Loading...
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"