Loading...
HomeMy WebLinkAboutContract 42361 (2)Cl1Y SECRETARY CONTRACT NO . ~ ;2.?, L-\.. City of Fort Worth, Texas Water Department ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CH.EMICAL FACILITIES IMPROVEMENTS City Project No. 01572 FWWD Project No. P265-601510157280 PREPARED BY: Camp Dresser & McKee Inc . Texas Registration No. F-3043 IN ASSOC.IA TION WITH: May 2011 VOLUME 1 OF 2 ~-$."\ .... f..j~ . ll ..::"'C;:, •••• • ·.n I/ ::1 * .. •" .. v· l ~* : .. * 'IJ r; : .. *~ ~······························-=-····~ ~ CHUN-YI CHIANG ~ i~;x······g·a919·····.7;·J o·~·· • 1.: ~ ~, ..,~ •.,(,£ ~9 ... ~ ,_ ,,,~.,,· -~·'·· ;~,~Go>-ui-z~I I lt,,f.ONAL ~ # """''''"'"''~ ' M&CReview Page 1 of2 Official site or the City or Fort Warth, Texas CITY COUNCIL AGENDA FORTWORTH ~ COUNCIL ACTION: Approved on 9/13/2011 911312011 REFERENCE 60ROLLING HILLS Wf P DATE : NO.: C-25161 LOG NAME: PHS CHEMICAL FAG IMP CONSTR CODE: C TYPE: NON-PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Contract in the Amount of $4,065,895.00 with Legacy Contracting , LP d/b/a Control Specialist Services, LP , for the Rolling Hills Water Treatment Plant -Phase 5 Chemical Facilities Improvements Located at the Rolling Hills Water Treatment Plant (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Legacy Contract ing, LP d/b/a Control Specialist Services, LP , for the Rolling Hills Water Treatment Plant -Phase 5 Chemical Facilities Improvements located at the Rolling Hills Water Treatment P lant in the amount of $4,065 ,895.00 . DISCUSSION: On June 6 , 2000 , (M&C C-18062) C ity Council author ized the execution of an Eng ineering Ag reement with Camp Dresser and McKee, Inc., (CDM) in the amount of $4 ,598 ,833. Under this Agreement, CDM prepared construction plans and specifications for the upgrade of existi ng treatment facilities , and the installation of new ozonation , backwash , filtration and high service pumping facilities to increase the plant capacity to 200 MGD from current 160 MGD at the Rolling Hills Water Treatment Plant. The design and construction phases of the project were separated into six packages: Phase 1 - Ozonation Facilities, Phase 2 -Backwash Supply, Phase 3 -Plant Process Improvements , Phase 4 - High Service Pump Station , Phase 5 -Chemical Facilities Improvements and Phase 6 -Flocculators Improvements . The first four packages are complete. Two Amendments have been authorized since the origina l contract was executed . On May 25 , 2004, (M&C C-20091) authorized Amendment No . 1 in the amount of $555 ,006 .00 . On October 30 , 2007 , · (M&C C-22492) authorized Amendment No . 2 i n the amount of $235 ,000.00. This construction project is for the Phase 5 Chem ical Facilities Improvements at the Rolling Hills Water Treatment Plant. This includes a new chemical building and storage tanks area , replacement of existing tanks and pumps, installation of new chemical piping and connection to existing chemical piping , miscellaneous demolition and demolition of the existing building , replacement of the HVAC system , addition of a new electrical room in the existing bu ilding , relocation of existing clarifier mechanism drives and associated electrical and instrumentation and control work. The project was advertised for bids on May 26 , 2011 and June 2 , 2011 , in the Fort Worth Sta r- Telegram. On July 14, 2011 , the following seven bids were rece ived : http://apps.cfwnet.org/council _packet/me _review.asp?ID= 15 7 1O&council date=9/13 /20 11 9/1 4/201 1 . ' ~ M&C Review Page 2 of2 Bidders Bid Amount Contract Time Legacy Contracting, LP d/b/a Control Specialist ~--460 Calendar ,u ..... uu Services, LP T •r Days Archer Western Contractors, Ltd. 11 $4,097,995.oo Ark Contracting Services, LLC J~. 121,425.00 Associated Con-struction Partners (ACP) i $4,221,000.00 Garney Companies, Inc. $4,362,055.00 Gracon Construction, Inc. $4,438,695.00 AU I Contractors LLS $4,578,295.00 In addition to the contract cost , $40,000.00 is required for staff time and $122 ,000.00 is provided for project contingencies. Legacy Contracting ; LP d/b/a Control Specialist Services, LP, is in compliance with the City's M/WBE Ordinance by committing to 15 percent M/WBE participation on this project. The City's M/WBE goal on this project is 15 percent. This project serves the entire City and is located in COUNCIL DISTRICT 8, MAPSCO 92S. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Water Capital Projects Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/AccountfCenters P160 541200 060160511020 $3,000,000.00 P162 541200 060162511020 $1,065,895.00 Fernando Costa (6122) S. Frank Crumb (8207) Farida Goderya (8214) 60ROLLING HILLS VvTP PH5 CHEMICAL FAC IMP CONSTR map.pdf http://apps .cfwnet.org/council _packet/me _review.asp?ID= 1571O&councildate=9/13/2011 9/14/2011 City of Fort Worth, Texas Water Department ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS City Project No. 01572 FWWD Project No. P265-601510157280 PREPARED BY: Camp Dresser & McKee Inc. Texas Registration No. F-3043 IN ASSOCIATION WITH: Freese & Nichols, Inc. Gupta & Associates, Inc. Vic Weir Consulting, Inc. May 2011 VOLUME 1 OF 2 City ofFort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements VOLUMEl TABLE OF CONTENTS PART A -NOTICE TO BIDDERS Notice to Bidders Special Instructions to Bidders PARTB -PROPOSAL Proposal City of Fort Worth Minority and Women Business Enterprise Bid Specifications PART C -GENERAL CONDITIONS PART Cl -SUPPLEMENTARY CONDITIONS (TO PART C) PART D -SPECIAL CONDITIONS PART F -BONDS Certificate of Insurance Contractor Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond PART G -CONTRACT PART E -TECHNICAL SPECIFICATIONS DMSION 1 -GENERAL REQUIREMENTS TOC .doc 01005 01010 01011 01025 01035 01040 01110 01170 01172 01200 01300 01315 01410 01500 01510 01600 01610 01656 01665 01700 Abbreviations Summary of Work Site Conditions Measurement and Payment Control of Work Construction Sequence Environmental Protection Procedures Special Provisions Pipe Penetrations Project Meetings Submittals Progress Schedule and Reports Testing and Testing Laboratory Services Temporary Facilities Construction Temporary Controls Delivery, Storage and Handling Material and Equipment Disinfection of Potable Water Facilities Trench Safety Requirements Contract Closeout TOC-1 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical F~cilities Improvements 01710 01720 01730 01740 Cleaning Project Record Documents Operating and Maintenance Data Warranties and Bonds DIVISION 2 -SITEWORK 02050 02100 02140 02200 02221 02230 02270 02490 02605 02640 02658 Demolition Site Preparation Dewatering and Drainage Earthwork Trenching, Backfilling and Compaction Granular Fill Materials Sedimentation and Erosion Control Loaming, Hydroseeding and Erosion Control Precast Reinforced Conc.rete Pipe Trench Buried Valves, Hydrants and Appurtenances Connections to and Work on the Existing System DIVISION 3 -CONCRETE 03100 03200 03300 03610 Concrete Formwork Concrete Reinforcement Cast-in-Place Concrete Concrete Grout DIVISION 4-MASONRY 04212 04810 04812 Glazed Structural Clay Tile Masonry Unit Masonry Assemblies Glass Block Assemblies DIVISION 5 -METALS 05500 05511 05521 05530 Metal Fabrications Metal Stairs Pipe and Tube Railings Gratings DIVISION 6 -WOOD AND PLASTICS (NOT USED) DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07162 07185 07840 07900 Crystalline Waterproofing Fluid Applied Traffic Membrane Through-Penetration Fire System Joint Sealers DIVISION 8 -DOORS AND WINDOWS 08131 Stainless Steel Frame System 08221 Fiberglass Reinforced Door Systems TOC.doc TOC-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 08710 08800 Door Hardware Glazing DIVISION 9 -FINISHES 09901 09902 Surface Preparation and Shop Prime Painting Finish Painting DIVISION 10-SPECIALTIES 10523 Fire Extinguisher, Cabinets and Accessories DIVISION 11 -EQUIPMENT 11165 11212 11216 11240 11241 11245 Dock Bumpers End-Suction Pumps Sump Pumps Chemical Metering Pumps Polymer Feeders Fiberglass Reinforced Plastic Tanks DIVISION 12 -FURNISHINGS (NOT USED) VOLOME2 DIVISION 13 -SPECIAL CONSTRUCTION Process Instrumentation and Controls -General Provisions Process Instrumentation and Controls -Testing Process Instrumentation and Controls -Training Process Instrumentation and Controls -Control Descriptions 13300 13302 13303 13305 13306 13311 Process Instrumentation and Controls -Applic.ation Engineering Services Process Instrumentation and Controls -PLC Hardware and Software, Industrial Network Components 13312 13313 13321 13330 13335 13342 13343 13345 13930 Process Instrumentation and Controls-Network Equipment Process Instrumentation and Controls -Network Cabling Installation Process Instrumentation and Controls -Fiber Optic Cabling and Equipment Process Instrumentation and Controls -Control Panels and Panel Mounted Equipment Process Instrumentation and Controls -Control Panel Uninterruptable Power Supply (Single Phase) Process Instrumentation and Controls -Level Devices Process Instrumentation and Controls -Pressure Devices Process Instrumentation and Controls -M iscellaneous Devices Wet Pipe Fire-Suppression Sprinklers DIVISION 14 -CONVEYING (NOT USED) TOC .doc TOC-3 May201l City of Fort Worth Rolling Hills WTP Phase 5 -Chem ical Facilities Improvements DMSION 15 -MECHANICAL 15052 15063 15064 15072 15100 15120 15140 15250 15761 15815 15837 15838 15950 Pipe Testing -General Requirements Copper Pipe and Tubing Plastic Pipe and Fittings Ductile-Iron Pipe and Fittings Valves Piping Specialties Pipe Hangers and Supports Thermal Insulation Air Coils Metal Ducts Centrifugal Fans Power Ventilators Testing, Adjusting, and Balancing DMSION 16 -ELECTRICAL TDC.doc 16000 16045 16060 16105 16110 16115 16120 16140 16150 16195 16196 16461 16470 16475 16480 16486 · 16487 . 16500 16600 16660 16859 Electrical -General Provisions Electrical Support Hardware Electrical Demolition Power System Study Raceways, Boxes, and Fittings Cable Tray Wires and Cables (600 Volt Maximum) Light Switches and Receptacles NEMA Frame Induction Motors, 600 Volts and Below Power metering and Protective Relays Low Voltage Surge Protective Devices (SPDs) Distribution Dry-Type Transformers Panelboards . Low Voltage Enclosed Circuit Breakers and Disconnect Switches · Low Voltage Motor Control Centers Mechanical Manufacturer's Provided Control Panels (MEM's) Electrical Manufacturer's Provided Control Panels Lighting System Underground System Grounding System Electrical Heat Tracing · TOC-4 May2011 City of Fort Worth Rolling . Hills Water Tre.atment Plant Chemical Facilities Improvements Division 1 Division 2 Division 9 Division 11 Division 15 Specification Seals (All Sections) (All Sections) (All Sections) (All Sections) (Page 1 of 3) March 2011 (15052 through 15250) Division 13 (13300 through 13345) Division 3 O.ivision4 OivisJon 7 Olvi$ibn 8 M·"·', h' ·2···0""1''1'' . 'i :![i)r'n' ·;-: :·; i :., . ' j. • ~~ ~.' 1. ·"·:,:·! I ·(QSG10.); 1~421~ .. -·o:·1s .. 1;0, .oia.)12)·· (Y . ~, . . . I -.• (0.71162 .. 07t85 ·0784.0 io·7iti~:~1 · · ' · · · · .. ·'f if:!.·\tl:U.'J. (08 ·13.1 ., oe-221·, oa,110 :OflB'OO~ ·orvision · 10 (105.f.3) Division 11 (1116ei) Division 13' (13930) Division 15 (15'761, 15815, 16837, -1f:l8318, 15950) . } City of Fort Worth Rolling Hills V'Jater Treatment Plant c ·hemical Facilities Improvements Division 3 Division 5 Spe .cification Seals (Page 3 of 3) March 2011 (All Sections) (All Sections) ,,,,,,,\, -~t OF 1.l'\t ~ \>-'.,e"""""'"e.,<.:..f: t t -e:, e" * "'° -11.S' I ;' 1:P · 8e 8 I ,;,*e'' ', .,*, .. ""*" "* .... "~ae,0c,Geeeaaeaaaeeeeoacpee't>ee ~ ~ MICHAEL RAY ROBERTSON-,, ~ """""""""""'"'"""""""""""!i!" ,, .... 1)~ t ·ti::JI' ~"b\,P, 59701 Q,l~ ,,;:;<\ e.."fc, Si't.~~ .. ",~: '(V\;~~tltrt,v ~-.,.,. ll · FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Division 16 (All Sections) ADDENDA C ity of Fort Worth Rollin g Hi ll s WTP Phase 5 -Chemi cal Fac il ities Imp roveme nt s CITY OF FORT WORTH Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 ADDENDUM NO. 1 June 13, 2011 The Contract documents for the Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements Project, for which proposals are to be submitted to the City of Fort Worth , Texas, are hereby clarified and modified by this Addendum No . 1. Offerors must acknowledge receipt of this Addendum on the Proposal-Part B. PROJECT MANUAL REVISIONS TABLE OF CONTENTS a) Add the following Section listing to the Table of Contents : "11246 Stainless Steel Tanks" PART A -NOTICE TO BIDDERS a) Page A-5 , Paragraph 4 "SUBMISSION OF BIDS ": ....~~ Ff·~ ~'\.~···· ········'· . l :eo .. ·· .... 11 H*l *~ ~*: ... *~ ::(····: ......................... :. .... ~ ~ CHUN-YI CHIANG ~ ;.t····\································::; \1\. 93919 ,/q;.J 11 OA\ -..~CENSf:.9,•·'·~~ ,::;' l1, ~ 6'.r ............. , (; ,~ -=-2. ., "" 11 'lt\,JON AL ~" ,..::9" It,,/~--&.#' . ... \\\'\"O..'\."-'-~ Camp Dresser & McKee Inc. Texas Registration No. F-3043 Delete the second, third and four paragraphs from the item . This revision reflects that the Bid (Proposal) forms do not need to be submitted with the Specification book . PART B -PROPOSAL a) Delete the Proposal form and replace with the Proposal form attached to this Addendum No . 