , Instrumentation
d. Similar equipment with standard factory finish
10. The following items shall not be painted, unless otherwise
specified.
a. Aluminum, brass, bronze , chrome, copper , stainless steel
b . Nameplates and serial numbers
c . , Grease fittings
d. Valve operator stems
e. Buried or encased piping or conduit
f. Concrete floors, interior walls, and slabs.
g. Glass
h. Fiberglass doors, grating, and handrail
E. Cleaning: Upon completion of work, remove all staging and scaffolding.
Dispose of unused grit , containers, and rubbish in a suitable manner.
Remove overspay, paint spots, oil, or stains on adjacent surfaces. Leave
the entire job clean and acceptable.
3.06 INSPECTION AND TESTING
A. Inspection
1. Surface preparation, coating application, and repairs are subject to
inspection by the Engineer's representative. The standards
Fort Worth Water Department 09900 -10 Painting
published by the Steel Structures and Painting Council will be used
as guides for acceptance or rejection of the cleaning, painting, or
coating application. Particular attention will be given hard to reach
areas, bolted connections , supports, anchor bolts , and threaded
joints.
2. A magnetic-type dry film thickness gage and electrical holiday
detector, provided by the Contractor, will be used to determine the
acceptability of the paint application.
3. Give sufficient notice in advance of coating applications so that the
Engineer's representative can perform the following inspections:
a. , Examination and approval of surface preparation prior to
any coating.
b. Examination and approval of each coat prior to application
of the next coat.
c. Inspection of the completed coating for runs, oversprays,
roughness , and any evidence of improper application.
B . Testing
1. The Contractor will conduct all tests in the presence of the
Engineer's representative.
2. Should any paint system fail to pass a test, the Engineer will
specify corrective measures. The paint system will then be
retested by the Contractor, in the presence of the Engineer's
representative.
3.07 PAYMENT
The work to be performed under "Painting" shall be considered incidental to the
bid prices contained inthe Proposal and will receive no direct compensation.
Fort Worth Water Department 09900 -11 Painting
SECTION 10300
ENGINEERED PRECAST CONCRETE BUILDING
PART1 GENERAL
1.01 DESCRIPTION OF WORK
A. A pre-cast concrete building shall be supplied in accordance with project plans and
specifications. The Building Manufacturer shall furnish and install a building of pre-cast wall
panels and steel joist built up roof system for the new Southside Pump Station, placed on a cast
in place reinforced concrete foundation .
B. The pre-cast concrete building components shall be delivered to the jobsite and installed by the
Building Manufacturer. T1he Building Manufacturer shall provide all lifting cables and hardware
needed to off-load and erect the structure.
C. The building shall house a new water pump station, equipped with power and control equipment,
pumping equipment, and piping, valves, and fittings.
1. 02 SUBMITT ALS
A. Shop drawings shall be submitted in accordance with the requirements of the project showing
dimensions, sizes, thickness, materials, finishes and methods of assembly. Submit
Manufacturer's technical data for all building hardware and equipment. All work shall be
fabricated and erected in accordance with the Manufacturer's drawings. Shop drawings shall be
signed and sealed by a registered engineer in the state of Texas. Signed and sealed shop
drawings shall be submitted to the Fort Worth Development Department in order to obtain a
building permit. Shop drawings shall be prepared in conformance to the requirements of the
current building code adopted by Fort Worth (currently 2003 IBC).
B. Submit all dead, live and other applicable loads used in the design, including the IBC fire rating.
'
C. Specific data submittals for the following:
1. Precast Panels, including mix designs, reinforcing layouts, anchor plate layouts, etc.
2. Roofing system
3. Door and Door Hardware coordination
4. Light Fixture equipment and coordination
5. Electrical equipment and coordination
6. Heating and ventilation equipment and coordination
D. Provide erection drawings locating and defining all wall panels furnished by the manufacturer.
Show all major openings, sections and details, connections, weld plates, edge and support
conditions of the wall panels.
E. Provide one 12" x 12" x 1" sample showing the proposed exterior wall finish, color and texture.
1.03 QUALITY ASSURANCE
A. The Precast Concrete Building Manufacturer shall have a minimum of five (5) years experience
in building fabrication. In addition, the Manufacturer shall have made no less than ten (10)
buildings similar to the one on this project. Evidence must be submitted to verify that these
requirements are met prior to being deemed an acceptable manufacturer.
FORT WORTH WATER DEPARTMENT 10300-1 PRE-CAST CONCRETE BUILDING
' B. The structure shall be manufactured in a PCI or APA certified plant.
C. Panel tolerances shall be in conformance with applicable standards for wall panel production
D. The Engineer shall have the right to inspect or test any materials during fabrication in the
factory. At the option of the Engineer, certified tests of materials may be accepted in lieu of
field tests. Tests shall include concrete cylinder tests to verify concrete compressive strength.
E . Welder Qualifications shaU in accordance with A WS Dl .1 and Dl .4 .
F . The building shall be manufactured by Speed Fab-Crete or approved equal.
1 .04 DESIGN CRITERIA
A. Structural design calculations for the building shall be prepared and sealed by a registered
professional Engineer in the State of Texas, and shall be submitted for approval prior to
fabrication .
1. The building shall be designed to meet the Fort Worth and International Building Code
loading requirements for the Fort Worth regional area.
2. Comply with ACI 318, latest revision, for concrete design.
3 . Building panels shall be reinforced as necessary for lifting and erection stresses, plus
normal design loads for panels installed in w all and roof system.
4 . Minimum live loading requirements , 20 psf roof live load , 25 psf wind load
B . The building wall panels shall have minimum interior dimensions as shown on plans and shall
be constructed of steel-reinforced pre-cast concrete.
C. The building shall be such that the walls are cast at manufacture and delivered to the project site.
The walls shall be permanently attached to the foundation with welded connections.
D. The building exterior finish shall be tan color, with light to medium sandblast.
E. The building shall hav e ground pads on each corner . The panels shall hav e cast in place lift
points.
PART 2 PRODUCT / MATERIALS
2 .01 CONCRETE
A. Concrete used in the manufacture of the various structural components of the pre-cast concrete
building shall be factory batched and shall meet the following requirements :
B . Portland cement shall be Type I, II or ill conforming to ASTM C-150 .
C. Fin.e aggregate shall consist of natural sand conforming to ASTM specification C-33.
D. Coarse aggregate shall consist of 1/2" maximum well graded crushed stone conforming to
ASTM specification C-33.
E. Air entrainment admixture shall conform to ASTM C260. The air-entrained content shall be not
less then 4 percent nor greater than 7 percent.
F . A superplasticizer shall be used and shall conform to ASTM C494 type For G. Concrete shall
be placed at a slump of between 5 and 8 inches.
FORT WORTH WATER DEPARTMENT 10300 - 2 PRE-CAST CONCRETE BUILDING
G. The concrete used for thy structural components shall attain a minimum 28-day compressive
strength of 5,000 psi.
H . Panel joints will be sealed on the exterior and interior with approved polyurethane caulk.
2.02 STEEL REINFORCING
A. Welded wire fabric shall conform to ASTM A185. Reinforcing steel shall be new billet steel
meeting the requirements of ASTM A615.
B. All reinforcement shall b~ free from loose rust, oil, and contaminates which reduce bond. Any
foreign material shall be removed by suitable means prior to installation .
C. Provide supports for reinforcement including chairs, bolster bars, and other devices for spacing
and securing reinforcing in accordance with CRSI requirements. Legs of all supports in contact
with exposed-to-view surfaces shall be plastic coated in accordance with CRSI, class I.
2 .03 DOOR & FRAME
(
A. Doors shall be in locations indicated on the drawings and shall be automatic closing.
B. Coiling Door - a 10' wide by 8' tall overhead coiling door with manual chain actuator shall be
provided . Building Manufacturer to coordinate for placement of steel curtain jambs and
overhead coil. See specification 08300, "Overhead Coiling Doors" for requirements.
C. Personnel Access Door: The building shall be outfitted with a 3' wide by 8' tall, 14 gauge steel
door frame with 16 gauge door. Building Manufacturer to coordinate with door vendor for
placement of door frame ,and hardware. See specification 08100 "Doors and Hardware" for
requirements.
2 .04 ELECTRICAL AND LIGHTING
A. The electrical and instrumentation equipment, conduit, lighting, receptacles and wiring shown
on the drawings shall be furnished and installed at the job site by the Contractor. Building
manufacturer shall coordinate with Contractor for location of wall penetrations, supports and
anchorages.
2.05 HEATING, VENTILATION, AIR CONDITIONING:
A. The Electric heaters, fans, and louvers shall be furnished and installed by the Contractor.
Building manufacturer shall coordinate with Contractor for location of wall penetrations,
supports, and anchorages.
2 .06 BAR JOISTS AND METAL DECKING
A. Building manufacturer to ( provide steel roof joists, roof decking, and miscellaneous structural
steel angles and wall panel embeds as required to erect walls, secure roof joists to walls, and
secure roof deck to joists.
B. Design of the bar joist supported built up roof shall be a component of the signed and sealed
shop drawings provided by the Building Manufacturer, and shall be prepared by a registered
engineer in the State of Texas . Roof design and loading criteria shall comply with 2003 I.B.C
code requirements.
C. Roof steel joist design, fabrication, storage, handling and priming shall comply with guidelines
of the Steel Joist Institute.
FORT WORTH WATER DEPARTMENT 10300-3 PRE-CAST CONCRETE BUILDING
D. Field welding shall be performed by a qualified operator in accordance with American Welding
Society (A WS) "Standard Qualification Procedure " and shall comply with the requirements of
the Steel Joist Institute for the type of joist used.
E . Steel roof joists shall be shop primed and field painted in accordance with specification 09900,
"Painting". Touch up painting shall be performed at all required areas.
f
F. Metal decking shall be in accordance w ith the guidelines from the Steel Decking Institute and
shall be galvanized steel in and listed in the Factory Mutual Approval Guide for Class 1 fire
rated construction. Shop prime and field paint.
G. Steel decking configuration, thickness , depth and width shall comply with the Steel Decking
Institute's "Roof Deck Specifications". Minimum 22 gauge thickness .
2 .07 MODIFIED BITUMEN ROOFING
A . Roofing sub-contractor shall submit a current certification letter from the specified roofing
manufacturer and be selected and approved by the Building Manufacturer. Building
Manufacturer shall provide copy of certification letter to Owner.
B. Materials and roofing sy stems shall be provided which have been tested, listed and labeled by
UL for the specified class or rating of the roof.
C. The roof shall be an APP modified bitumen system with 20 year No Dollar Limit, non-prorated
warranty, equal to U.S . Prly Inc. DuraFlex I-3BDW4S/DW4M. The system shall be mineral
surfaced torch-down three ply APP modified bitumen system.
D . Roof insulation shall consist of 3" thickness poly-isocyanurate insulation board attached to the
roof decking follo wed by lay ers of perlite board, base sheets , felts and modified bitumen
membrane. Insulation may be tapered to provide additional slope as required.
E. Roofing fasteners and pressure plates shall be corrosion resistant.
F . Roof flashing shall be placed at all curbs, walls , and pipe penetrations as required by the
specified roofing manufacturer to prevent leakage. Roof scuppers, roof flashing, and
downspouts shall be 24 gauge , pre-finished galvanized steel with Kynar 500 finish, and shall be
placed as shown on the drawings. Downspout joints shall be soldered.
G. Coordinate with plumbing sub-contractor for roof penetrations for sewer vent piping.
PART 3 EXECUTION
3 .01 DELIVERY , STORAGB& HANDLING
A. The building components shall be stored, delivered, and handled in such a manner as to prevent
cracking, distortion, or any other physical damage.
B . The Building Manufacturer shall provide all cables and lifting hardware for use in off-loading
and setting the building components.
3.02 WARRANTY
r
A. The Building Manufacturer shall warrant the assembled building for a period of two years,
beginning on the date of final completion .
FORT WORTH WATER DEPARTMENT 10300 -4 PRE-CAST CONCRETE BUILDING
B. The Roof Manufacturer shall provide a twenty year warranty of the roof against wind damage,
defects, and leakage.
END OF SECTION
FORT WORTH WATER DEPARTMENT 10300-·S PRE-CAST CONCRETE BUILDING
PART 1
ITEM 11300
HORIZONTAL CENTRIFUGAL PUMPS
GENERAL
1.01 DESCRIPTION
A. Furnish labor , materials, equipment and incidentals necessary to design ,
manufacture , fabricate, test, and deliver two horizontal centrifugal
pumping units at the new Southside Pump Station.
B. The units shall consist of horizontal , split-case, double suction centrifugal
pumps with horizontal motor, coupling, and common pump and motor
base. Accessories shall be furnished as required for a complete
functioning pumping unit in accordance with the specified performance
. and installation conditions.
C. The Vendor shall be the pump manufacturer and shall be responsible to
coordinate the design, testing , and installation of the pumps and motors .
The Vendor shall be responsible for the adequacy and compatibility of the
pump and motor. The motor manufacturer shall act as a subcontractor to
the pump manufacturer , and shall provide a representative who is capable
of coordinating the design, testing, and installation of the motors.
1.02 RELATED WORK
A .
B.
C.
Item 09900
Item 16010
Item 16450
Painting
Electrical General Provisions
Grounding Systems
1.03 QUALITY ASSURANCE
A. Experience Requirements: Pumping units shall be the product of a
manufacturer who has had at least 10 years of successful experience in the
design, manufacturer, and application of pumping units of the type , size,
and performance capabilities specified.
B. Pump Factory Tests: New pumps and motors shall be factory tested.
Tests for the efficiency, capacity, head, NPSH and horsepower
r~quirements shall be determined for not less than five points throughout
the specified head range from shut-off to maximum specified operating
capacity. Test procedures, interpretation and conversion of data, shall
conform to the latest requirements of the Test Code of the Hydraulic
Institute standards.
Fort Worth Water Department 11300-1 Horizontal Centrifugal Pumps
Following completion of the factory tests, the Vendor shall furnish to the
Engineer for review and approval, three (3) certified copies of all test data
and test curves for each of the pumps . The Engineer shall promptly
review test data and, upon determining that the pump meets contract
requirements, authorization will be given for shipment. Shipment shall
not be made without written approval of test data by the Engineer, except
at the risk of the vendor.
The pump tests shall indicate that the performance of the pump and motor
from run-out head to shut-off head is similar to the pump curve submitted
with the shop drawings. If the test results indicate that the pump performs
substantially different from the curve submitted with the shop drawings,
the Owner, at his option, may accept the .unit at a reduced price, or may
refuse to accept the unit.
In the event that the Factory Tests show that the actual efficiency of a
pumping unit is less than the minimum wire to water efficiency specified,
the Owner, at his option, may accept the unit at a reduced price , or may
refuse to accept the unit.
C. Assembly: Vendor shall certify that at the factory, prior to shipment, the
unit has been completely assembled, including the motor . If the mote>r
does not match properly, the defect shall be corrected to the satisfaction of
the Owner. The pump and motor base shall be drilled for assembly
of the pump and motor and installation onto the foundation bolts.
Leveling shims shall be furnished by the pump manufacturer.
D . Marking: Each pump and motor shall each have a stainless steel
nameplate securely affixed with stainless steel tapping screws in a
conspicuous place, showing the ratings, speed, rotation, serial number,
model number, manufacturer, and other pertinent data.
E. Service of Manufacturer's Representative
1. Pump Service Representative
a. The pump manufacturer shall furnish the services of a competent
factory technician, who shall have had a minimum of five years
experience in the installation, adjustment, and operation of the equipment
which is being furnished under this contract. The service is for the
purpose of insuring proper installation and adjustment of the equipment;
instructing operating personnel in proper operation, maintenance, and care
of the equipment; for making operation tests of equipment, and making
recommendations for obtaining the most efficient use thereof.
Fort Worth Water Department 11300-2 Horizontal Centrifugal Pumps
b. The service representative shall be at the site at any time the
construction contractor is assembling, setting, aligning , connecting or
adjusting and testing the pump and motor assembly , and shall direct such
work and certify in writing to the Owner that it has been properly installed
and operates satisfactorily during acceptance tests.
2. Motor Manufacturer 's Representative
a. The motor manufacturer shall furnish the services of a competent
factory technician, who shall have had a minimum of five years
experience in the installation, adjustment, and operation of the equipment
which is being furnished under this contract. This service is to ensure
proper installation and adjustment of the motor, instruct personnel in
proper operation, maintenance, and care of the equipment, for making
operation tests of equipment, and recommendations for obtaining the most
efficient use thereof.
b. The service representative shall verify the proper installation,
alignment, wiring, lubrication, and connection of all appurtenances prior
to start-up. He shall be present during testing and start up and shall certify
to the Owner in writing that the motors have been properly installed and
operate satisfactorily.
1.04 SUBMITTALS
A. Shop Drawings
Submit shop drawings in accordance with Item 01300, "Submittals".
Drawings shall show complete physical description and performance
capabilities of the equipment, including, but not limited to dimensions ,
weights , materials , assemblies, performance curves , power requirements
and ratings, rated voltage and amperage, wiring diagrams as applicable
and on-site storage requirements. Submit drawings as a complete package
of all equipment furnished. Partial drawings will not be reviewed.
B. Operation arid Maintenance Manuals
Submit operation and maintenance manuals in accordance with Item
01430,"0peration and Maintenance Data". Manuals shall be prepared by
the equipment manufacturers an.d shall include storage and installation
instructions , operation and maintenance procedures, appropriate final
certified shop drawings, performance curves, and test data. Manuals may
be the manufacturer's standard instructions, but shall be supplemented as
necessary to cover any special feature not included in the standard
material. Submit preliminary manuals for review prior to delivery of
equipment.
Fort Worth Water Department 11300-3 Horizontal Centrifugal Pumps
1.05 STANDARDS
The applicable provisions of the following standards shall apply as if written in their
entirety:
American Water Works Association (AWWA)
American National Standards Institute (ANSI)
American Standards for Testing and Materials (ASTM)
Test Code of the Hydraulic Institute Standards (HIS)
National Electrical Manufacturers Association (NEMA)
Institute of Electrical and Electronic Engineers (IEEE)
1.06 DELIVERY AND STORAGE
A . The Vendor shall be responsible for delivery of the pump , driver, and
accessories to the jobsite in good condition and undamaged.
B. Unloading and storage of the equipment shall be the responsibility of the
construction contractor who shall inspect the equipment for apparent
damage . Equipment which is found to be damaged will not be accepted
until properly repaired or replaced by the Vendor.
1.07 PUMPING CRITERIA AND DATA
A. General Criteria
1. Liquid to be pumped is treated domestic water.
2. The pumping unit will be started with solid-state reduced voltage
starters . The top of the pump casing shall have al " outlet for an air valve
assembly which will release air at pump start-up . The air valve assembly
shall be provided by the pump manufacturer and will be installed by the
Contractor .
3. The new pumps will operate alone as well as in parallel. Typical
pump operating conditions will range from 1-10 psi suction pressure and
40 to 50 psi discharge pressure.
B. Pump Performance Requirements
Number of Units
Min. Shutoff Head
Primary Des i gn Point
Min. Hydraulic Efficiency at design point
Max Pump NPSH at desigri point
Fort Worth Water Department 11300-4
Two
150'
4 ,000 gpm at 100' TDH
80%
25'
Horizontal Centrifugal Pumps
Preferred Pump Size
Max Horsepower
Max Motor/Pump Speed
Motor Voltage
1.08 GURARANTEE
12" suction, 1 O" discharge
200HP
1,800 RPM
480 Volt, Three Phase
A. Vendor shall warrant the equipment furnished under this specification for
a period of two (2) years against defects in materials, workmanship, and
operational failure. No pro-rating of warranty is permitted.
B. In the event of failure of any part or parts of the equipment during the
warranty period, provided that the equipment has been operated and
maintained in accordance with good practice, the V eridor shall furnish,
deliver, and install the defective part or parts at his own expense.
1.09 ACCEPT ABLE PUMP MANUFACTURERS
A. Fairbanks Morse
B. Paco
C . Ingersoll-Dresser
I). Flowserve
E. Goulds
F. Aurora
G. I)eming
F. Or approved Equal
1.10 ACCEPTABLE MOTOR MANUFACTURERS
A.
B .
C .
I).
E .
F.
G.
PART2
Reliance
General Electric
TECO
Siemens
U.S. Motors
Baldor
Or approved Equal
PROI)UCTS
2.01 PUMPS
A. General
Fort Worth Water Department 11300-5 Horizontal Centrifugal Pumps
Pumps shall be horizontal, single stage, split case, double suction, double volute,
centrifugal pumps with side suction and side discharge for pumping treated
domestic water.
B . Casing
Pump casing shall be strong close grain cast iron in accordance with ASTM A48,
or ductile iron in accordance with ASTM A536, designed for heavy-duty service ,
double volute design . The casing shall be horizontally split with the suction and
discharge flanges cast integrally with the lower half in order that the upper part
may be removed for inspection of the rotating assembly without disturbing pipe
connections of pump alignment. The joint between halves of the casing shall be
heavily flanged and bolted, and provided with dowel pins to insure accurate
alignment. The interior shall be smooth and free from surface defects. The
diameter and drilling dimensions of suction and discharge flanges shall be class
125 ANSI standard and shall be adequate to withstand shutoff pressure plus 50
percent. Casings shall be drilled and tapped for vertical priming, gauge, and drain
connections. Suitable lifting lugs or eye bolts shall be provided. Casing shall be
tested in accordance with Hydraulic Institute Standards under a hydrostatic
pressure of 150% of maximum operating head.
C. Impeller
Impeller shall be of the double suction enclosed type, made entirely of bronze,
finished smooth all over and of ample strength and stiffness for maintaining the
maximum capacity of the unit. It shall be dynamically balanced and shall be
keyed to the shaft and securely held in axial position on the shaft by means of
stainless steel sleeves properly secured to the shaft so that it cannot become
unfastened when the pump is reversed. All rotating parts of pumps shall be
machined true to insure rotational balance with the impeller, coupling, and other
parts that may be mounted on the shaft, such that the pump shall operate within
vibrational tolerances specified in Hydraulic Institute Standards.
D . Shaft
Pump shaft shall be of ample conservative design such that it will be suitable to
transmit the maximum brake horsepower required by the pump, and be of
sufficient stiffness to prevent contact of the wearing rings under any condition of
operation. Shaft shall be of heat treated steel, accurately machined and ground,
with non-corrosive stainless steel sleeves.
E . Wearing Rings
At the running joint between the suction and discharge chambers, there shall be
provided on both the casing and impeller, renewable wearing rings with large
running surface area and designed for smooth flow areas. The casing rings shall
Fort Worth Water Department 11300-6 Horizontal Centrifugal Pumps
be secured by stainless steel screws or other suitable method. Impeller rings shall
be securely attached and so fastened that they cannot become loose when the
pump is reversed .
F. Mechanical Seals
Mechanical seals and seal boxes shall be placed on both sides of the pump
centerline to seal the pump shaft. Each pump is to be furnished with mechanical
seals with all metal parts to be 304 stainless steel with "Buna-N" elastomers. A
bypass line must be provided for the seal between the seal faces and the discharge
flange to assure adequate venting of the seal chamber and to provide lubrication.
All pumps shall be provided with cored passages in the parting flange of the pump
to provide additional circulation to both seals. The mechanical seal boxes shall be
equipped with heavy , cast, one piece O ring sealed glands. Split seals will not be
permitted.
G. Bearings
Bearings shall be oil lubricated anti-fraction ball type adequately sized to carry
radial and thrust loads without addition of external cooling. Anti-friction bearings
shall hav e L-10 bearing life of 100 ,000 hours at the rated head and flow of the
pump in accordance with the standards of the Bearings Manufacturers
Association.
H. Coupling and Guard
Flexible couplings shall be heavy duty type, designed so that the pump shaft may
be removed without disturbing the position or adjustment of the driving unit.
Horizontal surface of the coupling shall be machined parallel to the axis of the
shaft, and faces shall be machined perpendicular to the axis of the shaft. Provide
an appropriate coupling guard, acceptable to OSHA, securely attached to the
pump base.
I. Pump and Motor Base
Pump and motor shall have a common one-piece base . The length and width of
the base shall be of suitable size to fit within the limits of the concrete block pump
support as shown on the drawings. The base shall be fabricated steel of sufficient
strength an.d depth to insure rigidity and so designed to make a good appearance,
and provided with adequate grout holes. The base shall be provided with planed
supports or bearing pads for the pump and motor. Base shall be drilled to receive
suitable number of foundation bolts. Foundation bolts complete with sleeves,
· washers, nuts, etc., shall be furnished for each pumping unit by the pump
manufacturer. The pump and motor shall be mounted on the supports or bearing
pads with full faced brass shims approximately 1/8" thiclmess. Foundation bolts
Fort Worth Water Department 11300-7 Horizontal Centrifugal Pumps
and sleeves shall be furnished and shipped ahead _of the pumps for installation by
the construction contractor.
J. Pump Painting
All exposed surface s shall be cleaned, primed, and painted with two (2) coats of
manufacturers standard exterior machinery enamel. Furnish touch-up paint for
application by construction contractor.
2.02 480 VOLT MOTORS
A. General
1. The motors shall be 1800 RMP horizontal squirrel cage induction
type, three phase , 60 hertz, design B.
2 . Horsepo wer ratings of motors shall be equal to or greater than the
t otal horsepower requirement of the pump when operating at any head
between the shut-off and minimum heads. Motors shall have a service
factor of 1.15.
3. Motors shall be designed in accordance with applicable provisions
of the N EMA Standard Publication for Motors and Generators , MG-1 ,
latest edition. Motors shall be NEMA drip proof construction.
4 . Rotors shall be balanced with an amplitude , peakto peak, in
accordance with NEMA MG-1
5. Motors windings shall be full Class F insulated. Insulation shall
receive an epoxy resin coating, which shall be applied by spraying or other
suitable method. Motors shall operate continuously at rated voltage and
frequenc y at 40 degree C ambient temperature, with a temperature rise not
to ex ceed 85 degree C measured b y embedded detector when operating at
115% of the rated horsepower.
6. The locked rotor KV A/HP shall not exceed Code Letter F , 5.6
KVA/HP.
7. The motor shall be equipped with a 120 volt space heater which
shall be turned on any time the motor is de-energized by the motor control.
B. Bearings
Bearings shall be oil or grease lubricated anti-friction. An auxiliary
double row ball bearing shall be provided for sleeve bearings to hold rotor
in axial alignment. Anti-friction bearings shall have an average service
Fort Worth Water Department 11300-8 Horizontal Centrifugal Pumps
life of 100 ,000 hours in accordance with the standards of the Bearing
Manufacturers Association.
C . Conduit Box
The top and front shall be removable. Conduit box shall receive motor
cables from the top.
D. Grounding Means
Provide a grounding lug threaded into the motor frame within the motor
terminal box and other motor conduit boxes.
E. Appurtenances
All wires and electrical connections shall be copper. All wiring
penetrating motor frame shall be protected against chaffing with a rubber
grommet.
1. Space Heaters : Motor shall be equipped with space heaters for
operation on 120 volt, 60 hertz, single phase. They shall maintain the
internal temperature above dew point when motor is not operating. Space
heaters shall not be located directly in the access holes where they may
pose a danger of bum or shock to servicemen. Space heater wiring shall
be routed to prevent wire being between the frame and the space heater.
2. All appurtenance boxes shall be laid out to avoid overlap and
access limitations to the boxes. Appurtenance boxes shall be secured with
stainless steel screws.
2.03 LUBRICANT
Furnish with equipment, oil of the recommended type and grade, in sufficient
quantity for initial filling and for operation during the acceptance tests and
installation. Advise Owner of the type and available sources of lubricants.
PART3 EXECUTION
3.01 INSTALLATION
A. Installation of equipment shall be performed by construction contractor
who shall be required to assemble the equipment where required and
install it in accordance with Installation, Operation, and Maintenance
instructions which shall be furnished by the Vendor or Manufacturer, the
installation drawings for this project and applicable Installation
Instructions of the Hydraulic Institute Standards;
Fort Worth Water Department 11300-9 Horizontal Centrifugal Pumps
B. The Manufacturer 's Representative has responsibilities in the installation
and field testing of the equipment as described in this section. The
contractor shall schedule the service of the Manufacturer to direct and
assist in the assembly, installation, adjustment, and acceptance test of the
equipment.
3.02 FIELD QUALITY CONTROL
A. Upon completion of installation of equipment, an acceptance test to verify
the satisfactory installation and operation of the equipment shall be
conducted by the Manufacturer. The test shall be conducted in a manner
approved by and in the presence of the contractor, engineer, and owner.
Equipment shall be checked for excessive noise, alignment, vibration,
general performance, etc. Vibration of the unit shall not exceed the
"Acceptable Field Vibration Limits" of the Hydraulic Institute Standards
for Centrifugal Pumps. The unit must perform in a manner acceptable to
the Engineer before final acceptance will be made by the Owner.
B. The pumping unit shall be operated throughout its full range of operating
heads , if possible, recoding pump suction and discharge pressure, water
level, flow, motor voltage and current, vibrations, and bearing
temperatures, as applicable.
C. The pump and motor representatives shall each submit a written report
certifying the equipment is properly installed, lubricated, is in accurate
alignment, is free from undue stress from connecting fittings, that it has
been operated under all operating conditions and is operating
satisfactorily.
3.03 MEASUREMENT AND PAYMENT
The work shall be measured and paid per new pumping unit installed, including
the pump, motor, and base stand, as necessary to provide a working pump station.
Fort Worth Water Department 11300-10 Horizontal Centrifugal Pumps
PARTl GENERAL
ITEM 15060
PLASTIC PIPE AND FITTINGS
1.01 SCOPE OF WORK
Furnish all labor, mat:erials, equipment, and incidentals required, and install in the
locations as shown in the drawings, the plastic piping and appurtenances.
1.02 QUALIFICATIONS
All plastic pipes shall be furnished by a manufacturer who is fully experienced,
reputable, and qualified in the manufacturer of the items furnished. The piping
shall be designed, constructed, and installed in accordance with the best practices
and methods and shall comply with these specifications.
1.03 SUBMITTALS
Shop drawings shall be submitted to the Engineer for approval in accordance with
Item 01300 and shall include dimensioning, methods and locations of supports,
and technical specifications for all piping furnished.
PART2 PRODUCTS '
2.01 MATERIALS
A. Plasticized pipe (PVC pipe as shown on the drawings) shall be
manufactured from rigid, unplasticized, polyvinyl chloride meeting ASTM
D-1784 Type 1, Grade 1 and manufactured in accordance with ASTM D-
1 785. The pipe shall have a design stress rating of 2,000 psi at 73 degrees
F , and shall be suitable for field cutting and solvent welding.
B. Push on-gasket joint PVC gravity sewer pipe and fittings shall be either
SDR-26 or SDR-35 meeting requirements of ASTM D-3034.
C. Fittings shall be the socket type for solvent welded joints as designated in
ASTM D-2466 (Sch. 40) and D-2467 (Sch. 80), using solvent as specified
in ASTM D-2564, except where threaded or flanged. Flanges shall be
furnished with 1/8-inch thick full faced gaskets. Flange bolts and nuts
shall be ASTM A276, Type 304 or 316 stainless steel.
D. Fittings, special unions, and flanges shall be of the same schedule number
and manufactured of the same materials as the pipe.
Fort Worth Water Department 15060-1 Plastic Pipe and Fittings
D.
PART 3 -
Gaskets in plastic pipe shall be of a material suitably resistant to the fluid
within the respective pipelines and shall be subject to the approval of the
Engineer .
EXECUTION
3 .01 INSTALLATION
A. The installation of plastic pipe shall be in accordance with manufacturer 's
technical data, and printed instructions, and according to details within the
contract drawings.
B. Joints for above grade plastic pipe shall be solvent welded except flanged
or threaded where required. In making solvent welded connections, clean
dirt and moisture from pipe and fittings, bevel pipe ends slightly with
emery cloth, if necessary, and apply solvent cement of the proper grade.
Expansion joints shall be installed every 50 feet on long runs and in every
straight run longer than 15 feet.
C. Installation of valves and fittings shall be in strictly in accordance with
manufacturer's instructions. Particular care shall be taken not to
overstress threaded connections at sleeves. In making solvent weld
connections, the solvent shall not be spilled on valves or allowed to run
from joints.
D . All pipe shall ,have a sufficient number of unions to allow convenient
removal of piping and shall be approved by the Engineer.
E . All plastic pipe to metal pipe connections shall be made using flanged or
mechanical joint 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.
F. Plastic pipe used for plumbing and sewer applications shall be subject to a
leakage test in accordance with code requirements.
3.03 PAYMENT
Underground water and sewer pipe shall be paid at the lump sum price for
"Underground Water and Sewer Piping." Above ground water , sewer, and
plumbing pipe shall be paid at the lump sum price for "Pump Station
Mechanical". Underground and above-ground plastic pipe and conduit used for
electrical purposes shall be paid at the lump sum price for "Electrical and
Instrumentation".