1. SECTION O 1025 -MEASUREMENT AND PAYMENT a) Page 01025-2 , Paragraph 1.04 Replace Paragraph 1.04 with the following : "1.04 BID ITEMS A . ROLLING HILLS WTP PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS (Item No. 1) AD DENDUM .No . I June 13, 20 11 City of Fort Worth Rolling Hills WTP Phase 5 - Chemical Facilitie s Improvements I . Measurement and payment of the Lump Sum bid in the Bid Form for construction of the Rolling Hills WTP Phase 5 -Chemical Facilities Improvements shall be full compensation for furnishing labor, materials, equipment and incidentals, except the work required in Bid Item No. 2 through No. 8, in its entirety as shown on the Drawings and /or as specified, including mobilization and cleanup. B. TRENCH SAFETY SYSTEM (Item No. 2) I. Work under this item includes furnishing all labor, materials and equipment, and performing all operations to plan, design, construct, install, maintain , monitor, modify as necessary, and remove upon completion, a Trench Safety System for trenches or structural excavations more than five feet deep, as shown on the Drawings and as specified. This item also includes the cost of obtaining soil borings and the associated geotechnical analyses, and the preparation of a trench safety plan by a registered professional engineer. This item does not include the typical work ordinarily required for installing pipe without regard to the safety requirements, contained in Section O 1665 ( e .g. excavation, dewatering, pipe installation, embedment, backfill, etc.). 2 . Measurement and payment for Item 2 shall be on the actual linear footage of trench safety system installed at the unit price bid. However, the Contractor shall be paid no more than the maximum linear footage of trench safety system determined by the Contractor prior to the bid and inserted in the Bid Form (Proposal). Trench safety systems for structural excavations shall be paid by the linear footage of the structures foundation perimeters that are more than five feet deep . Trench safety systems for pipe trenches shall be paid by the linear footage of pipe trench greater than five feet deep, irrespective of the number of pipes in the trench. C . CHEMICAL METERING PUMPS (Item No. 3) 1. Work under this item includes furnishing all chemical metering pumps and associated appurtenances as specified in Section 11240 and/or as shown on the Drawings. All associated Contractor mark-ups shall be included as part of Bid Item No. 1. All other related work associated with installation and start-up of the equipment shall be included as part of Bid Item No . 1. 2 . Measurement and payment of the Lump Sum bid in the Proposal for providing chemical metering pumps and all associated appurtenances shall be full compensation for furnishing the equipment in its entirety as specified and/or shown on the Drawings. D. POLYMER FEEDERS (Item No. 4) ADDENDUM .No . I 1. Work under this item includes furnishing all polymer feeders and associated appurtenances as specified in Section 11241 and/or as shown on the Drawings . All associated Contractor mark-ups shall be included as part of Bid Item No. I . All other related work associated with installation and start-up of the equipment shall be included as part of Bid Item No. 1. 2 June 13 , 2011 City of Fo rt Wo rth Rolling Hill s WTP Phas e 5 -Chemi ca l Faciliti es Improvem ents 2 . Measurement and payment of the Lump Sum bid in the Proposal for providing polymer feeders and all associated appurtenances shall be full compensation for furnishing the equipment in its entirety as specified and/or shown on the Drawings. E . FIBERGLASS REINFORCED PLASTIC TANKS (Item No. 5) 1. Work under this item includes furnishing all fiberglass reinforced plastic chemical storage tanks and associated appurtenances as specified in Section 11245 and/or as shown on the Drawings . All associated Contractor mark-ups shall be included as part of Bid Item No. 1. All other related work associated with installation and start- up of the equipment shall be included as part of Bid Item No. 1. 2 . Measurement and payment of the Lump Sum bid in the Proposal for providing fiberglass reinforced plastic tanks and all associated appurtenances shall be full compensation for furnishing the equipment in its entirety as specified and/or shown on the Drawings. F . HVAC WORK (Item No. 6) I . Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the HV AC work as specified and as show n on the Drawings. All associated Contractor mark-ups shall be included as part of Bid Item No. 1. 2. Measurement and payment for the lump sum b id in the Proposal for constructing the HV AC work shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as specified and as shown on the Drawings. G . ELECTRICAL WORK (Item No. 7) 1. Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the electrical work as specified and as shown on the Drawings. All associated Contractor mark-ups shall be included as part of Bid Item No . I . 2 . Measurement and payment for the lump sum bid in the Proposal for constructing the electrical work shall be full compensation for furnishing labor, materials, equipment and incidentals required to complete the work in its entirety as specified and as shown on the Drawings. H . ALLOWANCE FOR APPLICATIONS ENGINEERING SERVICES (Item No. 8) AD DENDUM .No . I 1. The work associated with Bid Item 3 shall be performed by the Owner selected Applications Engineer (AES) for the allowance shown in the Bid Form (Proposal). The AES shall be HSQ Technologies. All associated Contractor mark-ups shall be included as part of Bid Item No. 1. Measurement and payment for Bid Item No. 3 will be for th e work items delineated for the AES in the Specifications and in the Drawings. All other instrumentation related w ork shall be included a s part of Bid Item No. 1. 3 Ju ne 13,20 11 C ity of Fort Wo rth Rollin g Hill s WTP Phase 5 -Chemical Fac iliti es Improvement s 2. Contractor shall enter into a subcontract agreement with HSQ Technology for the Scope of Work designated for the Applications Engineer within the Contract Documents and as summarized in the proposal letter from HSQ to Camp Dresser & McKee Inc . attached to the end of this specification . b) Add the following paragraph to PART 1: "l .05 BASE BID PRICE ADDER A . Base bid price adder is presented in the Proposal and specified in Section 11246. OWNER may elect to use stainless steel chemical storage tanks instead of fiberglass reinforced plastic tanks based on the additional price included in the Proposal. B . STAINLESS STEEL TANKS (Item A-1) 1. Work under this item includes furnishing all stainless steel chemical storage tanks and associated appurtenances as specified in Section 11246 and/or shown on the Drawings. If selected by the Owner, Contractor shall replace fiberglass reinforced plastic tanks , including eight Ferric Sulfate tanks FETK-01 through FETK-08 and two Sodium Hydroxide tanks SHTK-01 and SHTK-02, and associated appurtenances per Base Bid Item No. 5 in the Proposal, with stainless steel tanks . Fiberglass reinforced plastic tanks for Coagulant Aid Polymer, CPTK-01 and CPTK-02 , shall not be replaced . All associated Contractor mark-ups shall be included as part of Bid Item 1. The price provided for Item A-1 shall be the additional cost above the cost provided in Base Bid Item No. 5 and shall also include any additional cost for installation and contractor mark-ups. 2 . Measurement and payment of the Lump Sum bid in the Proposal for additional cost for replacing fiberglass reinforced plastic tanks with stainless steel tanks shall be full compensation for furnishing the equipment in its entirety as specified and/or shown on the Drawings. SECTION 04212 -GLAZED STRUCTURAL CLAY TILE MASONRY a) Page 04212-1 , Paragraph 1.01 Add the following : "D . Manufacturing Schedule AD DEN DUM .No . I A Hold Order has been developed for the purpose of securing a position in the Spring 2012 production schedule with Elgin-Butler. Upon award of the general contract, Masonry Sub-contractor shall contact the Acme Brick representative to finalize all aspects of the production order. Failure to act in a timel y manner may delay delivery of the structural glazed tile . Contact: Jason Sterna with Acme Brick (972) 775-0007 jasterna@ yahoo .com" 4 Jun e 13 ,20 1 I City of Fort Worth Rolling Hills WTP Phase 5 -Chemica l Facilities Improvem ents SECTION 11245 -FIBERGLASS REINFORCED PLASTIC TANKS a) Page 11245-1, Paragraph 1.01 Add the following: "C. The Owner may elect to use stainless steel chemical storage tanks (Section 11246) instead of fiberglass reinforced plastic tanks based on the additional price provided by the Contractor in the Bid (Proposal) Forms. If stainless steel tanks are selected, the Contractor shall replace fiberglass reinforced plastic tanks, including eight Ferric Sulfate tanks (Equipment Tag Nos. FETK-01 through FETK-08) and two Sodium Hydroxide tanks (Equipment Tag Nos. SHTK-01 and SHTK-02), and associated appurtenances with stainless steel tanks . Fiberglass reinforced plastic tanks for Coagulant Aid Polymer (Equipment Tag Nos. CPTK-01 and CPTK-02) shall not be replaced." b) Page 11245-14, Paragraph 2 .05 Add the following : "K. A 24-in diameter top access manway with bolted cover shall be provided for each fiberglass reinforced plastic tank. The manway shall be provided with l/8 inch thick full-face viton gaskets and Type 316 stainless steel bolts." SECTION 11246-STAINLESS STEEL TANKS a) Add Section 11246, attached to this Addendum No. 1. SECTION 16045 -ELECTRICAL SUPPORT HARDWARE a) Page 16045-1, Paragraph 1.01.B Delete the words, "adhesive anchor systems" from the paragraph. b) Page 16045-2, Paragraph 1.06.B Delete Paragraph 1.06.B in its entirety. c) Page 16045-3, Paragraph 2.02 Delete Paragraph 2.02 in its entirety. SECTION 16110-RACEWAY, BOXES AND FITTINGS a) Page 16110-2, Paragraph 2.01 Add the following: ADDENDUM .No . I 5 June 13 , 2011 C ity ofFort Worth Rolling Hill s WTP Ph ase 5 - Chemi cal Fa ci lities Improvements "E . PVC Coated Rigid Galvanized Steel Conduit 1. PVC coated rigid steel conduit shall have a minimum 0 .040-in thick, polyvinyl chloride coating permanently bonded to rigid steel conduit and an internal chemically cured urethane or enamel coating. Rigid steel conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc., T &B Ocal, or approved equal. The ends of all couplings , fittings, etc . shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Plastibond, Triangle PWC Inc . or Ocal. 2. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the steel, the same thickness as used on the coated steel conduit. F . Rigid PVC Schedule 40 Conduit 1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3 , Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Rocky Mountain Colby, Carlon, Kraloy , or approved equal. SECTION 16120-WIRES AND CABLES a) Page 16120-7, Paragraph 3.04 .C Delete the third sentence in the paragraph which states "Each termination of paired shielded or triad shielded shall be coated with silicone jelly after termination." ORA WING REVISIONS SHEET S-3 -CHEMICAL STORAGE AND CHEMICAL FEED BUILDING GROUND FLOOR FRAMING PLAN a) Ground Floor Framing Plan : Revise concrete joist spacing dimensions from 2' -9" to 1 '-11-1/2" and JOISTS J1 -11 SPACES @ 3 '-0" = 33 '-0" to JOISTS J1 -11 SPACES @ 3 '-1" = 33 '-11 ". Revise JOIST J2 width dimension from 1 '-6" to 1 '-4". ADDENDUM.No. I 6 June 13 , 201 1 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improve ments SHEET S-4 -CHEMICAL STORAGE AND CHEMICAL FEED BUILDING SECTIONS AND DETAILS a) Section 3: Revise concrete joist depth from l '-11" to 2'-0-1/2" and slab thickness from 3" to 4-1/2". Revise note "(2) #6 CONT, TOP & ADD'L (1) #6 x 16'-0" LONG" to read "(2) #6 CONT, TOP, & ADD'L (1) #6 x 16'-0" LONG, TOP, OVER OPENING". Revise note "#3 STIRRUPS@ 12"C/C" to read "#3 STIRRUPS @ 9"C/C". Revise note "(2) #6 CONT & ADD'L (2) #6 x 16'- 0" LONG BOTTOM BARS" to read "(2) #6 CONT, BOTTOM, & ADD'L (2) #6 x 16'-0" LONG, BOTTOM, OVER OPENING". b) Section 4: Revise concrete joist depth from 1 '-11" to 2 '-0-1/2" and slab thickness from 3" to 4-1/2". Revise note "#4 TYPE F BAR@ 12 "C/C" to read "#3 TYPE F BAR@ 12"C/C (TYP)". c) Section 5: Revise concrete joist depth from 1 '-11" to 2 '-0-1 /2" and slab thickness from 3" to 4-1 /2". Revise JOIST J2 width dimension from I' -6" to 1 '-4". Revise JOIST J1 dimension width from 6" to 7". d) Section 6 : Revise concrete joist depth from 1 '-11" to 2' -0-1 /2". Revise dimension at bottom of joist from 3" to 1-1/2". e) Section 8: Revise concrete joist depth from 1 '-11" to 2' -0-1/2" and slab thickness from 3" to 4-1 /2". Revise JOIST J1 width dimension from 6" to 7". Revise pan width dimension from 2 '-6" to 1 '-8". f) Section 9: Revise concrete slab thickness from 3" to 4-1/2". SHEET S-7 -CHEMICAL STORAGE AND CHEMICAL FEED BUILDING SECTIONS AND DETAILS a) Concrete Joist Schedule, Mark J1: Revise joist width from 6" to 7". Revise joist depth from 23" to 24-1/2". Revise slab thickness from 3" to 4-1/2". Revise Reinforcing-Top Bars N/W End and Top Bars S/E End from (2) #7F to (2) #6F . b) Concrete Joist Schedule , Mark J2: Revise joist width from 18" to 16". Revise joist depth from 23" to 24-1/2". Revise slab thickness from 3" to 4-1 /2". Revise Reinforcing -Top Bars N/W End and Top Bars S/E End from (3) #7B to (3) #6B. ADDENDUM.No. I 7 June 13, 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements c) Concrete Joist Schedule, Concrete Joist Note 2 . Revise the note to read as : "2. TOP SLAB SHALL BE OF THE Tl-IlCKNESS SHOWN ON THE DRAWINGS AND REINFORCED WITH 4x4-W3 .5xW3.5 WELDED WIRE FABRIC or #3 BARS @ 12"C/C, EACH WAY. PLACE REINFORCING 2" FROM TOP OF SLAB ." d) Concrete Joist Schedule, Concrete Joist Schedule Notes . Add the following note : "5. TOP AND BOTTOM BARS SHALL BE PLACED WITH A MINIMUM CLEAR COVER OF 2" FROM TOP AND BOTTOM OF JOIST." e) Detail B: Revise note from "(8) #4 TOP BARS@ 12"C/C" to "(8) #3 BARS@ 12"C/C". f) Detail E: Revise note from "REINF RIB W/(1) #5 CONT TOP AND BOTT" to "REINF RIB W/(1) #4 CONT TOP AND BOTTOM". g) Detail F: Revise note from "CHAIR" to "3/4" CHAIR". Revise note "#4 FOR JOISTS UNDER 12 " WIDE AND #5 FOR JOISTS OVER 12" WIDE" to "#4 FOR JOISTS UNDER 12" WIDE AND (2) #4 FOR JOISTS OVER 12" WIDE". SHEET A 1.01 -BASEMENT FLOOR PLAN AND AERIAL VIEWS a) Revise the title of the sheet to read as "BASEMENT FLOOR PLAN AND AERIAL VIEWS ". b) Revise Sheet Al.01 per Figure Nos. Al.01-A through Al.01-D attached to this Addendum No. I. SHEET Al.03 -DOOR, GLASS AND ROOM FINISH SCHEDULES MASONRY DETAILS a) Revise Sheet Al .03 per Figure Nos. Al .03-A and Al .03-B attached to this Addendum No. I. SHEET M-11 -CHEMICAL STORAGE AREA AND CHEMICAL FEED BUILDING PLAN a) Add the following note to General Notes: "15 . The Owner may elect to use stainless steel chemical storage tanks (Section 11246) instead of fiberglass reinforced plastic tanks (Section 11245) based on the additional price provided by the Contractor in the Bid (Proposal) Forms. If stainless steel tanks are selected, the Contractor shall replace fiberglass reinforced plastic tanks, including eight Ferric Sulfate tanks (Equipment Tag Nos. FETK-01 through FETK-08) and two Sodium Hydroxide tanks (Equipment Tag Nos. SHTK-01 and SHTK-02), and associated appurtenances with stainless steel tanks. Fiberglass reinforced plastic tanks for Coagulant Aid Polymer (Equipment Tag Nos. CPTK-01 and CPTK-02) shall not be replaced." ADDENDUM .No. I 8 June 13 , 2011 City ofFort Worth Rollin g Hills WTP Phase 5 -Chemical Facilities Improve ments SHEET E-2 -GENERAL NOTES a) Revise Electrical General Note No. 5 to read as the following: "All conduits shall be Form 7 and shall have aluminum clamp covers with aluminum clamps and screws. Screw-down covers are unacceptable . Refer to Section 16110 for more details ." SHEET E-7 -CHEMICAL BUILDING -MOTOR CONTROL CENTER MCC-A & MCC-B DEMOLITION a) Delete Note 3 from Sheet E-7. SHEET E-12 -CHEMICAL BUILDING FIRST LEVEL -ELECTRICAL PLAN a) Revise Sheet E-12 per Figure No . E12-A attached to this Addendum No. I. SHEET E-20 -ELECTRICAL ROOM PLAN & DETAIL a) Revise Sheet E-20 per Figure No . E20-A attached to this Addendum No . 1. SHEET E-21 -CHEMICAL AREA ELECTRICAL MODIFICATIONS a) Panelboard CH-4 schedule : Revise "Load" description for Circuit No. 13 from "Spare" to "Fiber Patch Panel". SHEET E-22 -EXISTING MCC-9 MODIFICATION & DETAILS a) Add the following two notes to the sheet: "11. Provide 3#12, W'C for 120V circuit from Panel L-9 to RTU-9. Update panel schedule. 12. Modify Panel L-9 to add one 20A/1P breaker for circuit to RTU-9." b) Existing MCC-9 Electrical Building Plan: Add "Note 11" reference to RTU-9. Add ''Note 12" reference to Panel L-9. c) Diagram 1 "Existing MCC-9 Electrical Partial One-Line": Modify Circuit 25 description to read as "Clarifier Drive CLD-1 A". Modify Circuit 21 description to read as "Clarifier Drive CLD-2". d) Revise Sheet E-22 per Figure No. E22-A attached to this Addendum No. 1. ADDENDUM.No . I 9 June 13 ,2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SHEET E-23 -CLARIFIER DRIVE -ELECTRICAL PLAN a) Partial Site Plan: Revise Clarifier Basin Name "CLD-2" to "CLD-IA". Revise Clarifier Basin Name "CLD-IA" to "CLD-2". b) Diagram B "Sedimentation Basin Riser": Revise New CP Name "CLD-2" to "CLD-IA". Revise New CP Name "CLD-IA" to "CLD-2". SHEET E-27 -FIRE ALARM RISER DIAGRAM AND ROADWAY LIGHTING SCHEMA TIC a) Panelboard LU schedule : Revise "Load" description for Circuit No. 2 from "Spare" to "Fiber Patch Panel and Switch Cabinet". SHEET E-28 -EXISTING MCC-9 MODIFICATION & DETAILS a) Add the following two notes to the sheet: "8. Provide 3# 12, %"C for 120V circuit from Panel L-10 to RTU-10. Update panel schedule. 9 . Modify Panel L-10 to add one 20A/1P breaker for circuit to RTU-10." b) Existing MCC-10 Electrical Building Plan: Add ''Note 8" reference to RTU-10. Add "Note 9" reference to Panel L-10. c) Diagram I "Existing MCC-10 Electrical Partial One-Line": Revise Circuit 10 description to read as "Clarifier Drive CLD-3". Revise Circuit 25 description to read as "Clarifier Drive CLD-3A". Revise Circuit 21 description to read as "Clarifier Drive CLD- 4". Revise Circuit 26 description to read as "Clarifier Drive CLD-4A". d) Revise Sheet E-28 per Figure No. E28-A attached to this Addendum No. I . SHEET E-29 -CLARIFIER DRIVE -ELECTRICAL PLAN a) Partial Site Plan: Revise Clarifier Basin Name "CLD-4" to "CLD-3A". Revise Clarifier Basin Name "CLD-3A" to "CLD-4". b) Diagram B "Sedimentation Basin Riser": Revise New CP Name "CLD-4" to "CLD-3A". Revise New CP Name "CLD-3A" to "CLD-4". ADDENDUM .No . 1 10 June 13 ,201 1 City of Fort Worth Rolling Hills WTP Phase 5 -Chemica l Facilities Improve ments SHEET EZ-1 -ST AND ARD DETAILS - I a) Delete all references to Adhesive Type Anchor Bolts . Adhesive Type Anchor Bolts are not acceptable for use on this project: SHEET EZ-2 -STANDARD DETAILS -II a) Delete all references to Adhesive Type Anchor Bolts. Adhesive Type Anchor Bolts are not acceptable for use on this project: SHEET EZ-3 -STANDARD DETAILS -III a) Delete all references to Adhesive Type Anchor Bolts . Adhesive Type Anchor Bolts are not acceptable for use on this project: END OF ADDENDUM NO. 1 ADDEN DUM.No . I 11 Jun e 13, 20 11 City of Fo rt Worth Rollin g Hill s WTP Ph ase 5 -Chemi cal Facil iti es Imp rove ment s TO: Mr. Tom Higgins Interim City Manager A TfN: Purchasing Office 1000 Throckmorton Fort Worth , Texas 76102 PROPOSAL PROPOSAL FOR: The furnishing of all materials and equipment and labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as : Rolling Hills Water Treatment Plant Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 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 the 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 Contract Documents and subject to the inspection and approval of the Director of the Fort Worth 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 t ime stated and for the following sums: Item No. 2 Estimated Quantity Brief Description of Item With Unit Bid Price in Words _l Construction of the Rolling Hills WTP L.S . Phase 5 -Chemical Facilities Improvements, complete, excluding Bid Items 2 and 8. Dollars and Cents per Lump Sum * L.F . Design, Installation and Removal of Trench Safety System Dollars and Cents per Linear Foot $ $ Unit Bid Price in Figures Amount in Figures $ _____ _ $ * Maximum linear footage to be determined by Bidder and entered here. Linear footage shall not be less than 30 L.F. Part B Pro posa l.d oc B-1 City of Fort Worth Rolling Hills WTP Pha se 5 -Chemi ca l Facilities Improvements Item No . 3 4 5 6 7 8 Estimated Quantitv _1 L.S . _1 L.S. _1 L.S . _1 L.S. _1 L.S. _1 L.S. Brief Description of Item With Unit Bid Price in Words Furnish Chemical Metering Pumps and Appurtenances (Specification Section 11240) Dollars and Cents per Lump Sum Furnish Polymer Feeders (Specification Section 11241) Dollars and Cents per Lump Sum Furnish Fiberglass Reinforced Plastic Tanks (Specification Section 11245) Dollars and Cents per Lump Sum Furnish and install HV AC work Dollars and Cents per Lump Sum Furnish and install electrical work Dollars and Cents per Lump Sum ALLOWANCE for Owner selected Applications Engineer (AES) work, including PLC and HMI software programming services Two hundred fifty one thousand three Unit Bid Price in Figures $ $ $ $ $ hundred ninety five Dollars and no Cents $ 251,395.00 per Lump Sum Amount in Figures $ $ $ $ $ $ 251,395 .00 TOT AL BASE BID PRICE (Items 1 through 8). ------------:-:-----,----- (in words) ____________________ ($) ____ .,..,-----=------~ (in figures) Part B Proposal.doc B-2 6/13/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Owner will evaluate the Proposals based upon the Total Base Bid Price above . Owner may elect to use stainless steel chemical storage tanks instead of fiberglass tanks based on the additional price presented below. Base Bid Price Adder A-1 Estimated Quantity _1 L.S. Brief Description of Item Unit Bid Price With Unit Bid Price in Words in Figures Additional cost for replacing Fiberglass Reinforced Plastic Tanks (eight Ferric Sulfate Tanks and two Sodium Hydroxide Tanks), per Item No. 5 in base bid above, with Stainless Steel Tanks (Specification Section $ _____ _ 11246) _________ _ Dollars -----------and _________ Cents per Lump Sum Amount in Figures $ _____ _ The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to Substantially Complete the Work and Totally Complete the Work within the Calendar Days specified in Paragraph D-15 of Part D -Special Conditions. The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through BA-29). Residency of Bidders : The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to Non-Resident Bidders. The law provides that, in order to be awarded a contract as low bidder, Non-Resident Bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas Resident Bidder by the same amount that Texas Resident Bidder would be required to underbid a Non-Resident Bidders in order to obtain a comparable contract in the state in which the Non-Resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all Non-Resident Bidders in order for your bid to meet specifications. The failure of out of state or Non- Resident Bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B . A. '-' '-' B . '-' Part B Pro posal.doc Non-resident vendors in _____ (give state), our principal place of business, are required to be percent lower than resident bidders by state law. Non-resident vendors in ____ (give state), are not required to Underbid resident bidders. Our principal place of business or corporate offices are in the State of Texas B-3 6/13/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Within ten (I 0) days of receipt of notice of acceptance of this bid, the successful bidder shall execute the formal contract and shall deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Port Worth , Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as Liquidated Damages for delay and additional work caused thereby. MINORITY /WOMENS BUSINESS ENTERPRISE (M/WBE): • I am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Addenda Acknowledgement: I (We), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid : Addendum No. 1 (Initials) ____ _ Addendum No. 2 (Initials) _____ _ Addendum No. 3 (Initials) ____ _ Addendum No. 4 (Initials) ____ _ Respectfully submitted, By: _____________ _ Title: ---------------- Address : --------------- Telephone : _____________ _ (SE AL) If Bidder is Corporation Date : Part B Proposal.doc B-4 6/13 /11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvement s PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 11246 STAINLESS STEEL TANKS A. Furnish all labor, materials, equipment and incidentals required and install , field test, complete and make ready for service ten (10) vertical stainless steel tanks and accessories as shown on the Drawings and as specified herein. B. Stainless steel tank refers to the bulk storage tank, nozzles, fittings, and accessories required for bulk chemical storage . All necessary and desirable accessory equipment and auxiliaries whether specifically mentioned in this Section or not shall be furnished and installed as required for an installation incorporating the highest standards for this type of service . Also included shall be supervisory services during installation and field testing of each unit and instructing the regular operating personnel in the proper care, operation and maintenance of the equipment. C . The Owner may elect to use stainless steel chemical storage tanks instead of fiberglass reinforced plastic tanks as specified in Section 11245 based on the additional price provided by the Contractor in the Bid (Proposal) Forms. If stainless steel tanks are selected, the Contractor shall replace fiberglass reinforced plastic tanks, including eight Ferric Sulfate tanks (Equipment Tag Nos. FETK-01 through FETK-08) and two Sodium Hydroxide tanks (Equipment Tag Nos. SHTK-01 and SHTK-02), and associated appurtenances with stainless steel tanks. 1.02 RELATED WORK A. Concrete work is included in Division 3 . B. Field painting is included in Section 09902 . C . Chemical Metering Pumps are included in Sections 11240 . D . Instrumentation and control work, except as specified herein, is included in Division 13. SCADA input and output signal requirements for monitoring/control are further defined in the P&ID Drawings, Instrumentation Drawings, and Division 13 . E. Process piping, valves and appurtenances and pipe hangers and supports are included in Division 15 . F. Thermal insulation is included in Section 15250 . G. Electrical work , except as specified herein is included in Division 16. F30429SI 1246 .doc l 1246-1 June 201 I City of Fort Worth Rolling Hills WTP Phase 5 -C hemical Facilities Improvements 1.03 SUBMITTALS A . Submit, in accordance with Section 01300, shop drawings showing details of construction and erection for each tank as follows: F30429Sl 1246 .doc 1. Dimensions of tank, fittings and attachments . 2. Wall thicknesses (shell, head and base). 3 . Locations of fittings, attachments and welds. 4. Instructions for handling, storage and installation of tanks. 5. Statement that fabrication is in accordance with this Section. 6. Weight of tanks . 7. Description of nozzles showing detail of construction. 8. Installation list of tanks with similar applications. 9. Shop Testing Inspection Reports. 10 . Electrical heat tracing installation details 11. Insulation data. 12 . Specifications for all supplied bolting, gaskets, and accessory items. A letter stating that all of the gaskets and any accessory items are compatible with the contents inside the tank . 13. Name plate: Include the following information as a minimum on each tank. a . Fabricator b . Capacity in gallons c. Weight of tank d . Year fabricated 14. Instructions for handling, storage, and installation of tanks and other accessories provided by the tank manufacturer. These instructions shall include bolt torque values and detailed instructions for pipe connections . 15. Certification of Factory Testing. 16 . Manufacturer's Certificate of Proper Installation in accordance with manufacturer's written recommendations. 11246-2 June 2011 City ofFort Worth Rollin g Hill s WTP Phase 5 -Chemical Facilitie s Impro ve ment s B . Drawing Approval I . Shop drawings shall be approved by the Engineer prior to delivery . Approval of Drawings by the Engineer shall not release the Contractor of responsibility of compliance with this Section . All proposed changes to this Section shall be stated in writing. 