Fort Worth Water Department 15060 - 2 Plastic Pipe and Fittings
ITEM 15070
DUCTILE IRON PIPE AND FITTINGS
PARTl GENERAL
1.01 SCOPE OF WORK
Furnish all labor, materials, equipment, and incidentals required, and install in the
locations inside, under, and outside of structures as shown on the drawings, all
ductile iron piping, cast iron, or ductile iron fittings, and appurtenances as shown
on the drawings and as specified herein.
1.02 QUALIFICATIONS
All of the ductile iron pipe and cast iron or ductile iron fittings shall be furnished
by manufacturers who are fully experienced, reputable, and qualified. The pipe
and fittings shall be designed, constructed, and installed in accordance with the
best practices and methods, and shall comply with these specifications as
applicable.
1.03 RELATED REQUIREMENTS
Ductile or cast iron pipe and fittings shall meet the requirements ofEl-6 "Ductile
Iron Pipe", E 1-7 "Ductile Iron and Gray Iron", E 1-13 "Polyethylene Wrapping,
E2-6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iron Pipe Fittings,
and Specials" of the Fort Worth Water Department Specifications, except as noted
herein. '
1.04 SUBMITTALS
Shop drawings shall be submitted to the Engineer for approval in accordance with
Item 01300 and shall include dimensioning, methods and locations of supports,
and technical specifications for all piping furnished.
PART2 PRODUCTS 1
2.01 MATERIALS
A. Ductile Iron Pipe:
1. Ductile iron pipe shall conform to the requirements of A WW A
C150 ~'Thickness Design of Ductile Iron Pipe", and A WWA C151
(where called out) and A WWA C153 (where called out). Use
thickness Class 53 for all piping so designated on the plans.
Fort Worth Water Department 15070 - 1 Ductile Iron Pipe and Fittings
2. Ductile iron piping and fittings shall be double thickness cement
mortar lined and bituminous seal coated in accordance with
A WW A C 104. Provide manufacturer's standard bituminous
coating inside and outside of all ductile iron pipe and fittings,
except piping exposed to view shall not have the standard exterior
coating .
3. Pipe and fittings exposed to view in the finished work shall be
shop-coated with an approved rust inhibitive primer and then field
coated in accordance with Item 9900 "Painting". Buried pipe and
fittings shall be shop coated on the outside with coal tar enamel in
accordance with A WW A specifications. ·
B. Fittings: Fittiµgs for use with flanged joints or mechanical joints on
ductile iron pipe shall be cast iron or ductile iron fittings conforming to
ANSI B 16.1 or A WWA Cl 10. Flanges shall be faced and drilled in
accordance with ANSI B.16.1, Class 125. All fittings shall be pressure
rated at 250 psig. Where specifically called out in the plans, fittings shall
be ductile iron mechanical joint compact fittings per ANSI/A WW A C153.
C. Flanges: Flanges for ductile or cast iron pipe shall conform to ANSI
B 16.1, Class 125. Screwed on flanges shall be attached to the pipe in the
shop; attachment, aligning, and facing shall conform to A WW A C 115 .
All flanged pipe, including flanged-by-plain end pieces, shall be
hydrostatically tested to 175 psig.
D. Mechanical Joints: Mechanical joints for use with ductile iron pipe shall
conform to AWWA Cl 11 . Carefully assemble mechanical joints in
accordance with manufacturer's recommendations. Lubricate joint
surfaces with heavy vegetable soap solution immediately prior to
installing gasket on spigot end. If seal is defective, disassemble the joint,
thoroughly clean it, and re-assemble the joint. Do not over-tighten bolts to
compensate for poor installation practice.
E. Seal Strips: Where required on drawings, use Link Seals, as manufactured
by Thunderline Corporation, Wayne Michigan, or equal.
F. Sleeve-Type Couplings
1. Sleeve-type couplings shall be as made by Dresser Manufacturing
Division, Smith-Blair, Inc., Clow Company, or approved equal.
2. Couplings for buried pipe shall be of cast iron with stainless steel
bolts and nuts, unless otherwise indicated.
Fort Worth Water Department 15070 -2 Ductile Iron Pipe and Fittings
3. Couplings for exposed pipe shall be fitted with harness-style
couplings or joint restraints with stainless steel nuts and bolts,
unless otherwise indicated.
4. Couplings shall be provided with the gaskets of a composition
suitable for exposure to the liquid within the pipe.
G. Wall Castings
H.
I.
J.
K.
PART 3 -
1. Wall castings shall be of the sizes and types shown on the
drawings. Flanges and mechanical joint bells shall be drilled and
tapped for studs where flush with the wall.
2 . Wall casting shall be provided with an intermediate wall collar.
The collar shall be located at the center of the overall length of
casting for castings set flush with the wall. For castings which
extend through the wall, the collar shall be located such that it is
within the middle third of the wall. Collars shall either be cast
integrally with the casting or shall be of the assembled type
consisting of two mechanical joint retainer glands with gasket.
Base Bends: Base bends and tees shall have machined and drilled bases.
Filler Flanges and beveled filler flanges shall be furnished and installed as
required. Filler flanges and beveled filler flanges shall be furnished faced
and drilled complete with extra length bolts. Filler flanges shall be Clow
F-1984 or equal and beveled filler flanges shall be Clow F-1986 or
approved equal.
Blind flanges shall be furnished and installed as required. Blind flanges
shall be furnished faced and drilled to ANSI Bl6.l , 125 lb standard.
Polyethylene Encasement: Encasement for buried pipe shall be 8 mil
continuous polyethylene encasement conforming to A WW A C 105.
EXECUTION
3.01 HANDLING AND PIPE FITTINGS
A. Care shall be taken in loading, transporting, and unloading to prevent
injury to the pipe 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 coatings
shall be repaired as recommended by the manufacturer.
Fort Worth Water Department 15070 - 3 Ductile Iron Pipe and Fittings
B. If any defective pipe is discovered after it has been laid it shall be removed
and replaced w ith sound pipe in a satisfactory manner at no ex pense to the
Owner. All pipe and fittings shall thoroughly cleaned before laying, shall
be kept clean until they are used in the work, and when installed or laid,
shall conform to the lines and grades required.
3.02 LA YING EXTERIOR PIPE AND FITTINGS
A. 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
a watertight plug or other approved means. Good alignment shall be
preserved in laying. The deflection at joints shall not exceed the
recommended by manufacturer. Fittings, in addition to those shown on
the drawings , shall be provided, if required , in crossing utilities which may
be encountered upon opening the trench.
B. 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. Cement linings
shall be undamaged.
C . Joint restraint shall be provided at all fittings and other locations as
directed by the Engineer or shown on the drawings. Joint restraint shall be
provided by concrete thrust blocks and/or mechanical joint restraint.
Where pipe is installed in locations where there is insufficient undisturbed
material, mechanical joint restraint and concrete thrust blocks shall be
used. For concrete thrust blocks , bearing area shall be adequate to prevent
any movement of the fitting. Minimum bearing areas shall be according
to Figure 9 (see Appendix "A") of the Fort Worth Water Department
Specifications. Concrete shall be placed against undisturbed material , and
shall not cover joints, bolts or nuts , or interfere with removal of any joint.
Wooden side forms shall be provided for thrust blocks.
D . Jointing Ductile Iron Pipe
1. Push-on joints shaU be made in strict accordance with
manufacturer's instructions . Pipe shall be laid with bells 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 entered shall then be inserted in
alignment with the bell of the pipe to be joined, and pushed home
with a jack or other approved means. After joining the pipe, a
metal feeler shall be used to make certain that the rubber gasket is
correctly located.
2. Mechanical joints at valves , fittings, and where designated shall be
in accordance with ''Notes on Method of Installation" under ANSI
'
Fort Worth Water Department 15070 - 4
Ductile Iron Pipe and Fittings
Specification A2 l. l l and the instructions of the manufacturer. To
assemble the joints in the field, thoroughly clean the joint surfaces
and rubber gasket with soapy water before tightening the bolts.
Bolts shall be tight to the specified torques. Under no condition
shall extension wrenches or pipe over handle of ordinary ratchet
wrench be used to secure greater leverage.
3. Flanged joints shall be made using ring gaskets of rubber with
cloth insertion. Gaskets 12 inches in diameter and smaller shall be
1/16 inch thick; larger than 12 inches shall be 3/32 inch thick.
Flanged joints shall be made with bolts, bolt studs with nut on each
end, or studs with nuts where the flanged is tapped. The number
and size of bolts shall conform to the American Standard for Low
Carbon Steel, Externally and Internally Threaded Standard
Fasteners, Designation A307-68 . Bolt studs shall be of the same
quality as machine bolts .
4 . Prior to installation of sleeve-type couplings, the pipe ends shall be
cleaned thoroughly for a distance of 8 inches. Soapy water may be
used as a gasket lubricant. A follower and gasket, in that order,
shall be slipped over each pipe to a distance of about 6 inches from
the end, and the middle ring shall be placed on the already laid
pipe end until it is properly centered over the joint. The other pipe
end shall be inserted into the middle ring and brought into proper
positiqn in relation to the pipe already laid. The gaskets and
followers shall then be pressed evenly and firmly into the middle
ring flares. After the bolts have been inserted and the nuts have
been made up finger-tight, diametrically opposite nuts shall be
progressively and uniformly tightened all around the joint by use
of a torque wrench of the appropriate size and torque for the bolts.
The correct torque as indicated by a torque wrench shall not
exceed 75 ft-lb for 5/8 inch bolts and 90 ft-lb for% inch bolts.
5. After assembly and inspection and before being backfilled, all
exterior surfaces of the buried sleeve-type couplings, including the
middle and follower rings, bolts, and nuts shall be heavily and
thoroughly coated with approved heavy-body bituminous mastic.
Care shall be taken and appropriate devices used to ensure that the
underside, as well as the more readily accessible parts, are well
coated. Where flanged pipe joints are to be on either side of a
sleeve:..type coupling in the piping, sleeve-coupling bolts should
not be made up until the flanged joints have been made. To
prevent sleeve-type couplings from pulling apart under pressure, a
suitable flange clamp assembly shall be provided and installed
where shown in the drawings.
Fort Worth Water Department 15070 -5 Ductile Irori Pipe and Fittings
6. All v al ves , hydrants , fittings , and other appurtenances needed upon
the pipe lines shall be set and jointed as indicated on the drawings
or as required.
3.03 INSTALLING INTERIOR DUCTILE IRON PIPE AND FITTINGS
A. A ll pipe and fittings shall be installed true to alignment and rigidly
supported thrust anchors shall be provided where required. Any damage
to linings shall be repaired to the satisfaction of the Engineer before the
pipe in installed . Each length of pipe shall be cleaned out before erection.
B. Sleeves or wall pipe shall be installed of proper sizes for all pipes passing
through floors or walls , as shown on the drawings . Where indicated or
required for liquid or gas tightness , the pipe shall be sealed with a
mechanical seal using Link Seals or approved mechanical method.
C. Concrete inserts and hangars for 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 jointing method and their
locations shall be verified from appro v ed piping lay out drawings and the
structural drawings.
D. Flanged joints shall be made with bolts , bolt studs with a nut on each end ,
or studs where the nut is tapped . The number and size of bolts shall
conform to the same American Standard as the flanges. Bolts and nuts
shall , except as otherwise specified or noted on the drawings, be Grade B
conforming to the ASTM Standard Specification for Low Carbon Steel ,
Externally and Internally Threaded Standard Fasteners, Designation A307-
68 . Bolt studs shall be the same quality as machine bolts.
E. Gaskets shall be ring gaskets of rubber with cloth insertion. Gaskets 12
inches in diameter and smaller shall be 1/16 inch thick; larger than 12
inches in diameter , 3/32 inch thick.
F. All val ves , fittings , equipment, and appurtenances needed upon the
pipelines shall be set and jointed as indicated on the drawings or as
required. 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 have indicated requirements that piping
loads shall not be transmitted to their equipment, a certification shall be
submitted stating that such requirements have been complied with.
3.04 SURFACE PREPARATION AND PAINTING
All piping and fittings exposed to view shall have its surface prepared and be shop
painted as specified under item 9900 "Painting".
Fort Worth Water Department 15070 -6 Ductile Iron Pipe and Fittings
3 .05 FIELD PRESSURE TEST
New mains shall be hydrostatically field tested before acceptance by being placed
under 1.5 times system pressure ( or 175 psi) for a period of not less than 24 hours.
It is the intent of these specifications that all joints be watertight and that all joints
which are found to leak either by observation or during any test shall be made
watertight by the Contractor. Leakage shall be defined as the quantity of water
that must be supplied into the newly laid pipe or any valved section thereof to
maintain pressure within 5 psi of the specified test pressure after the pipe has been
filled with water and the air expelled. Leakage shall not be measured by a drop in
pressure in a test section over time. Allowable leakage shall be defined as any
leakage under the following formula:
Where :
L = SD sqrt (P) / 133 ,200
L = allowable leakage, in gallons per hour
S = length of pipe tested, in feet
D = nominal diameter of the pipe, in inches
P = average test pressure during the leakage test, in psig
If repairs are required, the hydrostatic field test shall be repeated until the pipe
installation conforms · to the specified requirements.
3.06 PAYMENT
All underground ductile iron pipe, fittings, and coatings used for water or sanitary sewer
mains shall be paid at the lump sum price for "Underground Water and Sewer Piping." .
Fort Worth Water Department 15070 • 7 Ductile Iron Pipe and Fittings
ITEM 15100
VALVES AND APPURTENANCES
PART 1 GENERAL
1.01 SCOPE OF WORK
Furnish all labor, materials, equipment, and incidentals required to completely
install and put into operation, all valves and appurtenances as specified herein and
as shown on the drawings.
1.02 RELATED WORK
Related work from "General Contract Documents and Specifications for the Fort
Worth Water Department", dated January 1978 , shall include:
A.
B.
C.
C.
D.
El-10 "Gate Valves" ' '
El-11, "Air Release Valves and Fittings"
El-26, "Resilient Seat Gate Valves"
E2-10, "Gate Valve Installation"
E2-11, "Air Release Valve Installation"
1.03 EQUIPMENT
A. Gate Valves
B. . Top Mounted Oil Cushioned Tilting Disc Check Valves
C. Combination AirN acuum Valves
D. Ball Valves -2" and smaller
E . Check Valve-2" and smaller
F. Pressure Gauge
. G. Corporation Stops
H. Mechanical Couplings
Fort Worth Water Department 15100 - 1 Valves and Appurtenances
1.04 QUALIFICATIONS
All of the types of val ves and appurtenances shall be products of well-established
firms who are full y experienced, reputable, and qualified in the manufacture of
the particular equipment to be furnished. The equipment shall be designed,
constructed, and installed in accordance with the best practices and methods and
shall comply with these specifications as applicable .
1.05 SUBMITTALS
A. The Contractor shall furnish Manufacturer's shop drawings clearly
showing material sizes , types, styles , parts , catalog numbers , and complete
details, including, but not limited to , location, lengths, and connection
details.
B . The Contractor shall submit the Manufacturer's published literature,
including technical bulletins, brochures, and operating and maintenance
instructions.
1.06 PRODUCT DELIVERY AND STORAGE
A. Delivery of Materials: Manufactured materials shall be delivered in
original, unbroken pallets , packages , containers, or bundles bearing the
label of the manufacturer.
B. Storage of Materials: All materials shall be carefully handled to prevent
abrasion, crac~ng, deformations , or other damage .
1.07 WARRANTY
Manufacturer shall guarantee against defects in material or workmanship for a
period of one (2) y ears from the data of substantial completion and acceptance
testing.
PART2 PRODUCTS
2.01 GENERAL
A. All valves and appurtenances shall be the size shown on the drawings.
B. All valves and appurtenances shall have the name of the manufacturer,
flow direction arrows, and working pressure for which they are designed
cast in raised letters upon some appropriate part of the body.
Fort Worth Water Department 15100 - 2 Valves and Appurtenances
2.02 GATE VALVES
A. Gate Valves, 2 through 12 inches: Comply with AWWA C-509 and Fort
Worth Water Department specification E 1-26 "Resilient Seated Gate
Valves".
1. Valve shall be resilient seated gate valve.
2. Buried Valves -non-rising stem with extension stem, operating
nut, and cast iron valve box and cap. Valves shall open by turning
in a clockwise direction.
3. Expos~d Valve -Flanged with manual hand-wheel actuator.
Valves actuators shall open by turning in a clockwise direction.
B. Gate Valves , 14" diameter and larger, comply with A WW A C-515.
1. Valve shall be resilient seated gate valve, 250 psi working pressure
rating.
2. Buried Valves -non-rising stem with extension stem. Valves shall
open by turning in a clockwise direction .
3. Exposed Valve-Flanged with manual hand-wheel actuator. ANSI
Class 125 flanges. Valves actuators shall open by turning in a
clockwise direction.
2 .03 TOP MOUNTED OIL CUSHIONED TILTING DISC CHECK VAL VE
A. The Contractor shall furnish and install two (2) 12" diameter oil controlled
tilting disk check valves, top mounted dashpot. Acceptable manufacturers
shall be Flowserve, Crispin, Val-Matic, Apco or approved equal.
B. Valve body shall be tested per AWWA C508 . Flanges shall be integral
flanges (ANSI Class 125). The disc seating ring shall be centrifugally cast
bronze. The valve body shall be ductile iron. A position indicator shall be
supplied and shall show position at all times.
C. The valve interior shall be coated with an epoxy coating approved (NSF-
61) for potable water. The exterior of the valve shall be shop coated with
a universal alkyld primer.
D. Nuts, bolts, and studs shall be Type 316 stainless steel.
E. A top mounted oil dashpot shall be factory installed in the downstream
inspection port to provide independent hydraulic control of the valve
Fort Worth Water Department 15100 -3 Valves and Appurtenances
opening and closing strokes to reduce water hammer. The dashpot shall
consist of a high-pressure hydraulic cylinder with internal cushion
adjustment, two external flow control valves, a pressurized oil reservoir, a
stainless steel non-pressurized oil reservoir, and piping.
F. The oil dashpot shall independently control the opening and closing stroke
(time adjustable - 5 to 30 seconds). In addition, the closing stroke shall be
two-stage with the last 10% of closing travel dampened with the internal
cylinder cushion.
G. A dashpot spacer which connects the cylinder to the valve shall have an
air gap to prevent hydraulic fluid from entering the valve and
contaminating the water system. The cylinder shall be able to be de-
coupled while the check valve is under pressure.
H. Valve manufacturer shall furnish the services of a competent technician
for the duration of time necessary to assist in the installation, adjustment,
and start-up operation, and field acceptance testing. The technician shall
instruct the Owner's personnel in the proper care, maintenance,
adjustment, and operation of the equipment and shall issue a written
certification that the equipment has been properly installed.
2.04 COMBINATION AIR/VACUUM VALVES
A. Provide combination air/vacuum valves as shown in drawings.
B. Combination valve to be 2" diameter combination air valve by as
manufactured by ARI or Vent-0-Mat.
C. Valve shall be capable of withstanding maximum surge pressure (100 psi)
without failur7. Working pressure for this application is 60 psi.
D. The inlet and outlet of the valve shall have the same cross-sectional area.
2.05 BALL VALVES -2" AND SMALLER
A. General : Ball valves shall be two piece, manually actuated, 316 stainless
steel ball and stem, bronze or cast iron body, full port with blowout proof
seams. Ball v;alves shall have TFE seats and seals. Valves shall be full
floating ball and be non-lubricated. Valve seats shall be easily adjustable
and replaceable.
B . Manufacturer: Ball valves shall be manufactured by Watts, Nibco or
approved equal.
Fort Worth Water Department 15100-4 Valves and Appurtenances
C. Application: Ball valves shall be placed at following locations within lift
station valve vault:
1. At Combination AirN acuum Valve Assembly for flow isolation.
2. At pressure gages/pressure transmitters for flow isolation.
3. At all pipe taps in pump station building for flow isolation .
2.06 CHECK VALVES -2" AND SMALLER
A. General: Check valves shall be stainless steel body, swing or ball type,
150 psi working pressure.
B. Manufacturer: Check valves, 2" and smaller, shall be manufactured by
Watts or approved equal.
2.07 PRESSURE GAUGES
Pressure gauges shall be 4" diameter, stainless steel, with 1/.i'' NPT brass bottom
connection with snubber, glycerin filled, 0-50 psi rating (suction), 0 to 150 psi
rating (discharge), mounted as shown on drawings. Pressure gauges shall be
Ashcroft or approved, equal.
2.08 CORPORATION STOPS
Corporation stops shall be of bronze or brass and shall be designed and
manufactured in accordance with A WW A Standard C800, except as modified
herein. Corporation stops shall have Mueller inlet threads except that corporation
stops for use with service clamps shall have IPS threads.
2.09 MECHANICAL COUPLINGS
A.
B.
B.
PART 3 -
Flanged Coupling Adaptors: Clow, Smith-Blair, JCM, or approved equal.
Solid Sleeve Couplings: Clow F-2533, Smith Blair 441, JCM 210, or
approved equal.
Transition Sleeve Couplings: JCM 212, Smith Blair 441, Clow, or
approved equal.
EXECUTION
3.01 INSTALLATION
Fort Worth Water Department 15100 - 5 Valves and Appurtenances
A. All valves and appurtenances shall be installed 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 prior to installation.
B. After installation, all valves and appurtenances shall be tested at the same
duration and pressure as the piping system they are in. If any joint proves
to be defective, it shall be repaired to the satisfaction of the Engineer.
C. Install all brackets , extension rods, guides, and various types of operation
and appurtenances as shown on the drawings. Before setting items,
Contractor shall check all plans and figures which have a direct bearing on
their location and he shall be responsible for the proper location of these
valves and appurtenances during the construction of the structures.
' D. All materials shall be carefully inspected for defects in workmanship and
materials , all debris and foreign material cleaned out of valve openings,
etc ; all operating mechanisms 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 defecti ve, shall be repaired
or replaced at no additional cost to the Owner.
E. Buried mechanical joints shall be made with Corr-Blue bolts , or approved
equal.
F. Buried v alves and v al v e boxes shall be set with the stem vertically aligned
in the center of the gate box. The valve box shall be supported during the
backfilling and maintain vertical alignment with finish grade.
3.02 PAYMENT
A. Valves , couplings, sleev es , transition sleeves, and corporations used in
buried pings shall be paid at the lump sum bid price for "Underground
Water and Sewer Piping".
B. All valves, couplings , sleeves , and flanged coupling adaptors within the
new pump station shall be paid at the lump sum price for "Pump Station
Mechanical" and shall include the labor and materials required to install
resilient seat gate val v es , tilting disc check valves, ball valves ,
combination air/vacuum valves, and the pressure gauges.
Fort Worth Water Department 15100 - 6
Valves and Appurtenances
PART 1 GENERAL
ITEM 15140
SUPPORTS AND HANGARS
1.01 SCOPE OF WORK
Provide all labor, materials, equipment, tools, and related items required to
furnish and install all pipe hangers, brackets, saddles, clamps, and supports for all
types of piping systems. Pipe hangers and supports shall be furnished complete
with all necessary inserts, bolts, nuts, threaded rods, washers, and other
accessories.
1.02 QUALITY ASSURANCE
Pipe supports and hangers shall be manufactured by a company regularly engaged
in the production of pipe supports and hangers such as Eleen, Grinnel, B-Line
System, or approved equal.
1.03 SUBMITTALS
The Contractor shall furnish Manufacturer's shop drawings clearly showing
material sizes, types, styles, parts, catalog numbers, and complete details,
including, but not limited to, location, lengths, and connection details. Shop
drawings shall include the maximum load carrying capacity of the support and the
' support system arrangement.
1.04 DESIGN CONDITIONS
A. In certain locations, pipe supports, anchors, and expansion joints have
been shown on the drawings , but no effort has been made to indicate every
pipe support, anchor, and expansion joint. It shall be the Contractor's
responsibility ,to provide a complete system of pipe supports, to provide
expansion joints, and to anchor all piping, in accordance with this section.
Additional pipe supports may be required adjacent to expansion joints or
couplings.
B. Concrete or fabricated steel supports shall be as indicated on the drawings,
as specified in other sections, or, in the absence of such requirements, as
permitted by the Engineer.
C. All piping shall be rigidly supported and anchored so that there is no
movement or visible sagging between supports.
Fort Worth Water Department 15140 - 1 Supports and Hangers
PART2 PRODUCTS
2.01 MATERIALS
A. All hangers, supports, brackets , and clamps located in lift station wetwell
shall be stainless steel. All hangers , supports, brackets, and clamps
located in valve vault and electrical support structure may be standard
weight galvanized steel.
B. All vertical risers shall be supported by pipe riser clamps every eight feet
maximum.
C. Install supports and hangers to permit expansion and contraction of the
piping system. When necessary to control expansion and contraction,
piping shall be guided and firmly anchored . Anchors shall be approved by
· the Engineer. No piping shall be self-supporting , nor shall it be supported
from equipment connections. Shooting of anchors into concrete will not
be allowed.
PART 3 -EXECUTION
3.01 INSTALLATION
A. Concrete inserts or anchor bolts shall be used to support piping from new
cast-in-place concrete. Expansion anchors shall be used to fasten supports
to existing concrete or masonry.
B. Design loads for inserts , brackets , clamps, supports, and other items shall
-not exceed the· manufacturer's recommended loads.
(
C. Pipe supports shall be manufactured for the size and type of pipe to which
they are applied.
3.02 PAYMENT
The work to be performed under this item shall be considered subsidiary to the
lump sum bid item far pump station mechanical.
Fort Worth Water Department 15140 - 2 Supports and Hangers
South Side Pump Station Replacement Project
ELECTRICAL AND HVAC SPECIFICATION INDEX
15950 -Heating, Ventilation and Air Conditioning
16010 -Electrical General Provisions
16110-Raceways
16120-Wire and Cable
16191 -Dry Type Transformers
16199 -Miscellaneous
16210 -Electrical Utility Service
16310 -Low Voltage Soft Starter Motor Controllers
16350 -Motor Control Center
16410 -Underground
16455 -Lightning Protection
16450 -Grounding System
1661 0 -Power Systems Study
16910 -Instrumentation '
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
PART 1 -GENERAL
1.01 SCOPE
SECTION 15950
HVAC
Page 1 of 2
A. Furnish and install heating , ventilation, and air conditioning (HVAC) systems for the pump
station. Furnish all work , labor, tools, superintendence, material, equipment , and operations
necessary to provide for a complete and workable system as shown on the PLANS and
specified herein .
B . Auxiliary and accessory devices necessary for system operation or performance , such as
supports, waterproofing, etc . shall be included . All reg isters, grilles , dampers , etc . shall be
furnished as specified or as required.
C. It is the intent of the contract documents that upon completion of the mechanical work , the
entire HVAC system shall be in a finished , workable condition.
1.02 CODES AND PERMITS
A . Secure all permits , licenses , and inspection as required by all authorities having jurisdiction .
Give all notices and comply with all laws , ordinances , rules , regulations , and contract
requirements bearing on the work .
B . Codes and ordinances having jurisd iction and specified codes shall serve as a minimum
requirements ; but, if the Contract Documents indicate requirements which are in excess of
those minimum requirements , then the requirements of the Contract Documents shall be
followed.
1.03 SUBMITTALS AND SHOP DRAWINGS
A. Submit the following in accordance with the requirements outlined in Section 01340-
Submittals: 1
B. Submit the following Process catalog submittals for each item of mechanical equipment.
Submit on the following :
1. Thermostats
C. Submit shop drawings for the following:
1. Exhaust Fans
2. Louvers
3. Unit Heaters
PART 2 -PRODUCTS
2.01 HEATING AND VENTILATION
A. Furnish heating and ventilation in areas indicated on the drawings.
B. The exhaust fans , louvers and heaters shall be as scheduled on the drawings.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
PART 3 -EXECUTION
3 .01 INSTALLATION
SECTION 15950
HVAC
Page 2 of 2
A. Install all equipment and materials as indicated on the PLANS . Align materials and
equipment in such manner as to elim inate undue stress on equipment and connections.
B . Tighten all connectors tp proper torques as spec ified herein or as spec ified by the
manufacturer
C. Provide all anchorage of materials and equipment as specified by the manufacturer or as
shown in the Contract Documents . All hardware shall be 304 stainless steel.
D. After systems have been cleaned and installed and are complete with all controls and
accessories , etc., the CONTRACTOR shall adjust and test all systems for proper operation ,
air distribution , temperatures , noise , and vibrat ion .
E. Remove all temporary labels , dirt , paint , grease and sta ins from all exposed equipment.
Upon completion of work, clean equipment and the entire installation so as to present a first
class job suitable for occupancy . No loose parts or scraps of equipment shall be left on the
premises .
F. Equipment paint scars shall be repaired with paint kits supplied by the equipment
manufacturer, or with an approved paint.
G. Clean interiors of each item of mechanical equipment. At completion of work , all equipment
interiors shall be free from dust , dirt, and debris .
3.02 TESTING
After systems have been cleaned and installed and are complete with all controls and
accessories , etc ., the CONTRACTOR shall adjust and test air-conditioning system for proper
operation , air distribution , temperatures , noise , and vibration. Provide all testing materials
and products .
3.03 WORKMANSHIP AND GUARANTEE
The workmanship throughout shall be of the highest grade and all equipment furnished shall
be guaranteed against defects in workmanship or materials for a period of not less than one
(1) year from date it is placed in operation.
LAST PAGE OF THIS SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
PART 1 -GENERAL
1.01 GENERAL CONDITIONS
SECTION 16010
Electrical General Provisions
Page 1 of 8
A. The General Conditions and Requirements , Specia l Provisions , are hereby made a part
of this Section .
B . The Electrical Drawings and Specifications under this Sect ion shall be made a part of
the Contract Documents . The Drawings and Specifications of other sections of this
contract , as well as supplements issued thereto , i nformation to bidders and pertinent
documents issued by the Owner's Representative are a part of these Drawings and
Specifications and shall be complied with in every respect. All the above documents will
be on file at the office of the Owner's representative and shall be examined by all the
bidders . Fa ilure to examine all documents shall not relieve the responsib ility or be used
as a basis for add itional compensation .
C. Furnish all work, labor,r tools , superintendence, material , equipment and operations
necessary to provide for a complete and workable electrical system as defined by the
Contract Documents.
D . Be responsible for visiting the site and checking the existing conditions . Ascertain the
conditions to be met for installing the work and adjust bid accord ingly .
E. It is the intent of the Contract Documents that upon completion of the electrical work, the
entire system shall be i n a finished , workable condition .
F . All work that may be called for in the Specificat ions but not shown on the Drawings , or,
all work that may be shown on the Drawings but not called fo r in the Specifications , shall
be performed by the Contractor as if described in both . Should work be required which
is not set forth in either document, but which work is nevertheless required for fulfilling of
the intent thereof, then the Contractor shall perform all work as fully as if it were
specifically set forth in the Contract Documents .
G. The definition of terms used throughout the Contract Documents shall be as specified by
the follow ing agencies : 1
1. Underwriters Laboratories
2 . National Electrical Manufacturers Association
3 . American National Standards Institute
4. Insulated Power Cable Eng ineers Association
5 . National Electrical Code
r
6 . National Fire Protection Association
H . The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where)
specified ", or "as (or where) scheduled" shall be taken to mean that the reference is
made to the Contract Documents , either on the Drawings or in the Specifications , or both
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
documents.
SECTION 16010
, Electrical General Provisions
Page 2 of 8
I. The use of the words "furnish ", "provide", or "install" shall be taken to mean that the item
or facility is to be both ~urnished and installed under Division 16 , unless stated to the
contrary that the item or facility is to be either furnished un,der another Division or under
another Contract, furnished under this Divis ion and installed under another Division or
under another Contract , or furnished and installed under another Division or under
another Contract.
1.02 PERMITS AND CODES
A. Secure all permits , licenses, and inspection as required by all authorities having
jurisdiction . Give all notices and comply with all laws , ordinances , rules, regulations and
contract requirements bearing on the work.
B. The minimum requirements of the electrical system installation shall conform to the
latest edition of the National Electrical Code, as well as state and local codes .
C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum
requirements, but, if the Contract Documents indicate requirements which are in excess
of those minimum requirements, then the requirements of the Contract Documents shall
be followed. Should there be any conflicts between the Cdntract Documents and codes ,
or any ordinances, report these with bid .
PART 2 -PRODUCTS
2.01 STANDARDS
A. All materials and equipment shall conform to the requirements of the Contract
Documents . They shall be new , free from defects, an ,d they shall conform to the
following standards where these organizat ions have set standards :
1. Underwriters Laboratories (UL)
2 . National Electrical Manufacturer's Association (NEMA)
3. American National Standards Association (ANSI)
4 . Insulated Cable Engireers Association (ICEA)
B. All material and equipment of the same class shall be supplied by the same
manufacturer, unless specified to the contrary.