1.04 REFERENCE ST AND ARDS A . American National Standards Institute (ANSI) 1. ANSI Z49.1 -Safety in Welding and Cutting . B . American Society of Mechanical Engineers (ASME) 1. ASME, Section 9 -Qualification Standard for Welding and Brazing Procedures, Welders , Brazers and Welding and Brazing Operators . C . American Society for Testing and Materials (ASTM) 1. ASTM A283 -Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates . D . American Welding Society (AWS) l. A WS -Standard Welding Terms and Their Definitions. 2 . A WS -Standard Qualification Procedure. E. American Petroleum Institute (API) 1. API Standard 650 -Welded Tanks. F . Occupational Safety and Health Administration (OSHA) G . Other standards may be referenced in the text and/or on the Drawings. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Tanks shall be constructed by a firm that has at least 5 years prior experience in construction of polyethylene tanks of similar applications. B. The Procedure specifications, procedure qualification tests, and individual welder performance tests shall be in accordance with either ASME Bo iler and Pressure Vessel Code (Section 9) or A WS Standard Qualification Procedures . F30429SI 1246 .doc 11246-3 June201 1 City ofFort Worth Rolling Hills WTP Phase 5 -Chemica l Facilities Improvements 1.06 SYSTEM DESCRIPTION A . The stainless steel tanks shall provide bulk storage of chemicals as specified herein . The tanks and all appurtenances shall be constructed of materials that will resist corrosion from the specific chemical being handled . B. In addition to that equipment specified herein, all tanks shall be provided with accessories specified and shown on the Drawings, to ensure a complete and workable system . C . Refer to Table 1 "Stainless Steel Chemical Storage Tank Schedule" below for general information on tanks. D. Material Safety Data Sheets (MSDS) of the proposed chemicals could be obtained from the Owner, if required . TABLE 1 STAINLESS STEEL CHEMICAL STORAGE TANK SCHEDULE Stored Approx. Approx. Stored Chemical Tank Tank Tank TAG No. (Concentration) Chemical Outside Overall Volume Density Diameter Height FETK-01 FETK-02 FETK-03 FETK-04 Ferric Sulfate 11 .9 lb/gal 12'-0" 14'-0" 10,000 gal FETK-05 (50%) FETK-06 FETK-07 FETK-08 SHTK-01 Sod ium Hydroxide 12 .7 lb/gal 10'-0" 10'-9" 6,000 gal SHTK-02 (50%-20%) E. Each tank will normally be used to store the specified chemical at atmospheric pressure, but shall be designed to withstand the hydrostatic head which would result from the tank and fill line being surcharged with the stored chemical to 6-in above the top of the manway cover. F. Top shall be designed for a minimum 500-lb point load . 1.07 WARRANTY A. Refer to Section 01740 for requirements and conditions associated with the required manufacturer's warranty period and conditions associated with the equipment specified herein . 1.08 DELIVERY, STORAGE AND HANDLING A . Deli very, storage and handling of the stainless steel tanks shall be in accordance with Section O 1600 and as specified herein. The Fabricator shall be responsible for packaging to prevent damage during handling of the vessel on loading, transport and unloading . F30429SI 1246 .doc 11246-4 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvement s B . The Contractor shall require the manufacturer to assume responsibility for packaging to prevent normal transit and handling damage to the tanks . C . Flange faces shall be protected from damage . Cover all openings less than or equal to 30 inches with securely bolted, wooden blank flanges to prevent the entrance of dirt, water and debris . Cover all larger openings with securely anchored, heavy weight tarps. D . Tanks shall be mounted on skids or protective framework so constructed as to provide for easy handling for fork truck or similar device and /or be provided with lifting lugs , cleats , to permit handling by crane. Nozzles or other fittings shall not be used for lifting . E. Do not ship components or other pieces inside the tanks. Internal cross bracing shall be provided . Provide suitable stiffening members at the opening of open top vessels or portions of vessels to be field assembled . F . Mount vessels on padded cradles contacting 120 degrees of the vessel , if shipped horizontally, or on a suitably padded truck bed or skid if shipped vertically. Secure vessels to the cradle or skid so that there can be no movement of the vessel. G . Load vessels with at least two (2) inches clearance between the vessel including fittings , and the bulkheads or bed of the vehicle . When two or more vessels are shipped at one time , there shall be sufficient clearance or padding between vessels to prevent contact in transit. H . Manufacturer's instructions shall be provided for unloading and installation of the tanks . Manufacturer shall provide a drawing indicating lift po ints on tank for off loading truck . PART2: PRODUCTS 2.01 GENERAL A . The use of a manufacturer's name is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials, equipment shall be the end products of one manufacturer in order to provide standardization for appearance , operation, maintenance, spare parts and manufacturer's service . C. Hold down lugs and anchor bolts shall be provided by the manufacturer for each tank . Hold down lugs and anchor bolts shall be constructed of Ty pe 316 stainless steel. The tank manufacturer shall be responsible for the design of tanks, components, attachments, and anchorage in accordance with IBC-2003 requirements . 2 .02 MATERIALS A. Stainless steel tank shells , floors and roofs shall be made from Type 304 stainless steel equivalent to ASTM A283 , Grade B. Shell and roof shall be a minimum of 3/16-in steel plate . Floor shall be a minimum of 1/4-in steel plate . F30429S 11 246.doc 11246-5 Jun e 20 11 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B . Tank heads shall be designed to support a superimposed load of250-Ibs at any point and shall have a non-slip finish . 2.03 STAINLESS STEEL TAN.KS A . The stainless steel tank shall have dimensions and volume as indicated in Table 1 Stainless Steel Chemical Storage Tank Schedule in Paragraph 1.06 above. B. Tank shall be flat bottom vertical design with dimensions , details and accessories as shown on the Drawings and as specified herein C. Tank shall be designed so that no external bracing, ribs, hoops, or support wires are required . D. All seams shall be fusion welded. All welders and welding procedures shall be qualified in accordance with Section 9 of the ASME Boiler and Pressure Vessel Code. Welded seams shall be smooth and regular without sharp edges or discontinuity . E. Flanged piping connections shall be as shown on the Drawings and shall be welded to the tank. F. The interior surface shall be blast-cleaned in accordance with SSPC-SP6 and left free of rust, scale, grease, dust , dirt and debris . Interior welded seams shall be ground smooth with a radius on edges . 2.04 ACCESSORIES A. Each tank shall be equipped with three Type 316 stainless steel lifting lugs on top of tank and minimum four seismic-rated tank hold-down lugs of Type 316 stainless steel. The tank manufacturer shall review the Drawings and provide all of the tank accessories as required. Coordinate with the General Contractor to identify all of the pipe supports that require anchoring to the tank. B. Each tank shall be provided with flanged nozzles with number and size shown on Table 2 "Tank Nozzle Schedule" below. All flange faces shall be flat and true to plus/minus 1/32- in . The manufacturer shall furnish full faced, 1/8-inch thick , PTFE or EPDM gaskets for all nozzle flanges . Tank manufacturer shall confirm gasket material compatibility for intended service for an "excellent" chemical compatibility rating. C. All nozzles 4-in diameter and smaller shall be conically gusseted. F30429Sl 1246 .doc 1. Unless otherwise specified, nozzles on top or bottom heads shall have flanged faces perpendicular to the radial centerline of the tank and nozzles on side walls shall have flange faces perpendicular to vertical centerlines . Tolerance on angle of flange face with respect to tank centerline is 1/2 degree . 2 . Unless otherwise specified, nozzles on top and sides of tanks shall be the flush nozzle installation . 11246-6 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Nozzle Ty pe Fill Overflow Drain U-Vent Outlet Level Sensor Service Water Recirculation Pum p Suction Recirculation Pum p Discha rge Spare TABLE 2 TANK NOZZLE SCHEDULE FETK-01 thru SHTK-01 FETK-08 SHTK-02 Nozzl e Size, in ch Nozzle Loc ation 3 3 Top of tank 3 3 6" inches below top of tank shell 3 3 Bottom of tank 4 4 Top of tank 3 3 Bottom of tank 6 6 Top of tank -2 Top of tank -3 Bottom of tank -3 Top of tank 3 3 Bottom of tank 3. Overflow nozzles shall be provided for each tank, as shown on the Drawings. Each tank shall be furnished with sufficient number of pipe supports on tank exterior wall to restrain overflow pipe . The number of supports shall be as recommended by the tank manufacturer but shall not be less than two. D . Vent nozzle exposed to the atmosphere shall have type 316 stainless steel 16 mesh insect screen and be U-style or T-style with inlet turned downward. E . Level sensor nozzle shall be located not less than 18-in above the maximum liquid level. The centerline of the nozzle shall be at least 24-in from the tank sidewall, fill nozzle, and other obstruction . Level instruments shall be provided under Division 13 . F . Mechanical Level Indication -Each tank shall be provided with a mechanical type level indicator. The level indicator assembly shall be complete with an indicator board, sheave elbows, indicator target, float, float cable, guide cable, and all necessary fasteners and anchors. The float shall be constructed of fiber reinforced vinyl ester and the float cable and guide cable shall be Teflon coated 316 stainless steel. The indicator board shall be constructed of 2mm thick aluminum and has a vinyl facing of English units of measure and a length greater than the side wall depth of the tank. All hardware including connection elbows, indicator target, fasteners and anchors shall be 316 stainless steel. The mechanical level indicators shall be the standard product as manufactured by Varec, Shand & Jurs, or approved equal. The contractor shall coordinate installation of level indicator with the F30429SI 1246 .doc 11246-7 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements stainless steel tank manufacturer and provide all necessary supports (by the stainless steel tank manufacturer) on the tank wall for mounting the level indicator. G . Identification labels and tank numbers (6-inch high lettering). H. A 24-in diameter (minimum) top and side manway shall be provided for each tank. Provide a suitable hinged door on the manway with a support beam at the tank roof to hold the door open so that operational personnel do not have to lift and move the door to enter the tank . I. Miscellaneous 1. A minimum of four hold-down lugs positioned at 90 degree angles shall be provided for each stainless steel tank . 2. Pipe support brackets for vertical piping supported from tank sidewall and top including fill , overflow, and related piping as indicated in Table 2 above and shown on the Drawings. Brackets shall include U-bolts, straps, and clamps to match pipe size . Minimum two brackets per pipe . 3. Furnish and install OSHA-compliant aluminum access ladder, safety cage, and guardrails (with toe) for each stainless steel tank as shown on the Drawing. Tank manufacturer shall coordinate tank support connections as required . 2.05 HEAT TRACING AND INSULATION A . Sodium Hydroxide Tanks (SHTK-01 and SHTK-02) shall be insulated as per Section 15250. Finish exterior of insulation with gel coat containing UV inhibitor B. Sodium Hydroxide Tanks (SHTK-01 and SHTK-02) shall be heat traced to maintain a minimum inside temperature of 60 degrees F with an ambient temperature differential of 30 degrees F. The tank manufacture shall be responsible for furnishing the heat trace system for each of the tanks . The system shall be designed to operate with an 115V , single-phase, 60Hz power supply. The system shall be completed with a thermostat with 30 -150°F calibrated dial, stainless steel capillary bulb, and power relays as required to control heat tracing elements. Mount thermostat in fiberglass NEMA 4X enclosure which shall be mounted on tank shell as shown on the Drawings . Provide back-up thermostat in series with main thermostat to provide over temperature protection in case of main thermostat failure. 2 .06 SAFETY SIGNAGE A . Furnish and install on all tanks , precautionary labeling as recommended by OSHA, NFPA, and Hazardous Material Information System for chemical storage. B. Provide NFR designation of chemical conforming to the specifications contained in the NFPA 704, Recommendations for Identification of Fire Hazards of Materials. Hazardous materials classification shall include rating for health, flammability , reactivity , and specific hazard. Sign shall measure 18-in by 18-in. The sign shall be mounted on equipment at a height and location clearly visible for all personnel. F30429SI 1246 .doc 11246-8 June 2011 City of Fort Worth Rolling Hill s WTP Phas e 5 -Chemical Facilitie s Improvements C . Safety sign shall be shop fastened to be readily visible when tanks are installed . D. Label : Permanently attach label of material resistant to the chemical noted to each chemical storage tank containing the following minimum information : 1. Chemical to be stored including: a. Chemical Name and CAS Number. b. Concentration and common name of chemical (if any). c. Specific gravity. d. Maximum temperature that tank can handle . 