C. All products shall bear UL labels where standards have been set for listing. All other
products shall be UL labeled. Motor control centers, switchboards, and switchgear shall
have UL labels by the manufacturer. Custom panels, modified motor starters, control
panels, and instrument , panels and the like shall be manufactured by a fabricator
approved as a UL508A shop and shall bear a UL 508A >(UL Industrial Control Panel)
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
label.
SECTION 16010
Electrical General Provisions
Page 3 of 8
D . When the Contractor provides a product for this project he shall be bound by the terms
and conditions of the Contract Documents and he shall agree to warrant and to be liable
for the merchantability and fitness of his product to the applications to which his product
is applied under the Contract Documents.
2 .02 SHOP DRAWINGS AND SUBMITTALS
A Shop drawings and submittals shall comply with Section 01300 and as specified herein .
'
B . Shop drawings shall be taken to mean detailed drawings with dimensions, schedules,
weights, capacities, installation details and pertinent information that will be needed to
describe the material or equipment in detail.
C. Submittals shall be taken to mean catalog cuts , general descriptive information , catalog
numbers and manufacturer's name.
D . Submit for review all shop drawings and submittals as hereinbefore called for.
E . Review of submittals or shop drawings shall not remove the responsibility for furnishing
materials or equipment or proper dimensions, quantity and quality, nor will such review
remove the responsibility for error in the shop drawings or submittals.
F. Failure to process submittals or shop drawings on any item and/or items specified shall
make the Contractor responsible for the suitability for the item and/or items, even though
the item and/or items installed appear to comply with the Contract Documents .
t
G. Assume all costs and liabilities which may result from the ordering of any material or
equipment prior to the review of the shop drawings or submittals, and no work shall be
done until the shop drawings or submittals have been reviewed. In case of correction or
rejection , resubmit until such time as they are accepted by the Owner's Representative ,
and such procedures will not be cause for delay.
H. Submittals and shop drawings shall be compiled from the manufacturer's latest product
data . Should there be any conflicts between this data and the Contract Documents,
report this information for each submittal and/or shop drawing.
I . Shop drawings and submittals will be returned and unchecked if the specific items
proposed are not clearly marked, or if the General Contractor's approval stamp is
omitted.
J. When requested, furnish samples of materials for acceptance review. If a sample has
been reviewed and accepted , then that item of material or equipment installed on the job
shall be equal to the sample; if it is found that the installed item is not equal, then replace
all such items with the accepted sample equivalent.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
2.03 ACCEPTANCE AND SUBSTITUTIONS
SECTION 16010
Electrical General Provisions
Page 4 of 8
A. All manufacturers named are a basis as a standard of qua li ty and substitutions of any
equal product will be · cons idered for acceptance. The judgement of equality of product
substitution shall be made by the Engineer.
'
B. Substitutions after award of Contract shall be made only within sixty (60) days after the
not ice to proceed. Furnish all required supporting data . The submittal of substitut ions for
review shall not be cause for time extensions. '
C. Where substitutions are offered , the substituted product shall meet the product
performance as set forth in the spec ified manufacturer's current catalog literature , as
well as meeting the details of the Contract Documents .
D. The details on the drawings and the requ irements of the Specifications are based on the
first listed material or equipment. If any other than the first listed material or equipment
is furnished , then assume respons ibil ity for the correct function, operation , and
accommodation of the subst ituted item . In the event of m isfits or changes in work
required, either in this section or other sections of the Contract , or in both , bear all costs
in connection with all changes arising out of the use of other than the first listed item
specified .
E. Substitutions of products under other sections may occur. Make necessary adjustments
and additions to work under Division 16 to accommodate those substitutions. Such
adjustments and add itions shall be performed in compliance with Division 16
Specifications at no add itional charge. '
F. Energy efficiency of each item of power consum ing equipment shall be considered one
of the standards for evaluation.
PART 3 -EXECUTION
3.01 CUTTING AND PATCHING
A. Cutting and patching required under this section shall be I done in a neat workmanlike
manner. Cutting lines shall be uniform and smooth.
B. Use concrete saws for large cuts in concrete and use core drills for small round cuts in
concrete .
C. Where openings are cut 1through masonry walls , provide lintel or other structural support
to protect the remaining masonry . Adequate support shall be provided during the cutting
operation to prevent damage to masonry .
D. Where large openings are cut through metal surfaces , attach metal angle around the
opening .
E. Patch concrete open ings that are to be filled with nonshrinking cementing compound .
Finish concrete patching ,shall be troweled smooth and shall be uniform with surrounding
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
surfaces .
3.02 WATERPROOFING
SECTION 16010
Electrical General Provisions
Page 5 of 8
A. Provide waterproof flash ing for each penetration of exterior walls and roofs.
' 3 .03 CONSTRUCTION REQUIREMENTS
A. Except where specifically noted or shown , the locations and elevations of equipment are
approximate and are subject to small revisions as may prove necessary or desirable at
the time the work is installed. Locations changed substantially from that shown on the
drawings shall be confirmed with the Engineer in advance of construction .
B. Where equipment is being f urnished under another Division , request from Engineer an
accepted drawing that will show exact dimensions of required locations or connections.
Install the requ ired facil ities to the exact requ irements of the accepted draw ings .
C. All work shall be done in the best and most workmanlike manner by qual ified , careful
electricians who are sk illed in their trade . The standards of work required throughout
shall be of the first class only.
D. Unless shown in deta il, the Drawings are diagrammatic 'and do not necessarily give
exact deta ils as to elevations and routing of raceways , nor do they show all offsets and
fittings ; nevertheless , install the raceway system to conform to the structural and
mechanical conditions of the construction .
E. Holes for raceway penetrat ion into sheet metal cabinets and boxes shall be accurately
made with an approved too l. Cutt ing openings with a torch or other device that produces
a jagged , rough cut will not be acceptable .
F. Cabling inside equipment shall be carefully routed , trained and laced. Cables so placed
that they obstruct equipn;ient devices will not be acceptable .
G. Equ ipment shall be set level and plumb . Supporting devices installed shall be set and
so braced that equipment is held in a rigid , tight-fitting manner.
3.04 EQUIPMENT PROTECTION
A. Provide suitable protection for all equipment , work and property against damage during
construction .
B. Assume full responsibility for material and equipment stored at the site .
C. Conduit openings shall be closed with caps or plugs during installation and made
watertight. All outlet boxes and cabinets shall be kept free of concrete , plaster , dirt and
debris .
D. Equipment shall be covered and tightly sealed against entrance of dust, dirt and
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
moisture .
SECTION 16010
Electrical General Provisions
Page 6 of 8
E. All dry-type transformers prior to energization shall be protected against moisture and
dirt absorption by a suita,ble covering. Also, maintain heat inside the covering by means
of 100 watt minimum lanips.
F. Interiors of and motor control centers shall be kept clean and dry prior to energization.
Maintain heat inside each unit with one (1) 100 watt lamp located at bottom of each
vertical section or energize section space heaters .
3.05 COOPERATION WITH WORK UNDER OTHER DIVISIONS
A. Cooperate w ith all other trades so as to facilitate the general progress of their work .
Allow all other trades every reasonable opportunity for the installation of their work and
the storage of their materials.
B. The work under this section shall follow the general building construction closely. Set all
pipe sleeves , inserts, etc., and see that openings for chases , pipes, etc .. , are provided
before concrete is placed or masonry installed.
C. Work with other trades in determining exact locations of outlets , conduits , fixtures, and
pieces of equ ipment to ' avoid interference with lines as required to maintain proper
installation of other work .
D. Make such progress in work that will not delay the work of other trades. Schedule the
work so that completion dates as established by the Engineer are met. Furnish sufficient
labor or work overtime to accomplish these requirements if directed to do so.
3.06 INSTALLATION OF WORK UNDER ANOTHER DIVISION
A. Verify the electrical capacities-of all motors and electrical equipment furnished under
other sections , or furnished by the Owner, and request wiring information from the
Engineer if wiring requirements are different from that specified under this Section . Do
not make rough-ins until equipment verification has been received .
B. Install all motors, controllers , terminal boxes , pilot devices , and miscellaneous items of
electrical equipment that are not integrally mounted with the equipment furnished under
other divisions. All such equipment shall be securely mounted and adequately
supported in a neat and workmanlike manner.
3.07 CONTINUOUS SERVICE
A. Continuous service shall be maintained on all existing circuits and equipment affected by
the work shown on the Contract Documents, except where the Owner will permit outage
for a specific time . Obtain Owner's written permission before removing any circuit from
continuous service. Where duration of proposed outage cannot be tolerated by the
Owner, provide temporary connections or portable generators as required to maintain
·service . '
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16010
Electrical General Provisions
Page 7 of 8
B. Remove all existing electrical equipment and materials made obsolete by the work called
for in the Plans and Specifications (including the Civil Drawings). All oesolete exposed
conduit and wiring shall be removed back to the source or point of concealment. If
removed back to point of concealment, the conduit shall be capped and identified with a
permanent tag as to destination. Obsolete wiring shall be removed back to source .
Obsolete Breakers in panelboards shall be marked as spares in directory and obsolete
units in motor control centers shall be marked as spare with permanent engraved
nameplates that match existing nameplates .
3.08 CHANGE ORDERS
A. In the event change orders are prepared , they shall each be itemized as to quantities in
addition to labor, materials, and overhead .
B. Pricing of change orders shall be done in compliance with the latest edition of "Means
Electrical Cost Data" and pricing shall not exceed values tabulated therein.
(
3 .09 CLEAN-UP
A. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment.
Upon completion of work, clean equipment and the entire installation so as to present a
first class job suitable for occupancy . No loose parts or scraps of equipment shall be left
on the premises .
B. Equipment paint scars rshall be repaired with paint kits supplied by the equipment
manufacturer or with an approved paint.
C. Clean interiors of each item of electrical equipment. At completion of work all equipment
interiors shall be free from dust, dirt and debris.
3.10 TESTS
A. Test all systems furnished under Division 16 and repair or replace all defective work.
Make all necessary adjustments to the systems and instruct the Owner's personnel in
the proper operation of the system.
B. Make all circuit breaker and protective relay adjustments and settings.
C. Make the following minimum tests and checks prior to energizing the electrical
equipment:
1. Check all wire and cable terminations for tightness.
2. Test all wiring as spe'cified in 16120 .
3. Test grounding system as specified in Section 16450.
4. Set all transformer taps as required to obtain the proper secondary voltage .
5. Carefully check all interlocking, control and instrument wiring for each system to
ascertain that the system will function properly as indicated by schematics, wiring
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
diagrams , or as specified herein.
SECTION 16010
Electrical General Provisions
Page 8 of 8
6. Mechanical inspection of all low voltage circuit breakers , disconnect switches , motor
starters, control equipment , etc . for proper operation .
7. Provide all instruments and equipment required for the above tests.
3.11 RECORD DRAWINGS r
A. At the start and during the progress of the job, keep one separate set of blue-line prints
for making construction notes and mark-ups .
B. Show conduit routing and wiring runs as constructed and identify each.
C . Record all deviations from the Contract Documents .
'
D. Submit set of marked-up drawings for review . The final payment will not be made until
the review is complete .
3.12 OPERATIONS AND MAINTENANCE MANUALS
A. Six (6) weeks prior to the completion of the project, compile an Operations and
Maintenance Manual on each item of equipment. These manuals shall include detailed
instructions and maintenance as well as spare parts lists . ,
B. Submit copies for review as hereinbefore specified.
C. Preliminary Operations and Maintenance Manuals shall be included with the initial
shipments.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
Part 1 -GENERAL
1.01 SCOPE
SECTION 16110
Raceways
Page 1 of 8
A. This section shall include raceways, enclosures , supporting devices ancillary fittings and
appurtenances. Furnish and install the complete raceway systems as shown on the
Drawings and as specified herein.
B. Raceway is a broad-scope term that shall be defined by the National Electrical Code
under Article 100.
1.02 APPLICATIONS
A. Except as otherwise shown on the Drawings , or otherwise specified , conduit raceways
shall be of the following type :
1. All underground conduit runs shall be made with schedule 40 PVC . Bends to grade
shall be made with pl,astic coated rigid aluminum conduit.
2 . Exposed power and control conduit shall be rigid aluminum conduit.
3 . Instrumentation , signal , and communication conduit shall be rigid steel conduit
except where areas are denoted as corrosive , NEMA 4X. in those corrosive areas
furnish plastic (PVC) coated rigid steel conuit , fittings, and boxes. Steel ·conduit is
required for the purpose of reducing the impact of electrical noise on the circuits .
4. Conduit concealed in masonry shall be plastic coated rigid aluminum or steel conduit
as required above.
r
1.03 SUBMITTALS AND SHOP DRAWINGS
A. Process catalog submittals for the following:
1. Rigid Metallic Aluminum Conduit
2. Plastic Jacketed Rigid Steel Conduit
3 . Rigid Non-Metallic Conduit
4 . Liquid-tight Flexible Conduit
5. Liquid-tight Fittings
6. Conduit Bushings
7 . Conduit Bodies
8. Conduit Sealing Fittings
9. Cast Metal Boxes
10. Tape Products
11 . Wiring Devices
12. Supporting Devices
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
13 . Labels
14 . Grounding Devices
15 . Foam Sealant
Part 2 -PRODUCTS
2.01 RACEWAYS
SECTION 16110
Raceways
Page 2 of 8
A. Rigid metallic aluminum conduit shall be manufactured of 6063 alloy , T-1 temper, with
no more than 0.02% copper content. All conduit couplings shall be threaded aluminum .
All such conduit shall be listed with UL and comply with UL-6 and ANSI C80.5 .
Aluminum conduit shall be Easco Aluminum , or equal.
B. Rigid metallic steel conduit shall be hot-dip galvanized inside and outside and over
threads . All such conduit shall comply with U.L. Standard UL-6, Federal Specification
WWC-581-D, ANSI C90), and NEMA RN1-1980 . Furnish Wheatland , Allied or equal.
C. Plastic coated rigid aluminum or steel (instrumentation) conduit shall consist of rigid steel
body that complies with above specifications for rigid metallic steel conduit , plus conduit
shall have 40 mil thick heat-fused PVC over outside and 2 mil coat of fully catalyzed
phenolic inside . The inside coat shall have the chemical resistance of the outer coating
and shall not dissolve in lacquer thinner. All couplings shall be equipped with PVC
sleeves that extend one pipe diameter or 2", whichever is less , beyond the end of the
coupling. All plastic coated conduit shall conform to NEMA Standard #RNl-1974 (Type
A) and such conduit shall be Robroy "Plastibond Red ", or equal.
D. Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for
90 degrees C and shall conform to NEMA TC-2 and UL-651 standards. Furnish Carlon ,
Cantex, or equal. Furnish manufacturer's approved solvent for joining couplings.
E. Liquid-tight flexible conduit shall consist of hot-dipped galvanized , flexible interlocking
steel core with thermoplastic cover, integral copper grour;id wire (through 1-1/4" trade
size) and shall be Anaconda Sealtite or equal.
I
2.02 CONDUIT FITTINGS
A. NEMA 4 locknuts for rigid metallic conduit shall consist of galvanized steel body with
neoprene sealing ring. Furnish Crouse-Hinds, T&B , or equal.
B. NEMA 1 locknuts for rigid metallic conduits shall be galvanized steel for use with
galvanized steel conduit and hardened aluminum for use with aluminum conduit.
(
C. Conduit field-applied hubs for sheet metal enclosures shall be aluminum body with
recessed neoprene sealing ring , threaded NPT insert, and shall be, T&B 370 AL series,
or equal products by OZ/Gedney .
D. Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with
galvanized steel core, complete with locknut and grounding bushing . All such hubs shall
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
be Crouse-Hinds Type NHU, or equal.
r
SECTION 16110
Raceways
Page 3 of 8
E . Rigid metallic conduit chase nipples, split couplings , slip fittings, unions , reducers , and
enlargers, shall be hot-dip or mechanically galvanized malleable iron .
F. Rigid metallic conduit short els and long els shall be hot-dip galvanized malleable iron
with NPT threaded hubs and male ends. Throats shall be smooth and free from burrs.
All such fittings shall be OZ/Gedney Type "9" Series, Appleton , or equal.
G. Rigid metallic conduit ~plit couplings shall have threaded body with split tightening
shelves with neoprene sandwich. Furnish malleable iron mechanically galvanized body .
Such fittings shall be OZ type "SSP", or equal.
H. Rigid metallic conduit grounding bushings shall be aluminum body with threaded hub,
bakelite insulated throat, and tin-plated copper ground lug . Furnish OZ/Gedney type
ABLG , or equal.
I. I. Liquid-tight flexible conduit fittings shall be hot-dip galvanized steel body with internal
locking ring and ground cone plus external ground wire fitting . Furnish straight or angle
connectors as required . All such connectors shall be OZ/Gedney 40 series , or equal.
J . Rigid metallic conduit expansion/deflection fittings shall consist of galvanized malleable
iron hubs with heat-fused epoxy coating, flexible neoprene joining sleeve banded to
hubs with stainless steel bands , and with internal bonding jumper and guide cones.
Furnish Crouse-Hinds type "XO" or equal.
K. Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at
each end. One hub shall be threaded to barrel and other hub shall have slip fit to allow
up to four (4") inches of conduit lateral movement. Provide external bonding jumper for
each expansion joint. Furnish Crouse-Hinds type "XJ", OZ Type "AX", or equal.
L. Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure
discs with sandwiched neoprene seal and with 316 stainless steel hardware. Furnish
OZ/Gedney type "CS" series products , as indicated.
2.03 CONDUIT BODIES AND, BOXES
A. Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be zinc coated
with malleable iron or aluminum (material shall match conduit). Covers for damp and/or
wet location use shall be gasketed cast metal with "wedge-nut" clamps. Covers for dry
locations shall be cast aluminum and hardware shall be 316 stainless steel. All covers
shall be equipped with clamp type clevises . Furnish Crouse-Hinds Form 7, or Appleton
Form "FM?" products.
B. Conduit bodies for use in corrosive areas shall be as specified above but shall have 40
mil plastic coated PVC jacket and 2 mil interior coating as specified for plastic coated
rigid steel conduit. Furnish Robroy Plasti-bond Red fittings or equal.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16110
Raceways
Page 4 of 8
C. Conduit bod ies such as "GUA'', "GUAT", "GUAL", and the like pull ing/splicing fittings
shall be cast aluminum 'with threaded cast aluminum covers . All such conduit bodies
shall be Killark "GE" series , or equal products by Crouse-H inds or Appleton .
D. Cast metal outlet boxes , pullboxes , and junction boxes whose volume is smaller than
100 cubic inches , and cast metal device boxes , shall be sand-cast , copper-free
aluminum or zinc coated sand-cast malleable iron. All boxes shall have threaded hubs.
Furnish Crouse-Hinds "FD " style condulets , Appleton "FD" style Unilets , or equal.
E. Covers for cast metal bo~es shall be gasketed cast metal covers with 316 stainless steel
screws and shall be suitable for use in wet or damp locations.
2 .04 PULL AND JUNCTION BOXES
A. Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be
furnished as specified hereinbefore except where sheet metal types are shown , in which
case , furnish such sheet metal enclosures in NEMA 4X 316 stainless steel construction
with gasketed covers of same material.
B. Pullboxes and junction boxes whose volume is 100 cubic inches and greater shall be
NEMA 4X 304 grade sta inless steel or alum inum type with gasketed sta inless steel or
aluminum covers. Provide print pocket and interior back panel for mounting of term inal
strips where terminal strips are ca ll ed for on the drawings . Sheet metal boxes shall be
as manufactured by Hoffman or equal.
C. Covers for sheetmetal pull boxes and junction boxes over 100 cubic inches (and for
smaller sized whe re shown) shall have hinged doors with 3 point padlockable latch. All
hardware shall be stainless steel for panels outs ide of buildings unless otherwise
identified on drawings . No hold down screw clamp or clip type covers are acceptable ..
D. Cast metal junction boxes shall be cast aluminum type with gasketed , cast metal covers
and w ith stainless steel cover screws .
2 .05 LABELS
A. Buried conduit detectabl,e marking tape for marking path of secondary buried conduits
shall be four (4") inch nominal width strip of detectable ,, repetitive marking "BURIED
CONDUIT" or similar language , repeated along its leng t h. · Marking tape shall be IDEAL
42-201.
B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back
and shall have "DANGER (VOLTAGE) -DISCONNECT ALL SOURCES OF POWER
BEFORE ENTERING ". Letters shall be highly visible red color on white background .
2 .06 SUPPORTING DEVICES
A. Mounting hardware , nuts , bolts , lockwashers , and washers , shall be Grade 316 stainless
steel.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16110
Raceways
Page 5 of 8
B. Unless otherwise indicated, channel framing and supporting devices shall be
manufactured of ASTM 6063 , T06 grade aluminum ; 1-5/8" wide x 3-1/4" deep (double
opening type). Clamp nuts for use w ith channels shall be grade 304 stainless steel.
C. Where indicated , furnish grade 304 stainless steel slotted channel members 1-5/8" wide
x 1-5/8" deep or 1 5/8" x 3 1/4" deep , double-faced type . All hardware and conduit
clamps shall be grade 316 stainless steel.
D. Conduit clamp supports 'tor terminating conduits onto cable trays shall be mechanically
· galvanized malleable iron with adjustable angle clamp . Fittings shall be provided with
316 sta inless steel hardware . Furnish OZ/Gedney type CTC products .
E. All such channel members and fittments shall be B-Line , Unistrut or equal.
F. Conduit straps , and associated nuts , lockwashers and bolts for use with channe ls shall
be 304 stainless steel with 316 stainless steel hardware . Furn ish B-Line products or
equal.
G . After-set concrete inserts (drilled expansion shields "D .E.S .") shall consist of two types.
For anchors to accommodate 5/16" diameter bolts and smaller, provide HILT! "HDI"
series 304 sta i nless steel anchors . For anchors to accommodate 3/8 " diameter and
larger bolts , provide HI L Tl "HVA" series with 316 stainless steel threaded inserts .
H. Hanger rod shall be 3/8 " minimum diameter Type 304 stainless steel all-thread .
I. Nest-back or clamp-back conduit supports shall be two-piece type constructed of copper
free aluminum . Furn ish Thomas & Betts 1976AL Series , or equal.
J . Conduit beam clamps shall be 316 SS and shall be as follows:
Right Angle
Parallel
Beam Rod Clamp
MANUFACTURER
G ibson Right Angle Clamp 3 16SS , or equal.
Gibson Parallel Clamp 3 16SS , or equa l.
G ibson Jr. Top Beam Clamp 316SS , or equal.
K. Hanger rod beam clamps shall be clamp type with hardened steel , bolt, Steel City "500 "
Series , Crouse-Hinds type "MW", or equal. Furnish swivel stud for each rod make-up .
L. Conduit "J" hangers shall consist be 316 stainless steel straddle with detachable bolt.
Finish shall be electro-galvanized . Furnish Gibson or equal.
(
M. Conduit "U" bolts shall be 316SS with U-Bolt Plates 316 stainless steel hex-head bolts .
Furnish Gibson or equal.
N. Equipment stands for supporting devices such as control stations, device boxes and the
like, shall consist of a welded structural aluminum c-channel and plate aluminum floor
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
plate as detailed on the drawings ..
2.07 MISCELLANEOUS MATERIAL
SECTION 16110
Raceways
Page 6 of 8
A. Double bushings for insulating wiring through sheet metal panels shall consist of mating
male and female threaded phenolic bushings . Phenolic insulation shall be high-impact
thermosetting plastic rated 150 degrees C. Furnish OZ Type "ABB", or equal.
B. Conduit pull-cords for use in empty raceways shall be glass-fiber reinforced tape with
foot-marked identification along its length. Furnish Thomas, Greenlee , or equal products.
C. Conduit thread coating compound shall be conductive, non-galling, and corrosion-
inhibiting. Furnish Crouse-Hinds Type "STL", Appleton Type "ST", or equal.
D. Plastic compound for field-coating of ferrous material products shall be PVC in liquid
form that sets-up semi-hard upon curing. Furnish Rob Roy "Rob Kote", Sedco "Patch
Coat", or equal.
' E . Zinc spray for coating galvanized steel threads shall be Research Laboratory type
"LPS", Mobil "Zinc-Spray" or equal conductive zinc-rich spray enamel product.
F. Foam sealant for waterproofing uses shall be Chase Technologies "Chase Foam", or
equal.
Part 3 -EXECUTION
3.01 RACEWAYS
A. Install the conduit system to provide the facility with the utmost degree of reliability and
maintenance free operation . The conduit system shall have the appearance of having
been installed by competent workmen. Kinked conduit , conduit inadequately supported
or carelessly installed, do not give such reliability and maintenance free operation and
will not be accepted .
B. Raceways shall be installed for all wiring runs, except as otherwise indicated .
C . Conduit sizes , where not indicated, shall be N.E.C. code-sized to accommodate the
number and diameter of wires to be pulled into the conduit. Unless otherwise indicated,
3/4" trade-size shall be minimum size conduit.
D. Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be
made parallel to the lines of the structure. Conduit shall be installed such that it does not
create a tripping hazard or an obstruction for headroom.
' E. During construction conduits shall be kept sealed at both ends using conduit caps or
plugs . Using tape to seal conduits during construction is not acceptable .
F. All runs of rigid conduit shall be threaded , and all male threads shall be coated with non-
galling thread compound prior to assembly.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16110
Raceways
Page 7 of 8
G. Plastic coated metallic conduit lengths shall be joined with threaded .metallic coupling
that shall be each equipped with a 40 mil thickness sleeve that shall extend over the
threads of the joined cqnduit. Each joint shall be watertight. Transition to non-plastic
coated conduits requires all threads to be sealed using minimum 4 wraps of Scotch #88
electrical tape .
H. Field-cut threads in runs of plastic coated metallic conduit shall be cut with a special die
that has rear reamed out oversize so as to slip over plastic coating. Do not attempt to cut
threads on plastic coated conduit with regular dies, whereby plastic coating is skinned
back to allow the incorrect die to be used. Coat all field-cut threads with cold-galvanizing
spray, use two coats to provide 1-mil minimum coating thickness .
I. Conduit runs made in concrete pours or surface-mounted runs that are attached to the
structure ,_ shall be equipped with an expansion/deflection fitting where they cross an
expansion joint , or at every 100 feet.
J. Unless otherwise shown , conduit penetrations through floors located below enclosures,
shall be made each with couplings set flush with the outside faces of the concrete pour.
Each pair of couplings shall be joined with a threaded spool piece . Use coated aluminum
or galvanized steel couplings .
{
K. Rigid metallic conduit runs shall have their couplings and connections made with
screwed fittings and shall be made up wrench-tight. Check all threaded conduit joints
prior to wire pull. Coat all male threads with Crouse-Hinds "STL" or equal , conductive
lubricant prior to joining.
L. All conduit runs shall be watertight over their lengths of run , except where drain fittings
are ind icated . In which cases, install specified drain fittings .
f
M. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors , limit
switches , bearing thermostats , and other devices that may have to be removed for
servicing . Unless otherwise indicated, maximum lengths of flex shall be three (3') feet.
N. Where plastic jacketed flex is installed , make up terminal ends with liquid-tight flex
connectors . In wet locations, install sealing gaskets on each threaded male connector.
Each flex connector shall be made-up tightly so that the minimum pull-out resistance is
at least 150 lbs . Install external spirally-wrapped ground wire around each run of liquid-
tight flex and bond each end to specified grounding-type fittings.
0. Empty conduits shall have pull-ropes installed. Identify each terminus as to location of
other end and trade size of conduit. Use blank plastic waterproof write-on label and
write information on each label with waterproof ink . Pull a mandrel through each conduit
to check and clear blockage before installing pull-rope. Owner's representative shall
witness test. Provide documentation that all conduits are clear and ready for future use .
Cap exposed ends of empty conduit with threaded plugs.
P. Conduit runs into boxes, 'cabinets and enclosures shall be set in a neat manner. Vertical
runs shall be set plumb. Conduits set cocked or out of plumb will not be acceptable.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16110
Raceways
Page 8 of 8
Q. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure
structure , torching out sill or braces , and remova l of enclosure structural members , will
not be acceptable . '
R. Use approved hole cutting tools for entrances into sheet metal enclosure . Use of cutting
torch or incorrect tools will not be acceptab le . Holes shall be cleanly cut and they shall
be free from burrs, j agged edges , and torn metal.
S. All raceways shall be swabbed clean after installation . There shall be no debris left
inside . All interior surfaces shall be smooth and free from burrs and defects that would
injure wire insulation .
3.02 CONDUIT BODIES AND BOXES
A. Conduit bod ies such as "LB", "T", "GUAT", etc ., shall be installed in exposed runs of
conduit wherever indicated and where requ ired t o overcome obstructions and to provide
pulling access to wiring. Covers for such fitt ings shall be accessible and unobstructed
by the adjacent construct ion . GUA series pulling bodies rather than LB fittings and the
like , shall be used for splicing purposes as well as pulling access.
(
B. Covers for all conduit bodies shall be installed with gasketed cast metal type where
located in damp or wet locations .
C . All condu it boxes installed whose inside volume is less than 100 cubic inches shall be
cast metal type with gasketed cast metal cover , un less otherwise indicated .
D. All conduit boxes whose inside volume exceeds 100 cubic inches shall be sheet metal
type except where gasketed cast metal type , stainless steel or fiberglass reinforced
(
polyeste r are indicated.
3.03 RACEWAY SUPPORT
A. All raceway systems shall be adequately and safely supported. Loose , sloppy and
inadequately supported raceways will not be acceptable . Supports shall be installed at
intervals not greater than those set forth by the NEC , unless shorter intervals are
otherwise indicated, or unless conditions require shorter intervals of supports .
B. Multiple runs of surface mounted conduit on concrete or masonry surfaces shall be
supported off the surface by means of aluminum or 316SS Strut. Attach each slotted
channel support to concrete surface by means of two (2) 1/4" diameter stainless steel
bolts into drilled expansion shields .
C. Conduit runs that are installed along metallic structures shall be supported by means of
hot-dipped galvanized beam clamps as specified herein .
3.04 LABELING
A. In addition to labeling requirements as specified throughout this and other Sections ,
install wiring and raceway labeling as follows:
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16110
Raceways
Page 9 of 8
1. Apply write-on identification to empty condu its to identify each conduit as to terminus
of other end and also to identify trade size of conduit.
2. Where active condu its terminate into bottoms of motor control centers , install label
on each conduit term inus and show number and size of wiring and function of
circuitry and trade size of conduit.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -G-ENERAL
1.01 SCOPE
SECTION 16120
Wire and Cable
Page 1 of 5
A. This section shall include wire and cable , terminating devices , splice kits , labeling, and
appurtenances.
1.02 SUBMITTALS AND SHOP DRAWINGS
A. Process catalog submittals for the following :
1. Power and control cable
2 . Instrument cable
3. Conductor Connectors
4. Tape Products
5. Labels
PART 2 -PRODUCTS
2 .01 WIRE AND CABLE
A. All conductors shall be soft-drawn annealed copper, Class B stranding that meets ASTM
B-8 . Copper conductors shall be uncoated, except as otherwise specified .
B. Single conductor cable for power, control , and branch circuits shall have cross-linked
polyethylene insulation , rated for 600 volts. Cable shall be NEC type XHHW. All such
cable shall be rated for wet or dry use . Cable insulation shall be color coded with factory
pigmented colors below size #6 awg . Color coding shall be as specified under Part 3 of
this section. Cable shall be as manufacturered by Southwire or equal.
C . Instrument cable for analog circuits, shall be# 16 awg , twisted shielded pairs or triads
with PVC insulation and overall jacket. Cable assembly shall be rated for 600 volts, wet
or dry locations. Furnish Okonite "Okoseal-N Type P-OS" or approved equal.
D. Single conductor cable for 24 volt de control shall be minimum size #16 . Furnish MTW
type insulation for panel wiring and THWN insulation for field wiring in conduits.
E. Ground ring and associated upcomers and grounding conductors shall be tin-plated
stranded copper.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
2.02 CONNECTORS
SECTION 16120
Wire and Cable
Page 2 of 5
A. Mechanical connectors ,for 600V class wiring shall be tin-plated copper alloy bolted
pressure type with bronze tin-plated hardware. Furnish connectors as follows :
TYPE
Single conductor
to flat-plate connector
Multiple conductor
to flat-plate
connector
TYPE
Split-bolt connector
Two-bolt parallel
connector with spacer
Cross Connector
Splice Connector
Flush ground connector
MANUFACTURER & TYPE
Blackburn LH
Blackburn L2H , L3H, L4H
MANUFACTURER & TYPE
Blackburn HPS
Blackburn 2BPW
Blackburn XT
Blackburn S
OZ Type "VG"
B. Insulated spring wire connectors, "wire-nuts", for small building wire taps and splices
shall be plated spring steel with thermoplastic jacket and pre-filled sealant. Connector
shall be rated for 600 volts, 75 degrees C continuous . Furn ish King Technology , or
equal. ·
C. Connectors for control conductor connections to screw terminals shall be crimp-type w ith
vinyl insulated barrel and tin-plated copper ring'-tongue style connector. Furnish T&B
"Sta-Kon", 3M "Scotchlok", or equal.
D. Terminal strips for miscellaneous field terminations of control and instrumentation
circuits shall consist of' 12 point box lug terminals with mark ing surface. Terminal
assembly shall accept #18 to #12 awg and shall be rated 600 volts . Furnish Allen-
Bradley #1492-HJB 12 terminal blocks.
2 .03 INSULATING PRODUCTS
A. Tape products shall be furn ished as hereinafter spec ified and shall be Plymouth,
Okonite, 3M , or equal.
r
B. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic , pressure
City of Ft. Worth ,
South Side PS Replacement Project
Water Project 0057 4
March, 2011
adhesive type , "Slipknot Grey", 3M Scotch 33+, or equal.
SECTION 16120
Wire and Cable
Page 3 of 5
C. Insulating void-filling tape and high voltage bedding tape shall be stretchable ethylene
propylene rubber with high-tack and fast fusing surfaces . Tape shall be rated for 90
degrees C continuous, 130 degrees C overload , and shall be moisture-proof. Void filling
tape shall be "Plysafe", 3M Scotch 23 , or equal.
D. High temperature protective tape shall be rated 180oC cont inuous indoor/outdoor,
stretchable , self-bonding silicone rubber . High temperature tape shall be Plysil #3455,
3M Scotch 70, or equal.
E. Insulation putty filler-tape shall be Plymouth #32074, 3M Scotchfill, or equal.
F. Arc and fireproofing tape shall be Plymouth #3318, 3M Scotch #70 or equal.
2.04 LABELS
A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color . Colors
shall be as hereinafter specified . Tape shall be Plymouth "Slipknot 45", 3M Scotch #35 ,
or equal.
B. Numbered wire marking labels shall be PVC sleeve-type markers, T&B , Brady or equal.
C. Cable identification ties shall be weather resistant polyester with blank write-on space ,
T&B, Brady or equal.
2.05 MISCELLANEOUS MATERIAL
A. Cable grips shall be gript..type wire mesh with machined metal support . Furnish Kellems ,
Appleton, or equal products.
B. Wire pulling compound shall be non-injurious to insulation and to conduit and shall be
lubricating, non-crumbling , and non-combustible. Furnish Gedney 'Wire-Quick", Ideal
"Yellow" or equal.
PART 3 -EXECUTION
3.01 POWER AND CONTROL CABLE
A. Power and control conductors shall be sized as shown and where no size is indicated,
the conductor size shall be #12 awg for power circuits #14 awg for 120 vac control
circuits, and #16 awg for instrumentation circuits.
B. Equipment grounding conductors shall be installed with type XHHW or THHN insulated
stranded copper conductors and the insulation color shall be green in sizes up to and
including #10 awg . ·
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16120
Wire and Cable
Page 4 of 5
C. Color coding shall be as follows. Non-factory color coded cables shall be marked with
specified color tape . Use the following colors :
CONDUCTOR
Phase A or L 1
Phase B or L2
Phase C
Neutral
Ground
120/208V
SYSTEMS
Black
Red
Blue
White
Green
480V
SYSTEMS
Brown
Orange
Yellow
N/A
Green
D. Branch circuits may be spliced for receptacle, lighting and small appliance load inside
appropriate junction boxes. Feeders shall be installed without splice.
E. Except as otherwise spec ified , taps and splices with #10 AWG and smaller, shall be
made with insulated spring wire connectors . Such connectors in damp or wet locations
shall be waterproofed by filling interstices around wires with silicone rubber and further
insulating with an envelope of stretched piece of EPR tape around each wire . Then ,
apply one-half lapped layer of electrical tape over all.
F. Motor connections made with #10 AWG and smaller wire shall be made up with set-
screwed copper lugs with threaded-on insulating jacket. After make-up of each
connector, install two (2) layers half-lapped , of high temperature tape over connector
barrel and down one (1 "). inch over wires .
G . Taps , splices, and connections in #8 AWG and larger wires shall be made with copper
alloy bolted pressure connectors . Each such connector shall be insulated by means of
applying insulation putty over sharp edges so as to present a smooth bonding surface .
Next, apply at least four (4) layers , half-lapped each layer of EPR tape . Then, make final
wrapping of at least three (3) layers , half-lapped each layer of electrical tape .
H. Control wiring connections to stud type and screw type terminals shall be made w ith
ring-tongue type crimp connectors . Label each terminal jacket with wire marking label at
each connection .
I. Each wire connection shall be made up tightly so that resistance of connection is as low
as equivalent length of associated conductor resistance .
J . Numbered marking labels shall be installed to identify circuit numbers from panelboards.
Install labels on each wire in each panelboard, junction, pullbox and device connection.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16120
Wire and Cable
Page 5 of 5
K. Label each wiring run with write-on waterproof labels inside motor control center . Install
write-on label ties around wire group at conduit entrance and write-on label the wire size ,
conduit size and service.
L. Install PVC sleeve type numbered marking on each control wire termination at each
terminal strip and at each device. Do this in motor control center , terminal cabinets ,
safety switches , remote controllers, pilot operators , and instrumentation equipment.
Number selected shall correspond to number on terminal strip.
M. All wiring inside equipment enclosures shall be neatly tra ined and laced with nylon tie-
wraps .
3.02 INSTRUMENTATION WIRING
A. All 4-20mA analog pairs shall have shields grounded at the instrumentation panel and
insulated on the field end unless otherwise required by instrument supplier. Single point
grounding shall be maintained.
3.03 GROUND WIRING
A. Each item of equ ipment shall be adequately and thoroughly grounded . Comply with
Article 250 of N.E.C., except where higher standards of grounding have been spec if ied .
In addition to requirements as specified under Section 16450 , install grounding fo r
general wiring systems as follows .
B. Equ ipment grounding conductors (EGC) shall be installed in each run of power and
control condu its . These wires shall be green colored in sizes #6 AWG and smaller and
green banded in larger sizes . Ground wires shall be type THHN or XHHW insulated
copper wires .
C. EGC runs into equipmert shall be grounded to equipment bus where ava ilable , or to
equipment ground lugs .
D. Where grounding type bushings are installed , bond EGC thereto, and furthermore,
ground each bushing lug to equipment ground bus or ground lug, or ground rod .
E. In each motor terminal box , install equipment ground lug and connect EGC thereto .
3.04 LABELING
A. In addition to labeling requ irements as specified throughout this Section , install wiring
and raceway labeling asfollows :
1. Apply numbered wire marking labels to control wiring terminations for each
termination in each item of equipment. Use PVC sleeve type labels.
I .
2. Apply numbered wire marking labels to power and control w iring terminations in
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16120
Wire and Cable
Page 6 of 5
motor control centers , panelboards , and at outlets, to identify circuit numbers . Use
PVC sleeve type labels.
3. Apply numbered wire marking labels to each signal wire termination in each
instrument junction box , and in each item of equipment served by instrumentation
circuits . Use PVC sleeve type labels .
4 . Apply write-on identification labels to wiring sets in each motor control center, and in
each pullbox and junction box. Show w i re size, conduit size , and line and load
information . Use waterproof plastic write-on labels with nylon tie-wraps.
3.05 TESTING
A. Each run of 600V class power and control wiring shall be tested prior to connection of
line and load . Make tests with 1 OOOV de hand-crank or n,otor driven ohmmeter. Each
run of wiring shall be tested phase-to-phase and/or phase-to-neutral, and phase-to-
ground . Test results for each test shall be equal to or greater than 25 ,000 ,000 ohms
with 1 OOOV de applied . All tests shall be made in the presence of the Owners
representative or Engineer.
B . Test all runs of signal wiring with 250V de megger. Insulation values shall meet or
exceed 1,000 ,000 ohms 'per 100 feet (cable to shield).
C . Should any cable or circuit fail to meet the above tests , replace wire and retest.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -GENERAL
1.01 SCOPE
SECTION 16191
Dry Type Transformers
Page 1 of 1
This section refers . to dry-type transformers. Furnish and install transformers as shown
on the Drawings and as specified hereinafter.
1.02 STANDARDS
Dry-type transformers shall be listed by UL and shall comply with UL-506, NEMA ST-20.
1.03 SUBMITTALS
Process catalog submittals on dry type transformers .
PART 2 -PRODUCTS
2.01 GENERAL
A. Dry type transformers 15 kV A and below shall be totally enclosed non-ventilated, 115°C
rise . Core and coil shall be totally encapsulated in sand and resin or equivalent. Dry type
transformers above 15 kVA shall be ventilated with NEMA 3R drip shields .
B . Each transformer shall b'e equipped with two 2.5% full-capacity below normal and two
2.5% full capacity above ·normal taps .
C . Furnish transformers in KVA and voltage ratings as shown on the Drawings.
Transformer enclosure shall be suitable for outdoor use . Enclosures for indoor use shall
be rated 3R. Enclosures for outdoor shall be 316 Stainless Steel
D . Sound level of each transformer shall not exceed 60 db at three feet.
f
E. Transformer shall have electrostatic shield.
F . Furnish Eaton , General Electric, Sola HD or equal products.
PART 3 -EXECUTION
3 .01 INSTALLATION
A. Install transformers where shown . Adequately support wall-mounted transformers. Use
stainless steel bolts and hardware.
B. Bond neutral of each transformer to its enclosure and to grounding electrode conductors
per NEC article 250 . Install grounding electrode conductors from transformer secondary
neutral to ground ring.
END OF SECTION
16120-1
City of Ft. Worth
South Side PS Rep lacement Project
McCreary & Assoc iates No . 06 .074
March , 2011
PART 1 -GENERAL
1.01 SCOPE
SECTION 16199
Miscellaneous
Page 1 of 3
A. This section shall include disconnect switches , wiring devices and equipment stands.
B. Furnish and install all such devices and completely connect and wire each device.
1.02 SUBMITIALS AND SHdP DRAWINGS
' A. Process catalog submittals , and equipment data for the following:
1. Wiring Devices
2. Wiring Device Covers
3. Wiring Device Boxes
4. Disconnect switches ,
5. Panel boards
6. Terminal strips
7 . Wireways
8. Light fixtures
B. Submit shop drawings for the , light pole , and equipment stands .
PART 2 -PRODUCTS
2.01 WIRING DEVICES
A. All wiring devices shall be specification grade and shall meet NEMA WD-1 requirements.
Color shall be brown , unless otherwise indicated .
B. Cover plates for wiring devices shall be Appleton FSK series unless otherwise noted on
the drawings . Boxes sh'all be Appleton type FD , cast metal , raised-lid type . Furnish
integral mounting feet where called for on the drawings. Furnish multi-gang units for two
or more switches .
C . Furnish the following miscellaneous wiring devices:
1. Single-pole , single-throw , 20A toggle switch shall be Arrow-Hart #1221 , or equal.
2 . Single-pole , double-throw (three-way) 20A toggle switch shall be Arrow-Hart #1223,
or equal.
D. Receptacles shall each consist of the following :
1. Single-gang FS cast aluminum metal box with mounting feet.
2 . Pass & Seymour #2095 DSWRBK Spec Grade, 20 Amp GFCI Receptacle :.
City of Ft. Worth
South Side PS Replacement Project
McCreary & Associates No . 06 .074
March, 2011
SECTION 16199
Miscellaneous
Page 2 of 3
3. Weatherproof flip lid deep cover meeting NEC article 410-57b (suitable for wet
locations "while in use")
E. Receptacles for sump pumps shall be Crouse-Hinds type ENR copper free aluminum
with proper rating for sump pump . Existing vault receptacles shall be replaced .
F. Plugs for sump pumps shall be changed to Crouse-Hinds type ENP upon installation for
proper -connection to sump pump power cord. Existing vault plugs shall be replaced.
2.02 TERMINAL STRIPS
A. Terminal strips for installation in junction boxes and the like shall be 600 volt, rated for 25
amps with tin-plated copper box lugs .
B. Furnish Allen-Bradley type 1492-HJ812 or equal in quantities as required .
2.03 EQUIPMENT STANDS
A. Equipment stands for n;iounting control stations (if required) shall be constructed of
structural members welded together as called for on the drawings .
B. Each equipment stand shall be installed with anchor bolts or 3/8" anchors . Furnish grout
and mastic bottom coating as ind icated on the drawings .
2.04 SAFETY SWITCHES
A. Safety switches shall be heavy duty, rated 600 volts ac and shall have class R fuses in
sizes as indicated on the drawings . Interrupting rating of all fused switches shall be
100,000 amps rms symmetrical.
B. Safety switches shall be as manufactured by Eaton , General Electric , or equal.
2.05 LIGHTING
A. Furnish and install light fixtures , and accessories as called for on the drawings.
B. Light fixtures shall be furnished with lamps.
C. Provide exterior lighting control panels for photo-cell control as shown. Supply additional
contactors and circuits for existing exterior cricuits to area lighting as required.
2 .06 ENCLOSED CIRCUIT BREAKERS
A. Circuit breaker shall be rated 480 volts, 3 pole, 60 Hz , ac and shall be as required on the
drawings , with electronic trip in sizes as indicated on drawings. Trip shall including Long
Time, Short Time, lnsta'ntaneous and Ground fault adjustable with Ampere and Trip
indicators . Interrupting rating of the breaker shall be 14,000 amps rms symmetrical at
480 volts. Enclosure and circuit breaker shall be labeled with appropriate UL listing .
City of Ft. Worth
South Side PS Replacement Project
McC reary & Associates No . 06 .074
March, 2011
Circuit breaker enclosure shall for inside shall be Nema 12.
SECTION 16199
· Miscellaneous
Page 3 of 3
B . Circuit breaker shall be as manufactured by Eaton , General Electric , Square D or equal.
2 .07 CIRCUIT BREAKER PAt;JELBOARD
A. Furn ish and install panelboards as shown on the drawi ngs and as specified herein .
B. Subm it outline and d i mensional drawings , catalog literature , and wiring diagrams , to
Engineer for review .
C . The main circuit breaker panelboard to be added shall be rated 208Y/277 vo lts, 3 pole ,
60 Hz , ac and shall be rated as scheduled. Pane lboard shall be NEMA 12 and shall be
UL labeled with solid neutral.
D . Buses shall be tin plated copper. Mains shall be as indicated on the drawings.
E . Main Circu it breaker panelboard shall be as manufactured by EATON , General Electric,
Square-0 or equal.
F. A co-ordination study shall be provided to the Engineer showing the major circu it breaker
settings for selectivity w ith the primary overcurrent protection , transformer and MCC
circuit breaker. t
G . Install panelboards where shown on the drawings and adequately support. Use stainless
steel bolt and hardware.
H . All condu its shall have grounding bushings installed and grounded to ground bus .
Vacuum clean insides of each panelboards after all connections are made .
I. All panelboard shall inclu_de a Type 2 SPD designed for panel installation with alarm and
indication of events . The SPD shall be rated as shown and shall include form C alarm
contacts for SCADA RTU input.
J. Panelboards shall be enclosures . Breakers shall have an interrupting rating of 14 ,000
amps AIC .
PART 3 -EXECUTION
3 .01 WIRING DEVICES
A. Install wiring devices where shown and support each box to wall with stainless steel
hardware into typical drilled expansion shields .
B . Set each wiring device with axis plumb and install with yoke screws so as to adequately
support each device .
3 .02 TERMINAL STRIPS
City of Ft. Worth
South Side PS Replacement Project
McCreary & Associates No. 06.074
March, 2011
SECTION 16199
Miscellaneous
Page 4 of 3
A. Install terminal strips as hereinbefore specified. Mount to enclosures or backpans with
stainless steel hardware.
B . Label each terminal directory with numbers corresponding to wire numbers landed.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -GENERAL
1.01 SCOPE
SECTION 16210
Electrical Utility Serv ice
Page 1 of 2
A. The Fort Worth existing South Side Pump St at ion is served by ONCOR Electrical
Distribution Company . The pump station secondary serv ice voltage is 480Y/277 vo lts , 3
phase , solidly grounded. The replacement pump stat ion shall also be served by
ONCOR from a new pad mounted transformer. The pump stat ion electrical serv ice shall
be 480Y/277 volts, 3 phase , solidly grounded. The Contractor shall assure that he has
reviewed with Oncor and the City of Fort Worth that the pad mounted transformer
f furnished is connected for 480Y/277 volts .
B. The Contractor shall maintain service connections to the existing pump station building
at the site and furnish and install a new service to the new service entrance motor
control center (MCC). The Contractor shall co-ordinate with ONCOR the scheduling and
the sequencing of work so as to minimize downtime . ·
C. The Contractor shall furnish the foundation pad for the new transformer pad and install
new service entrance electrical wiring from pad to the new pump station building MCC .
The work shall include furnish ing underground electrical concrete covered sand filled
duct and install ing necessary elbows , condu its , sleeves , grounding , extra cable lengths ,
and other miscellaneous hardware to terminate the service to the new equipment.
Schedul ing , sequencing and inspection by ONCOR and the Owner shall be done by the
Contractor in co -ord ination with ONCOR.
D. Empty conduits from the ONCOR overhead pole to the pad mounted transformer be
included in the work by the Contractor. ONCOR will install the cable and connect the
electrical serv ice in co-ordinat ion with the Contractor to the new pump station
transformer pad . Coordinate with ONCOR and the City of Fort Worth the removal of the
ex isting electrical service . Installation details and referenced ONCOR contact shall be
as shown on the drawing sheets .
E. This work shall be as specified herein and per ONCOR specifications and shall be
verified by the Contractor to meet the requirements of ONCOR "Electric Service
Guidelines". Scheduling , sequencing of work and inspection required by ONCOR and
the Owner shall be dqne by the Contractor in co-ordination w ith ONCOR. The
installation shall meet the latest requirements of the NESC and NEC (NFPA 70).
Contact Contact Chris Harder, P·.E ., of the City of Fort Worth , Phone : 817-392-8293 ,
email : Christopher.Harder@fortworthgov.org to determ ine the ONCOR contact and any
arrangements for the electrical service . The Contractor shall coordinate a schedule with
City of Fort worth and ONCOR to provide power to meet project schedule requirements .
F.
PART 2 -PRODUCTS
2.01 RACEWAYS
A. Raceways shall be as specified under Section 16110 .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
2 .02 WIRE AND CABLE
SECTION 16210
Electrical Utility Service
Page 2 of 2
A. Service entrance wire and cable (480 volt with neutral) shall be as specified under
Section 16120 .
PART 3 -EXECUTION
3.01 GENERAL
A. Coordinate with electric utility (ONCOR) inspector for inspection of tranformer and meter
installation and underground work prior to trenching and backfilling and as otherwise
required by utility.
B. Pull a mandrel through each conduit to check and clear blockage. Install service
conductors with cable as specified under RACEWAY SECTION. Install a tape in any
empty conduit for use by ONCOR as shown and referenced in the installation details.
C. The new service shall operate in parallel with the existing service until the new pump
station is in service. Remove the existing service after the new service and pump station
is in service.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4 ·
March, 2011
PART 1 -GENERAL
1.01 SCOPE
SECTION 16310
Low Voltage Soft Starter Motor Controllers
Page 1 of 6
A. Furnish and install 480, volt pump motor solid state reduced voltage starter motor
controllers (soft starter) as shown on the drawings and specified herein. Work shall
include all necessary materials, equipment , labor, and services .
B. Auxiliary and accessory devices necessary for system operation or performance, such
as relays or term inals to interface with other Sections of these Specifications , shall be
included .
1.02 SUBMITIALAND SHOP DRAWINGS
A. Process catalog data submittals for the following :
1. Pilot lights
2. Pilot operators
3 . Control relays
4 . Overloads
5. Starters
6 . Circuit breakers
7 . Fuses
8. Control Wire
9. Phase failure relay
10 . Ground Fault Protection
11 . Spare parts
B. Process shop drawings for the starters .
1. Elementary wiring diagrams .
2. Wiring and interconnect diagrams .
3. Enclosure frontal elevation and dimension drawings .
4. Internal component layout diagrams .
' 5 . Available conduit entry and exit locations .
6. Manufacturers product data sheets.
7 . Instruction manuals required for proper operation of the solid state starters .
C. Submit time current curves for each of overcurrent device and overload . Furnish time
current curves with shop drawings .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
1.03 QUALITY ASSURANCE '
SECTION 16310
Low Voltage Soft Starter Motor Controllers
Page 2 of 6
A. Manufacturer Qualificat ion: the manufacturer of the solid state starter shall be
experienced in manufacturing the equipment as specified herein for this Project and
have a record of successful in-service performance .
B. The solid state starter shall be designed , manufactured and tested to conform, where
applicable , with the following industry standards and specifications :
1. ANSI
2. CSA
3. IEEE
4. UL -,
5. NEC
6. EEMAC
7. NEMA
8. OSHA
C. The solid state starter and enclosure shall include a UL 508A (UL Industrial Control
Panel) Label representing that the equipment was assembled by and meets the
requirements of a UL508A shop .
1.04 DELIVERY , STORAGE AND HANDLING
Handling and shipment of the equipment shall be in such a manner to prevent internal
component damage or breaking of the equipment or breakage or denting and scoring of
the enclosure finish .
1.05 MANUFACTURERS
A. Benshaw, Inc . (as separ~te controllers only)
B. Cutler Hammer (only in MCC arrangement)
PART 2 -PRODUCTS
2.01 GENERAL
A. Motor solid state soft starter shall be Hp rated for the pump motor at 480 volts, 60 Hz, 3
phase. The starter shall be applied for reduced voltage non-reversing starting at 125%
continuously rated duty and for 500% heavy duty application for 30 seconds .
B. Circuit breaker shall have a minimum fault current interrupting rating of 25kA rms
symmetrical at 480v , 60Hz AC
City of Ft. Worth
South S ide PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16310
Low Voltage Soft Starte r Motor Controllers
Page 3 of 6
C . The integrated interrupting rating of each starter shall be at least 25 ,000 amps rms
symmetrical at 480 volts .
D . Class 5 , 10 , 15 ,20 , 25 , or 30 overloads shall be availab le for motor protect ion. Class 20
overloads shall be provided w ith starter.
E. The bypass contactor shall be fully rated for across-the-line starting duty should this be
desired w ith "S/S -Off -,ATL" selector switch .
F . Configuration of ground fault , overload relaying , and additional control equipment shall
be as shown on the control schematic drawings .
G . Control relays added for customization as shown on the control schematic drawings
shall be 3 pole double throw with pin base and matching socket. Furnish Potter &
Brumfield model RR3P with 120 volt coi l.
2 .02 ENCLOSURES
A. Enclosures shall be sized to accommodate addit ional relays , etc, as shown on the
drawings and as specified he rein. The enclosure shall be rated Nema 1 or 12 and shall
be constructed. Starter shall have circu it breaker disconnect with rotary external handle .
Provide bottom and side available conduit entrance location drawings . Provisions for a
gasketed , removable , bottom conduit entrance plate is desirable.
2 .03 COMPONENTS
A. Starters shall incorporate specified leak detection and over-temperatu re modules
supplied with pump as part of the pump control protection .
B. Control pane l voltage shall be 120 vac . Control power transformer shall be rated 150 VA
m inimum and shall have primary and secondary fuses .
C. Solid state soft starter shall be microprocessor based 120VAC control with the following
general control features : r
1. LCD AND LED STATUS AND DIAGNOSTICS
2. PROGRAMMABLE 1/0 , 2 N/0 , 2 N/C FORM Cw/HELP TEXT
3. CURRENT REGULATED CLOSED LOOP CONTROL OF STARTER RAM -
4. PROGRAMMABLE DECEL. RAMP PROFILE
5 . GENERAL FAULT CONTACT 1 N/0, N/C FORM C
6. ACCUMULATED TlME STAMPED (Plain Engl ish) EVENT RECORDER (99
EVENTS)
7 . BATTERY BACK-UP MENU PARAMETERS
8. ADJUSTABLE INITIAUMAX. CURRENT
9. START/STOP PUSHBUTTON LOCATED ON LCD DISPLAY
City of Ft. Worth
South S ide PS Replacement Project
Water Project 0057 4
March , 2011
10. ADJUSTABLE KICK CURRENT & TIME
11 . BACKSPIN TIMER
12 . DUAL RAMP
13 . ENERGY SAVER
SECTION 16310
Low Voltage Soft Starter Motor Controllers
Page 4 of 6
14 . POWER OFF LOCK-OUT RETENTION w/EMERGENCY RESTART
15 . SEQUENTIAL PROGRAMMABILITY VIA NESTED MENUS
16 . QUICK START-UP MENU
17 . TRUE SELECTABLE TORQUE RAMP
18 . PROGRAMMABLE MAINTENANCE JOG
19 . EMBEDDED DEVICE NET COMMUNICATIONS
D . Solid state soft starter shall be include the followi ng electrica l metering capabilit ies :
1. PROGRAMMABLE ~ETERING w/HELP TEXT
2 . ELAPSED TIME METER
3 . KILOWATT METER
4. POWER FACTOR METER
5 . REAL TIME CLOCK
6 . INDIVIDUAL or SCROLLING PHASE CURRENTS
7 . INDIVIDUAL or SCROLLING PHASE VOLTAGE
8. FREQUENCY METERING
9. VAR METER
10 . WH METER
11. MOTOR STARTS COUNTER
12 . % CURRENT IMBALANCE
13. INDIVIDUAL METERING PAGES w/SELECTABLE SCROLL OPTION
E. Solid state soft starter shall be include the following electrical protection capab il ities :
1. "MACHINE" GROUND FAULT PROTECTION --
2. INSTANTANEOUS ELECTRONIC OVERCURRENT TRIP--
3 . SINGLE PHASE & PHASE ROTATION PROTECTION•
4 . OVER, UNDER, & sbv TRANSIENT VOLTAGE PROTECTION
5. LINE TO LINE CURRENT IMBALANCE
6 . SHORTED SCR DETECTION DURING RUN & STOP
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16310
Low Voltage Soft Starter Motor Controllers
Page 5 of 6
7. TRUE MOTOR STALL DETECTION VIA EXTERNAL INPUT
8. FULL FAULT ANNUNCIATION
9. SELECTABLE SERVICE FACTOR FOR THE MOTOR
10. PASSCODE PROTECTION
11. PROGRAMMABLE SOLID STATE OVERLOAD
12 . OVER/UNDER FREQUENCY TRIP
r
13 . STARTS PER HOUR LIMITER
14 . TIME BETWEEN STARTS
15. CLASS 5 , 10 , 15 ,20 , 25 OR 30 OVERLAODS
16. LOCKOUT TIMES ETC. ON "CONTROL POWER LOSS"
17 . UNDER CURRENT TRIP
18 . OVER CURRENT TRIP
'
19 . OVER/ UNDER FREQUENCY
20. PROGRAMMABLE TRIP TIME DELAYS
21. REVERSE PHASE PROTECTION
22 . PHASE LOSS PROTECTION
23 . USER SELECTABLE FAULT PRIORITIES
PART 3 -EXECUTION
3 .01 FACTORY TESTS
A. The following standard factory tests shall be performed on the equipment provided under
this section . All tests shall be in accordance with the latest version of UL and NEMA
standards .
1. All printed circuit boards shall be functionally tested v ia fault finder bench equipment
prior to unit i nstallation .
2 . All final assemblies shall be load tested.
B . The manufacturer shall provide certified copies of factory test reports.
3.02 INSTALLATION
A. All equipment shall be carefully inspected after assembly and all wiring shall be checked
to ensure correctness of connections and operation .
B. Prior to energization, keep enclosures protected with plastic sheets and maintain
specified space heaters energized to prevent internal condensation , use 150W lamp in
bottom of each section .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16310
Low Voltage Soft Starter Motor Controllers
Page 6 of 6
C . Each conduit entry into bottom of cabinets shall be equipped with grounding bushing.
Bond each raceway equipment grounding conductor to its bushing ground lug , and
thence to equipment ground bus where bonding jumper shall be connected with
specified flat bus connector. Where empty conduits terminate, install blank disc in
ground ing bushing . Bring specified foot-marked pull tape through the blank penny and
label w ith plastic write-on label and show the size of conduit and the terminus of the
other end . For each active conduit , install plastic write-on label and identify cable
number, size , conduit size , and identify load served .
D. Install all power and control wiring and make all connections . Install wiring between
units . Phase band each power cable at each connection . Neatly train and lace all gutter
wiring with nylon tie wraps . Do not obstruct relays and other pan-mounted devices with
load cables . Install w ire markers to identify each control wire at each termination.
E . Install all devices, fuses , breakers , and make installation ready. Set all adjustable and
programmable devices including breaker magnetic trips.
3.03 SPARE PARTS
A. Furnish the following ppare parts with the equipment in conformance with the
specifications .
1. One timing relay for every three or less of each range and type installed complete
with mounting socket.
2. One control relay for every three or less of each range and type installed complete
with mounting socket.
3. Twenty pilot light bult;>s and 10% spare lenses .
4 . One extra overload relay for each type used.
5. Two starter coils for every three or less starters of each NEMA size installed .
6 . One set of starter contacts for every three or less starters of each NEMA size
installed .
7 . One spare phase failure relay.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -GENERAL
1.01 SCOPE
SECTION 16350
Motor Control Center
Page 1 of 8
A. Furnish and install 480 volt motor control centers as shown on the drawings and
specified herein . Work shall include all necessary materials, equipment, labor, and
services .
B. Auxiliary and accessory devices necessary for system operation or performance , such
as relays or terminals to interface with other Sections of these Specifications, shall be
included.
C . Motor control centers shall be 480 volt, three phase, three wire plus ground with
incoming section solid neutral distribution block for connection to transition sections and
automatic transfer switch.
D. Motor control centers shall be furnished with the capability for future sections by
extension of the MCC buses.
E. Motor control center shall fit in the space provided unless otherwise approved by the
Engineer.
1.02 SUBMITTAL AND SHOP DRAWINGS
A. Process catalog data (identifying specific items selected) submittals for the following : ' .
1. Pilot lights
2. Pilot Operaters
3. Control and alternator relays
4 . Timers
5. Protective relays and digital controllers
6 . Overloads and overload relays
7. Contactors
8 . Circuit breakers
9 . Circuit breaker solid state and ground fault trip units.
10. Motor circuit protectors
11. Ground fault protective devices
12;Fuses
13 . Control Wire
14. Surge protection devices
15. Power quality meters
City of Ft. Worth 1
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16350
Motor Control Center
Page 2 of 8
16 . Surge Protection Devices (formerly TVSS-Transient Voltage Surge Suppressors)
B. Process shop drawings for the motor control center.
C . A coordination study and power system analysis shall be provided to the Engineer by the
MCC manufacturer showing the existing pump station main with the main fused
disconnect switch for the facility. The study shall include the selectivity of any built-in
instantaneous protection required for the circu it breaker in co-ordination with the motor.
D. The short-circuit and protective device coordination studies shall be submitted to
the design engineer prior to receiving final approval of the distribution equipment
shop drawings and/or prior to release of equipment drawings for manufacturing. If
formal completion of the studies may cause delay in equipment manufacturing,
approval from the engineer may be obtained for preliminary submittal of sufficient
study data to ensure that the selection of device and · characteristics will be
satisfactory . See specification Section 16610 Power System Study.
1.03 STANDARDS
A. Motor control center shall have UL labels where UL labels ~pply.
PART 2 -PRODUCTS
2.01 MOTOR CONTROL CENTERS
A. Motor control center shall be Eaton , Allen-Bradley or equal designed to fit in space
shown in electrical enclosure .
B. Motor Control centers shall have NEMA 1 B wiring. Motor control centers shall be rated
for a 42 ,000 rms symmetrical interrupting rating .
C. Motor Control Centers shall consist of 20" deep structures in indoor NEMA 1 gasketed
enclosures ,
D. Paint finish of enclosures shall comply with the following minimum specifications unless
the manufacturer's standard paint processes are considered equal.
E. Clean and degrease an9 rinse all steel parts , then they shall be phosphatized to MIL
Specification TT-C-490. ·
F. Further, all steel parts shall be cleaned and oven-dried primed , and painted with an
electrostatically deposited coat.
· G . Paint thickness shall be at least 1.5 mils .
H. Main buses and vertical drops of each motor control center shall be rated 480V, three-
phase, three-wire plus ground , and they each shall be braced for 42,000 amps rms
symmetrical fault duty. Provide ground bus through each section . All buses shall be tin-
plated copper.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16350
Motor Control Center
Page 3 of 8
I. Incoming line sections shall be equipped with power quality meter Eaton 260 or equal
with optional transducer (4-20ma) outputs for kW, Amps , and Volts and spare as shown
in the schedule for remote signals . MCC-1 shall include incoming line section shall have
lightning arrestors and surge capacitors . Power quality meter shall be designed for flush
mounting with only the bezel mounting extending beyond the MCC .
J. Furnish main circuit breaker . MCC with incoming line section shall be UL listed as
Service Entrance if used for the service entrance to the facility.
K. Type 1 Surge Protective Device (SPD) shall be provided 'with minimum 120 kA/phase
unless otherwise rated op drawing. SPD shall be U/L listed for 1449 3rd edition .