2. Tank capacity in gallons. 3. Manufacturer and date of manufacture . 4. Manufacturer serial number. 2.07 SHOP INSPECTIONS AND TESTING A. Tank shall be hydrostatically tested at the factory for leaks. Tank shall be checked for leaks after they have been filled for at least I hour. The Engineer may request that this test be performed in his/her presence at the time of tank inspection. Otherwise, manufacturer shall run this test prior to the time of inspection . B . Inspection record for hydrostatic testing shall be made for the tank. Records shall be sent to the Engineer for review prior to tank shipment. C. Final acceptance by the Engineer may be contingent upon satisfactory inspection upon arrival, delivery, installation and testing at the job site. PART 3: EXECUTION 3 .01 INSTALLATION A . Install the stainless steel tank in accordance with the Drawings and the manufacturer's instructions. B. Tanks shall be installed on five layers of 30-lb roofing felt, or other resilient support as recommended by the manufacturer, on a level, smooth troweled 6-inch tall concrete pad. All debris and protrusions shall be removed before installing felt. C. Accurately place anchor bolts using templates furnished by the fabricator. D. Following successful completion of the field test and repair of leaks , tanks and support members shall be anchored in their final position according to the manufacturer's recommendations. F304 29Sl 1246 .doc 11246-9 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 - Chemi cal Faci lities Improvements E. The manufacturer shall provide all materials, labor, equipment and incidentals to install field required modifications to tanks in order to facilitate installation and anchoring of liquid level devices. 3.02 FIELD TESTING AND FUNCTIONAL TESTING A. After installation, the tank shall be field tested by filling with water. The tank and fittings shall hold water without loss , evidence of weeping, or capillary action for a period of 24 hours prior to acceptance . The Engineer may also inspect the tank for defects , damage and conformance with this Section. B. After testing, the tanks shall be thoroughly cleaned and dried. C. Should any defects become evident during inspection , testing, or within the guarantee period, repair or replace the defective tank or fitting as approved by the Engineer at no cost to the Owner. END OF SECTION F30429Sl 1246.doc 11246-10 June 2011 KEY NOTES SHEET A 1.01 <I> C ~ 01. >, VERTICAL PORTION OF NEW EXHAUST DUCT - rn "O §........_ ____________________ __, ~ (.) C Cl :E :i "' C 0 () .... ~ u 5 @) 20. C ~ 21 'iii • "O ~ 22. Cl. ~ I NEW DOCK BUMPERS. SF 2 -REFER TO H DRAWINGS . WATER HEATER ON CONCRETE PAD AND ~ 23. & CLEAN AND REPAIR DAMAGE TO EXSITING j CONCRETE CEILINGS, WALLS, COLUMNS AND <I> ~ FLOORS. VERIFY ALL CONDITIONS IN THE FIELD . LO ~ COORDINATE WITH STRUCTURAL . PREPARE ~ SURFACES TO RECEIVE SCHDEULED FINISHES -::, ) TYPICAL FOR ALL LOCATIONS ON THE FLOOR. ; 24. NEW FIRE EXTINGUISHER MOUNTED TO WALL co 0 ..... ..- iii ~ 25. ALUMINUM ANGLE DOOR STOP SECURED TO ~ 0 GRATING -REFER TO HARDWARE SCHEDULE . ~.___ ____________________ ____J gJ I Cl § 0 a:: LO g-------------,-----------------1 o CITY OF FORT WORTH , TEXAS ~ ROLLING HILLS WATER TREATMENT PLANT <1> PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS ·e 9, u..i Date Sheet No Addendum No Figure No June 13, 2011 A1 .01 A1 .01-A 0 N M � � � � a � � � a � U � m � � � � 0 U � U � � � Q � a 0 � � � _ � 0 U t � Q � 0 rn 0 'a � � _ rn C O Q' � O rn 0 � U m 'o a` ui A: 2, 893 sq ft (OLD PUMP ROOM) �v'��i1 23 TYP � 23 24 09 � !,�. `_! -�� � , � ; � , � , -�� l \ , � __ 23 - ALL - ;� SURFACES ' _, 1 �� _ �_, ❑- i 1 ' - � �. � N O N Q \ � � � � � OV � �� 01 15 23 - ALL SURFACES .n . . . r O N Q \ M 15 � 23 � ..-r_..��----�-�.�.-�-� � 23� 10 � � � \ �-- 12 �' , , {� —i :� � ' 11 � �� �-- �. Mechanical B2 A: 1,486 sq ft r.�r�ni n� IAA1�1 nrlr'111A � , 13 --�� 2/A2.02 � 23 - ALL SURFACES � CITY OF FORT WORTH, TEXAS ROLLING HILLS WATERTREATMENT PLANT PHASE 5- CHEMICAI FACILITIES IMPROVEMENTS Date Sheet No Addendum No Figure No June 13, 2011 A1.01 1� A1.01-8 � � 0 �I� I� �I� � �III -�� _��� �� 23 - ALL SURFACES 10 � /'��-� � � 01 /- 19 � - �, , , ,: __--, r-�``�-I . �� --� � ��� �� Aerial Through Basement NOT TO SCALE _ -� � � -�"s ��� 23 - ALL CITY OF FORT WORTH, TEXAS ROL�ING HILLS WATERTREATMENT PLANT PHASE 5- CHEMICAL FACILITIES IMPROVEMENTS Date Sheet �Jo Addendum No Figure No June 13, 2011 A1.01 1Q A1.01-C 0 N ch N C � � T N a c 0 � U C m C 7 N C O U � U i 0 � Q � � 0 � a s _ � � E � a c � � v Q � 0 rn 0 � E � v c � � v Q v � 0 � � � 0 � 0 Q U :� U � 0 � 0 d � N _ � C .O � � O � O � U � 'o a ui ���_1_/_J CITY OF FORT WORTH, TEXAS ROLLING HILLS WATERTREATMENTPLANT PHASE 5- CHEMICAL FACILITIES IMPROVEMENTS Date Sheet No Addendum No Figure No June 13, 2011 A1.01 1� A1.01-D Aerial Through Basement NOT TO SCALE 0 N M � � � � a � � � 0 � U C m � .� � � 0 U .� � U i 0 .���v'�r�.�1v_�v�^'��'^`v'�����^`� ^`Vr� �^'v��`v'�� . . . . . RHWTP ROOM FINISH SCHEDULE - CHEMICAL FACILITY IMPROVEMENTS ROOM PROPERTIES FLOOR PROPERTIES WALL PROPERTIES FLOOR NAME CEILING FLOOR BASE NORTH EAST SOUTH Basement Old Pump Paint Seal Concrete Paint Paint Paint Room Basement New Pump Paint Seal Concrete I Paint Paint Paint Room Ground MCC Paint Seal SGT I SGT Paint Paint W�ST Paint REMARKS N ote 1 Noie 1 - As required B2 115 NOTES: Paint SGT I 1. CLEAN AND NEUTRALIZE THE EXISTING CONCRETE. REPAIR WITH PATCH MATERIAL AND PREPARE FOR SCHEDULED FINISH. Room Finish and Opening Schedules NOT TO SCALE � , ' � CITY OF FORT WORTH, TEXAS ROLLING HILLS WATERTREATMENT PLANT PHASE 5- CHEMICAL FACILITIES IMPROVEMENTS Date Sheet No Addendum No Figure No June 13, 2011 A1.03 1� A1.03-A Q) C: ::, -, >, ro "O C: 0 ~ v" .. ,_ v' "" <.i l!isi /!ll!U :,,,:,H \Ji!:> Hdii: H:li!HL ,rnn // ., ., // /A Jii,H Hll!i iHii!P: Hll!,t:nf!:iJii; :Hi;/! -= \_ ;!~ ill .- c::_0> ., '-------1ll v : _____ __, ...__ ____ .,,.. f-----------------1''v 'II------------~ ! il ~l1 ~ il /:1 5 ii ~! @) <,,·-------------ii ~ 11---------------t > ,!~ / II ~ " :l ,1 C !_!// V a. d . --~ 1_1 ~1,·i\. -V ~ V y ~~ ~--------------111 ~: ( > (:, \. I Iii:;;;: ,,li ~ !I ! ;:::llllHilY."i ! ~ !: ~ E ::, "O C: ( / Q) "O ~ l!) 0 m _/"'_~\._J''--++-~-----r'--- 9 ~ E ::, "O C: Q) "O ~ st ..... co 0 ..... -I/) Q) "O 0 ~ 0 ~ ~ 1 l!) 0 m 9 c.. ~ ~ i: C> :§ 0 ~ l!) MASONRY AND 6 STEEL BEAM Masonry Details NOT TO SCALE 19 11 ~ 21-DASHED FOR CLARITY & ~t-------------------r----------------------------i o CITY OF FORT WORTH , TEXA S ~ ROLLING HILLS WATER TREATM ENT PLANT a, PH ASE 5 -CHEMICAL FACILITIES IM PROVEM ENTS ·e ~aJM Date Sheet No Addendum No Figure No June 13 , 2011 A1 .03 A1 .03-B I Wr-------------------------""-------------------------. I IX) N <.O / 0 z E ::i u C Q) u u <I: / 0 u C Q) u u <I: / C 0 ......, u ::i L ......, (/) C 0 u / u IX) N <.O I CJ) C "D ::i CI) 0 u E Q) ..c u <I: 0 <I: u (/) (/) I CJ) C 0 0::: ..c ......, L 0 s: ~ q_...,...: , .. \~ .. ,-.. , F 7:•lt ~-~ ~ .... * ........ f.~!•, :* .. ·· . . ·· .. *'" "'*· ' ·*~ , .. , .................... ,. .. .,. '-V. K. GUf>TA ,_ c;:: ~!& .................... , •• , I ~~\ 53097 1/5# u 111-,0•. <. ~ ··w, ro #~• •• t CENS~~ .. • ,~;: FI RST FLOOR CHEM ICAL BUILDING PLAN 3/16" = 1·-0· ELEVATO R ~ I 24"X6" CA BLE TRAY BELOW FOR I INCOMING MAIN ::::::::::::::::~_) FEEDERS @ N •• :-S's••••••••··~~_,: ~ ,,,,~NA~,~,~ 06/13/2011 (/)~------~ ..... :,o;.;:c..-______________ -, ¥GAi ~ Gupta & Associa t es, I n c . § consultin g engineering c::; Registration No . F-2593 ::i L ......, (/) C 0 u / >-- 13626 Gamma Road Dallas, Texas 75244 Tel : 972-490-7661 Fax : 972-490-7125 email:vkgupta@gaicons11/ting,com CITY OF FORT WORTH, TEXAS ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS Dote Sheet No Addendum No JUNE 13, 2011 E-12 & Figure No E12 -A Y: Construction _ ro ·ects 628C_Ft. Worth -Rollin Hills SCADA Chemical Buildin 628C Construction Addenda Addendum No . 1 628_E-2C • 4· . :- EQU IPM ENT DETAIL NTS ··" n 0 ... .. .::11" .,·.a . .. FIBER PATCH PANEL de SWITCH .· ... 4'' .....--_,_---,CABINET ®& D . ~ .. . .,. _.tl .• • rCOl.LUM .. a·-•·., ~ i-------.-------.,........,. ... .. GAi 0,,'-\\ G t & A · t I 13626 Gamma Road >S-,·~•' ~~•••f••!.~.t··· up a SSO Cl a es, IlC . Dall as, Texas 75244 · .•• * • .. -1~ '-consulting engineering Te l: 972-490-7661 '* .• •. *'I. Fax: 972-490-7125 #•: \ *~ Registration No. F-2593 email :vkgup1a@gaicons111ting.com 4111'••1'.••••••••••••• .. •••.l\••~r--~~~~~~~~~~~~~~~~~~--,i--~~~~~--~~-C-ITY~-O-F~F-O-R-T~W~O-R-T-H-.-T-E_X_A_S~ .................... ~~------4 ~ V. K. GUPTA ~ ROLLING HIL LS W T ~••v-9 ......... •••••• .. .t••' A ER TREATMENT PLANT l~\ 53097 :/1f# PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS 1.6,Q ••. / <" .•&;J, "#~~··~/CENS\~··~;:1 ···.S-a ········ .av -• v/o "f,,\~i<tlt.- 06/13/201 1 ,,,,~~,, ...... Date Sheet No Addendum No Figure No JUNE 13, 2011 E-2 0 & E20-A I w I CX) N c..o / 0 z E :::, u C Q) u u <I: / 0 u C Q) u u <I: / ill C 0 LOOP# EQUIPMENT -+-' u :::, I... CLARIFIER DRIVE 350 1-01 -+-' (/) CLD-1 C 0 u 3501-0lA CLARIFIER DRIVE / CLD-1A u CX) N c..o 3501 -02 CLARIFIER DRIVE I CL0-2 CJ) C u 3501-02A CLAR IFIER DRIVE CLD-2A :::, rn 0 u E Q) ..c u <I: 0 <I: u (/) (/) ·-I CJ) C 0 0::: ..c -+-' I... 0 s: G ~ ' ~ .~ .... ~: ... r..r.!J.~ •• ... * ··:;'7,s; ,,. -. *.. . ... *,. #•: \.~ 1'••1 .. ••••• .. ~•• .. ••••A••~ .,_ V; K. GUPTA , -+-' ~~,_... ................. , •• , LL ~.~\ 53097 :/5# J f!',iQ ... (. ...... •§;, ro "1~·•./CENS\~•·~;: N •• :.S's •ee,;e-.•• ~f:)~ ~ ·~,,~NA~,~,, 06/13/2011 I GAI 0 ~ Gupta & Associ ates, Inc. C 0 consulting eng ine ering 13626 Gamma Road Dallas, Texas 75244 Tel : 972-490-7661 Fax: 972-490-7125 FIELD WIRING RTU-9~ -:-i C6 C12 C24 ~!RTU9-1 ! LJ,.J -:-i C6 .....=_j!RTU9-2 ! CP C6 C12 LJIRTU9-3 ! Q C6 LJIRTU9-4! u Registration No. F-2593 emai t:vkgup1a@gaiconsu1ting.com :::,,_ __________________ ...,. ..... _____________________________ ... 1:; CITY OF FORT WORTH, TEXAS (/) ROLLING HILLS WATER TREATMEN T PLANT § PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS u / >- Dote JUNE 13, 2011 Sheet No Addendum No Figure No E-22 E22-A I W,---------------------------------------------------, I IX) N lO / 0 z E :) u C Q) u u <{ / 0 u C Q) u u <{ / C 0 +-' LOOP# EQUIPMENT u :) L +-' 3501-03 CLARIFIER DRIVE Cl) CLD-3 C 0 0 / 0 IX) N lO 3501-03A CLARIFIER DRIVE CLD-3A 3501 -04 CLARIFIER DRIVE I 0-, C CLD-4 u :) m 3501 -04A CLARIFIER DR IVE CLD-4A 0 u E Q) ..r:: 0 <{ 0 <{ 0 (J) Cl) I 0-, C 0 Q:'. ..r:: +-' L 0 :s: II Q,,~ · F \\' '\. ,>S;~· ••• ~*······!.t~!•, ~ ""* ••. . . ·· • .,..,,. #•I . \*I! ,. .. ,. ........ ~ ....... A .. ~ ~ V. K. GUPTA , ~ ill!~?·· ................. ,~: I ~~\,;• (.5 3 097~ /..~ 2:6 "1~···'cr111 s~~-·~: N •• ~s·••h•••••~<::,.,: ~L-----'-'_\....:':.!!~..ll.NA.s:Ls:~=-!-~_,~ __ 0_6_/_1 _3/_2_0_1_1 ____ __, !GAi ~ Gupta & Associates , Inc. § consulting engineering u Registrat ion No . F-25 93 :) L +-' Cl) C 0 13626 Ga mm a Road Da ll as, Texas 75244 Te l: 972-490-7661 Fax: 972-490-7125 email :vkgupta@gaiconsulting.com C24 C6 jRTU1D-1j C12 1---~----,J f-------1 C6 jRTU10-2 j C6 C12 jRTU 10-3j C6 jRTU10-4j CITY OF FORT WORTH , TE XAS ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEM ICAL FACILITIES IMPROVEM ENTS 0 / Dote Sheet No Addendum No Figure No >- J UNE 13 , 2011 E-28 E28-A City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements CITY OF FORT WORTH Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 ADDENDUM NO. 2 June 23, 2011 The Contract documents for the Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 1. Offerors must acknowledge receipt of this Addendum on the Proposal -Part B. PROJECT MANUAL REVISIONS PART A-NOTICE TO BIDDERS/SPECIAL INSTRUCTIONS TO BIDDERS a) Page A-1, Notice to Bidders . Camp Dresser & McKee Inc . Texas Registration No. F-3043 In the first and second sentences, revise "June 30, 2011" to "July 14, 2011". The revision reflects that proposals will be received until l :30 P.M., on July 14, 2011. Bid will be opened and read at 2:00 P.M., July 14, 2011. b) Page A-3, Special Prequalification Requirements. The following contractors have submitted prequalification packages and are approved to bid the project. 1. Archer Western Contractors 2. Associated Construction Partners, Ltd. 3. A UI Contractors 4. Garney Construction 5. Gracon Construction, Inc . 6 . Legacy Contracting, L.P. PART B -PROPOSAL a) Delete the Proposal form and replace with the Proposal form attached to this Addendum No. 2 . ADDENDUM .No . 2 June 23 , 20 I I City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improveme nt s SECTION 02605 -PRECAST REINFORCED CONCRETE PIPE TRENCH a) Page 02605-3, Paragraph 2.02 .1. Revise the paragraph to read as the following : "Aluminum cover plates shall be designed and furnished in accordance with Section 05500 and details shown on the Drawings." SECTION 01730-0PERATING AND MAINTENANCE DATA a) Page 01730-2 , Paragraph 1.04.D. Revise the paragraph to read as the following: "D . An electronic form of the O&M Manual shall be provided . All files shall be saved in CD- ROM(s). Text documents shall be in Microsoft Word format and all calculations and formulas shall be in Microsoft Excel format." b) Page 01730-2 , Paragraph 1.05.B.1. Add the following sentence to the paragraph : "Generic manufacture 's operating and maintenance data will not be accepted ." SECTION 13300-PROCESS INSTRUMENTATION AND CONTROLS -GENERAL REVISIONS a) Page 13300-19,Paragraph 1.06.F.l. Addthefollowingtotheparagraph : "c. A .W. Schultz, Inc 6861 Martindale Avenue Shawnee, KS 66218 Attn : Chris Carlson Phone: 913-307-0399 Fax : 913-307-0452" SECTION 13305 -PROCESS INSTRUMENTATION AND CONTROLS -CONTROL DESCRIPTIONS a) Page 13305-8, Paragraph 1.3.4. Revise the third paragraph to read as the following: "An adjustable Dosage Setpoint, Rapid Mix Train(s) in Service , Specific Gravity, and Chemical Percentage at the HMI shall be provided. Once the pump is confirmed running, the feed rate shall be automatically controlled based on the following equation : r:' d R ( L I . ) Dosage Setpoint (mg/ L) * 3,785 * Flow Pacing Signal (mgd)/(RapidMixBasininSvc) ree ate m mm = ----------------------------- 1,440 * Specific Gravity* Chemical Percentage b) Page 13305-13 , Paragraph 2.3 .4. Revise the third paragraph to read as the following: "An adjustable Dosage Setpoint, Rapid Mix Train(s) in Service, Specific Gravity, and Chemical Percentage at the HMI shall be provided . Once the pump is confirmed running, the feed rate shall be automatically controlled based on the following equation : ADDENDUM .No . 2 2 June 23 , 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements IC" dR ( L I . ) Dos ageSetpoint(mg /L)*3 ,785*FlowPacingSignal(mgd)/(RapidMixBasininSvc) r ee ate m mm = -----------------=------=-----"--'---"---------- 1,440 * Specific Gravity * Chemical Percentage c) Page 13305-18 , Paragraph 3.3.1. Revise the third sentence to read as the following : "As an alternate operation, the plant operator can change configuration of field manual valves so that all three or two of Sodium Hydroxide Feed Pumps feed sodium hydroxide into Rapid Mix Basins 1 and 2 ." d) Page 13305-18 , Paragraph 3.3.4. Revise the fourth paragraph to read as the following : "Normal Operation An adjustable Dosage Setpoint, Specific Gravity, and Chemical Percentage at the HMI shall be provided. Once the pump is confirmed running, the feed rate shall be automatically controlled based on the following equation: IC" d R ( L 1 . ) Do sage Setpo int (mg I L)* 3,785 * Flow Pacing Signal (mgd) ree ate m mm = --------'---------------- 1,440 * Specific Gravity* Chemical Percen tage Alternate Operation This operation will be required when the existing lime feed system is out of service. The plant operator will determine how many Sodium Hydroxide feed pumps should be placed into service based on the plant total flow . The flow pacing signal shall be the "Plant Total Flow" divided by the number of Sodium Hydroxide feed pumps in service . An adjustable Dosage Setpoint, Specific Gravity, Chemical Percentage, and Feed Pump in Service at the HMI shall be provided. Once the pump is confirmed running, the feed rate shall be automatically controlled based on the following equation: IC" dR ( L I . ) DosageSetpoint(mg /L)*3,785*FlowPacingSignal(mgd)/(FeedPumpinSvc) ree ate m mm = ----------------------------- 1,440 * Specific Gravity* Chemical Percentage e) Page 13305-24 , Paragraph 4.3.4. Revise the third paragraph to read as the following: "An adjustable Dosage Setpoint, Specific Gravity, and Chemical Percentage at the HMI shall be provided . Once the pump is confirmed running, the feed rate shall be automatically controlled based on the following equation : 17 d ( 1 . ) Dosage Setpo int (mg I L )* 3,785 * Flow Pacing Signal (mgd) ree Rate mL mm=--'-------'---------------- 1,440 * Specific Gravity * Che mical Percentage t) Page 13305-26, Paragraph 5. Delete "35 01 -05 Dedicated Clarifier Dri ve 5" from the loop number and description listing . ADDENDUM .N o. 2 3 Ju ne 23 , 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Faci lities Impro vements g) Page 13305-26, Paragraph 5.1 . Revise the loop numbers for Clarifier (Scraper) Panels Basins 1 and 2 to read as the following: "3501-0lA, OlB , 02A, 02B" h) Page 13305-27, Paragraph 5 .2 . Revise the loop numbers for Clarifier (Scraper) Panels Basins 3 and 4 to read as the following: "350 l-03A, 03B , 04A, 04B " SECTION 13311 -PROCESS INSTRUMENTATION AND CONTROLS -PLC HARDWARE AND SOFTWARE, INDUSTRIAL NETWORK COMPONENTS a) Page 13311-4, Paragraph 2 .02.A Table under column "CPU or other items ", revise bulleted item "Chassis power supply (largest available at time of bid)" to read as "(Qty 2) chassis power supply, 8 amp summable". b) Page 13311-5, Paragraph 2.02.B.3. Revise the paragraph to read as the following : "a. PLC 24, PLC-24 Spare, PLC A, and PLC B shall be Quantum Model 534. b. PLC C shall be Quantum Model 434 12A ." c) Page 13311-8, Paragraph 2.02.C . Delete Paragraph in its entirety and replace with the following: "C. Software -Not Used ." d) Page 13311-9, Paragraph 2 .04 .A. Revise the paragraph to read as ''None under this Contract". e) Page 13311-10, Paragraphs 2.04.A and 2.04 .B. Delete these two paragraphs in their entirety. f) Page 13311-10, Paragraphs 3.02 .A . Delete the paragraph in its entirety. g) Page 13311 -11 , Table 13311 A. Delete the table in its entirety. SECTION 13312 -PROCESS INSTRUMENTATION AND CONTROLS -NETWORK EQUIPMENT a) Page 13312-7, Table 13312A Replace Table 13312A in its entirety with Table 13312A attached to this Addendum No. 2. SECTION 16486 -MECHANICAL EQUIPMENT MANUFACTURER'S PROVIDED CONTROL PANELS (MEMs) a) Page 16486-9, Paragraph 2.03.C. l 0 .a. Revise the paragraph to read as the following : "a . NEMA 4X enclosures, mounted outside or in a non-air conditioned space, containing a PLC shall have air conditioners, with foam insulation, that will maintain the internal temperature at or below the equipment rating without violating the NEMA 4X rating of the enclosure." ADDENDUM.No. 2 4 June 23, 2011 City ofFort Worth Rolling Hill s WTP Phase 5 -Chemical Facilities Impro ve ments DRAWING REVISIONS SHEET G-1 -INDEX OF DRAWINGS AND PLANT LOCATION MAPS a) Revise the title of Sheet E-28 to read as "EXISTING MCC-10 MODIFICATION & DETAILS". SHEET S-2 -CHEMICAL STORAGE AND CHEMICAL FEED BUILDING BASEMENT FLOOR FRAMING PLAN a) On Detail 2 "Repair Detail at Existing Chemical Storage Pipe Trench", revise the callout for FRP grating from "Existing 1 Yi" FRP Grating" to "New 2" FRP Grating". SHEET Al .01 -BASEMENT FLOOR PLAN AND AERIAL VIEWS a) Revise Key Note 12 to read as the following: ''New Star Run. See Structural Sheets." SHEET A 1.10 -REFLECTED CEILING PLANS a) RCP -Basement Plan Delete "Precas Tees" callout from the plan . SHEET M-3 -SODIUM HYDROXIDE FEED SYSTEM PROCESS MECHANICAL AND INSTRUMENTATION DIAGRAM a) Revise Sheet M-3 per Figure No. M3-A attached to this Addendum No. 2 SHEET M-4 -FLUOSILICIC ACID FEED SYSTEM PROCESS MECHANICAL AND INSTRUMENTATION DIAGRAM a) Revise Sheet M-4 per Figure No. M4-A attached to this Addendum No. 2 SHEET M-5 -EXISTING CHEMICAL STORAGE AREA DEMOLITION PLAN a) Revise the first sentence in Note 4 to read as the following: "Demolish six (6) FRP chemical storage tanks, and all associated piping, valves, pipe supports, and appurtenances within existing chemical storage area and chemical building. Contactor shall coordinate with the City and flush out any remaining chemical into the sump in storage area." b) Revise Note 12 to read as the following : "12. Demolish all existing chemical feed piping for ferric sulfate, polymer, sodium hydroxide, and fluosilicic acid application between existing Chemical Building and Rapid Basin in Pipe Chases No. 2, No. 3 , and No. 4 for connections to new piping as shown on Chemical System PM&ID sheets and Sheet M-14. Demolition shall also include piping between Pipe Chase No. 3 and top of Rapid Mix Basins. Refer to Sheets M-8 and M-10 for additional demolition requirements . ADDENDUM.No . 2 5 June 23 , 20 11 C ity of Fort Worth Rolling Hill s WTP Phase 5 -Chemical Fac il ities Improve ments SHEET M-10 -RAPID MIX BASINS CHEMICAL PIPING DEMOLITION PLAN a) Revise Note 3 to read as the following : "3. Demolish three existing stainless steel split boxes, and all associated supports, and piping for ferric sulfate, polymer, and lime application ." b) Revise Sheet M-10 per Figure No. MIO-A attached to this Addendum No. 2 SHEET M-12 -FERRJC SULFA TE STORAGE AREA PLAN AND SECTIONS a) Add the following sentence to the end of the Note 5 : "The existing pipe trench is approximately 4'-6" wide (wall to wall)." SHEET M-16 -SODIUM HYDROXIDE AND CATIONIC POLYMER STORAGE AREA SECTION AND PIPE CHASE DETAIL a) On Detail A "Precast Concrete Pipe Chase", revised callout for alum checkered plate to read as "Aluminum Cover Plate. See details shown on this sheet." b) Add aluminum cover plate details to Sheet M-16 per Figures No. Ml6-A and No. M l 6-B attached to this Addendum No . 2 SHEET M-23 -EXISTING RAPID MIX BASINS CHEMICAL PIPING MODIFICATIONS PLAN a) In Note 2, revise the last 6 words to read as "at 12 " below 90 deg bend ". b) Revise Note 3 to read as the following : "Pipe supports shall be furnished and installed as specified and per details as shown for all of new and modified piping systems . Other type of pipe supports may be used if approved by the Engineer. Location of pipe supports shown on this sheet is for presentation only." c) Revise Sheet M-23 per Figure No. M23-A attached to this Addendum No. 2 SHEET E-22 -EXISTING MCC-9 MODIFICATION & DETAILS a) Revise Diagram 1 "Existing MCC-9 Electrical Partial One-Line" as the following : 1. Revise description for Circuit 10 to read as "CLARIFIER DRIVE CLD-1 A" 2. Revise description for Circuit 25 to read as "CLARIFIER DRIVE CLD-lB" 3 . Revise description for Circuit 21 to read as "CLARIFIER DRIVE CLD-2A" 4 . Revise description for Circuit 26 to read as "CLARIFIER DRIVE CLD-2B" b) Revise Sheet E-22 per Figure No. E22-A attached to this Addendum No . 2. ADDEN DUM .No . 2 6 June 23 , 2011 City of Fort Worth Rollin g Hills WTP Phase 5 - Chemical Facilities Improvements SHEET E-23 -CLARIFIER DRIVE -ELECTRICAL PLAN a) On Partial Site Plan, revise clarifier drive callouts as the following : 1. Revise "CLARIFIER DRIVE CLD-1" to "CLARIFIER DRIVE CLD-1 A". 2. Revise "CLARIFIER DRIVE CLD-lA" to "CLARIFIER DRIVE CLD-1B". 3 . Revise "CLARIFIER DRIVE CLD-2" to "CLARIFIER DRIVE CLD-2A". 4. Revise "CLARIFIER DRIVE CLD-2A" to "CLARIFIER DRIVE CLD-2B". b) Revise Diagram B "Sedimentation Basin Riser" as the following : 1. Revise "NEW CP-CLD-1 " to "NEW CP-CLD-lA". 2. Revise "NEW CP-CLD-lA" to "NEW CP-CLD-lB". 3. Revise ''NEW CP-CLD-2" to ''NEW CP-CLD-2A". 4. Revise "NEW CP-CLD-2A" to "NEW CP-CLD-2B". SHEET E-28 -EXISTING MCC-9 MODIFICATION & DETAILS a) Revise the title of Sheet E -28 to read as "EXISTING MCC-10 MODIFICATION & DETAILS". b) Revise Diagram 1 "Existing MCC-10 Electrical Partial One-Line" as the following : 1. Revise description for Circuit 10 to read as "CLARIFIER DRIVE CLD-3A" 2 . Revise description for Circuit 25 to read as "CLARIFIER DRIVE CLD-3B" 3 . Revise description for Circuit 21 to read as "CLARIFIER DRIVE CLD-4A" 4 . Revise description for Circuit 26 to read as "CLARIFIER DRIVE CLD-4B" c) Revise Sheet E-28 per Figure No. E28-A attached to this Addendum No. 2. SHEET E-29 -CLARIFIER DRIVE -ELECTRICAL PLAN a) On Partial Site Plan, revise clarifier drive callouts as the following: I . Revise "CLARIFIER DRIVE CLD-3" to "CLARIFIER DRIVE CLD-3A". 2 . Revise "CLARIFIER DRIVE CLD-3A" to "CLARIFIER DRIVE CLD-3B". 3 . Revise "CLARIFIER DRIVE CLD-4 " to "CLARIFIER DRIVE CLD-4A". 4 . Revise "CLARIFIER DRIVE CLD-4A" to "CLARIFIER DRIVE CLD-4B". b) Revise Diagram B "Sedimentation Basin Riser" as the following : I. Revise "CP-CLD-3" to "NEW CP-CLD-3A". 2. Revise "CP-CLD-3A" to "NEW CP-CLD-3B". 3. Revise "CP-CLD-4" to ''NEW CP-CLD-4A". 4 . Revise "CP -C LD-4A" to "NEW CP-CLD-4B". SHEET EY-5 -ELECTRICAL SCHEMA TICS -V a) Revise Sheet EY-5 per Figure No. EY5-A attached to this Addendum No. 2. ADDENDUM .No . 2 7 June 23 , 20 l l City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SHEET EY-7 -ELECTRICAL SCHEMA TICS -VII a) Revise Sheet EY-7 per Figure No . EY7-A attached to this Addendum No . 2. SHEET 1-2 -ROLLING HILLS SCADA SYSTEM ARCHITECTURE a) Revise line weight to show NET-SWITCH 001 A and NET-SWITCH 002 A as existing, not new . b) Delete ''Note 4" callouts from above ''NET-SWITCH 001 A" and ''NET-SWITCH 002 A". c) Revise Note 4 on Sheet 1-2 to read as "Not Used .". SHEET 1-6 -INSTRUMENTATION LOOP DIAGRAMS IV a) Loop No. 3501-01 , 02 "Scraper Drives". Revise loop numbers and descriptions on the diagram to read as the following: LOOP DESCRIPTION 3501-0lA SCRAPER OlA DRIVE 3501-0lB SCRAPER O 1B DRIVE 3501 -02A SCRAPER 02A DRIVE 3501-02B SCRAPER 02B DRIVE b) Loop No . 3501-01 , 02, 05 "Scraper Drives". Delete "05" from the title of the loop diagram and revise loop numbers and descriptions on the diagram to read as the following: LOOP DESCRIPTION 3501-03A SCRAPER 03A DRIVE 3501-03B SCRAPER 03B DRIVE 3501-04A SCRAPER 04A DRIVE 3501-04B SCRAPER 04B DRIVE END OF ADDENDUM NO . 1 ADDENDUM .No . 