L. Each group of up to four (4) MCC sections shall have 120 volt ac, 150 watt space heater
and adjustable thermostat. Wire heaters into lighting panelboard .
M . Additionally , motor control centers shall be as follows:
1. Each cubicle shall be equipped with stab-in power connections . All unused power
stab openings shall be equipped with removable insulating plugs .
2 . Signage shall be as follows :
a . Each cubicle shall have laminated plastic nameplates identifying load served .
Nameplate shall be at least 1" by 3" and shall have white letters engraved on a
black background and shall be attached with self tapping screws and adhesive
backing . Letters shall be at least 5/32" tall and shall denote load information as
shown on the one line diagram .
b. All compartments with voltages present from outside of the compartment shall
have a sign on the inside on the compartment door marked "DANGER -
DISCONNECT D'OES NOT DE-ENERGIZE ALL CIRCUITS INSIDE THIS UNIT".
Letters shall be black on yellow background and sign shall be adhesive backed
vinyl approximately 1-1/2" by 4".
3 . All motor controllers shall be full voltage, non-reversing type except where other
types are indicated . Contactors and overcurrent devices and conductors shown shall
be minimum sizes , confirm all external loads prior to manufacture.
4 . Each controller shall be in an isolated compartment, complete with its overcurrent
device, unless otheryvise indicated. Where overcurrent devices are in a separate
compartment from the associated controller, the doors of both compartments shall be
mechanically interlocked . Where individual overcurrent devices , contactors, and the
like are indicated, they too shall be housed in an isolated compartment.
5 . Provide a vertical bus shutter mechanism that covers the vertical bus stab area when
a plug-in starter or feeder is withdrawn. This feature shall allow for complete vertical
bus isolation and insulation.
;
6. Each compartment shall have a hinged door. Disconnect device operating handles
shall have on-off positions clearly marked and each handle shall have pad-locking
provisions. Compartment doors shall have mechanical interlocks to prevent their
being opened unless the disconnect is in the "Off' position; however, there shall be a
City of Ft. Worth r
South Side PS Replacement Project
Water Project 0057 4
March, 2011
defeat mechanism for authorized personnel entry.
SECTION 16350
Motor Control Center
Page 4 of 8
7. Each controller shall be equipped with its fused secondary power transformer (CPT).
VA capacity of CPTr shall be sized to handle its compartment load plus external
connected loads and motor space heater as shown on the motor schematic drawing
sheet. Prov ide double-fused primary protection for each CPT.
8. Each cubicle shall be equipped with pull-apart terminal blocks for control cable and
for stab-in cubicle power wiring. Terminal block conductors shall be tin-plated
copper .
9. Control wiring shall be type SIS for ungrounded conductors and shall be numbered
with wire mark ing labels at each terminal, device and connection . Control wires shall
be type MTW for n'eutral and grounds . Color codes shall be white for neutral
conductors, green for ground wires . Numbers shall correspond to those displayed by
t he manufacturer on their record drawings . Wire markers shall be Brady PVC sleeve
type or equal. Provide necessary terminal strips for connection of field control wiring
with 10% spares.
10 . Each controller shall be equipped with indicated pilot operators and other devices .
Each contactor shall have two normally open auxiliary contacts and two normally
closed auxiliary contacts. All auxiliary contacts not used by control circuit shall be
wired to field terminals. All pilot operators such as pilot lights , selector switches, and
pushbuttons shall be oil-tight grade . Each device shall be equipped with engraved
legend plates .
11. All pilot lights shall be equipped with indicated colored lenses . Each pilot light shall
be low-voltage , transformer type with push-to-test feature .
12. Control wiring and associated control devices in each motor control center shall be
furnished as shown; however, if different external control arrangements caused by
substitution or chariges under another Section are required, then make such
changes as required to accor:nmodate those changes . All such changes shall be
reviewed and accepted by the Engineer.
13 . Provide three overloads for each motor controller as indicated on the drawings .
Overload blocks shall be adjustable from 80% to 1 j 5% of their nominal value .
Selection of overloads shall be determined by the full-load current of motors to be
supplied . All overloads shall be mechanically-reset type with door-mounted reset
pushbuttons.
14. Motor control center arrangement and number of sections and cubicles shall be
furnished.
i 5. Each vert ical section with more than one cubicle shall be equipped with vertical
wireway . Such wireways shall have metal side barriers . Side barriers adjacent to
cubicles shall be equipped with grommeted opening into each cubicle.
16. Horizontal and vertical bus runs shall have each set of busses barriered from
cubicles with insulated barriers.
17. Each vertical sectio11 of the line-ups shall be equipped with a horizontal ground bus
that shall run continuous through all sections . Ground bus size shall be at least 1/4"
x 1" size and shall be tin-plated copper.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16350
Motor Control Center
Page 5 of 8
18. Control relays with 120 volt co ils shall be industrial type. Contacts for 120 volt
control circuits shall have contacts rated NEMA A600 . Contacts which are indicated
low energy shall be gold flashed or logic reed type . Low energy contacts shall be
used for 12 volt de status input to telemetry . Each contact shall be field convertible.
Each relay shall have open-close position ind ication . Each relay shall be fully
equipped w ith its maximum number of contacts . Control relays for 24 volt de circuits
shall have d iode suppression on coil, w ith contacts rated 10 amps at 120 vac , and
shall be general purpose type with octal pin plug-in base.
19 . Elapsed t ime meters (unless part of pump control panel) shall be panel mounted in
the door of the starter unit and shall be non-resettable with 99,999 .9 hour register
and 2.5" square beze l. Furnish Cramer model 635K or equal.
20. Alternator relays for alternating between two pumps shall be T imeMark Model 261 or
equal.
21 . Phase failure monitors if requ ired separately shall have adjustable unbalance pickup ,
and adjustable voltage dropout and adjustable time delay . Furnish TimeMark Model
2501-600, GE ITI , or approved equal.
22 . Motor branch circuit overcurrent protection for FVNR starters shall be motor c ircuit
protectors , unless otherwise indicated. Each motor circuit protector shall have
adjustable current setting pickup.
23 . Other branch overcurrent devices shall be thermal-magnet ic type, unless otherwise
indicated. Min imum IC of each thermal-magnetic breaker shall be 42 kA rms
symmetrical amps . Breaker shall have 120VAC shunt trip for ground fault protection
relay where indicated on the drawings .
24 . Each starter and ma in circuit breaker shall have ground fault protection where
indicated on the one line . Feeder breakers shall have fused primary and secondary
480V to 120V control power transformer for shunt tripping breaker by ground fault
relay . Ground fault protection system shall consist of self-powered ground fault relay
with adjustable time delay and zero sequence current transformer.
'
N . Soft-starter units (if included in the MCC) shall meet the requirements of Section 16310 .
0 . Motor control center with soft starters shall be Eaton, Allen-Bradley , or pre-approved
equal that will meet the physical size requirements shown on the drawings.
PART 3 -EXECUTION
3.01 FACTORY TESTS
A. All equipment shall be carefully inspected after assembly and all wiring shall be checked
to ensure correctness of connections and operation.
B. The MCC , accessories and wiring shall be tested in accordance with latest rev ision ANSI
C19 .3 and any other applicable ANSI standard .
C. The Owner reserves the right to witness tests. The Contractor shall notify the Owner
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
two weeks in advance of scheduled tests.
D. Five copies of certified test reports shall be submitted .
3.02 MOTOR CONTROL CEt')JTERS
SECTION 16350
Motor Control Center
Page 6 of 8
A. Prior to energization of motor control centers , keep enclosures protected with plastic
sheets and maintain specified space heaters energized to prevent internal condensation ,
use 150W lamp in bottom of each section .
B . Coordinate overload and circuit breaker settings with pump motor manufacturer and
Engineer.
C . Set sections in place and shim level, use metal shims . Bolt bottom rails to concrete pad
by means of 3/8" diameter stainless steel bolts into drilled expansion anchors . Use two
bolts per wide section, one in front and one in rear.
D. Make all field bus connections with torque wrench set to manufacturer's recommended
torque settings.
E. Each conduit entry into bottom of cabinets shall be equipped with grounding bushing.
Bond each raceway equipment grounding conductor to its bushing ground lug and
thence to equipment g'round bus where bonding jumper shall be connected with
specified flat bus connector. Where empty conduits terminate, install blank disc in
grounding bushing. Bring specified foot-marked pull tape through the blank penny and
label with plastic write-on label and show the size of conduit and the terminus of the
other end . For each active conduit , install plastic write-on label and identify cable
number, size, conduit size, and identify load served.
F . Install all power and control wiring and make all connections. Install wiring between
MCC units . Phase band, each power cable at each connection. Neatly train and lace all
gutter wiring with nylon tie wraps . Do not obstruct relays and other pan-mounted
devices with load cables. Install wire markers to identify each control wire at each
termination .
G . Install all devices, fuses , breakers , and make installation ready . Set all adjustable and
programmable devices such as breaker magnetic trips. Main breaker trip settings shall
be made as directed by Engineer.
3.03 FIELD TESTING
A. Provide primary injection testing of main incoming circuit breaker and ground fault
testing of all ground fault protective devices.
B. Verify phase rotation of motors by "bumping motors."
C . Verify proper phase connection with MCC to supply of mains to match all labeling to be
for A, B, and C phase conductors for three phase systems.
r
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
3.04 SPARE PARTS
SECTION 16350
Motor Control Center
Page 7 of 8
A. Furn ish the following spare parts with the equ ipment in conformance with the
spec ifications .
1. One t iming relay for every three or less of each range and type installed complete
w ith mounting socket,.
2. One control relay for every three or less of each range and type installed complete
with mounting socket.
3. One ground fault relay for every three or less of each range and type installed
complete with mounting socket.
4 . Twenty pilot light bulbs and 10% spare lenses.
5. One extra overload relay for each type used .
6 . One set of starter contacts for every three or less starters of each NEMA size
installed.
7. One spare phase failure relay .
3 .05 TRAINING
A. The Contractor shall provide one (1) training sess ion in the electrical room for owner's
representat ives for up to four (4) hours within two (2) months after facil ity start-up and
checkout.
B. A manufacturer's qualified representative familiar with the maintenance and servicing of
the equipment shall conduct the training session.
C. The training program shall consist of instruction on operation of the assembly , control
devices , soft-starter, circuit breakers , switches , and major components of the assembly.
D. Add itionally , the training program shall consist of instructions and requ irements for
normal troubleshooting and maintenance of the equipment including locations of resets
and circuit breakers requ ired for returning the equipment' to normal operation after a
shutdown .
E. The program shall include showing which devices and equipment the local operations or
maintenance personnel can work on and replace and the equipment that should only be
repaired by a qualified representative of the manufacturer. Devices and major
components that requ ire a maintenance timetable and procedu res to be followed as part
of an ongoing maintenance program shall be identified .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
Part 1 -GENERAL
1.01 SCOPE OF WORK
SECTION 16410
Underground
Page 1 of 2
A. Furnish and install a system of underground raceways and wiri ng as shown on the
drawings . '
1.02 APPLICATIONS
A. Except as otherwise shown on the Drawings, or otherwise specified , all underground
and in-slab conduit raceways shall be of the following type:
1. Except as otherwise specified, all power and control underground conduit runs shall
be made with schedule 40 PVC or schedule 80 PVC .
f
2 . All instrumentation underground conduit runs shall be made with plastic coated rigid
galvanized steel conduit.
1.03 SUBMITTALS
A. Process subm ittals for the following :
1. Non Metallic conduit
2. Metallic conduit
3 . Grounding Bushings
4 . Buried conduit marker tape
5. Conduit supporting saddles
6 . Detectable metallic marker tape
1.04 RELATED WORK SPECIFIED UNDER OTHER SECTIONS
'
A. Refer to Section 16110 for raceways.
B . Refer to Section 16120 for wiring.
C . Refer to Section 16450 for grounding .
D . Refer to Section 03300 for concrete .
Part 2 -PRODUCTS
2 .01 RACEWAYS
A . Raceways shall be as specified in Section 16110.
2 .02 MISCELLANEOUS
A . Gravel for underbedd i ng ,of conduits shall be washed type pea gravel.
r
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16410
Underground
Page 2 of 2
B. Plastic saddles for spacing and supporting conduits shall be interlocking types as
manufactured by Cantex.
C. Detectable marker label tape for buried conduits shall be detectable red background with
black letters with repetitive marking "CAUTION BURIED ELECTRIC LINE BELOW",
continuous along its length. Furnish IDEAL #42-201 , or equal marker tape.
Part 3 -EXECUTION
3.01 EXCAVATION AND BACKFILLING
A. Do all excavating and backfilling necessary for the installation of the work. This shall
include shoring and pumping in ditches to keep them dry until the work has been
installed.
B. All excavations shall be made to proper depth , with allowances made for floors, forms ,
beams , piping , finished grades , etc . Ground under conduits shall be undisturbed earth
or if disturbed , mechanically compacted to a density ratio of 95% before conduits are
installed.
C. All backfilling shall be made with selected soil , free of rocks and debris , and shall be
pneumatically tamped in six (6 ") inch layers to secure a field density ratio of 95%.
D. Field check and verify the locations of all underground utilities prior to any excavating .
Avoid disturbing these as far as possible . In the event existing utilities are broken into or
damaged , they shall be 'r epaired so as to make their operation equal to that before the
trench ing was started .
E. Furnish concrete cap over ductbank for all underground conduits where indicated on the
drawings unless otherwise shown .
3.02 RACEWAYS
A. All underground conduit~ shall be PVC sche.dule 40 unless otherwise noted. Conduits
shall be watertight over the entire length of the underground run.
B. Transition to non-plastic coated conduits requires all threads to be sealed using
minimum 4 wraps of Scotch #88 electrical tape .
C . Install all power, control , and signal wiring. Label each single conductor wire at each
connection with PVC sleeve type wire labels. Label each signal cable at each end with
plastic waterproof write-on type label to identify terminal connection and function and
device served .
D. Where empty conduits terminate into equipment install blank "disc" under grounding
bushing and bring specified foot-marked pull tape through disc. Label each end of each
pull tape with waterproof plastic label to identify terminus of other end and also show
conduit size.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4 1
March , 2011
3.03 WIRING
SECTION 16410
Underground
Page 3 of 2
A. All underground wiring runs shall be installed from line to load w ithout sp lice .
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
McCreary & Associates No . 06 .074
March , 2011
Part 1 -GENERAL
1.01 SCOPE
(
SECTION 16450
Grounding Systems
Page 1 of 3
A. Furnish and install complete grounding systems in accordance with Article 250 of the
National Electrica l Code as shown on the Drawings and as specified herein .
B. Provide ground ring grounding electrode system as shown on the drawings and as specified
herein.
1.02 SUBMITTALS
A. Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished,
which shall include :
1. Ground well casings
2 . Ground rods
3 . Terminal lugs and clamps
4. Exothermal welding materials
5. Ground cable
6. Ground connection hardware
Part 2 -PRODUCTS
2 .01 GROUNDING ELECTRODES
A. All ground ring grounding electrodes and grounding electrode conductors shall consist of tin
plated stranded copper. ,
8 . All ground rods shall be copper clad steel products, 3/4" diameter x 10 foot long , unless
otherwise indicated . Ground rods shall be ERITECH #613400 (grainger 2KXL5), or equal.
All ground rod connections shall be made by exothermic weld (Cadweld)
2 .02 GROUNDING DEVICES
A. Connectors shall be furnished as specified under Section 16120 .
B. Conduit grounding bushings shall be furnished as specified under Section 16110 .
C. Equipment grounding conductors shall be furnished as specified under Section 16120.
D. Flush cast metal grounding plates shall consist of bronze body with flat plate on top and
bolted clamp connector on bottom . Furnish OZ type "VG", or equal flush connectors . Each
such connector shall be furnished with silicon bronze connector bolts for installation of top-
mounted grounding connectors .
E. Exothermal welding kits shall be "Cadweld" products as manufactured by Erice. Molds,
cartridges, powder, and accessories shall be as recommended by the manufacturer.
2.03 GROUND TEST WELLS
City of Ft. Worth
South Side PS Replacement Project
McCreary & Associates No . 06.074
March , 2011
SECTION 16450
Grounding Systems
Page 2 of 3
A. Ground test wells shall be furnished each ground rod for the purpose of field testing the
ground ring sys tem.
B. Ground test wells shall each consist of ground rod w ith connector attached to a #4/0
upcomer from the ground ring and conta ined w ithin an access well with labeled top .
C. Ground test well enclosures shall be Brooks-Oldcastle product #3RT series, or equal.
Enclosures shall be 10 1 /4" diameter and shall include cast iron cover w ith integrally cut
"GROUND TEST WELL" in top of cover .
Part 3 -EXECUTION
3.01 GROUND RINGS AND GROUND WELLS
A. Install ground ring around the perimeter and under the new foundations as shown . Use tin-
plated copper stranded conductors in sizes as indicated for the ground ring . Install upcomer
with indicated wire sizes of tin plated copper conductors. Exothermally weld all connections .
The ground ring w ire shall have a m inimum cover of 24 ".
B. Unless other larger sizes are indicated on the drawings, install #2 upcomers from ground ring
to RTU , and other equipment indicated on the drawings. Install "VG" flush floor connector to
serve each upcomers and run #2 stingers from top side of each "VG" to ground bus in
equ ipment. Bond VG to rebar in concrete .
C. Install ground rods in test wells where indicated on the drawings . r
3.02 TRANSFORMER
A. Bond transformer neutral to cabinet.
B. Install grounding electrode conductor from each transformer neutral to system ground and to
local electrodes as shown. Run #2 ground w ire to ground ring .
3.03 WIRING SYSTEMS GROl,JNDING
A. All equipment enclosures , motor and transformer frames , metallic condu it systems and
exposed structural steel systems shall be grounded.
B. Equipment grounding conductors shall be run with all wiring . Sizes of equipment grounding
conductors shall be based on Article 250 of the N.E.C . except where larger sizes may be
shown. Bond each equipment grounding conductor to the equipment grounds at each end of
each run .
C. Liquid tight flex ible metal conduit in sizes 1" and larger shall be equipped with external
bonding jumpers . Use liquid tight connectors integrally equipped with suitable grounding
lugs .
D. Where conduits enter into equipment free of the metal enclosure , install grounding bushing
6n each conduit and bond bush ing lug to equipment ground bus .
E. Where conduits enter equipment enclosures, equip each penetration inside with grounding
bushing . Install bonding jumper from each grounding bushing to ground bus .
City of Ft. Worth
South Side PS Replacement Project
McCreary & Associates No . 06 .0~4
March , 2011
SECTION 16450
Grounding Systems
Page 3 of 3
F. Equipment enclosures that do not come furnished with a ground bus , install ground lug in
each enclosure that shall be bonded to the metal cabinet or backpan of the enclosure .
G . Separately derived systems shall be each grounded as shown and shall comply with Article
250 of the NEC except where higher standards are shown.
3.04 TESTING
A. All exothermic weld connections shall successfully resist moderate hammer blows . Any
connection which fails such test or if upon inspection, weld indicates a porous or deformed
connection , the weld shall be remade.
B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded.
Welds which do not meet this requirement shall be remade.
C. Test the ground resistance of the system . All test equipment shall be furnished by
Contractor and be approved by Engineer. Test equipment shall be as manufactured by
Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms.
If such resistance cannot be obtained with the system as shown, provide additional
grounding as directed by Engineer. ·
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
Part 1 -GENERAL
1.01 SCOPE
SECTION 16455
LIGHTNING PROTECTION
Page 1 of 2
Furnish and install complete lighting protection system for the new South Side pump
station building .
1.02 STANDARDS
A. The following specifications and standards of the latest issue form a part of the
specification :
1. Lightning Protection Institute (LPI) Installation Code , LPI 175 and clamps
2. National Fire Protection Association Lightning Protection Code , NFPA 78
3. Underwriter Laboratories , Inc . Installation Code , UL96A
1.03 SYSTEM DESIGN
The work covered by this section of the specifications consists of system design and
furnishing all labor, materials, and items of service required for the completion of a
functional lightning protection system as approved by the ENGINEER, and in strict
accordance with this section of the specifications .
1.04 SUBMITTALS
A. Complete design and drawings showing the type, size , and locations of all grounding ,
down conductors , roof conductors , and air terminals shall be submitted to the
ENGINEER for approval.
B. Submit shop drawings for all roof penetration details in accordance with the
requirements outlined in Civil Section or as shown on the Civil/Structural drawing plans .
1.05 QUALITY ASSURANCE
Upon completion of the installation, the lightning protection installer shall submit the
Underwriters Laboratories , Inc. Master Label certification and the Lightning Protection
Institute Certified System certification. The system will not be accepted without the UL
Master Label. Submit record drawings with the LPI forms LPI-C1-01, -02, and -03 .
1.06 STANDARDS
The system to be furnished under this specification shall be the standard product of
manufacturers regularly engaged in the production of lightning protection equipment and
shall be the manufacturer's latest approved design. The equipment shall be UL listed
and properly UL labeled. All equipment shall be new, and of a design and construction to
suit the application where it is used in accordance with accepted industry standards and
LPI, UL , NFPA, and NEC code requirements .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
Part 2 -PRODUCTS
2 .01 GENERAL
SECTION 16455
LIGHTNING PROTECTION
Page 2 of 2
A. All materials shall be copper and bronze and of t he size , weight , and construction to suit .
the application . Bolt type connectors and spl icers shall be su itable for use on Class I
structures . Pressure squeeze clamps are not acceptable . All mounting hardware shall be
sta inless steel to prevent corros ion .
B. The system shall consist of a complete system and shall include connectors , splice rs ,
bonds, copper down leads, and proper ground terminals .
2 .02 LIGHTNING PROTECTION DEVICES
A. All equipment shall be Thompson Lightning Protection products or equal. Structural steel
may be utilized as perm ltted by UL , NFPA, and LPI.
B. Down conductors shall be Thompson Lightning Protection #32 STRANDED , ground rods
#TL3510 . Ground rod connections shall be cadwelded . Provide cable holders #186X and
#166 as necessary to support all downlead , and bonding cables at 3 feet on center
maximum . Verify compatib il ity of any proposed adhesive w ith roofing system in use .
Furnish all fittments and appurtenances as required for a comp lete installation .
Part 3 -EXECUTION
3.01 INSTALLATION
A. All equipment shall be installed in a neat , workmanlike manner. Work with other trades
to insure a correct, neat and unobtrusive installation.
B. Installation shall comply in all respects to LPI Code 175. Installation shall be made by or
under supervis ion of an LPI Certified Master Installer. Completed installation to receive
system certification including submittal of Forms LIP-C1-01 ,. LPI-C1-02 , and LPI-C1-03.
C . Ground electrodes shall
1
be installed and in no instance shall they be less than 1 foot
below grade and 2 feet from foundation wal l. Driven rods shall penetrate earth at least
1 O feet.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -GENERAL
1.01 DESCRIPTION
SECTION 16610
Power System Studies
Page 1 of 8
A. General: The motor control center equipment manufacturer for South Side Pump
Station Replacement Project shall engage the services of a registered professional
engineer licensed in the state of Texas to provide short circuit, coordination, and arc
flash studies. The electrical power system shall be deemed to include the utility
company's transformers and the OWNER'S power distribution system for this project.
The short circuit, protective device coordination, and arc flash study reports shall
provide an evaluation of the electrical power systems and the model numbers and
settings of the protective devices for setting by the CONTRACTOR .
B. Scope:
1. Provide complete short circuit study, equipment interrupting or withstand evaluation ,
and a protective device coordination study for the power distribution systems .
Normal system operating method, alternate operation, and operations which could
result in maximum fault conditions shall be thoroughly addressed in the study . The
-study shall assume all motors operating at rated voltage. Electrical equipment bus
impedance shall be assumed zero . Short circuit momentary duties and interrupting
duties shall be calculated on the basis of maximum available fault current at the
motor control centers .
2. A protective device coordination study shall be performed to determine appropriate
relay settings . The study shall include all switchboards, motor control centers , motor
drive disconnect (and protective devices) and panelboard main circuit breakers .
Panelboard branch circuit devices need not be considered. The phase overcurrent
and ground-fault protection shall be included as well as settings for all other
adjustable protective devices.
3. An arc flash hazard study shall be performed based on the worst-case short circuit
scenario . The study shall be performed in accordance with the latest version of
IEEE Std 1584 . Labels shall be provided for each covered piece of equipment for
installation on the equipment. These labels will provide all necessary information for
personnel to select the proper Personnel Protective Equipment (PPE). A one-line
diagram shall be provided showing incident energy, flash protection boundary , and
pertinent ratings .
4. An equipment evaluation study shall be performed to determine the adequacy of
circuit breakers, controllers, surge arresters, busways, switches, and fuses by
tabulating and comparing the short circuit ratings of these devices with the available
fault currents .
5. Any problem areas or inadequacies in the equipment shall be promptly brought to
the ENGINEER's attention.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
SECTION 16610
Power System Studies
Page 2 of 8 March , 2011
1.02 REFERENCES
A. This Section contains references to the following documents . They are part of this
Section as specified and modified . In case of conflict between the requirements of this
Section and those of the listed documents , the requirements of this Section shall
prevail.
1. Institute of Electrical and Electronics Enginners , Inc. (IEEE)
Reference
IEEE 141-1993
IEEE 242-2001
IEEE 1584-2002
Recommended Practice for Electric
Power Distribution for Industrial Plants
Recommended Practice for Protection and
Coordination of Industrial and Commercial Power
Systems
IEEE Guide For Perform ing Arc Flash Hazard
Calculations
2. American National Standards Institute (ANSI):
ANSI CS? .12 .00 Standard General Requirements for Liquid
Immersed Distribution , Power , and Regulating
Transformers
ANSI C37 .14 Standard for Low Voltage ac Power Circuit
Breakers Used in Enclosures
ANSI C37•.010-1999 Standard Application Guide for ac High Voltage
Circuit Breakers Rated on a Symmetrical Current
Basis
ANSI C37.41 Standard Design Tests for High Voltage Fuses,
Distribution Enclosed Single-Pole A ir Switches,
Fuse Disconnecting Switches and Accessories
ANSI C37 .5 Methods for Determining therms Value of a
Sinusoidal Current Wave and Normal-Frequency
Recovery Voltage , and for Simplified Calculation of
Fault Currents
3 . The National Fire Protection Association 70 , National Electrical Code, latest edition.
1.03 SUBMITTALS FOR REVIEW/APPROVAL AND SCHEDULE
A. The short-circuit and protective device coordination studies shall be submitted to
the design engineer, prior to receiving final approval of the . distribution
equipment shop drawings and/or prior to release of equipment drawings for
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16610
Power System Studies
Page 3 of 8
manufacturing. If formal completion of the studies may cause delay in equipment
manufacturing, approval from the engineer may be obtained for preliminary
submittal of sufficien't study data to ensure that the selection of device and
characteristics will be satisfactory.
PART 2 -PRODUCTS
2 .01 REPORTS
A. The product shall be a certified report summarizing the short circuit coordination study
and conclusions or recommendations that may affect the integrity of the electric power
distribution system . As a minimum , the report shall include the following :
1. 1-line diagram of input data showing equipment, cable lengths, motors, and loads .
All data that was used as input to the report. This data shall include cable
impedances , source impedances, equipment ratings, etc.
2. The equipment manufacturer's information used to prepare the study.
3. Assumptions made during the study .
4. Short circuit calculations listing short circuit levels at each bus.
5 ~ Coordination study t ime-current curves including the instrument transformer ratios ,
model numbers of the protective relays , and simplified 1-line showing location in
circuit
6. The relay settings associated with each breaker or protective device
7 . Comparison of short circuit duties of each bus to the interrupting capacity of the
equipment protecting that bus .
(
8. All data that was used as input to the report. Th is data shall include cable
impedances, source impedances, equipment ratings , etc.
PART 3 -EXECUTION
3.01 GENERAL
Provide short circuit , coordination, and arc flash hazard studies on the electrical power
distribution system , as specified. Each study shall be performed in accordance with
IEEE Standards 141 , 242, and 1584 and shall utilize the ANSI method of short circuit
analysis in accordance with ANSI C37.010. Each study shall be performed using actual
equipment data for all equipment. Each coordination study shall use the data from the
manufacturer of protective devices .
3.02 QUALIFICATIONS
Each report shall be performed by an electrical engineering or testing service that is
(
City of Ft. Worth
South Side PS Replacement Proj ect
Water Project 0057 4
March , 2011
SECTION 16610
Power System Studies
Page 4 of 8
regularly engaged in power system studies . A Profess ional Eng ineer with proficiency in
electrical engineering pdwer studies , shall sign and seal the studies . The Professional
Eng ineer sha ll be licensed to pract ice engineering in the State of Texas , with a minimum
5 years experience in system stud ies and shall be a full-time employee of the equipment
manufacturers engineering services organization .
3 .03 SHORT CIRCUIT STUDIES
A. The CONTRACTOR shall be responsible to obtain and verify all data needed to
perfo rm the studies . Data collection shall include :
1. Contracto r shall furnish all field data as requi red by t he power system studies . The
Engineer perform ing the short-circuit and coordination studies shall furnish the
Contractor with a listing of required data . The Contractor shall exped ite collection of
t he data to eliminate unnecessary delays and ensure completion of the studies as
required for final approval of the distribut ion equipment shop drawings and/or prior to
the release of the equipment for manufacturing .
2. Source contribution ' may include present and future util ity supply , motors , and
generators .
3. Load data util ized may include existing and proposed loads obtained from Contract
· Documents provided by Owner or Contractor.
4. Include fault contribution of ex isting motors in the study , with motors < 50 hp allowed
to be grouped together. The Contractor shall obtain required existing equipment
data , if necessary , to satisfy the study requirements .
' 8 . As a min imum , each short circu it study shall include the follow ing :
1. One-Line Diagram :
a. Locat ion and function of each protect ive device in the system , such as relays ,
· direct act ing trips , fuses , etc. ·
b. Type designatio~, current rating, range or adjustment , manufacturer's style and
catalog number for all protective devices.
c. Type, manufacturer, and ratio of all instrument transformers energizing each
relay .
d. Nameplate ratings of all motors and generators with their subtransient
reactances . Transient Power, voltage ratings, impedance , primary and
secondary connections of all transformers .
e . reactances of synchronous motors and generators and synchronous reactances
' of all generators .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16610
Power System Studies
Page 5 of 8
f . Sources of short c ircuit currents such as utility t ies , generators , synchronous
motors, and induc;;tion motors .
g . All sign ificant circuit elements such as transformers , cables , breakers, fuses ,
reactors , etc .
h. Emergency as well as normal sw itch condit ions .
i. The time-current setting of ex ist ing adjustable relays and direct act ing trips , if
applicable .
j . Utility three-phase and line-to-ground available contribution with associated X/R
rat ios
k. Short-circuit reactance of rotating mach ines with associated X/R ratios
I. Cable type, construction , size , # per phase , length , impedance and condu it type
m. Bus duct type , s ize , length and impedance
n. Transformer primary & secondary voltages , winding configurations , kVA rat ing ,
impedance and X/R rat io
o . Reactor inductance and continuous ampere rat ing
2 . Impedance Diagram:
a. Available MVA or impedance from the util ity company
b . Local generated capacity impedance
c . X to R rat ios .
d. Assymmetry factors
e . Motor Contributio'ns
f . Bus impedance
g . Transformer and/or reactor impedances
h. Cable impedances
i. Equipment impedances
j . System voltages
' k. Ground scheme (resistance grounding , solid grounding , or no grounding)
3 . Calculations :
a . Determine the paths and s ituat ions where short circuit currents are the greatest.
Assume bolted faults and calculate the 3-phase and line-to-ground short circuits
of each case .
b. Calculate the maximum and minimum fault currents .
c. Provide calculation methods and assumptions .
City of Ft. Worth
$outh Side PS Replacement Project
Water Project 0057 4
March , 2011
4. Protective device evaluation :
SECTION 16610
Power System Studies
Page 6 of 8
a. Evaluate equipment and protective devices and compare to short circuit ratings
b . Adequacy of switchgear, motor control centers , and panelboard bus bars to
withstand short-circuit stresses
c. Adequacy of transformer windings to withstand short-circuit stresses
d . Cable and busway sizes for ability to withstand short-circuit heating
e . Notify Owner in writing of existing circuit protective devices improperly rated for
the calculated available fault current
f . Comments and recommendations for system improvements , where needed.
'
g. Executive summary.
3.04 COORDINATION STUDY
A. As a minimum , the coordination study for the power distribution system shall include the
following on 4-5-cycle , log-log graph .
1. Time-current curves for each protective relay or fuse showing graphically that the
settings will provide protection and selectivity within industry standards . Each curve
shall be identified, and the adjustable time and tap settings shall be specified.
2. Time-current curves for ground fault protective devices shall be separate from
overcurrent protective devices time current curves .
3. Time-current curves for each device shall be positioned to provide for maximum
selectivity to minimize system disturbances during fault clearing. Where selectivity
cannot be achieved , the ENGINEER shall be notified as to the cause .