2 8 June 23 , 2011 C ity of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements TO: Mr. Tom Higgins Interim City Manager A TIN: Purchasing Office 1000 Throckmorton Fort Worth, Texas 76102 PROPOSAL PROPOSAL FOR: The furnishing of all materials and equipment and labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as: Rolling Hills Water Treatment Plant Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 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 the 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 Contract Documents and subject to the inspection and approval of the Director of the Fort Worth 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: Item No. 2 Estimated Quantity Brief Description of Item With Unit Bid Price in Words _I Construction of the Rolling Hills WTP L.S . Phase 5 -Chemical Facilities Improvements, complete, excluding Bid Items 2 through 8. Dollars and Cents per Lump Sum * L.F. Design, Installation and Removal of Trench Safety System Dollars and Cents per Linear Foot $ $ Unit Bid Price in Figures Amount in Figures $ _____ _ $ * Maximum linear footage to be determined by Bidder and entered here. Linear footage shall not be less than 30 L.F. Part B Proposal.doc B-1 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Item No. 3 4 5 6 7 8 Estimated Quantity _I L.S . _1 L.S . _1 L.S. _1 L.S. _1 L.S. _I L.S . Brief Description of Item With Unit Bid Price in Words Furnish Chemical Metering Pumps and Appurtenances (Specification Section 11240) Dollars and Cents per Lump Sum Furnish Polymer Feeders (Specification Section 11241) Dollars and Cents per Lump Sum Furnish Fiberglass Reinforced Plastic Tanks (Specification Section 11245) Dollars and Cents per Lump Sum Furnish and install HV AC work Dollars and Cents per Lump Sum Furnish and install electrical work Dollars and Cents per Lump Sum ALLOWANCE for Owner selected Applications Engineer (AES) work, including PLC and HMI software programming services Two hundred fifty one thousand three Unit Bid Price in Figures $ $ $ $ $ hundred ninety five Dollars and no Cents $ 251,395.00 per Lump Sum Amount in Figures $ $ $ $ $ $ 251,395.00 TOTAL BASE BID PRICE (Items 1 through 8). ----------:-:----:-,----- (in words) -------------------~($) ___________ ~ ( in figures) Part B Proposal.doc B-2 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Owner will evaluate the Proposals based upon the Total Base Bid Price above. Owner may elect to use stainless steel chemical storage tanks instead of fiberglass tanks based on the additional price presented below . Base Bid Price Adder A-I Estimated Quantity _I L.S. Brief Description of Item With Unit Bid Price in Words Additional cost for replacing Fiberglass Reinforced Plastic Tanks (eight Ferric Sulfate Tanks and two Sodium Hydroxide Tanks), per Item No. 5 in base bid above, with Stainless Steel Tanks (Specification Section 11246) _______ ---,-,-__ Dollars --c-----------an d Cents --------- per Lump Sum Unit Bid Price in Figures $ _____ _ Amount in Figures $ _____ _ The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to Substantially Complete the Work and Totally Complete the Work within the Calendar Days specified in Paragraph D-15 of Part D -Special Conditions . The undersigned assures that its employees and applicants for employment and those of any labor organiz.ation, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Bidders: The 198 5 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to Non-Resident Bidders. The law provides that, in order to be awarded a contract as low bidder, Non-Resident Bidders ( out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas Resident Bidder by the same amount that Texas Resident Bidder would be required to underbid a Non-Resident Bidders in order to obtain a comparable contract in the state in which the Non-Resident's principal place of business is located . The appropriate blanks in Section A must be filled out by all Non-Resident Bidders in order for your bid to meet specifications. The failure of out of state or Non- Resident Bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B . A . u u B. u Part B Proposal.doc Non-resident vendors in _____ (give state), our principal place of business, are required to be percent lower than resident bidders by state law . Non-resident vendors in ____ (give state), are not required to Underbid resident bidders . Our principal place of business or corporate offices are in the State of Texas B-3 June 2011 Ci ty ofFort Worth Rolling Hills WTP Phase 5 - Chemical Facilities Improvements Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder shall execute the formal contract and shall deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City ofFort Worth , Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth , as Liquidated Damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): • I am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Addenda Acknowledgement: I (We), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid : Addendum No. I (Initials) ____ _ Addendum No. 2 (Initials) _____ _ Addendum No . 3 (Initials) _____ _ Addendum No . 4 (Initials) _____ _ Respectfully submitted, By: _____________ _ Title: ---------------- Address: ______________ _ Telephone: ____________ _ (SE AL) If Bidder is Corporation Date : Part B Propos al.d oc B-4 June 201 I City ofFort Worth Rollin g Hill s WTP Chemical Faci lities Improvement Tag Number ,!1J RH -Chem RH-l&E Trailer RH-Spare RH-Spare RH-Admin RH-Admin Table 133 12 .docx Function 48 Port Switch 24 Port Switch 24 Port Switch 8 Port Switch 4 Port module Optics Optics TABLE 13312A NETWORKING EQUIPMENT PROVIDED BY NSI + 'NY' Manufacturer's w M Product Name PartNumber Product Description Q uantity Extreme Network Summit Xl50-48t 48 port I 0/ I 000 base T Switch l 15203 Extreme Network Summit XI 50-24t 24 port I 0/1000 base T Switch 1 15201 Extreme Network Summit XI 50-24t 24 port I 0/1000 base T Switch 1 15201 Cisco Cisco 2960-8TC-8 port 10/1000 base T Switch 1 s Extreme Network Alpine 3800 GM-Alpine 3800 GM-4Xi module l 4Xi module 4 5 112 Extreme Network lOOOBASE-SX 10011 Extreme lOOOBASE-SX 4 GBIC GBIC-based transceiver, SC 10011 connector Extreme Network SX mini-GBIC Mini-GBIC , SFP, 1 OOOBaseSX, LC 4 10051 Connector, 550m transmission with 50/125 um MMF and 275 m transmission with 62.5 /125 um MMF 13312-1 June 2011 .£: u I... Q) U) :::) E co N N 0 N I") N REDUCER PER MFR (TYP) 1 " PRV /(TYP) y y VALVE (TYP) <.) > a.. I I U) 2 " SH-PVC 2 " SH-PVC (TYP) 1 1/2" SH-PVC ( ' C ( FILTEf (FILTE, 1 1/2" SH-PVC -1/2" BCV o.,_ __________ , __ / ____ ....oi,_, _____________________ ...,. 0 0 I U) CllY OF FORT WORTH, TEXAS 2 LL ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEM ENTS Date Sheet No Addendum No Figure No JUNE 23, 20 11 M-3 M3-A () C 0 ..c () i...: Q.) (/) ::::, E L() 0 N n N ----, 2 PVC BUTIERFLY VALVES FOR CHEMICAL SERVICE SHALL BE OF LUG SlYLE SUITABLE FOR DEAD-END SERVICE AS SPECIFIED . 3 UNLESS NOTED OTHERWISE , ALL PVC PIPING SHALL HAVE FLANGED CONNECTIONS . 4 DRAIN FOR FLTK DISCHARGE PIPE SHALL BE LCOATED IN PIPE TRENCH. 1 1/2" FL-PVC RAPID MIX BASIN INLET BOX o.._---'----------.... ~------~ ..... ~~ ...... ~~~~-------1 o CllY OF FORT WORTH, TEXAS o ROLLING HILLS WATER TREATMENT PLANT ~ PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS ~ Da t e JUNE 23, 2011 Sheet No M-4 Addendum No Figure No M4-A ULFATE BOX : 3 o 1/2" SH-PVC N C ::J -, I _ _J 11 I I I I L_J --1 I I I I I I I r, I L_j_L ____ J LIME SPUTTER BOX SEE NOTE 3 I I I I I I __ J 11 I I I I L_J ---, I L_ ~ I 8 1-------......:.:::..i......1..&..---..----...... --r.....a-...&.11.1----...i.------..i...i...--4 _J CllY OF FORT WORTH, TEXAS ~ ROLLING HILLS WATER TREATMENT PLANT o PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS ::;E Date Sheet No Addendum No Figure No JUNE 23, 2011 M-10 ~ M10-A . �, w.. ,� .�w . .�� . W�.�.. �� � e,.� �..�.,�� , , . �� � ��. � .. . w .. ;,. .. .W �� . .. .,,,.�� ��. .w.� , . .,.,, .,� . �.,,� �...,. LIFTING HANDLE 2 PER PANEL = SEE DETAIL C ON THIS � SHEET � = COVER PLATE 1/8" MAX ! SEE COVER PLATE , � � T -��- S EAT DETAI L C - ---,T-----,r--�--�- _ --,r---,---�---�- �� �� ' �� � �z �� — �� � �� �� � — � � �� �� � �� �� � ��,����.�, � I W z o ;Ji n n u W ; y� n � _l�—(n �y�,� , � v � u I II u�, C n � � �Cj �> �.K � J Z Z ���� u � n ���y! u i X,�� i � QZdw ��X ��iX n I ii ��X ��`K n I � � � (� O O� '� u — n u � n i W — u � U i�� ---ll-----�--�---�—---- --�---4—-----4—--�. I , I I � EQ � �� EQ NDICATES � EDGE OF � � � CONC OPENING � STIFFENER ANGLE ( PANEL LENGTH WHERE REQUIRED (lYP) � n EQUAL PANELS s LARGER CONCRETE OPENING DIMENSION . . . �. � U 6 Q' C O � U L � � � � Q � � � 0 N � N C � � � � � � 0 0 U � � U � / � � 4 --, COVER PLA E COVER PLATE ON THIS SHEET � „„„ ,,,„„„„„„,. „ ..........:..,�.:}. „ ,,,,.„ -� , _ _ � � � a STIFFENER ANGLE ° 3/16D WHERE REQUIRED � v �: s � 1 ' - 6" MAX PANEL LENGTH 9" MAX � TYPICAL SECTION NOTE 1 COVER PLATES, ANGLE FRAMES AND SUPPORTS SHALL BE ALL ALUMINUM CONSTRUCTION UNLESS OTHERWISE NOTED, COVER PLATES SHALL BE DIAMOND PLATE ALUMINUM ALLOY 6061-T6. GRATING SHAL� BE ALUMINUM ALLOY 6063-T6. 2 FASTENERS, ANCHORS, BOLTS, NUTS AND WASHERS FOR ALUMINUM COVER PLATES AND SUPPORTS SHALL BE TYPE 316 STAINLESS STEEL. 3 A�UMINIUM STIFFENER ANGLE DIMENSIONS: 2 Y2" X Z Y2" X Y4" UNO. 4 ALUMINIUM COVER PLATE THICKNESS: 3i�" 5 COVER PLATE PANEL LENGTH SHA�� NOT EXCEED 4'-0" � ALUMINUM COVER PLATE FOR � � __ _ NTS PRECAST PIPE TRENCH B � . 1 � � 9" MAX ' EDGE OF CONC OPENING .���. ����� ��.��.".CITY OF FORT WORTH, TEXAS'������� � � .,� ���� ROLLING HILI.S WATER TREATMENT PLANT �HASE 5 — CHEMICAL FACIIITIES IMPROVEMENTS Date Sheet No Addendum No Figure No JUNE �3, 2011 M-16 2� M16—A ' 3/8" SS FLAT HEAD MACHINE SCREWS � Ca?2'-0"oc � 1 �2,� 2�� ES MIN ��4'` �1', BAR 1 x (t + 3/16") � W COVER PLATE `�.,�„ ��„.,, 0 � � v STIFFENER ANGLE� B. 3/4" --_ _.- a . p. SEE COVER PLATE SEAT DETAIL ON THIS SHEET J COVER PLATE SEAT DETAIL STIFFENER ANGLE END DETAIL � $„ $., 1 /4"x 1 /2" BAR EDGE OF - � ITER & WELD COVER PLATE � CORNERS t = 3/8" UON U � � � D � U N � � � � � � 0 N �i N C 7 � � � � � 0 0 U � � U � / � 3 1/2" 1" 3 1/2" 1" 6" 1" .. .. .. , .. ,. 3J�2"xY4"x8y2" �` � < - i -- COVER PLATE .. .. .. ,. BAR � I X X X X X K _ X X X } X Z � Q X X X X X X = X X X T X,� � x x x x x � x x x, „ t x x x x x x � . � _ . t � � � � � i < x x x` r x x x> " J � ' X X x �� x X X ` � LIFT HANDLE 3/16" NEOPRENE GASKET C� AL COVER PLATE / COVER PLATE �� � � �— / �� WELD —t L3 1 /2x3 1 /2x5/16 1/4" x 1" x 5°' LONG STRAP ANCHORS � 16"oc (STUD ANCHORS MAY BE USED IN LIEU OF STRAP ANCHORS) � ,� , CUT COVER PLATE AS SHOWN I _ r}� � i� � � � � � � �////////��/� II N � WELD ALL AROUND N I � � 1 /2" DIA SS LIFT HANDLE SECTION �'2"'�'4""$" f BAR 't' = 3/8" UON LIFT HANDLE DETAILS ALUMINUM COVER PLATE DETAILS DETAIL C NTS - �� /\ � � E „. . . ,�. .., ,w .. ,.. ...... . - ..,.. . . �. „ ... , . . ITY OF FORT WORTH, TEXAS ROLLING HILLS WATER TREATMENT PLANT - PHASE 5— CHEMICAL FACILITIES IMPROVEMENTS ' _ Date Sheet No Addendum No Figure No JUNE 23, 2011 M-16 �2 M16—B , 1 1 /2" FL—PVC 2" SH—PVC (Np� 3" FE—PVC (TYP OF 2) 2" PACS—PVC � � 3" CAP—PVC (TYP OF 2) n 1 n 1 n 1 �- .mm��r:� tll �� ! s � � ��I �� a ---C � � i . ,_ i , , i - 1 I 1 I � � � ] � ! ._____� __ __ � � ` ' � :� L __J �.. _ w ��� � I _._._ r ._... _.._ � _._. � C1 —i--------1—�, C1 —�--------�---� �� �� � —PVC �J/''�JI J /� (2) 3„ FE—PVC � TYP �/ (2) 3° CAP—PVC I = � � �... - �� ., s- „ �►- . . � �� III .— « _..._�� » -. (} ------�----�—� C�-- —T +��_ j � PIPING BELOW ( _ _ ,r � MIXER � � � SUPPORT SLAB� . i �TMP� i i � i i =� 1 I 1 i „� I �- —� 1 I L _ ; ili �—�—L-----� L'-- III� III CG Z-3 (TrP) ,�, III ��� s� r-- a� � " � � < I � � I 1 __._J � 0 Z Q � � L i� � N � � � � � z w z� o d0 z N � E a � N � W � � � � �w Q � � J �~U �i w � z H � _03v � N OJw � � } = U f- UZI J � � � N N Q � � o N � W Z � � � i : �—�+---1- _ �-- �. ------�- s � 2" SH—PVC � � � �—i—�------� � L. J � I � � � I � i � I � 1 � " 1 l I I p 0 — ao� �� � 3" FE—PVC �''. �) � � '1�'1-�'1r' _ _ �� I i I i L _J J � � ,,,, r � ' /"'� J �� r✓ ^ J ..Y.�.,`.��-.�. / � .J r J Y w � I � � T` , � ��� � � �,"`—�" ---�— (4) 2" LS—P�C j i (2) 1 1/2" AG—�S � � r� � L�_L.____J � �— —� J RA/N 1 C � � TAGE 9 � � � � L .J = 'Al1V 2 AGf 1 �bbupiy� :aas� ua� �0� L l — l lOZ `�Z un� bnnP'ZOO�dS�W\�� -..-...r..� .-... LOOP# EQUIPMENT 2 � I /23/2011 -..-. FIELD WIRING � C6 � RTU9-1 CP I C6 I RTU9-2 J � C6 I RTU9-3 J � C6 � RTU9-4 C12 � C24 L°J C12 � .. RTu-s� �O7 I 10 I CLARIFIER DRIVE CLD—tA FEFDER R 2 �� �O7 � 21 � CLARIFIEti DRIVE CLD-1 B FEEDER R 2 !� 2 Q7 I 25 CIARIFIER DRIVE CLD—ZA FEEDER O7 I 26 CLARIFIER DRIVE CLD-2B FEEDER GAI GU ta & Associates Inc. 13626 Gamma Road p � Dallas, Texas 75244 consulting engineering Tel: 972-490-7661 Faac: 972-490-7125 Registration No. F-2593 email:vkgupta@gaiconscdting.com � . I� 3501-07A CLARIFIER DRIVE CLD-1A 3501-01B CIARIFIER DRIVE CLD-1B 3501-02A CLARIFIER DRIVE CLD-2A 3501-028 CLARlFIER DRIVE CLD-28 � CITY OF FORT WORTH, TEXAS ROLL.ING HILLS WATER TREATMENT PLANT PHASE 5— CHEMICAL FACILITIES IMPROVEMENTS Date Sheet No Addendum No � Figure No JUNE 23, 2011 E-22 2� I E22—A .......................................... _ ................. i I 1 1� 2 � ._...._._ .................._.............._.......... ..... 4 5 6 O t3 ............. _ _ ........................................... ...... a �_ 2 U _��,T ib'0..,......... - �, i Ii � LOOP# / L \ IS ,.J ___ LJ — — ,� � -- — -2z ---- ,..... ........................... _... L.1 — — 24 i _..........._ ...................._..._._...._. . . _. .�..-..-..-. � _ .. ....................... 1F 18 �� � � 2 — ��...r�r.� I 27 � I z za EXISTING MCC-10 EL�/ATI ON NTS "v-v�/v'� ^�. EQUIPMENT FIEL[ 3501-03A CLARIFIER DRIVE CLD-3A 3507-03B CfARIFIER DRIVE CLD-3B 3501-04A CLARIFIER DRIVE CLD-4A 3501-04B CLARIFIER DRIVE CLD-4B CP �6 RTU10-1 � C6 � RTU10-2 CP C6 RTU10-3 � C6 � RTU10-4 �) O2 O6 I CLARIFIER DRIVER CLD-3A FEEDER lv� l 2 ) O9 SPARE l O2 10 CLARIFIER DRIVER CLD-4A FEEDER /23/201 1 SPACE -vvv ,��' 2 25 CLARIFIER DRIVE CLD-36 FEEDER �( 0 � 0 �, ,, Gupta & Associates Inc. '3626 �a°'n'a R°aa � Dallas, Texas 75244 consultin en ineerin Tel: 972-490-7661 � Q Z� CLARIFIER DRIVE CLD-4B FEEDER 9 g g Fax:972-490-7125 /L\ -� -- Registration No. F-2593 emaiLvkgcepta@gaiconsul[ing.com � , CITY OF FORT WORTH, TEXAS ROLLING HILLS WATER TREATMENT PLANT PHASE 5— CHEMICAL FACILITIES IMPROVEMENTS Date Sheet No Addendum No Figure No JUNE 23, 2011 E-28 2� E28-A ---------------------------------------------- � � � - � MCP1 M1 OL1 � - I �'� � I-olX` .= I � i � i IMCP1 M7 OL1 I � � � I �-�i�= M1 � i , _ I MCP1 'Mt OL1 I I ^ I � I � MAIN � I� CB OO MCP2 M2 � - � _ 1 O�^L2 I I � Y � C � F-0. S':. I I I I i 1 I480V.� �.� _ M^2 M2 pL2 M2 I I 3PH I I� = I I i � MCP2 IM2L OL2 ' - I � --0 ` _ ^ ( r-�c I I � I ^ I i � I i � FR 2 � I i I � � I I6 � ( 8 �i � �� i I 10 � I 12 i I M7 13"'—� ( i � � (AR}7 ' , i 14' � I d , � � � I 7L 0 � � � I v � � � u � ,a I � � .L " 480 TO 720V O TRANSFORMER L CR y7 AR � I 1 H � A AR7 W X00 2 CR-L � � M7 - 1 I �_�Q TDE-1 �x � CR-}T2 �I � z H� �I A� AR2 W X00 6 CR-� � --I M2 I I _�_�p TDE-2 X� o— ("o) p o c TS CONTINUED ABOVE RIGHT � I I � I i 4,j� OL1 ,� �� � 13,36 , 0,�2 I OL2 I ,� ��' 20.36 i I � RUN O � PTf FAIL O � P1T CR 2 T1 0 A� MOTOR HIGH TEMP - I � � � ' � _ I M2 � 20 `- _.._.....I 1 I II i i AR2} 22 '----� I 24 CONTINUED BELOW LEFT (NO) Q . � � o---i TS � 2 PUMP ALTERNATOR i �----------- � 1 ^ I i 2�_ � � ALT ` I I 1 I i � I j I � 8 _ I LS-t � � I i 28� --�-o��o--_ I I START LEAD 2O � � � 7 � PUMP ' j I 7 j I�S-2 O I � 30 c c rd � � �, STAR�T LAG 2O � 2 g � PUMP L---------- -� LS-L � M�� 32� - � STOP PUMPS 2O LOW LEVEL M2 33 � I �s � R-0-30SE S-20SE � 12 2 R-0-30SE S-20SE � i i i � 2 � ( M1 M2 / I i 36 �R i I � �� � �� I i • � i L-------- SPARE ---- � ELECTRICAL 480V DUPLEX SUMP PUMP �3i6 SS, NEMA 4X ENCLOSURE SCHEMATIC � NTS ��� �,. �� .. ���� � ,r, i`a��1M1 •, � , �,* *� ��� V. K. Gl.fPiA srs���w�+a+�+r �J��}�% � , 06/23/2011 RUN O �. 