4. Time-current curves and points for cable and equipment damage.
5. Circuit interrupting device operating and interrupting times including manufactuer's
tolerances.
6 . Indicated maximum fault values on the graph .
7. Sketch of bus and breaker arrangement.
B . Characteristics to be plotted where applicable .
1. Electric utility's protective device
2 . Medium voltage equipment relays
3. Medium and low voltage fuses including manufacturer's minimum melt, total
clearing , tolerance and damage bands
4 . Low voltage equipment circuit breaker trip devices, including manufacturer's
tolerance bands
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16610
Power System Studies
Page 7 of 8
5. Transformer full-load current , magnetizing inrush current, and ANSI transformer
withstand parameters
6. Conductor damage curves
7. Ground fault protective devices, as applicable
8 . Pertinent motor starting characteristics and motor damage points
9. Pertinent generator short-circuit decrement curve and generator damage point
10. Other system load protective devices for the largest branch circuit and the largest
feeder circuit breaker in each motor control center
C . Recommended Protective Device Settings:
1. Phase and Ground Relays :
a. Current transformer ratio
b. Current setting
c. Time setting
d . Instantaneous setting
I
e. Specialty non-overcurrent device settings
f . Recommendations on improved relaying systems , if applicable
2. Circuit Breakers :
a. Adjustable pickups and time delays (long time, short time , ground)
b . Adjustable time-current characteristic
(
c. Adjustable instantaneous pickup
d. Recommendations on improved trip systems , if applicable
3.05 ARC FLASH HAZARD STUDY
A . Colored labels shall be provided on the electrical equipment that contain:
1. Flash Hazard Boundary
2. Limited Approach Bo'undary
3 . Restricted Boundary
4 . Prohibited Boundary
5 . Incident Energy Level
6. Required Personnel Protective Equipment Class
City of Ft. Worth
South S ide PS Replacement Project
Water Project 0057 4
March , 2011
7 . Type of Fire Rated Clothing
i
3.06 FIELD ADJUSTMENT
SECTION 16610
Power System Studies
Page 8 of 8
A. Adjust relay and protective device settings according to the recommended settings
table provided by the coordination study . Field adjustments to be completed by the
engineering service division of the equipment manufacturer under the Startup and
Acceptance Testing contract portion.
B. Make minor modificatiops to equipment as required to accomplish conformance with
short-circu it and protective device coordination studies .
C . Notify Owner in writing of any required major equipment modifications .
D . Following completion of all studies , acceptance testing and startup by the field
engineering service division of the equipment manufacturer, a 2-year warranty shall be
provided on all components manufactured by the engineering service parent
manufacturing company .
E . Provide software data files only on CDs to be included with Operations and
Maintenance manuals of the equipment to be maintained by the Owner.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -GENERAL
1.01 DESCRIPTION
SECTION 16610
Power System Studies
Page 1 of 8
A. General: The motor control center equipment manufacturer for South Side Pump
Station Replacement Project shall engage the services of a registered professional
engineer licensed in the state of Texas to provide short circuit , coordination , and arc
flash studies . The electrical power system shall be deemed to include the utility
company 's transformers and the OWNER'S power distribution system for this project.
The short circuit , protective device coordination, and arc flash study reports shall
provide an evaluation of the electrical power systems and the model numbers and
settings of the protective devices for setting by the CONTRACTOR.
B. Scope :
1. Provide complete short circuit study, equipment interrupting or w ithstand evaluat ion ,
and a protective device coordination study for the power distribution systems .
Normal system operating method, alternate operation , and operations which could
result in maximum fault conditions shall be thoroughly addressed in the study. The
study shall assume all motors operating at rated voltage . Electrical equ ipment bus
impedance shall be assumed zero . Short circuit momentary duties and interrupting
duties shall be calculated on the basis of maximum available fault current at the
motor control centers.
'
2. A protective device coordination study shall be performed to determine appropriate
relay settings . The study shall include all switchboards , motor control centers , motor
drive disconnect (and protective devices) and panelboard main circu it breakers .
Panelboard branch circuit devices need not be considered . The phase overcurrent
and ground-fault protection shall be included as well as settings for all other
adjustable protective dev ices .
3. An arc flash hazard study shall be performed based on the worst-case short circuit
scenario . The study shall be performed in accordance with the latest version of
IEEE Std 1584 . Labels shall be provided for each covered piece of equipment for
installation on the equipment. These labels will prov ide all necessary information for
personnel to select the proper Personnel Protective Equipment (PPE). A one-line
diagram shall be provided showing incident energy, flash protection boundary, and
pertinent ratings .
4 . An equipment evaluation study shall be performed to determine the adequacy of
circuit breakers, controllers , surge arresters , busways , switches , and fuses by
tabulating and comparing the short circuit ratings of these devices w ith the available
fault currents .
5 . Any problem areas or inadequacies in the equipment shall be promptly brought to
the ENGINEER 's attention .
City of Ft. Worth
South Side PS Replacement Project
Water Project 00574
March, 2011
1.02 REFERENCES
SECTION 16610
Power System Studies
Page 2 of 8
A. This Section contains references to the following documents . They are part of this
Section as specified and modified . In case of conflict between the requirements of this
Section and those of the listed documents , the requirements of this Section shall
prevail.
1. Institute of Electrical and Electronics Enginners , Inc. (IEEE)
Reference
IEEE 141-1993
IEEE 242-2001
IEEE 1584-2002
Recommended Practice for Electric
Power Distribution for Industrial Plants
Recommended Practice for Protection and
Coordination of Industrial and Commercial Power
Systems
IEEE Guide For Performing Arc Flash Hazard
Calculations
2. American National Standards Institute (ANSI):
ANSI C57.12.00
'
ANSI C37 .14
ANSI C37 .010-1999
ANSI C37.41
ANSI C37 .5
Standard General Requirements for Liquid
Immersed Distribution, Power, and Regulating
Transformers
Standard for Low Voltage ac Power Circuit
Breakers Used in Enclosures
Standard Application Guide for ac High Voltage
Circuit Breakers Rated on a Symmetrical Current
Basis
Standard Design Tests for High Voltage Fuses,
Distribution Enclosed Single-Pole Air Switches ,
Fuse Disconnecting Switches and Accessories
Methods for Determining the rms Value of a
Sinusoidal Current Wave and Normal-Frequency
Recovery Voltage, and for Simplified Calculation of
Fault Currents
3. The National Fire Protection Association 70, National Electrical Code , latest edition.
1.03 SUBMITTAL$ FOR REVIEW/APPROVAL AND SCHEDULE
A. The short-circuit and protective device coordination studies shall be submitted to
the design engineer prior to receiving final approval of the distribution
equipment shop drawings and/or prior to release of equipment drawings for
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16610
Power System Studies
Page 3 of 8
manufacturing. If formal completion of the studies may cause delay in equipment
manufacturing, approval from the engineer may be obtained for preliminary
submittal of sufficient study data to ensure that the selection of device and
characteristics will be satisfactory.
PART 2 -PRODUCTS
2.01 REPORTS
A. The product shall be a certified report summarizing the short circuit coordination study
and conclusions or recommendations that may affect the integrity of the electric power
distribution system. As a minimum, the report shall include the following:
1. 1-line diagram of input data showing equipment, cable lengths, motors, and loads.
All data that was used as input to the report . This data shall include cable
impedances , source !mpedances, equipment ratings, etc.
2. The equipment manufacturer's information used to prepare the study.
3 . Assumptions made during the study .
4. Short circuit calculations listing short circuit levels at each bus.
5. Coordination study time-current curves including the instrument transformer ratios,
model numbers of the protective relays, and simplified 1-line showing location in
circuit
6 . The relay settings associated with each breaker or protective device
7. Comparison of short circuit duties of each bus to the interrupting capacity of the
equipment protecting that bus.
8. All data that was used as input to the report . This data shall include cable
impedances, source impedances , equipment ratings, etc.
PART 3 -EXECUTION
3.01 GENERAL
Provide short circuit , coordination, and arc flash hazard studies on the electrical power
distribution system , as specified. Each study shall be performed in accordance with
IEEE Standards 141 , 242, and 1584 and shall utilize the ANSI method of short circuit
analysis in accordance with ANSI C37 .010. Each study shall be performed using actual
equipment data for all equipment. Each coordination study shall use the data from the
manufacturer of protective devices .
3.02 QUALIFICATIONS
Each report shall be performed by an electrical engineering or testing service that is
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
SECTION 16610
Power System Studies
Page 4 of 8
regularly engaged in power system studies . A Professional Engineer with proficiency in
electrical engineering power studies , shall sign and seal the studies . The Professional
Engineer shall be licensed to practice engineering in the State of Texas, with a minimum
5 years experience in system studies and shall be a full-time employee of the equipment
manufacturers engineering services organization .
3 .03 SHORT CIRCUIT STUDIES
A. The CONTRACTOR shall be responsible to obtain and verify all data needed to
perform the studies. Data collection shall include:
1. Contractor shall furnish all field data as required by the power system studies. The
Engineer performing the short-circuit and coordination studies shall furnish the
Contractor with a listing of required data . The Contractor shall expedite collection of
the data to eliminate unnecessary delays and ensure completion of the studies as
required for final app'roval of the distribution equipment shop drawings and/or prior to
the release of the equipment for manufacturing.
2 . Source contribution may include present and future utility supply , motors , and
generators .
3 . Load data utilized may include existing and proposed loads obtained from Contract
Documents provided by Owner or Contractor.
4. Include fault contribution of existing motors in the study, with motors < 50 hp allowed
to be grouped together. The Contractor shall obtain required existing equipment
data, if necessary, to satisfy the study requirements.
B . As a minimum , each short circu it study shall include the following:
1. One-Line Diagram : ·
a. Location and fun.ction of each protective device in the system, such as relays,
direct acting trips ; fuses, etc.
b. Type designation, current rating, range or adjustment, manufacturer's style and
catalog number for all protective devices.
c. Type, manufacturer, and ratio of all instrument transformers energizing each
relay .
d . Nameplate ratings of all motors and generators with their subtransient
reactances . Transient Power, voltage ratings , impedance , primary and
secondary connections of all transformers.
e . reactances of synchronous motors and generators and synchronous reactances
of all generators .
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4 '
March, 2011
f . Sources of short circuit currents such as utility ties,
motors, and induction motors.
g . All significant circuit elements such as transformers ,
reactors, etc.
h . Emergency as well as normal switch conditions .
SECTION 16610
Power System Studies
Page 5 of 8
generators , synchronous
cables , breakers, fuses ,
i. The time-current setting of existing adjustable relays and direct acting trips , if
applicable .
j. Utility three-phase and line-to-ground available contribution with associated X/R
ratios
k. Short-circuit reactance of rotating machines with associated X/R ratios
I. Cable type, construction, size, # per phase , length, impedance and conduit type
m . Bus duct type , size, length and impedance
n . Transformer primary & secondary voltages , winding configurations , kVA rating ,
impedance and X/R ratio
o. Reactor inductance and continuous ampere rating
2 . Impedance Diagram :
a. Available MVA or impedance from the utility company
b. Local generated capacity impedance
c . X to R ratios.
d . Assymmetry factors
e . Motor Contributions
f . Bus impedance
g. Transformer and/or reactor impedances
h . Cable impedances
i. Equipment impedances
j. System voltages
k . Ground scheme (resistance grounding, solid grounding, or no grounding)
3. Calculations:
(
a. Determine the paths and situations where short circuit currents are the greatest.
Assume bolted faults and calculate the 3-phase and line-to-ground short circuits
of each case .
b . Calculate the maximum and minimum fault currents.
c . Provide calculation methods and assumptions.
City of Ft. Worth
South Side PS Rep lacement Project
Water Project 0057 4 '
March , 2011
4 . Protective device evaluation :
SECTION 16610
Power System Studies
Page 6 of 8
a. Evaluate equipment and protective devices and compare to short circu it ratings
b. Adequacy of switchgear, motor con t rol centers , and panelboard bus bars to
withstand short-c[rcuit stresses
c. Adequacy of transformer windings to withstand short-circuit st resses
d. Cable and busway sizes for abil ity to w ithstand short-circuit heating
e. Notify Owner in writing of existing circuit protective devices improperly rated for
the calculat ed available fault current
f. Comments and recommendations for system improvements , where needed .
g . Executive summ~ry.
3.04 COORDINATION STUDY
A. As a m ini mum , the cooid ination study fo i the po w ei d istiibuti on system shall incl ude the
following on 4-5-cycle , log-log graph .
1. Time-current curves for each protective relay or fuse showing graphically that the
· settings will provide protection and selectivity within industry standards . Each curve
shall be identified, and the adjustable time and tap settings shall be specified.
f
2 . Time-current curves for ground fau lt protective devices shall be separate from
overcurrent protective devices time current curves .
3. Time-current curves for each device shall be positioned to provide for maximum
selectivity to min i m ize system disturbances during fault clearing . Where selectivity
cannot be achieved , the ENGINEER shall be notified as to the cause .
4 . Time-current curves and points for cable and equipment damage .
5. Circu it interrupting device operating and interrupting times including manufactuer's
tolerances .
6. Indicated maximum fault values on the graph .
7 . Sketch of bus and breaker arrangement.
B . Characteristics to be plotted where applicable .
1. Electric utility 's protective device
2 . Medium voltage equipment relays
3 . Medium and low voltage fuses including manufacturer's minimum melt , total
clearing , tolerance and damage bands
4. Low voltage equipment circuit breaker trip devices , including manufacturer's
tolerance bands
City of Ft. Worth
South Side PS Replacement Project
Water Project 00574
March , 2011
SECTION 16610
Power System Studies
Page 7 of 8
5. Transformer full-load current , magnetizing inrush current, and ANSI transformer
withstand parameters
6. Conductor damage curves
7 . Ground fault protective devices , as applicable
8. Pertinent motor starting characteristics and motor damage po ints
9. Pertinent generator s,hort-circuit decrement curve and generator damage point
10 . Other system load protective devices for the largest branch circuit and the largest
feeder circu it breaker in each motor control center
C. Recommended Protective Device Settings :
1. Phase and Ground Relays:
a. Current transformer ratio
b. Current setting ,
c. Time setting
d. Instantaneous setting
e. Specialty non-overcurrent device settings
f . Recommendations on · improved relaying systems, if applicable
2. Circuit Breakers :
a. Adjustable pickups and time delays (long time , short time, ground)
b. Adjustable time-current characteristic
c. Adjustable instantaneous pickup
d. Recommendations on improved trip systems , if applicable
3.05 ARC FLASH HAZARD STUDY
A . Colored labels shall be provided on the electrical equipment that contain :
1. Flash Hazard Boundary
2. Limited Approach Boundary
3. Restricted Boundary
4. Prohibited Boundary
5. Incident Energy Level
6. Required Personnel Protective Equipment Class
~-------------------. ··-·
City of Ft. Worth
South Side PS Replacement Pr9ject
Water Project 0057 4 '
March, 2011
7 . Type of Fire Rated Clothing
3 .06 FIELD ADJUSTMENT
SECTION 16610
Power System Studies
Page 8 of 8
A. Adjust relay and protective device settings according to the recommended settings
table provided by the coordination study. Field adjustments to be completed by the
engineering service division of the equipment manufacturer under the Startup and
Acceptance Testing contract portion .
B . Make minor modifications to equipment as required to accomplish conformance with
short-circuit and protective device coordination studies.
C. Notify Owner in writing of any required major equipment modifications.
D . Following completion of all studies, acceptance testing and startup by the field
engineering service division of the equipment manufacturer, a 2-year warranty shall be
provided on all components manufactured by the engineering service parent
manufacturing company .
E. Provide software data files only on CDs to be included with Operations and
Maintenance manuals of the equipment to be maintained by the Owner.
END OF SECTION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
PART 1 -GENERAL
1.01 SCOPE
A. This section covers the general requirements for the instrumentation .
SECTION 16910
Instrumentation
Page 1 of 4
B. Auxiliary and accessory devices necessary for system operation or performance , such
as relays , din connectors , or terminals to interface with other Sections of these
Specifications , shall be included .
1.02 QUALITY ASSURANCE
A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and
whose products have be~n in satisfactory use in sim ilar service for not less than 5 years .
B. Installer: Qual ified with at least 5 years of successful instrumentation installation
experience on projects with work similar to that required for this project.
C . NEC Compliance : Comply with the National Electrical Code, NFPA 70 , as applicable to
w iring and other electrical construction of the unit.
D. UL Compliance : Provide components with UL list ing and labeling for applicable UL
categories . Custom panels , control panels , and instrument panels and the like shall be
manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A (UL
Industrial Control Panel) label.
E. Provide complete unit and installation to conform with NFPA-90A.
1.03 SUBMITTALS
A. Submit catalog literature , specification material and installation and operat ion manual for
each instrument and device specified herein .
B. Submit outline and dimensional drawings and wiring diagrams to Eng ineer for review .
C . Submit shop drawings for including wiring and dimensional outlines . Shop drawings shall
include ISA loop drawings. Loop drawings shall include all device terminal numbers and
wire numbers .
1.04 SYSTEM RESPONSIBILITY
{
A. The contractor shall assume complete "SYSTEM · RESPONSIBILITY" for the
instrumentation system . "System Respons ibility" shall mean that the Contractor is
responsible for the overall operation, satisfactory performance, and integrat ion of the
ind ividual components into the whole system so that the entire system funct ions in who le
and in its parts as intended by the Contract Documents.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
PART 2 -PRODUCTS
2.01 SURGE SUPPRESSORS
SECTION 16910
Instrumentation
Page 2 of 4
A. Surge suppressors for protecting 120vac circuits shall meet UL 1449, UL 1283 -2nd
Edition , NEMA LS-1 1992 , and ANSI/IEEE C62.41 and C62.45 . Load current rating shall
be 20 amps at 120vac. i
B. Surge suppressors shall be series connected and shall have a surge current capacity of
10 ,000 amps .
C. Surge suppressor shall be Phoenix Contact SFP 1-20/120AC .
2.02 ENCLOSURES
A. Enclosures for RTU and rinstrumentation equipment shall be hinged door type and shall
have interior mounting sub panel. Enclosure shall be Hoffman or equal. Enclosure shall
be sized to house the specified equipment, but shall not be less than the size indicated
on the drawings .
B. Enclosure rating for air-conditioned and ventilated locations shall be NEMA 12 gasketed .
Enclosure rating for outdoor or damp locations such as dry pits , etc . shall be NEMA 4X
and shall be constructed of 304 stainless steel.
r
2.03 SUCTION AND DISCHARGE PRESSURE TRANSMITIER
A. A loop powered pressure transmitter shall be installed at the location as shown on the
plans and in accordance with the manufacturer's recommendations . The transmitter
shall incorporate an integral LCD digital display reading in eng ineering units. The
pressure and level transmitters shall be provided with a Yi-inch MNPT and %-inch FNPT
pressure connection of 316L stainless steel with a ceramic measuring diaphragm. The
pressure and level transmitters shall have an accuracy of 0.2% with a 10 : 1 turndown and
zero adjustability of -10 ko +100%. The transmitters shall be field programmable using
integral pushbuttons as well as a HART hand held programmer. The pressure
transmitters shall be provided with a stainless steel mounting bracket and bleed and
block manifold valve for ease of calibration. The level and pressure transmitters shall be
a Rosemount 2051 with a bleed and block valve manifold .
B. The transmitters shall incorporate an integral LCD digital display reading in engineering
units . The transmitters shall be provided with a Yi-inch MNPT and %-inch FNPT
pressure connection of 316L stainless steel with a ceramic measuring diaphragm . The
transmitter electronics enclosure shall be epoxy coated cast aluminum with a Yi-FNPT
conduit entry and glass viewing window for the integral LCD display and shall be suitable
for NEMA 4X operation . The transmitter shall be field programmable using integral
pushbuttons as well as a HART hand held programmer. The pressure transmitter shall
be provided with a pressure range suitable for the intended line pressure . The pressure
transmitter shall include transient protector.
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March, 2011
2 .04 GROUND STORAGE TANK LEVEL (PRESSURE) TRANSMITTER
SECTION 16910
Instrumentation
Page 3 of 4
A. The Ground Storage Tank level transmitter shall be replaced with a new pressure
transmitter that is measuring the tank pressure converted to tank level. A loop powered
pressure transmitter shall be installed at the location as shown on the plans and in
accordance with the manufacturer's recommendations. The transmitter shall incorporate
an integral LCD digital display reading in engineering units. The pressure and level
transmitters shall be provided with a Yi-inch MNPT and X-inch FNPT pressure
connection of 316L stainless steel with a ceramic measuring diaphragm. The pressure
and level transmitters shall have an accuracy of 0 .2% with a 10 : 1 turndown and zero
adjustability of -10 to +100%. The transmitters shall be field programmable using
integral pushbuttons as well as a HART hand held programmer. The pressure
transmitters shall be provided with a stainless steel mounting bracket and bleed and
block manifold valve for ease of calibration. The level and pressure transmitters shall be
a Rosemount 2051 with a bleed and block valve manifold .
B. The transmitters shall incorporate an integral LCD digital display reading in engineering
units . The transmitters shall be provided with a Yi-inch MNPT and X-inch FNPT
pressure connection of 316L stainless steel with a ceramic measuring diaphragm . The
transmitter electronics enclosure shall be epoxy coated cast aluminum with a Yi-FNPT
conduit entry and glass viewing window for the integral LCD display and shall be suitable
for NEMA 4X operation. The transmitter shall be field programmable using integral
pushbuttons as well as a HART hand held programmer. The pressure transmitter shall
be provided with a pressure range suitable for the intended line pressure . The pressure
transmitter shall include transient protector.
C. Furnish one (1) hand held programmer to the City for maintaining the new pressure
transmitter.
D. Furnish and install support and enclosure(s) for the pressure transmitter with ambient
sensing thermostat, heater, GFEP circuit breakers , heat tracing for the impulse and drain
lines , and insulation for freeze protection . · ..
2.05 HIGH WATER LEVEL SWITCH (FLOOD ALARM)
A. Float Switches shall be furnished to automatically detect a (high) liquid level in the pump
station building and valve vaults. New float switches shall be included at the existing
valve vaults to replace any existing float or alarm switches. Float switches shall be non-
mercury type , low current, signal duty, normally closed .
2.06 DISCHARGE FLOW MEJERING
A. Discharge flow metering shall be a an existing transit time meter installed in discharge
meter vault with meter as shown and specified in the Civil drawing sheets and
specifications. Replace metering transducers (probes) and ancillary connectors and
cables to the meter as indicated in the drawings.
B. Ex isting transmitter in existing pump station shall be relocated to new pump station and
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
re-connected to existing RTU .
2 .07 MISCELLANEOUS
SECTION 16910
Instrumentation
Page 4 of 4
A. Terminal strips for connection of field wiring shall be DIN rail mounted channel mounted
terminals suitable for connecting #22 to #12 wire sizes. Terminals shall be solderless
box lug type with pressure plate and removable terminal marking strips. Box lugs shall
be tin plated copper. Terminals shall be Allen Bradley 1492 HMI series with required
DIN rail mounting channel and end clamps. Fused terminals for 24 volt de
instrumentation circuits shall be rated 10 57 volts de , shall have blown fuse LED indicator
and shall be Allen Bradley 1492 HS series . Fused terminals for 120 volt ac circuits shall
be rated 300 volts ac, shall have neon blown fuse indicator and shall be Allen Bradley
1492 H4 series. Terminal strips shall have factory terminal markers .
B . Control relays shall be 3 pole double throw with pin base and matching socket. Furnish
Potter & Brumfield model RR3P with 120 volt coil.
r
C . Furnish control panel devices as indicated in the drawings . 120vac pushbuttons , selector
switches , and pilot lights shall be oil tight, Allen Bradley type 800H or equal. Pilot lights
shall be transformer type and shall have push to test option .
D. Furnish intrusion detection devices for equipment , and hatches panels to be located as
indicated in the drawings . Intrusion Detectors shall be Class 9007 heavy duty limit
switches by Square-D , stainless steel proximity switches by Top Worx. For doorways
(overhead and personnel) furnish and install SENTROL 2200 Series Miniature Surface
Mount Intrus ion Detectors with stainless steel armored cable (McMaster Carr Cat. #
8039A51).
2 .08 RTU/SCADA PANEL
A. Fort Worth HSQ panel shall be relocated from the exixting pump station by the
contractor. The radio and antenna cable and accessories for the panel shall be as
shown in the drawings.
2 .09 ANTENNA TOWER
A. Antenna and tower shall be as shown in the drawings. All equipment for the antenna
shall be new.
2 .10 SCADA/RTU CONFIGURATION
A. SCADA and RTU configuration and software programming shall be by the City of Fort
Worth as described in the drawings .
B .
PART 3 -EXECUTION
3.01 ANTENNA INSTALLATION
City of Ft. Worth
South Side PS Replacement Project
Water Project 0057 4
March , 2011
SECTION 16910
Instrumentation
Page 5 of 4
A. Antenna height as noted on the drawings shall be the distance from the base of the
tower to the centerline of the Yagi antenna .
B. All supports and antennas shall be grounded as indicated on the drawings and as
required by local and national codes .
3.02 ANTENNA AND CABLE INSTALLATION
A. Weatherproof all outdoor connectors with shrink tubing, Decibel Products VB 8 Vapor
Bloc . Carefully inspect installed cable for nicks and kinks .
B. Check VSWR (voltage standing wave ratio) at each site after installation and submit test
results to engineer for review
3.03 INSTALLATION GENERAL
A. Permanently mount the instruments , and all requ ired appurtenances in accordance with
manufacturer's requirements . All work shall be done in accordance with industry
standards , the NEC , ISA recommendations and in a workmanship like manner.
B. Calibrate , and test all instruments .
C. Certify that all instrument installations and calibrations are done in accordance with ISA
and the manufacturer's recommendations .
D. Provide completed ISA calibration sheets for all new instruments provided.
E. All surge suppression devices shall be grounded with minimum #8 ground wire.
3.04 OPERATIONS AND MAINTENANCE MANUALS
A. Six (6) weeks prior to the completion of the project , compile an Operations and
Maintenance Manual on the instrumentation equipment. These manuals shall include
detailed instructions , periodic cal ibration requirements and maintenance, as well as
recommended spare parts lists.
B. Submit for review per Contract General Conditions .
END OF SECTION
BONDS, INSURANCE,
And CONSTRUCTION CONTRACT
PERFORMANCE BOND
Bond # 4382343
THE STATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS : That we (1) Steve Dake Construction, Inc. dba Dake Construction
a (2) Corporation of Texas hereinafter called Principal, and (3) SureTec Insurance Company,
a corporation organi:r.ed and existing under the laws of the State Texas and fully authorized to transact business in
the State of Texas, as Surety, are held and finnly bound unto the City of Fort Worth, a municipal corporation
organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of:
Seven Hundred and Seventy Six Thousand Three Hundred Fifty Dollars ($ 776,350.00 )
Dollars fu lawful money of the United States, to be paid in Fort Worth , Tarrant County, Texas, for the payment of
which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators and successors,
jointly and severally, firmly by these presents.
THE CONDITION OF THlS OBLIGATION is such that Whereas, the Principal entered into a certain
contract with the City ofFort Worth, the Owner, dated the 19th day of July, A.D. 2011 , a copy of which is hereto
attached and made a part hereof, for the construction of:
Southside Pump Station Replacement Project
designated as Project No.(s) .®ill, a copy of which contract is hereby attached, referred to, and made a part hereof
as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred
to as the "work".
NOW THEREFORE, if the Principal shall well, truly, and faithfully perform the work in accordance with
the plans; specifications , and contract documents during the original term thereof, and any extensions thereof which
may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands
incurred under such contract, and shall fully indemnify arid save hannless the Owner from all costs and damages
which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense
which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full
force. and effect.
F-1
:::--_ ...... _ "
--::
~ --
PROVIDED FURTHER. that if any legal action filed upon this bond , venue shall lie in Tarrant County,
State of Texas.
AND PROVIDED FURTHER. that the said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terms of the contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any Wise affect its obligation on this bond, and it
· does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or
to the work or to the specifications.
IN WITNESS WHEREOF, this instrument is executed in 4 counterparts each one of which shall be deemed
art original, this the 19th day of July A.O., 2011 .
ATIEST:
L &l.--
_-:::--::-
~ -·-------,::;... -_.-·· -.-·-/
(Principal) Secretary
(SEAL)
(Surety) Secretary
:-SEAL ' ../. ,__
-:-,/
......... _ -.__ ,, ---·-.,.
Wifu essas to Surety
701 Lamar, Wichita Falls , TX 76301
(Address)
F-2
Steve Dake Construction, Inc. dba Dake Construction
~ PRINCIPAL (4)
BY: · d.7-'E Ve "2J,4/Cc;
3911 Blue Feather Court
Arlington, TX 76016
(Address)
(Address)
NOTE : Date of Bond must not be prior to date of
Contract
(I) Correct Name of Contractor
(2) A · Corporation, a Partnership or an
Individual, as case may be
(3) Correct name of Surety
(4) If Contractor is Partnership all Partners
should execute Bond
(5) A true copy of Power of Attorney shall be
attached to Bond by Attorney-in-Fact..
Bond No.: 4382343
SureTec Insurance Company
9737 Great Hills Trail , Suite 320
Austin , Tx 78759
512-732-0099
TEXAS STATUTORY PAYMENT BOND
(Publ ic Works)
KNOW ALL MEN BY THESE PRESENTS :
THAT, Steve Dake Construction, Inc., dba Dake Construction (hereinafter called the Principal), as
principal , and SureTec Insurance Company, a corporation organized and existing under the laws of the
State of Texas, licensed to do business in the State of Texas and admitted to write bonds, as surety,
(hereinafter called the Su rety), are held and firmly bound unto C ity of Fort Worth (hereinafter called the
Obligee), in the amount of Seven Hundred Seventy Six Thousand Three Hundred Fifty Dollars Dollars (
$776,350 .00 ) for the payment whereof, the said Principal and Surety bind themselves, and the ir heirs,
administrators, executors, successors , and assigns , jointly and severally, firmly by these presents.
WHEREAS , the Principal has entered into a certain contract with the Obligee, dated the 19th day of
July , 2011 for Southside Pump Station Replacement Project, which contract is hereinafter referred to as the
"Contract."
NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said Contract, then, this obligation shall be null and void ; otherwise to remain in full force and
effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of
the Texas Government Code and all liabilities on this bond shall be determined in accordance with the
provis ion, conditions and limitations of said Chapter to the same extent as if it were copied at length herein .
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument th is
19th day of July , 2011. ~
Principal: Steve Dake Constructicm ;'lnc. dba
Dake Construction y
By:___.._~.;::;::......,,____;...~_____;;,._;;,.-,,-.-~ --------,,. -J .. ---"'-_ ,,.. ....... _ -"\. ....
Surety:
By:_-1---A£J~~-+-.,11-4,,~;;__------
Julie
.....::-_"":.----.. _ ~'
"' .-----. .. _ ----
~ /
The Rider Attached Hereto Is Incorporated in this Bond and Contains Important CovereJfie. Jnfer~tl(Jn .. .,.. .-
Rev . 1-1-06 -····
Bond # 4382343
MAINTENANCE BOND
THE STATE OF TEXAS §
COUNTY OF TARRANT §
Steve Dake Construction, Inc. dba
KNOW ALL MEN BY THESE PRESENTS : That (I) Pake Constryctjon . as
Principal, acting herein by and through (2) its duly authorized Corporation and (3)
SµreTec insurance Company ' a corporation organized under the laws of the State of Texas as
surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal
Corporation, chartered by virtue of Constitution and laws of the State of Texas, at Fort Worth, in Tarrant County,
Texas the sum of Seven Hundred and Seventy Six Thousand Three . Hundred Fifty Dollars
($ 776,350.00 ) in lawful money of the United States, for the payment of which sum well and truly be made
unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs,
executors, administrators, assigns and successors,jointly and severally.
This obligation is conditioned, however; that,
WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, dated 19th day of
July, 2011 for the perfonnance of the following described public work and the construction of the following
described public improvements:
Southside Pump Station Replacement Project
all of same being referred to herein and in said contract as the Work and being designated as Project No.(s) 00574 ;
and said contract, including all of the specifications, conditions and written instruments referred to therein as contract
documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set
out verbatim herein; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that
it will remain in good repair and condition for and during the period Two (2) Years after the date of the final
acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said tenn 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 Water Department of the City of Fort Worth, it be
necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct
said work as herein provided.
NOW THEREFORE, if said Contractor shall keep .and perfonn 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
F-5
= _...,_
and void, and have no force or effect. Otlierwise this Bond shall be and remain in full force and effect. and said City
shall have and recover from the said Contractor and its surety damages in the premises prescribed by said Contract.
This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until
the full amount hereof is exhausted.
WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in
Tarrant County, Texas; and,
IN WITNESS WHEREOF, this instrument is executed in 1 counterparts, each one of which shall be
deemed an original, dated July 19th, 2011.
ATTEST:
~ &.L,_.__
(Principal) Secretary
·.. (SEAL)
(Address)
ATTEST:
---::-,~----::_--~--------------
Steve Dake Construction. Inc. dba Dake Construction
PRINCIPAL (4)
BY: --=~:.....:::...:::...:;..:'E':..... _;:'7),~~~/;~I: ___ _
3911 Blue Feather Court
Arlington. TX 76016
(Address)
BY :____,f----Jfil-,,bi,~~-A~~=i-:-:-::---;:--:77
Julie Smith
..!09:..!...73~7~~~~UJi::!.!~::!.UlllWU.~..lldJolcw.J.L..J.L>..L.><~9
Correct Name of Contractor
' _" .. (Surety) Secretary
~ ~.-/
(1)
(2) A Corporation, a Partnership or an
Individual, as case may be .
-(ScAL)
'-/
'. / '-.. --
/
._.. __ -,.-..., .......
-~ -
701 Lamar Wichita Fans rx 76301
(Address)
F-6
(3)
(4)
(5)
Correct name of Surety
If Contractor is Partnership all Partners
should execute Bond
A true copy of Power of Attorney shall be
attached to Bond by Attorney-in-Fact.
POA #: 4221151
SureTec Insurance .Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMP ANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston , Harris County, Texas, does by these presents
make, constitute and appoint
Steven E. Burleson, George S. Deal , Staci Gross , Julie Smith
its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Five Million and 00/100 Dollars ($5,000,000 .00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the
premises . Said appointment shall continue in force until 12131 12012 and is made under and by authority of the following
re solutions of the Board of Directors of the SureTec Insurance Company :
Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions :
Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Coinpany, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertalcings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be binding upon the Company as i f signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile , and any power of attorney or certificate bearing fac simile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2rl' of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 3rd day of September, A.D . 20 I 0.
State of Texas
County of Harris
ss :
'"""'' .lS~~!!f!'::-~ JACQUELYN MALDONADO r:'~(i Notary Publ i c. State of Texas
\..),.~,::-! My Commission Expires ,,_::t,~; ,\~~·-"'· May 1 8. 201 3
PANY
I, M . Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 19th
--~ -----<
~ --
-/ -__ -_ .... _.::::
Any instn;~m_,n1fls~~ed in ~~~&s~f-~he penalty stated above is totally void and without any valldity.
For verlflcai i~n-~f tr.a--~~tl,orfty __ 9f Uus power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
r.1uL 1 9 2011
This Contract made and entered into this the __ day of A.O .,_, by and between the
CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant, Denton , Parker , and
Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and S.J.
Louis Construction of Texas, LTD. Owner and Contractor may be referred to herein individally as a
"Party" or collectively as the "Parties ."
WITNESS ETH : That said parties have agreed as follows :
I.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith ,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Cultural District/ Will Rogers Water and Sanitary Improvements, Part 2 -Kimbell Art
Museum Expansion
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 prepared by the Department of
Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City
of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a
part of this contract the same as if writt.en herein .
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten ( I 0) days after being notified in writing to do so b y the Department of Water (Engineering) of
the City of Fort Worth .
4.
The Contractor hereby agrees to prosecute sai d work with reasonable diligence after th e
commencement thereof and to full y complete and finish the same ready for the inspection and approval of
the Department of Engineering of th e City of Fort Worth and the City Council of the City of Fort Worth
wi thin a period of 180 Calender days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the Genera l
Conditions, th e re shall be d educt ed from an y moni es du e or w hi c h may th e rea ft e r becom e du e h im, th e
sum o f $420 .00 Pe r "vork ing day, not as a penalty but as liqui date d damages, th e Contract or and h is
S urety s ha ll be li a ble to th e O wner fo r s uch de fi c ie ncy .
5.
Should th e Contra ctor fail to b eg in th e work he re in p rov id ed fo r w ithin th e time herei n fi xed o r to
carry o n and compl et e the same accord ing to th e t ru e meani ng of the inte nt an d te rm s of sai d Pl a ns ,
Spec ifica tions and Contract Docum ents, the n th e Ow ner shal l have the ri g ht to e ith er dema nd th e surety
to take o ve r th e wo rk and co mpl ete same in acc ordance wi th th e Co nt ra ct Doc um ents or to take cha rge o f
and compl ete th e work in su ch a manner as it may d ee m p ro per, and if in th e comp let io n th ereo f, th e cos t
to th e sai d Cit y shall ex ceed th e contra ct price or prices set forth in the said pl a ns and specification s ma de
a part hereo f, th e Contractor and/or its Surety shall pa y sa id City on de mand in writin g, se ttin g forth an d
sp ecifying an itemized state me nt o f th e total cost th ereo f, sa id excess cos t.
6
Contractor co ve nants and agree s to ind emnify City's engin ee r and architect, and th e ir personn e l at th e
proj ect site for Contractor 's sol e neg ligence . In addition, Contractor covenants and agre es to ind emnify,
hold harml ess and d e fend , at its own ex p ens e, the O w ner, its officers , servants and employees , from and
against an y and all claims or suits for prop e rty loss , property damage, p e rsonal inju ry, including death ,
ari s ing out of, or all eg ed to ari se out of, the work and services to be p erformed hereunder by Contractor,
its officers , agents , employee s , subcontractors, license es or in v ite es, whether or not any such iniury,
damage or death is caused, in whole or in part, hp the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor lik ewise covenants and agrees to ind emnify
and hold hannl e ss th e Own er from and against any and all injuries to O wn er's officers , servants and
employees and an y damage , loss or destruction to property of th e O wner arising from th e performance of
an y of the terms and conditions of this Contract, whether or not any such iniury or damage is
c,msetl in whole or in part by the negligence or alleged negligence of Owner, its officers,
sen,ants or employees ..
Jn the eve nt Owner rec e ive s a writte n cl a im for damag es against the Contractor or its subcontractors prior
to final payment , final payme nt shall not be made until Contractor eith er (a) submits to Ow ne r
sati sfacto ry ev id enc e that th e claim has bee n s ettled and/or a rel ease from th e claimant in vol ve d, or (b)
provides Owner with a lett e r from Contractor 's liability insurance carrier that th e claim has bee n re ferred
to th e ins uranc e carri er .
The Director ma y, if he dee ms it a ppropriate, refus e to acc e pt bid s on oth e r City of Fort Worth public
wo rk fr om a Contractor aga inst w hom a claim fo r damages is out st a ndin g as a result of work pe rformed
und er a Ci ty Contract.
7.
The Contractor agrees , upo n the execution of this Contractor, and b efore beginning work , to
make , execute and de liver to City of Fort Worth the following bonds in the name of the City of Fo rt
Worth in a sum equal to the amount of the Contract. TI1e form of the bond shall be as herein provided
and the surety mus t fi rst be acce ptable to the re q ui rements of the Chapter 2253 of the Texas Government
Code, as Amended.
A . Jf th e total co ntract p rice is $25,000 or less, paymen t to th e contrac to r shall be ma de in
one lump sum . Payment shall n ot be ma de fo r a peri od of 45 calen dar days fr om the date the work has
been completed and accep ted by the Owner.
B. If th e co ntract amo unt is in excess of $25 ,000 , a Pay me nt Bon d s ha ll be ex ec uted , in t h e
amou nt of th e Contract. sole ly fo r the protecti o n of t he c lai mants supp lyi ng la bor and mat e ria l in th e
prosec ut ion of th e wo rk .
C If t he Contract amo un t is in excess of $100 ,000, a Peiforma nce Bo nd s ha ll be ex ec uted ,
in th e am o unt of th e Cont ract co ndit ioned on t he faithful p eifo rm ance of th e work in a cco rdan ce w ith th e
Pl ans , Specifica t ions , a nd Con tract Doc um ents . Sa id bo nd sha ll so le ly be fo r th e protectio n o f th e O w ner.
D . A T wo-year M ain te nance Bon d in th e name of th e O,.\ITlc r is req u ired fo r a ll projects to
ins ure t he prom pt , fu ll and fa ithful peiformance of the general g uarantee contained in th e Cont ract
Doc umen ts .
8 .
The O wne r agrees a nd bind s itse lf to pay , and th e C ontracto r ag rees to rec e ive , fo r a ll of th e
a for esa id work, and for all additions th e reto or d e ductions th e refrom , th e pric e sho wn on th e Proposa l
submitted by th e suc c e ss ful bidd e r he reto attach ed and ma d e a pa rt here of. Payment w ill be mad e in
monthl y installme nts upon actual wo rk completed b y contractor and accepted by th e O w ner and rec e ipt of
in voice from the Contractor. The ag reed upon total contract an10unt (including/excluding) alternat es n/a ,
sha ll b e ONE MILLION FOUR HUNDRED EIGHTY THOUSAND DOLLARS THREE HUNDRED
FORTY NINE DOLLARS AND FIVE CENTS ($1,480,349.05).
9.
It is furth er agree d that th e peiforrnance of this Contract, e ith er in whol e or in part, shall not be
subl et or assign ed to an yone else by said C ontractor wi th o ut th e \.v ritten consent of th e O wn er. An y
requ est for any subl ease or assignm e nt shall be made in w riting and submitted to th e Director of th e
Engin eer ing Departme nt.
10 .
The Contractor agrees to pay at least the minimum wage p e r hour for all labor as th e sa me is
classifi ed , promulgated and set out by th e City of Fort Worth, T exas, a cop y of w hich is attach e d h ereto
and mad e a part hereof th e same as if it were c opi ed verbatim here in .
11.
It is mutuall y a greed and und erstood that this agreeme nt is mad e a nd ent e red into b y th e parti es
hereto w it h refe re nc e s to th e ex istin g Cha rter and Ordina nces of th e Ci ty of Fort Worth and th e laws o f
th e Sta te o f Texas w ith refere nc es to and g o ve rning all matters affectin g th is Contract, an d th e Contractor
agrees to full y compl y w ith a ll th e prov isi on s of the sam e .
fN W ITNESS THEREOF, the Cit y of Fort Worth has caused this instrument to be si g ned in §_
counterparts in its nam e and on its behalf b y the C it y Manag er an d attested b y its Secretary. w ith the
corporate seal of the City of Fort Worth attached . The Contractor has executed this instrume nt through its
dul y authorized officers in §. counterparts with its corporate seal attached .
JUL 1 9 2011
Done in Fort Worth, Texas, this the-. day of __ ___,...A.D.,20 :
DIRECTO~ DEP ARTMENf OF
WATER
S..:.::!...:__!:ouis Construction of Texas LTD
520 South 6th Avenue
Mansfield, Texas 76063
CONTRACTOR
Les V. Whitman, General Manager
TITLE
520 South 6th Avenue Mansfield, Texas
ADDRESS 76063
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH
-Ci_ ·*' FERNANDO COSTA, ASST CITY MANAGER
ATIEST:
Cu°'~~
CITY SECRETARY
(SEAL)
l'Vl,,i G C -l t:;o'1 L
t--t~--l\
APPROVED AS TO FORM AND
LEGALITY:
ASST. CITY-ATTORNEY
APPENDIX "A"
<
SELECTED STANDARD DETAILS
FROM FWWD GENERAL CONTRACT
DOCUMENTS AND SPECIFICATIONS
L
,f1
..
l
/
-
Pipe
Size
411
6"
8"
1 011
12 11
l 6 11
20 11
2411
30 11
3611
42 1 1
48 11
. ·541t
NOTES:
II E II
NOTE:
-
X
Bearing Areas shown are based on
150 P.S.1.G test pressure and 3000
P.S.F. soil bearing value.
1500 # Concrete
Bend
1500 # Concrete
HORIZONTAL BLOCKING TABLE
~',Dimension 11 X11 May Vary If Necessary To Provide Bearing
Against Undisturbed Trench Wall
x-,·-
Dim.
Ft.
J ..
1. 5
I. 5
l. 5
J. r:;
2
2
2
2.5
2.5
~
3
'-l. 0
-
'
11 ° -15 1 22° -30• 45° 90° Tee & Plug .. ,
Min. nclX w11n. Max. Min. Max. Min. Ma x . Min. Max "A II Arp; V n l ''R'I IArPa \Ir, 1 ''C'' Area Vol. 1101'1 Area Vol. IIFII ~rea \1 r, 1
.90 .8( .05 .95 .90 .05 .95 • 90 .05 . 9 J .82 .05 I. J 6 • St .05
• 90 :8c .os .95 .90 .05 J.05 I. 10 .os I. 73 J.99 .05 J. 19 l .41 .05
.90 . 8( ,05 .95 .90 ,05 1.41 2.00 .05 1.86 3.47 • J 1.57 2 .4E . 1
.90 .8( .os J.26 J.60 .05 I. 79 3. 20 · • J 2. J 8 5.b2 .2 l.99 3. 9E . 15
J. I 0 J. 2( .OS J.48 2. 30 • I 2. 14 4.50 .2 2.83 8.00 .3 2.3 8 5.65 . 2
1.41 2.0( • 1 2.00 4.oo . 1 2.83 8.00 .. 4 3.75 )!+. l 0 . 6S 3. 16 10. 0( . 5
J. 77 3. 10 .2 2.54 6.20 .3 3.52 12.40 .6 4. 70 e2. 00 I. 15 3.94 15. 55 ,75
2.14 4.50 .25 3.00 C). 00 .5 4.25 1a.10 .95 5.65 32. 00 l. 85 4. 76 22. 60 1. 05
2.66 7. l 0 .55 3.78 14. 20 1.0 5.30 28.20 I. 75 7.05 ~9,80 3 .4 5.91 35. 33 2. I
3.33 10. 00 . 7 r; 4. 50 20.40 1.4 6.% 1-+0.80 2.65 8.50 72.00 s. J 7.20 51 . 00 2~95
3. 72 n.Rn 1. 2 c;,2c; 27.f'.in 2.2 7 41 ~c;_ ~o 4 l q.qo ~7. c;o 7.Q 8.30 (9. 00 4. 75
4. 38 18. 30 1. 6 6.00 .lti.00 2.9 8.48 7UJO 5 .4 11.14 Ja:',,r;o 10.4 q. c;o en.a· 6. l c;
'-l .00 '2.5 ~.oo 6.70 45.00 7.00 9,40 saoo JO.DO 13. con 62.oc 16. 0( 10.1c 11sro112.o . . M1n1mum areas shown are in square feet. Volumes shown are in cubic yards.
Vertical dimensions of all block bearing areas shall be ldentical to the
horizontal dimension shown.
HORIZONTAL BLOCKING DETAIL
1-i-78 FIGURE 9 E - l -2 O Mater i a I
E-2-20 Construction
~..,,._ r ..
\
) ----·
SECTION El -MATERIAL SPECIFIC A TIO NS
MATERIAL STANDARD El-2
JANUARY I, 1978
'
,,, . ...
J~.>· ·-~~··,.
El-2 BACKFILL
El-2.1 GENERAL: Backfill is the material or materials required to fill water or
sanitary sewer system trenches and/or other excavation appurtenant to the
project as specified in the Contract Document and Plans. This material is
further defined to include trench foundation material, granular embedment, and
trench backfill.
No granular embedment or other backfill materials shall be installed by the
Contractor unless and until the Engineer has approved the material proposed to
be used.
El-2.2 TRENCH FOUNDATION MATERIALS:
a. Washed Gravel is a clean washed gravel ranging in size from 1 inch to
Y,. inch not to exceed 1096 of fines, or 596 of coarser materials.
Washed gravel shall in no event contain in excess of 596 clay.
b. Ballast Stone is washed stone ranging from 3-inch to 6-inch in
greatest dimension.
c. Crushed Limestone conforming to the requirements of El-3 of these
General Contract Documents shall be used in lieu of washed gravel
for wet trench construction in accordance with E2-3.
El-2.3 GRANULAR EMBEDMENT: Granular embedment shall be defined as
free flowing sandy material which contains no clay and is reasonably free of
organic material and meets the following requirements:
a. Gradation: Sieve Size
2"
l"
1140
11100
96 Retained
0
0-10
0-40
95 min.
b. Soil Resistivity: Material furnished for use as embedment for ~ater
mains must have a resistivity of not less than 5,000 ohms/cm • It
shall be subject to testing for compliance to this requirement at the
time of delivery, and if not meeting this resistivity shall be removed
from the project and disposed of at the Contractor's expense.
c. Granular embedment shall not form muck nor mud when wet.
El-2(1)
El-2.4 BACKFILL: Trench backfill will be divided into the general
classification as follows:
a. Street Backfill: Crushed limestone (see El-3) will be used for trench
backfill in finished streets.
Sand material obtained from an approved source consisting of durable
particles, free of thin or elongated pieces, lumps of clay, soil, loam or
vegetable matter and meets the following gradation may be used in
lieu of crushed limestone for street backfill with the approval of the
Engineer.
Size Sieve
114
1116
% Passing
100
&0-100
Size Sieve
1150
11100
11200
Compaction shall be of 90% Proctor density.
% Passing
20-40
10-40
0-10
b. Trench Backfill: Type B, C, and D backfill for trenches shall meet
the following requirements:
El-2(2)
(
~
u
0 a;
(:. __ ;
!
0
a:l
:t: =>
(!)
a;
0
>-s
u
. __ ,.,
Type Backfill
B C D
MATERIAL REQUIREMENTS Sandy Trench Trench
Gravel Excavation Excavation
% of rock by volume allowed regard-
less of trench width 50% 50% 50%
Greatest dimension of rock allowed
in trenches 4' or less in width 3" 3" 5"
% of maximum allowable dimension
rock to total backfill volume, 3% 3% 5%
regardless · of trench width
Greatest dimension of rock allowed
in trenches greater than 4' in width. 6" 6" 8"
Total volume not to exceed 1 % of
backfill
All rock must be reasonable uniform in distribution throughout the backfill
material in order to be considered acceptable for use, regardless of the
width of trench, in which the material is to be used.
% of backfill, by volume, of clay or
gumbo lumps permitted , regardless of 25% 25% 25%
trench width
Largest dimensi on of Clay or gumbo
lump in trenches 4' or less in width 6" 6" 10"
Largest dimension of clay or gumbo
lump permitted in trenches greater 10" 10" 10"-12"
than 4' in width. Total volume not
to exceed 1%
All lumps must be reasonable uniform in distribution throughout the
backfill material in order to be considered acceptable for use regardless of
the width of trench in which the material is to be used.
c. Additional backfill requirements when approved for use in streets:
1. Type B backfill
(a) Maximum liquid limit shall be 35
(b) 35% or less of total volume shall pass 11200 sieve
(c) Maximum plastic index (PI) shall be 12
El-2(3)
2. Type C backfill
(a) Material meeting requirements and having a PI of 15 or
less shall be considered as suitable for compaction by
jetting.
(b) Material meeting requirements and having a PI of 15 or
more shall be considered for use only with mechanical
compaction .
. (c) Material shall be of such characteristic that it will
stabilize without the use of lime or other similar additive
and form a suitable street sub-base material.
(d) Material unsuitable for use as Type C backfill shall be
considered as spoil, and Type B backfill will be used. The
Type B backfill will be paid for by the City in accordance
with E2-2.18 of the General Specifications.
d. Alternate Allowable for Type C and Type D backfill
1.
2.
Type _ C: When Type C backfill material is not available in
sufficient quantities from trench excavation, the Contractor
may be allowed to bring in material which does not meet the
requirements for Type B backfill if the following conditions are
complied with.
(a) Engineer's approval must be obtained before being brought
in and used. ·
(b) Superior soil characteristics for use in street subgrades to
that of excavated material being used on the project as
Type C backfill material, but of lower quality than Type
B.
(c) 3596 or less of the total volume .shall pass 11200 sieve.
(d) Soil characteristics that will stabilize without the use of
lime or other similar additives and form an acceptable
street sub-base material.
(e) No payment will be made for material substituted by this
alternate.
Type D: When Type D backfill material is not available in
sufficient quantities from trench excavation, the Contractor
may be allowed to bring in material which does not meet the
requirements for Type B backfill if the following conditions are
complied with.
El-2(4)
)
I
'
(a) Engineer's approval must be obtained before being brought
in and used.
(b) Shall meet or exceed the requirements for Type D.
(c) No payment will be made for material substituted by this
alternate.
END OF ITEM
El-2(5)
APPENDIX 11 8 11
GEOTECHNICAL REPORT
GEO,TECHNIJCA.L ENGtNEERlNG: R:EPORT·
F'OR
SOUTH! StDE PUMP ST'ATlO-N:
~ 7·, T , n .;' G·, Q: · C)·····; o,· .: O·', N. 1 A.· •.. · \J:· e: N,.· • u· e··.·: · \,J "" ~ -~ l'., .,,, .. ~ !) ' .. • .. .-•. . ,,
FO· ·R·r··. w;·o, C)-r ·H··· TEXA· s··· ! _.j ) ~ ~ _; ; . ./ {'\, ,, .! ,.. . .. · ...... ~ ., ... · . ~
PREPARED
FOR
WATER DEPARTMENT .
CITY OF FORT WORTH
JANUARY 24, 2011
TSIT REPORT No. SI0-004
T. SMlTH INSPECTION & TESTING SERVICE
January 24, 2011
Att : Chris Harder
CITY OF FORT WORTH
Water Department
P. 0 . Box 870, Fort Worth, TX 76101
Christopher.Harder@fortworthgov.org
Tel. 817-999-6344
G'EOT'ECHNI CAL i CONSTRU CT ION
MATERIA i. 'ENGlN'E'ERING, INSPE CTlON
AND TESTING SERVICES
RE : TSIT GEOTECHNICAL ENGINEERING REPORT NO. 511-002 FOR FOUNDATION DESIGN FOR SOUTH SIDE PUMP
STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH , TEXAS
Dear Mr. Harder:
Attached is our geotechnical report for the referenced project. This report contains the results of our
geotechnical field and laboratory investigations , our observations , engineering opinions and
recommendations to guide the design and construction of the proposed structure.
To complement our geotechnical engineering services, our Construction Materials Testing Division will be
happy to provide materials testing services required during the construction phase of this project. We will be
pleased to discuss the scope of work with you and/or submit a proposal to provide these services at the
appropriate time , if requested.
It has been a pleasure to perform this work for you. If we can be of further assistance , please do not
hesitate to call on us.
Sincerely , a~_. ... -P"",i,,v
l
CHISHA MUSENDA, MSCE PE
PRINCIPAL ENGINEER
Ts·t.T··.·
,, ... '. ... :
FIRM NO. F-5278
7353 Airport Freeway -'Fort Worth, Tam 76n8
(817) 589 -9933 * m Ws Bdianp Ave. Salte 306 -Fort Worth, Tera 76106
'Fax (817) 590 -4433
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
TABLE OFCONTENTS
1. PROJECT INFORMATION .................................................................................................................................................. 1
2. PURPOSE AND SCOPE OF INVESTIGATION ....................................................................................................................... 1
3. FIELD OPERATIONS ....................................................................................................................................................... 1
4. lABORATORY TESTING .................................................................................... , ............................................................. 1
5. SUBSURFACE CONDITIONS ............................................................................................................................................. 2
5.1 . SITE GEOLOG Y AND SO IL STRATIGRAPHY ............................................................................................................................ 2
5.2 . GROUND WATER ........................................................................................................................................................... 2
5. 3. ENGINEERI NG PROPERTIES ................................. , ........................................................................................................... 2
5.3.1. Soil Plasticity ..................................................................................................................................................... 2
5.3.2. Soil Moisture and Ory Density ............................................................................................................................. 2
5. 3. 3. Soil Strength ..................................................................................................................................................... 2
5. 3. 4. Swell Tests ......................................................................................................................................................... 2
5.3.5. Potential Vertical Rise ........................................................................................................................................ 2
6. SUMMARIES AND CONCLUSIONS ...................................................... , .............................................................................. 3
6 .1 . SUBSURFACE CONDITIONS .............................................................................................................................................. 3
6.2 . BEARI NG CAPACITY ....................................................................................................................................................... 3
6.3. FOU NDAT IO NS ................................. : .......................................................................................................................... 3
7. RECOMMENDATIONS ..................................................................................................................................................... 4
7 .1 . QUALITY CONTROL.. ..................................................................................................................................................... 4
7 .2. SOIL IMPROVEMENT OPTION : MOISTURE CONDITIONING .......................................................................................................... 4
72.1. Moisture Conditioning Procedure ........................................................................................................................ 4
72.2. Limitations of Moisture Stabilization ................................................................................... : ............................... 4
7 . 3. SOIL IMPROVEME NT OPTIO N: SELECT FI LL .......................................................................................................................... 5
73.1. Seled Fill Stabilization Procedure ....................................................................................................................... 5
73.2. Seled Fill Criteria ....... : ....................................................................................................................................... 5
7 .4 . SITE GRADING AND FI LL COMPACTION ................................................................................................................... : ............ 5
7.5. FOUNDATION SYSTEM ....................................................................................................... : ........................................... 5
75.1. Shallow Foundations .......................................................................................................................................... 5
7 5.2. Slab-on-Grade ................................................................................................................................................... 6
7 .6. GENERAL CONSTRUCTION CONSIDERATIONS ......................................................................................................................... 6
7 6.1. Utilities Considerations ....................................................................................................................................... 6
7 6.2. Drainage Considerations .................................................................................................................................... 7
8. LIMITATIONS ................................................................................................................................................................ 7
APPENDIX
1. BORING LOCATION DIAGRAM ............................................. , .............................................................. , ..... , .................... A-1
2. LOGS OF BORINGS ............................................................................................................................................ : ........ A-2
TSIT PROJECT NO. 511-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
1. PROJECT INFORMATION
The project consists of design and construction of the Southside Pump Station Replacement located at 3739
Gordon Avenue (MAPSCO 90G) in Fort Worth , Texas . The pump station build i ng will be 37' long by 22 .5'
wide. The foundation wi ll be a cast in place reinforced concrete slab with beams and extra depth concrete at
the pump base. The walls will be pre-cast tilt wall . Roof will be bu i lt-up with steel deck and joists .
A geotechnical investigation is required to aid the design and consttuction team for this project site.
2. PURPOSE AND SCOPE OF INVESTIGAT ION
The scope of the requ ired investigation is outlined as follows :
1. Perform dr i lling and sampling to explore the subsurface conditions at the site , and determine the
presence of groundwater and its effect on foundation and/or basement installation.
2. Eva luate t he pertinent engineering properties of the subsurface materials .
3. Recommend su itable types of foundat ion systems , depths and des ign parameters , and support for
floor slabs for the proposed buildings .
4. Evaluate t he potent ial for volume change of the existing foundation soils with respect to settlements
and/or heaving of these soils and discuss methods of reducing any anticipated movements
associated wi t h compressible or expansive soils .
5. Provide recommendations for site grading and drainage , including the use of on-site materials as
fill , fill replacement , compaction and · recommend requi rements for off-site borrow material , if
required .
6. Preparation of a geotechnical report with conclusions and summaries of the information referenced
above .
3. FIELD OPERATIONS
On January 12, 2011 one soil test boring , was drilled at the site. The boring was drilled t o a maximum depth
of 20 feet at the approximate locations as shown on the Bor ing Location Diagram in the Appendix .
A truck-mounted auger-drilling rig was used to advance these borings and to obta in samples for laboratory
evaluation . Undisturbed samples of cohesive soil were obtained at intermittent intervals with standard , thin-
.walled , seamless tube samplers. These specimens were extruded in the field , logged , sealed and packaged
to protect them from any disturbance and loss of in-situ moisture content during transportation to our
laborat ory.
Foundation bearing properties of the bedrock layers were evaluated using the Texas Highway Department
(THO) Cone Penetrometer test. This test consists of determin ing the penetration of a 3-inch diameter cone
driven with an approximate energy equivalent of a 170-pound hammer falling 24 inches.
The results of the boring program are presented on the Logs of Borings in the Appendix.
4. LABORATORY TESTING
Samples , obtained during our field exploration , were examined at our laboratory by the Project Geotechnical
Engineer . Representative samples of the soil were selected , under the supervision of this engineer, for
laboratory testing.
The in-situ dry unit weight and moisture content of the samples were determined and used in conjunction
with the Atterberg Limit tests for the determination of the Plastic and Liquid Limit to evaluate the potential
volumetric change of the expansive clay strata . The results of these tests were also used to evaluate the
TSIT 1 PROJECT NO . S11-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
uniformity of the material. The compressive strength of the cohesive soils was evaluated by means of
unconfined compression tests .
All the results of our laboratory testing are presented on the Logs of the Boring and other data sheets in the
Appendix.
5. SUBSURFACE CONDITIONS
The subsurface soil conditions encountered during drilling of the borings are presented on the Logs of the
Borings in the Appendix.
5.1. SITE GEOLOGY AND SOIL STRATIGRAPHY
Based on our local experience and available subsurface geology maps , this site is situated on an outcrop of
the Fort Worth Limestone and Duck Creek Formation, undivided. This geological formation is generally
characterized by variable depths of clay soils underlain by limestone embedded with clay seams/layers .
Our soil boring logs indicate that the subsurface conditions encountered at this project site are generally
consistent and similar with those anticipated based on the site geology and our experience in this area. At
this site, clays of medium-high plasticity were encountered from the existing ground surface to a depth of
approximately seven (7) feet. Hereafter, variable strata of limestone and shale were encountered to the
maximum depths explored.
Accurate descriptions and details of the various strata encountered, their depths and thicknesses are
presented on the corresponding Logs of Borings in the Appendix.
5.2. GROUNDWATER
The borings were advanced using continuous flight augers allowing relatively accurate measurements of the
groundwater levels. Groundwater seepage was not encountered during drilling of the borings. However, it
must be noted that groundwater conditions can vary with seasonal fluctuations in the precipitation.
5. 3. ENGINEERING PROPERTIES
5. 3 .1 . SOIL PLASTICITY
We have estimated the effective plasticity Index of the on-site clays to be on the order of 31 percent.
5,3 .2 . SOIL MOISTURE AND DRY DENSITY
The in-situ moisture contents of these samples are on the order of 14 to 20 percent. We have estimated the
effective dry unit weight of the clays to be on the order of 105 to 110 pd.
5.3 .3. SOIL STRENGTH
The unconfined compressive strength of the samples obtained from clay layers range between 3,000 and
4,000 psf.
5.3.4. SWELL TESTS
Absorption swell tests could not be performed because the samples were falling apart and could not hold
together.
5.3.5. POTENTIAL VERTICAL RISE
Based on the Texas Highway Department Test Method Tex-124-E, the on-site clays heave potentials of up to
2.0 inches, for dry conditions .
TSIT 2 PROJECT NO. S11-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
6. SUMMARIES AND CONCLUSIONS
Based on available information provided by our test borings, laboratory testing, our observations, all the
information available to us from the client , and all other sources mentioned in this report we provide the
following comments and conclusions :
6.1. SUBSURFACE CO NDITIONS
The subsurface conditions encountered at this project site are generally consistent and similar with those
anticipated based on the site geology and our experience in this area.
At this site, layers of clay of medium-high plasticity (Effective Pl = 31) were encountered from the existing
ground surface to a depth of approximately 7 feet. The on-site clays are classified as CH by the unified Soils
Classification System. These soils will heave and shrink depending on moisture availability. Based on the
plasticity index, these soils can undergo significant volume changes due to loss or gain of moisture. We
have estimated the PVR (Heave Potential) to be as high as 2.0 inches, for dry conditions.
6 .2 . BEARING CAPACITY
Based on unconfined compressive strength tests and field tesf data we have estimated and recommend the
follow ing net allowable bearing capacities :
DEPTH [FT]
0-2
2-7
7 -17
17 -20
SOIL DESCRIPTION
Clay (CH)
Clay (CH)
Tan/Gray Limestone
Gray Shale
BEARING CAPACITY• [PSF]
2,500
3,000
15 ,000
10 ,000
SKIN FRICTION* [PSF] UNIFORM UPLIFT* PSF]
1,500 1,800
1,800 1,800
5,000
3,000
* The estimated bearing capacity includes a safety factor of three .
6 .3. FOUNDATIONS
At this site , measures to lower and/or limit the heave potential to acceptable levels are deemed necessary .
Therefore , we recommend a slab-on-grade/stiffened slab foundat ion system supported by shallow
foundations , if anticipated moisture-induced movements (PVRs) are controlled by means of soil stabilization
and are acceptable to the Foundation Design Engineer. The following methods could be used to reduce the
PVR at this site (See Sections 7.2. and 7.3. "Soil Improvement/Stabil ization "):
1. Stabilization Option with Soil Moisture Conditioning: Mechanically moisture reconditioning of up to
2.5 feet of the surficial expansive clay strata would reduce the PVR to 1.0 inch or less. OR
2. Stabilization Option with Select Fill : Removal of up to 2.5 feet of the surficial expansive clay strata
and replacement with select fill would reduce the PVR to 1.0 inch or less .
Slab-on-grade or stiffened slabs have a higher inherent risk of unacceptable performance on an expansive
subgrade than a pier foundation systems .
TSIT 3 PROJECT NO. S 11-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
7. RECOMMENDATIONS
After review and analysis of our field exploratory information, laboratory test results of the obtained
samples, data provided by the client, and available information from all other sources mentioned in this
report, we provide the following recommendations:
7 .1. QUALITY CONTROL
Based on our experience on numerous projects, we have established that the project owner is served well, if
the Geotechnical Engineer of Record, who performed the geotechnical investigation and who has insight of
the characteristics of existing on-site soil conditions and their complexities, is retained to provide quality
control testing and inspection for foundation/pier installation, subgrade compaction/stabilization and other
construction materials such as concrete, asphalt, steel, geosynthetic fiber reinforcement etc.
7.2. SOIL IMPROVEMENT OPTION: MOISTURE CONDITIONING
7 .2.1. MOISTURE CONDITIONING PROCEDURE
Reduction of the PVR in the expansive clay strata can be achieved by excavating up to 2.5 feet of the
expansive clays and mechanically reworking (moisture conditioning) these clays. Based on the effedive of
plasticity indexes, it is our opinion that 2. 5 feet of moisture conditioning will reduce the PVR to levels of 1. 0
inch or less. At this site we recommend the following procedure:
1. Removal of surface vegetation and organic top soil.
2. &cavation to a depth of up to 2.5 feet below the final grade. Moisture conditioned subgrades
should be scarified to a minimum depth of 6 inches and re-compacted to a minimum of 95 percent
of maximum dry density as determined in accordance with ASTM 0698, within +1 to +4 percent of
optimum moisture content. Overcompaction should be not be allowed.
3. Fill pad to 8 inches below the final grade using on-site clay soils or similar material. Compact in
maximum 9-inch loose lifts at a minimum of 95 percent of maximum dry density as determined in
accordance with ASTM 0698 , within + 1 to +4 percent of optimum moisture content.
Overcompaction should be not be allowed. Both the areas to receive fill and moisture conditioned
soils should be free of any vegetation or debris.
4. Install final layer (8 inches of seled fill) to required pad elevation. Select fill should be compacted
per Section 7 .3 .2 . "Select Fill".
5. Based on our experience on similar projects, the project owner is better served if the moisture
conditioning is monitored · by an on-site geotech personnel provided by the Geotechnical Engineer
of Record.
7.2.2 . LIMITATIONS OF MOISTURE STABILIZATION
It should be clearly recognized that the improvement procedures outlined above may not eliminate future
movement of slabs-on-grade. In choosing this method of slab movement reduction, the owner is accepting a
degree of risk and some post construction movements of foundations. In the past, evidence has indicated
that post construction movement of floor slabs has been reduced following completion of a satisfactory
subsurface improvement program as outlined above. Although actual subsurface conditions vary from site to
site, it is reasonable to assume that suitable results may be expected at the present site.
TSIT 4 PROJECT NO. S11-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
7.3 . SOIL IMPROVEMENT OPTION : SELECT FILL
7. 3 .1. SELECT FILL STABILIZATION PROCEDURE
Removal of the soils with undesired engineering properties and replacement with engineered "select fill " will
help control heave, settlements , and compaction. The success of this method depends heavily on making
sure that the materials used for replacement qualify as select fill, and are appropriately compacted.
Removal of layers of the existing expansive surficial soils and replacement with less-expansive select fill
material will reduce the soil PVR at this site. It must be noted that removal and replacement with select fill
may not be the most economical method at this specific site. The following PVR reduction will result from
using select fill :
CURRENT
MAX. PVR
2.0 INCH ES
MIN. SELECT FILL MIN . SELECT FILL
TO OBTAIN 1.5 INCHES PVRD TO OBTAIN 1.0 INCH PVR 1l
2 .0 FEET 2 .5 FEET
11 Minimum thickness of select fill required to replace existing expansive clay to reduce the PVR (Potential Vertical
Rise) to 1.0 inch and 1.5 inches respectively.
7 .3 .2. SELECT FILL CRITERIA
The material used as select fill should meet the following criteria: be a very sandy clay or clayey sand with a
liquid limit of less than 3 5, a plasticity index between 4 and 1 5, and a minimum dry unit weight of 110 pcf. It
should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95
percent of maximum dry density within -2 to + 3 percent of optimum moisture content as determined in
accordance with ASTM D 698 .
When installing select fill below existing grades, positive drainage must be provided away from the structure
to prevent the ponding of water in the select fill. Care must be taken that backfill against the exterior face of
grade beams is properly compacted on-site clay. The select fill should not extend outside the limits of the
structure .
7.4. SITE GRADING AND FILL COMPACTION
Both the areas to receive fill and the fill materials should be free of any vegetation or debris . Prior to placing
the fill, the exposed soil subgrade in areas to receive fill should be scarified to a depth of 6 inches and re-
compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D
698, within -1 to +4 percent of optimum moisture content. Fill materials should be spread in loose lifts, less
than 9 inches thick and uniformly compacted in a similar manner.
7 .5. FOUNDATION SYSTEM
7.5 .1 . SHALLOW FOUNDATIONS
We recommend a slab-on-grade/stiffened slab foundation system supported by shallow foundations, if the
expansive subsurface soils have been stabilized in accordance with Section "Soil ·
Improvement/Stabilization". Individual or continuous footings should be founded at a minimum depth of 2.0
feet below the existing ground surface or finished grade. Individual footings situated in compacted subgrade
at this depth may be proportioned on the basis of a net allowable bearing pressure of 2,500 pounds per
square foot while continuous footings may utilize a net allowable bearing pressure of 2,000 pounds per
square foot.
Individual footings may be square, round, or rectangular and should maintain a minimum width of 2.0 feet.
Continuous footings should maintain a minimum width of 18 inches. The footings will experience some
TSIT 5 PROJECT NO . 511-002 ·
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
movements. The maximum movement of any individual footing is anticipated to be 1.0 inch for an
appropriately compacted subgrade (See Section 7.4. "Site Grading and Fill Compaction").
Excavation of the footings, placement of concrete and steel, and any required backfilling should proceed in
as continuous a manner as practical. This will serve to minimize deterioration of the bearing surface . Footing
excavations that will remain open for more than 48 hours should be protected by a seal slab of footing
strength concrete.
7. 5.2 . SLAB-ON-GRADE
At this site , we have estimated slab movements due to heave to be on the order of one inch or less for
appropriately stabilized/compacted subgrades . The slabs must be capable of tolerating and/or resisting
these movements without inducing unacceptable distress in the foundation or superstructure. The following
design parameters are recommended by the Post-Tensioning lnstitute's slab-on-grade design method:
ST AB !LIZA TION NONE 2.0' SELECT/MC* 2.5' SELECT/MC*
LOCAT ION ON SLAB CENTER EDGE CENTER EDGE CENTER EDGE
EDGE MOISTURE VARIATION (FT.) 5.0 3.0 5 .0 3.0 5 .0 3 .0
DIFFERENTIAL SWELL (IN.) 1.6 0 .8 1.2 0.6 0.8 0 .4
POTENTIAL VERTICAL RISE (IN.) 2 .0 I. 5 1.0*
• STABILIZATION WITH SELECT FILL OR MOISTURE CONDITIONING (Mq .
The values presented above are based on the assumption that the areas around the structures will be well
drained, flowerbeds are not over watered , and utility leaks are promptly repaired.
Those movements, which do take place , will tend to occur differentially between the lightly loaded interior
portions of the slabs, and the more heavily loaded perimeter grade beams . The grade beams of the slabs
should exert a maximum bearing pressure of 2,000 pounds per square foot and extend a minimum of 12
inches into the compacted select fill/natural subgrade.
A vapor barrier should be provided beneath those portions of the slabs, which are to be covered, carpeted,
or sealed . We recommend placing a 2-4 inch thick layer of granular fill preferabfy sand or select fill over the
vapor barrier to assist in concrete curing and reduce surface cracking. It is critical that the sand layer be
prevented from getting wet during the construction process. If wet/moisture sensitive sand conditions
cannot be prevented or are anticipated, placing the sand beneath the vapor barrier and the concrete directly
on the vapor barrier should be considered. In this case the Geotechnical Engineer of Record or Foundation
Design Engineer should be consulted (ACI 302 .1 R-96, update 2003 "Guide for Design Concrete Floor an-cl
Slab Construction"). ·
7.6 . GENERAL CONSTRUCTION CONSIDERATIONS
7.6.1 . UTILITIES CONSIDERATIONS
Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly
backfilled . A positive cut-off at the building line is recommended to help prevent water migrating in the
utility trench backfill from entering beneath the building.
Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety
and Health Standards (29 CFR 1926, Subpart P), regarding trench excavations greater than 5.0 feet in
depth. Depending on the proximity of the excavation to adjacent property lines and streets, some type of
TSIT 6 PROJECT NO. 511-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
temporary retention system may be required during construction .
7 .6 .2. DRAINAGE CONSIDERATIO NS
Positive and effective surface drainage at the proposed site is an essential part of the overall design ,
construction , and maintenance of the project. All grading should be performed such that positive drainage is
provided away from the build ing and water is not allowed to collect or discharge near the foundation. Water
must not be permitted to pond adjacent to the structure during or after construction .
Surface drainage gradients should be des igned to divert surface water away from the foundations , tops of
slopes , and edges of pavements and towards suitable collection and discharge facilities. Unpaved areas and
permeable surfaces should be provided with steeper gradients than paved areas. Surface drainage gradients
within 10 feet of buildings should be constructed with a minimum slope of 3 percent for paved areas and 5
percent for unpaved areas.
Roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto
the ground adjacent to the _building foundations . Downspouts should discharge direct ly into storm drains or
drainage swales, if possible. Roof downspout and surface dra in outlets should discharge into
erosion-resistant areas, such as paving rock rip-rap or other energy dissipaters .
Joints next to the building should be thoroughly sealed to prevent the infiltration of surface water. Where
concrete pavement is used, joints should also be sealed to prevent the infiltration of water. Since some post
construction movement of pavement and flatwork may occur , joints around the buildings should be
periodically inspected and resealed where necessary .
8. LIMITATIONS
All geotechnical investigations are limited in that the recommendations are developed from the information
obtained specifical]y in the small-diameter test borings which depict subsurface conditions at the particular
locat ion and t ime designated on the boring logs . Subsurface conditions at other locations may differ from
those observed at nearby boring locations. The nature and extent of variations between the borings may not
become evident until the course of construction . If significant variations then appear evident , it will be
necessary to re-evaluate the recommendations of this report after performing on-site observations during
the construction period and noting the characteristics of any variation .
Should any conditions other than those described in this report be encountered , our office should be
notified so that further investigations and supplemental recommendations, if required , can be provided .
The recommendations provided in this report were based on our understanding of information about the
characteristics of the project, which was provided by the client. If the client notes any deviation from the
facts about the project characteristics or if the nature of the proposed project has changed, our office shot..ild
be contacted immediately since this may materially alter the content of our design recommendations.
This investigation and study was performed in accordance with generally accepted geotechnical engineering
principles and practices. This company is not responsible for the conclusions, opinions or recommendations
made by others based on this data. The information contained in this report is intended for the exclusive use
of ou r client. In t he event that any changes in the location, nature , or design of the project are made, the
conclusions and recommendations in this report should not be considered valid until the changes are
reviewed, and conclusions and/or recommendations are modified or verified by our office.
The reproduction of this report , or any part thereof , supplied to persons other than the owner, should
indicate that this study was made to guide the restoration efforts of the proposed structure only . This report
should not be used as a construction specification but as a guide for developing final building plans and
specifications.
TSIT 7 PROJECT NO. S11-002
GEOTECHNICAL INVESTIGATION FOR FOUNDATION DESIGN .
SOUTH SIDE PUMP STATION REPLACEMENT AT 3739 GORDON AVENUE, FORT WORTH, TEXAS
APPENDIX
SITE MAPS, DRAWINGS, BORINGS LOGS
TSIT 8 . PROJECT NO . 511-002
-0 ;,:,
~ m n
-4
z
0
V, -
I
0
0
N
Ex isting pump slotlo
lo be removed, jncludlng
all undergro und piping
falend suction/
di scha rge pipe as shown
Existing 24"
Onco r XMFR
Existing gas meter
cul/cap gas line
ot meter
{L~
SOUTHSIDE 5 MG RESERVO IR
FF Tank -732 .0 '
.. _ .... ,
.TEST BORING LOCATION
'.<·
--Proposed pump
sto}jg~ bu ildi ng
. <.
< ·' L
---'l.l.!L..._
·------""'~"' .
' ' I ' /1 1.,· I
7~t.ot ,,.,~ . nu I
;,JJ .1J--1J.l.91
ni.n Propose .ct
Reinforced
-concrete
Driveway
Exten sio n
Ul.10
* Scale: l 11 = 20'
"
WA IFR DEPARTMENr
I SOUTH SIDE PUMP STA nON REPLACEMENT PROJEC T
, J j SEPTEMBER, 2010
"' ---·---•-•-•-• Surveeonlror-•-•J~'·''•---~-----•-•-•-•-•-•-l------·£_x_1s_n_N_G_S1_i_E_P_L_A_N ____ --j
--X: 2:llz 3157.74 j ~ CITY OF FORT WORTH , TEXAS
Y: 6936949 .55 //nn 73\.02 '-. · WATER DEPARTMENT PRODUCTJON D[VJSION
Z: 731.78 . __ / "-
H11i.lO -~ '""'" -02-o s or 11
V>
0
C:
-f :c
V>
C m
"'D
C:
3:
"'D
V>
-4 >
-I ::!
0 m z
VJ :XJ -I m
"'D
CCJ .-
0 >
;:JIJ ~~ -3: m
z mo z -4 G) -4~
r > :c
0 -f z
n w n > > ..... .--I w
ID z 0 ~ < z 0 m V>
VJ :XJ -4 C
0~ z> -4 :,:,,-<o
mZ z "Tl C: 0 m :XJ
"Tl "Tl
oO
:XJ c:::
-f z
::EC
0~ :,c,-
-f 0
::z:Z
:.i~ mv, ><->~ V>Z
RECORD OF SUBSURFACE EXPLORATION
Boring No .:
Project No.:
Client:
Project:
Location:
Roc k Core Dia. in .
Hamme r Drop .30 in .
B-1
S11-002
PUM P STATION
Fo r t Worth, Tex o s
SAMPLING INFORMATION
Hammer Wt. 140 lbs .
Tu be O.D . 3 .0 in .
-Spoon Sampler O.Cl . 2.0 in .
DRILLING METHOD (S):
Continuous Flight Auger
GROUNDWATER INFORMAT IO N:
DEPTH
(FT\
0 -
-
-5
>--10
~
>-
>-
-15
-
-
-
-
-20
-
-
>-
>-
>--25
>-
-
-
-
-30
I-
ISi NO RECOVERY
[I] ROCK CORE
Dry
DESCRIPTION OF STRATUM
FILL-mixed CLAYS
Light brown SIL TY CLAY (CH), with
calcareous deposits
Tan LIMESTONE with shaley clay (CH)
seams and layers
Gray LIMESTONE with occasional
shale seams
Dark gray SHALE
Bottom of Boring at 20.0'
I] CONTINUOUS FLIGHT AUGER
liiJ TEXAS CONE PENETROMETER • PRESSED SEAMLESS TUBE ~ WATER INITIAL
181 DRIVEN SPLIT SPOON t: WATER FINAL
Date Started: 1 / 1 2/ 11
Date Completed: 1 / 12/ 11
Entered By: CDD
Approved By : CHISHA MU SE NDA. P.E.
Drilling Co .: GM E DRI LLING
FIELD DATA
_J
0 en ::;
>-"' _J
5
"'
~
~ ~ ~
T II. ~-
I -
I •
~
h-1-
P=3 .25
P=3.25
P=2.75
P=4.25
P=4.0
P=3.25
P=3.75
T=100
/1.0
P=4.5
T=100
---i a. /1.5
~
--T=100
-Ill. /2.0
14
20
LABORATORY DATA
ATIERBU RG
LI MITS
t: ::;
::;
0
5
0 ::;
LL
50
53
X w
0
! ~
0 0
~ ~ 5 ;
0.. a.
PL Pl
19 31
22 31
w > w
iii
ti:>-::, t: g ~~
CJ) ~~ ::, ::, >-z O il'. ;ii. 0..0
109 2.03
104 3.55
N -STANDARD PENETRATION TEST ~ P -HAND PENETROMETER
T -TEXAS CONE PENETROMETER
·SEE BORING LOCATION DIAGRAM
FOR BORING LOCATIONS
.=-
!::.
:,:
>-a. w
0
0 -
-
-
-
5 -
-
-
-
-
10 -
-
-
-
-
15-
-
-
20 -
-
25 -
-
-
-
-
30 -
-
-
-
APPENDIX "C"
ELECTRICAL EASEMENT FOR
PAD MOUNTED TRANSFORMER
Welcome
Christopher Harder ::,.
"' ..
:c l±l
I Home
i j'--'=! =H=o=m=e=P=a="'g=e ==I'-'!
M&Cs
Reports
City Secretary
Help
Administration
Search M&C
j M&C Log _Name ___ @
M&C Legend
X -Delete Item
3/15/2011
M&C
(+)Expand
PageWidth
Pro ress Status Dash
City of Fort Worth, Texas
Mayor and Council Communication
DA TE: Tuesday , March 08 , 2011
LOG NAME: 20ROWEONCOR SSPS
SUBJECT:
REFERENCE NO.:
Authorize the Conveyance of an Easement to Oncer Electric Delivery , for Electrica l Equ ipment and
Appurtenances to Southside Pump Station on City Property Located at 3750 Gordon Avenue at No
Expense to the City of Fort Worth (COUN CIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the conveyance of an easement to Oncer Electric Del iv ery , for electrical equ ipment and
appurtenances on city property located at 3750 Gordon Avenue at no expense to the Ci ty of Fort Worth ;
and
2. Authorize the execution and recording of necessary documents to complete the conveyance .
DISCUSSION:
Page 1 of 1
The Southside Pump Station , located at 3750 Gordon Avenue , was constructed in 1947 and needs to be
replaced. The Southside Pump Station Rep lacement Project will install a new pump station in close
proxi mity to the exi sting pump station . As part of this project, a new electrica l service feed will be installed
that will include a pad-mounted transformer , which requires an easement dedication to Oncer. Upon
completion of the new pump station , the existing pump station will be demolished and removed .
GRANTOR
City of Fort Worth
ADDRESS/LEGAL DESCRIPTION
3750 Gordon Ave , Lot 1 , Block 1
Southside Pump Station Addition
The property is located in COUNCIL DISTRICT 9, Mapsco 90G .
FISCAL INFORMATION / CERTIFICATION :
ACREAGE
0 .005
The Financial Management Services Director certifies that this action will have no material effect on City
funds .
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS :
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
No attachments found .
Routing Step:Not Started Routing
FROM Fund/Account/Centers
Fernando Costa (6122)
Greg Simmons (7862)
Deanna Cody (8379)
http://apps.cfwnet.org/ecouncil/dynamicroutemc.asp?id=l4911 3/15/2011
I
I
I
LOT 1
BLOCK 1
I SOUTHSIDE PUMP STATION ADDITION
I CABINET A. SLIDE 12948
NOTE: In accordance with the Texas Board of Professional Land Surveying,
General Rules of Procedures and Practices, 663.19(9), This "report
consists of the map as shown hereon, and real property description
being attached herewith.
I P.R.,T.C.,T.
AREA : 225 S.F.+-
1 P.O.B. L2 1o·x10· GAS EASEMENT
1" = 30' ~ ACCOMPANYING ~ PER PLAT
''------l -----------~ESCRIPTIO~---'~-~~-------~\[-------,
S8~"30'30" w 346.45'~ -. ~I L --=-----
z
~
(/)
G z
5
::J
- J
10.0' U.E.
(PER PLAT)
>-w
_J z
~
(/)
W. DICKSON ST.
0::
z 1., .. : • .. g vi
-:S 89"30'30" W 197.66'
LINE TABLE
L1 N 00'29'30" W 15.0'
L2 N 89"30'30" E 15.0
L3 S 00"29 30" E 15.0
L4 S 89'30 30" W 15.0
L5 N 00'29 30" W 10.0
W. WAGGOMAN ST.
(CALLED 60.0' R.O.W.)
MAP OF SURVEY
SHOWING U 0::
0::: ~
1--8-1-w_._W_A_G_GO_M_A_N_S~T. Ci
(!)'
AN ONCOR ELECTRIC DELIVERY COMPANY EASEMENT & RIGHT-OF-WAY
SITUATED IN LOT 1, BLOCK 1, SOUTHSIDE PUMP STATION ADDITION
ACCORDING TO PLAT RECORDED IN CABINET A, SLIDE 12948,
VICINITY MAP
N.T.S.
RECORDING INFORMA710N SHOWN HEREON PLAT RECORDS OF TARRANT COUNTY, TEXAS.
MAY NOT REPRESENT CURRENT OWNERSHIP.
LEGEND
b,. DENOTES A MARK "X" IN CONCRETE FOUND.
e DENOTES A 5/8" IRON ROD FOUND WITH A 2" ALUMINUM CAP STAMPED
"C.P.W. SURVEY'
30 0 30 60
~ea§ I =i le§ ea I -'
90
I
GRAPHIC SCALE IN FEET SURVEYED ON THE GROUND IN JANUARY OF 2011.
Easement Prepared by Steve B. Cisneros
C.S.T. m 1015-2365
FO!T;oB,Tll
Trans2.ortation k Public frorks
Surve~ Division
DATE 1-13-2011 SCALE 1· • 3 0'
DRAWN BY SRC FILE NO . OIOOIIA02
Oty cl Fort Vllf''th. Tx. IODO ~ st. 7610i! rt... 871-7'~
REAL PROPERTY DESCRIPTION
FOR AN ONCOR ELECTRIC DELIVERY COMP ANY EASEMENT
AND RIGHT-OF-WAY
A parcel of land situated in Lot 1, Block 1, Southside Pump Station Addition, according to plat
recorded in Cabinet A, Slide 12948, Plat Records of Tarrant County, Texas, for the purpose of
constructing, maintaining and operating an electric distribution system, and its appurtenances,
and being more particularly described by metes and bounds as follows;
BEGINNING in the north line of an existing 10.0 foot utility easement from which a mark "X"
found in concrete in the north right-of-way line of W. Waggaman St. (called 60.0' R.O.W.) for
the most southerly southwest comer of said Lot bears ; South 00 degrees 29 minutes 30 seconds
East, 10.0 feet and further South 89 degrees 30 minutes 30 seconds West, 197.66 feet; and from
which a 5/8" iron rod found with a aluminum cap stamped "C.F .W. SURVEY" at an offset in the
north right-of-way line ofW. Waggoman St. bears ; South 00 degrees 29 minutes 30 seconds
East, 10.0 feet and further North 89 degrees 30 minutes 30 seconds East, 346.45 feet;
THENCE: departing said utility easement line, North 00 degrees 29 minutes 30 seconds West,
15.0 feet ;
THENCE: North 89 degrees 30 minutes 30 seconds East, 15.0 feet ;
THENCE: South 00 degrees 29 minutes 30 seconds East, 15.0 feet to the north line of said utility
easement;
THENCE: with said utility easement line, South 89 degrees 30 minutes 30 seconds West, 15.0
.feet to the Place of Beginning, and containing some 225 .0 square feet ofland, more or less.
Surveyed on the ground in January of 2011.
TRANSPORTATION AND PUBLIC WORKS DEPARTMEN
SURVEYING SERVICES
THE CITY OF FoRT WORTH * 8851 Camp Bowie Blvd West * FoRT WORTH, Tux.As 76
817 392-7925 * FAX 817-392-7895
· "In accordance with the Texas Board of Professional Land Surveying, General Rules of
Procedures and Practices , 663 .19(9), this "report" consists of the legal description included
herein, and a Map of Survey.
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SURVEYING SERVICES
Tm: CITY OF FORT WORTH * 8851 Camp Bowie Blvd West * FoRT WORTH, TExAs 76116
817 392-7925 * FAX 817-392-7895
APPENDIX "D"
ELECTRICAL SERVICE AGREEMENT
6.3 Agreements and Forms
Tariff for Retail Delivery Service
Oncor Electric Delivery Company LLC
Applicable: Entire Certified Service Area
Effective Date : September 21, 2009
6.3.1 Facilities Extension Agreement
Page 1 of 2
WR Number : 3118771
Transaction ID : 24105
This Agreement is made between The City of Fort Worth , hereinafter called "Customer" and
Oncor Electric Delivery Company LLC , a Delaware limited liability company , hereinafter called "Company" for the extension of Company
Deli very System facilities , as hereinafter dE15cribed , to the following location 3739 Gordon Avenue in Fort Worth , Texas
The Company has received a request for the extension of: (check all that apply)
0
D
STANDARD DELIVERY SYSTEM FACILITIES TO NON-RESIDENTIAL DEVELOPMENT
Company shall extend standard Delivery System facilities necessary to serve Customer's estimated maximum demand
requirement of 300 kW ("Contract kW"). The Delivery System facilities installed hereunder will be of the
character commonly described as 277/480 volts at 60 hertz, with reasonable variation to be allowed .
STANDARD DELIVERY SYSTEM FACILITIES TO RESIDENTIAL DEVELOPMENT
Company shall extend stan~ard Delivery System facilities necessary to serve :
_____ All-electric residential lot(s)/apartment units, or
(Number of lots/units)
_____ Electric and gas residential lot(s)/apartment units .
(N umber of lots/units)
The Delivery System facilities installed hereunder will be of the character commonly described as--------
volt, phase , at 60 hertz , with reasonable variation to be allowed.
D NON-STANDARD DELIVERY SYSTEM FACILITIES
Company shall extend/install the following non-standard facilities :
ARTICLE I -PAYMENT BY CUSTOMER
At the time of acceptance of this Agreement by Customer, Customer will pay to Company $10 .148 .46 as payment for the
Customer's portion of the cost of the extension of Company facilities, in accordance with Company 's Facilities Extension Policy , such
payment to be and remain the property of the Company. Subject to provisions in Article V.
ARTICLE II· NON-UTILIZATION CLAUSE FOR STANDARD DELIVERY SYSTEM FACILITIES
This article , Article II, applies only to the installation of standard Delivery System facilities .
a .The amount of Contribution in Aid of Construction ("CIAC") to be paid by Customer under Article I above is calculated based on the
estimated data (i .e ., Contract kW or number and type of lots/units) supplied by Customer and specified above . Company will
conduct a review of the actual load or number and type of lots/units at the designated location to determine the accuracy of the
estimated data supplied by Customer. If, within four (4) years after Company completes the extension of Delivery System
facilities , the estimated load as measured by actual maximum kW billing demand at said location has not materialized or the
estimated number and type of dwelling units/lots at said location have not been substantially completed , Company will re-
calculate the CIAC based on actual maximum kW billing demand realized or the number and type of substantially completed
dwelling units/lots . For purposes of this Agreement , a dwelling unit/lot shall be deemed substantially completed upon the
installation of Company's meter. The installation of a Company meter in connection with Temporary Delivery Service does not
constitute substantial completion .
b.Customer will pay to Company a "non-utilization charge" in an amount equal to the difference between the re-calculated CIAC
amount and the amount paid by Customer under Article I, above. Company's invoice to Customer for such "non-utilization
charge " is due and payable within fifteen (15) days after the date of the invoice.
Tariff for Retail Delivery Service
Oncor Electric Delivery Company LLC, a Delaware limited liability company
6.3 Agreements and Forms
Applicable : Entire Certified Service Area
Effective Date: September 21, 2009
ARTICLE Ill • TITLE AND OWNERSHIP
Company at all times shall have title to and complete ownership and control over the Delivery System facilities extended
under this Agreement.
ARTICLE IV · GENERAL CONDITIONS
Delivery service is not provided under this Agreement. However, Customer understands that, as a result of the
installation provided for in this Agreement , the Delivery of Electric Power and Energy by Company to the specified location
will be provided in accordance with Rate Schedule 6.1.1 .3 -Secondary Service Greater Than 1 O kW , which
may from time to time be amended or ,s ucceeded.
This Agreement supersedes all previous agreements or representations, either written or oral, between Company and
Customer made with respect to the matters herein contained, and when duly executed constitutes the agreement between
the parties hereto and is not binding upon Company unless and unti l signed by one of its duly authorized representatives .
ARTICLE V -OTHER SPECIAL CONDITIONS
(i) Customer has disclosed to Company all underground facilities owned by Customer or any other party that is not a
public utility or governmental entity, that are located within real property owned by Customer. In the event that Customer
has failed to do so, or in the event of the existence of such facilities of which Customer has no knowledge , Company , its
agents and contractors , shall have no liability , of any nature whatsoever, to Customer, or Customer's agents or assignees ,
for any actual or consequential damaQes resulting from damage to such undisclosed or unknown facilities.
(ii)
(iii)
ACCEPTED BY COMPANY:
Oncor Electric Delivery Company LLC
Oncor Representative -Signature
Ralph Schroeder
Oncor Representative -Printed Name
Sr. New Construction Manager
Oncor Representative -Title
Date
ACCEPTED BY CUSTOMER :
The City of Fort Worth
Customer I Company Name
Customer Representative Signature
Customer Representative -Printed Name
Customer Representative - Title
Date
~R
Page 2 of 2
APPENDIX 11 E"
ONCOR STANDARD
CONSTRUCTION DETAILS
South Side Pump Station -Oncor Conduit Detail from Riser Pole to Transformer Pad
02.21.11
Before trench is backfilled, call Ned Williams with Oncor Electric Delivery@ (469) 261-6336 at least one working
day in advance for inspection.
};,,
};,,
};,,
};,,
};,,
'
Final Grade
36" Min
Tamped Backfill
Spare Conduit
2 -4" SCH 40 PVC Electrical Conduits
Electrical conduits are to have a minimum separation of 12" from any crossing wet utilities
'
Electrical conduits are to have a minimum separation of 5' from any parallel wet utilities
Contractor is to pull mandrel through each conduit to check and clear blockage
One of the following types of approved pull tape must be installed in the conduit system
Arnco DL WP 25
Fibertek WP2500
Neptco WP2500P
' All 90° elbows to be 36" minimum radius long sweep elbows
Electrical conduits are to be plugged at both ends
I
12" CENTERS
(SEE DETAIL A)
:·.
• -p• "· •• 3"
SECTION " A -A "
NOTES:
5 ' MAX.
NOTE 1
DETAIL A
i j
I I
C'2
,t, NOTE 3 ,L _i\ ______ , ___________ ;_~·
j I \ I
'-j-,/ '-i-"
0'2
TRANSFORMER PAD
-~------------------_L i i 6"
-~~-~
REINFORCING SCHEDULE
NUMBER SIZE LENGTH SHAPE
6 #5 5' STRAIGHT
6 #3 2' -1" HOOP
(DETAIL A)
0.145 CU YARDS CONCRETE/PIER
TOTAL WEIGHT OF (1) PIER: 565 LBS.
1. PIER DEPTH SHALL BE 5 FEET BELOW BOTIOM OF PAO UNLESS ROCK OR OTHER HARD SURFACES ARE ENCOUNTERED .
IF ROC K OR OTHER HARD SURFACES ARE ENCOUNTERED PRIOR TO A 5 FOOT DEPTH. PIER DEPTH SHALL EXTEND
6 INCHES INTO THE HARD SURFACE .
2. PIER REINFORCING TO EXTEND 3 INCHES INTO PAD .
3. FOUR PIERS POSmONED AS SHOWN ARE RECOMMENDED FOR ALL PAD SIZES EXCEPT THE 114" X 132'' PAD . SIX PIERS
POSmONED AS SHOWN ARE RECOMMENDED FOR THIS PAO SIZE .
4 . SEE DETAIL SHEET 19 FOR ADDITIONAL NOTES.
PIER DETAILS
FOR THREE PHASE
TRANSFORMER PADS
C
~R
DD~ UG DETAIL SHEET 20 OF 55
South Side Pump Station Transformer Pad Detail (02/21/11)
);> Edge of transformer pad must be a minimum distance of~ from any building wall with less than a
2 hour fire rating or~· from any building wall with a 2 hour fire rating or better. Edge of
transformer pad must also be a minimum distance of 15' from any door or window and 20' from any
fire escape.
);> After pad is formed and before concrete is poured, call Ned Williams @ (469) 261-6336 at least one
working day in advance for inspection.
);> Electrical contractor is responsible for providing the two hole lugs for termination of his secondary
conductors onto the transformer.
Plan View
96 "
.. ··· ·· ... (.r:? .. ·
....
. . :~:::?.)~----12 " Piers (4)
#3 Rebar on 9" centers
76 "
Secondary Voltage Section
.. ···········. Primary Voltage Section
: ... r:?.)
I
27" 28 " --------IM4--24 " 16"
_L
12"
Transformer doors open on this side of pad Ground Rods
10' minimum clearance required in front of doors
Side View
······················· : :
: :
12" Pier
5/8" x 8 ' Ground Rods
114"
Approx
60"