7 �C � FAIL O �:.:t ' T2 � 8 O A MOTOR HIGH TEMP � � I I � i � � GAI GU ta. & ASSOC1a.teS Ii1C. 13626 Gamma Road � � Dallas, Texas 75244 consulting engineering Tel: 972-490-7661 , Fax:972-490-7125 Registration No. F-2593 email:vkgupta@gaiconsulting.com CITY OF FORT WORTH, TEXAS ROLLING HILLS WATER TREATMENT PLANT PHASE 5— CHEMICAL FACILITIES IMPROVEMENTS Date Sheet No Addendum PJo Figure No JUNE 23, 2011 EY-5 � EY5—A - 480V • RTU-9 CLARI FIER PANEL START/ j_ STOP T '-------+---------------i = ~ REMOTE --j_ LOW CURRENT -T(BELT BROKEN} _l_ TORQUE T CUT-OFF ~ OVERLOAD 1-------------------' GAi Gupta & Associates, Inc. consulting engineering Registration No. F-2593 _l_RUN T 13626 Gamma Road Dallas, Texas 75244 Tel : 972-490-7661 Fax : 972-490-7125 email :vkgupta@gaiconsulting.com 480V t RTU-10 CLARIFIER PANEL START/ j_ - STOP T .__ ..... +---------------i -j_ REMOTE T j_ HIGH TORQUE TALARM 1---------------~ j_ TORQUE -TCUT-OFF 1---------------t---~ -j_ OVERLOAD - T -j_RUN - T -~ BLOCK DIAGRAM -1 } ) EQUIPMENT MCC PLC } CLARIFIER DRIVE-1A CONTROL PANEL 9 9 I l CLARIFIER DRIVE-1 B CONTROL PANEL 9 9 ) CLARIFIER DRIVE-2A CONTROL PANEL 9 9 I CLAR IFIER DRIVE-2B CONTROL PANEL 9 9 I ~ BLOCK DIAG RAM -4 I EQUIPMENT MCC PLC I CLARIFIER DRIVE-3A CONTROL PANEL 10 10 I CLARIFIER DRIVE-3B CONTROL PANEL I 10 10 CLARIFIER DRIVE-4A CONTROL PANEL 10 10 j CLARIFIER ORIVE-49 CONTROL PANEL 10 10 ) ------ ---- CITY OF FORT WORTH, TEXAS ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS Q)M Dote Sheet No Addendum No Figure No JUNE 23, 2011 EY-7 EY7-A City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Faci litie s Improvements CITY OF FORT WORTH Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 ADDENDUM NO. 3 July 6, 2011 The Contract documents for the Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 3. Offerors must acknowledge receipt of this Addendum on the Proposal -Part B . PROJECT MANUAL REVISIONS TABLE OF CONTENTS a) Add the following Section listing to the Table of Contents: "16720 Fire Alarm System" PART A -NOTICE TO BIDDERS/SPECIAL INSTRUCTIONS TO BIDDERS a) Page A-3 , Special Prequalification Requirements. Camp Dresser & McKee In c. Texas Regi strat ion No . F-3 043 The following contractors have submitted prequalification packages and are approved to bid the project. 1. Archer Western Contractors 2 . ARK Contracting Services 3 . Associated Construction Partners, Ltd . 4. AUi Contractors 5 . Garney Construction 6 . Gracon Construction, Inc. 7. Legacy Contracting, L.P . AD DEN DUM.No . 3 Jul y 6, 20 11 City ofFort Worth Rolling H ills WTP Phase 5 -Chemi ca l Fa c ilities Improve ments SECTION 04812 -GLASS BLOCK ASSEMBLIES a) Page 04812-3 , Paragraph 2 .02.A. Add the following item to the paragraph : "8. Fire Rating: In-place the assembly shall provide a 90 minute fire rating for the glass block ." SECTION 05530 -GRATING a) Page 05530-2 , Paragraph 2.02. Revise the paragraph to read as the following: "2.02 FERROUS METALS A . Stainless Steel Sheet, Strip, Plate , and Flat Bars : ASTM A666 , Type 316. B. Stainless Steel Bars and Shapes : ASTM A276 , Type 316 ." b) Page 05530-3 , Paragraph 2.04 . Delete Paragraph 2.04 in its entirety and replace with the following : "2.04 NOT USED " c) Page 05530-3 , Paragraph 2.06 . Revise the paragraph to read as the following: "2 .06 GLASS-FIBER-REINFORCED PLASTIC GRATINGS ADDEN DUM.No. 3 A . Pultruded Glass-Fiber-Reinforced Gratings: Bar gratings assembled from components made by simultaneously pulling glass fibers and extruding thermosetting plastic resin through a heated die under pressure to produce a product without voids and with a high glass-fiber content. I. Configuration : Minimum 16015 ; 1-1/2-inch I-bars spaced 1-1/2 inches o .c. (60 percent open); or as required to comply with structural performance requirements. 2. Resin Type: Vinylester . Resin shall be UV inhibited and the composite shall include a veil on all exposed surfaces . a. Flame-Spread Index : 25 or less when tested according to ASTM E84 , and meets the self-extinguishing requirements of ASTM D635 . 3 . Color: Yellow. 4 . Traffic Surface : Applied abrasive finish . 2 Jul y 6, 20 11 City of Fort Worth Rolling Hills WTP Phase 5 - Chemical Facilities Improvements d) Page 05530-4 , Paragraph 2 .07 . Revise the paragraph to read as the following : "2 .07 GRATING FRAMES AND SUPPORTS A. Frames and Supports for Glass-Fiber-Reinforced Gratings: Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive gratings. Miter and weld connections for perimeter angle frames . Cut, drill, and tap units to receive hardware and similar items . 1. Unless otherwise indicated, fabricate from stainless steel. 2 . Equip units indicated to be cast into concrete with integrally welded anchors ." e) Page 05530-4, Paragraph 3.03. Delete Paragraph 3 .03 in its entirety . SECTION 08710 -DOOR HARDWARE a) Page 08710-11 , Paragraph 3 .07 .D . Delete the paragraph in its entirety. SECTION 09902 -FINISH PAINTING a) Page 09902-18, Paragraph 3.05. Add the following paragraph : "B . Piping color shall be assigned with respect to the Texas Commission on Environmental Quality (TCEQ) requirements for process piping colors. Refer to Chapter 290.42( d)(l 3)(A)." SECTION 11212-END-SUCTION PUMPS a) Page 11212-6, Paragraph 2 .04.A. Revise "01171" to "16150". SECTION 11240-CHEMICAL METERING PUMPS AND APPURTENANCES a) Page 11240-7, Paragraph 2 .03 .A .l. In the first sentence, revise "discharge" to "suction". b) Page 11240-7, Paragraph 2 .03.A.3 . Revise the first sentence to read as the following : "Each calibration standpipe shall have a threaded connection at its bottom for connecting to metering pump suction pipe and a top end cap. For fluosilicic acid application, each end cap shall be fitted with a ball valve for air venting, as indicated on the Drawings ." c) Page 11240-7, Paragraph 2.03 .A.5 . Add the following sentence to the paragraph : "Each calibration standpipe shall be properly supported by the piping support system provided for each chemical metering pump as noted on the Drawings ." AD DEN DUM.No. 3 3 Jul y 6, 20 11 City of Fort Worth Rolling Hills WTP Phase 5 - Chemical Facilities Impro vements d) Page 11240-12, Paragraph 3.03.B . Revise the last sentence to read as the following: "Test shall be performed using the chemical for the intended application (e .g., using ferric sulfate for testing ferric sulfate metering pumps). Chemicals for testing will be provided by the Owner." SECTION 11245 -FIBERGLASS REINFORCED PLASTIC TANKS a) Page 11245-6, Paragraph 2 .0 l.A. Revise the first sentence to read as the following: "August Fiberglass , Blackville, South Carolina; Belco Manufacturing, Belton, Texas; Justin Tank, Inc., Georgetown, Delaware; or Tankinetics/Strand Composite Engineering & Construction, Harrison , Arkansas ." b) Page 11245-8, Paragraph 2.02 .F . In the second sentence of the paragraph, revise "IBC-2003" to "IBC-2009". c) Page 11245-9, Paragraph 2.04.B.1. Delete the second sentence of the paragraph in its entirety . SECTION 11246 -STAINLESS STEEL TANKS a) Page 11246-8, Paragraph 2.04 .1.1 . Revise the paragraph to read as the following : "Type 316 stainless steel hold-down lugs and anchor bolts shall be provided by the stainless tank manufacturer for each tank. A minimum of four hold-down lugs positioned at 90 degree angles sha-U be provided for each tank. The tank manufacturer shall be responsible for the design of tanks, components, attachments, and anchorage in accordance with IBC-2009 requirements ." b) Page 11246-8, Paragraph 2 .04 .1.3 . In the first sentence of the paragraph, revise "aluminum" to "Type 304 stainless steel". SECTION 15100 -VAL YES a) Page 15100-1 , Paragraph 1.01.B . Add the following item to the paragraph : "15 . Reduced Pressure Backflow Preventers" b) Page 15100-17, Paragraphs 2 .16 and 2 .1 7 . Revise numbering of those two paragraphs to "2 .17 " and "2 .18 ", respectively. c) Page 15100-17, add the following paragraphs : "2 .16 REDUCED PRESSURE BACKFLOW PREVENTERS (RPBPs) ADDENDUM.No . 3 A . Reduced pressure double check valve type backflow preventers shall be installed where shown on Drawings and of the size indicated . B . RPBP assembly shall consist of two independently operating check valves with inlet and outlet shut off valves , relief valve and test cocks. 3-in. and larger assemblies shall be epoxy coated cast iron with UL/FM approved non-rising stem gate valves for shutoff. 2-in and smaller assemblies shall be bronzed with full flow ball valves for shutoff. The RPBP shall be approved by authorities hav ing 4 Ju ly 6,20 1 I City of Fort Worth Rollin g Hills WTP Phase 5 -Chemical Fac iliti es Improvements jurisdiction . C . RPBP assemblies 3-in diameter and smaller shall be supported on hot dip galvanized support brackets equal to Grinnel Fig . 264 . Weight of the RPBP shall be supported entirely by these supports with none of the RPBP weight carried by the connected piping. Height above floor and distance from adjacent walls shall conform to required regulations . D. Provide a complete set of spare parts including springs for each RPBP size installed . Furnish a complete air-gap discharge assembly as manufactured by the selected manufacturer with each backflow preventer whether shown on the Drawings or not. E . Acceptable manufacturers and model numbers for 3-in. and larger assemblies shall be Febco 825, Hersey 6CM and Watts 909 Series or equal. 2-in . and smaller assemblies shall be FEBCO 825Y , Hersey FRPII , Watts 909 Series or equal." SECTION 15120 -PIPING SPECIALTIES a) Page 15120-6, Paragraph 2 .08. Add the following paragraphs: "C . Basket Strainers 1. Basket strainers shall be provided in the outlet pipe of bulk chemical storage tanks as shown on the Drawings. The strainer shall have a PVC body with EPDM seals and flanged inlet and outlet ends sized to match connecting pipe as shown on the Drawings. The strainer shall have a minimum 6 : 1 open area ratio through the strainer basket to the connecting piping system, allowing maximum straining capability with minimum pressure loss. The strainer basket shall be made of stainless steel with 1/16-inch perforations. 2. Each basket strainer shall have an ANSI threaded or clamp cover with 0-ring so that the basket can be easily removed to permit inspection and cleaning without disassembly of the inlet and outlet piping . Two threaded plugs , one on the top of the cover for vent and the other at the bottom of the strainer body for drain . 3 . The basket strainers shall be designed for a maximum operating pressure of 150 psig. A pressure differential gauge with operating range suitable for the strainers shall be furnished. The basket strainers shall be as supplied by Hayward Industrial Products, Ryan Herco, or equal." SECTION 16461 -DISTRIBUTION DRY-TYPE TRANSFORMERS a) Page 16461-4 , Paragraph 2 .0 I.A. Add the following manufacturer : "4 . Siemens" ADDEN D UM .No . 3 5 July6,20 11 City of Fort Worth Rolling Hill s WTP Pha se 5 -Chemi ca l Faci liti es Imp rove ments SECTION 164 70 -PANELBOARDS a) Page 16470-3 , Paragraph 2.01.A . Add the following manufacturer: "4. Siemens" SECTION 16475 -LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES a) Page 164 75-4 , Paragraph 2 .0 I .A . Add the following manufacturer: "5. Siemens" SECTION 16486 -MECHANICAL EQUIPMENT MANUFACTURER 'S PROVIDED CONTROL PANELS (MEMs) a) Page 16486-9, Paragraph 2.03.C.10. Delete Paragraph 2 .03 .C.10 in its entirety. Renumber the subsequent paragraphs to 2.03.C . l 0, 11 and 12. SECTION 16487 -ELECTRICAL MANUFACTURER'S PROVIDED CONTROL PANELS a) Page 16487-9, Paragraph 2.03 .C.12. Delete Paragraph 2.03.C.12 in its entirety. Renumber the subsequent paragraphs to 2.03 .C.12, 13, and 14. SECTION 16720 -FIRE ALARM SYSTEM a) Add Section 16720, attached to this Addendum No. 3 . DRAWING REVISIONS SHEET G-1 -INDEX OF ORA WINGS AND PLANT LOCATION MAPS a) Revise the title of Sheet A.O 11 to read as the following: "CODE COMPLIANCE -IBC TABLE 3412. 7 AND THE REQ UI SITE CALCULATIONS" SHEET S-1 -STRUCTURAL GENERAL NOTES a) In General Note 2, revise "2006 " to "2009". ADDENDUM .No . 3 6 July 6,201 I City of Fort Worth Rolling Hills WTP Phase 5 -Ch emical Facilities Imp rove ments b) Add the following notes to Sheet S-1 : "FIBERGLASS REINFORCED PLASTIC (FRP) GRATING 1. TYPICAL FRP GRATING, UNLESS NOTED OTHERWISE, SHALL BE MINIMUM 1-1 /2 " DEEP, PULTRUDED GRATING, TYPE 16015 , WITH MINIMUM SECTION PROPERTIES PER FOOT OF WIDTH OF A= 3 .2 IN 2, I= 0 .94 IN4, ANDS= 1.2 IN3 . (FIBERGRA TE COMPOSITE STRUCTURES INC . OR APPROVED EQUAL). 2. AS SPECIFIED IN SECTION 05530 GRATINGS, THE GRATING MANUFACTURER SHALL HA VE THE GRATING DESIGNED BY A QUALIFIED PROFESSIONAL ENGINEER FOR THE INDICATED SPANS AND DESIGN LOADS . 3. MATERIAL FOR GRATING ANGLE SUPPORT SHALL BE TYPE 316 STAINLESS STEEL." SHEET S-2 -CHEMICAL STORAGE AND CHEMICAL FEED BUILDING BASEMENT FLOOR PLAN a) Detail 2 : Revise "EXIST 1-1 /2" FRP GRATING" to read as "REPLACE EXISTING 1-1 /2" FRP GRATING WITH NEW 1-1/2" FRP GRATING". b) Detail 2: Revise "GAL V L3x2x3/8" EXTEND ANGLE A MINIMUM OF 6" PAST CONCRETE REPAIR" to read as "STAINLESS STEEL L3x2x3/8" EXTEND ANGLE A MINIMUM OF 6" PAST CONCRETE REPAIR". SHEET S-6 -CHEMICAL BUILDING SECTIONS AND DETAILS RENOVATION a) Sections 2, 3, and 5: Revise "2" FRP GRATING" to read as "1-1/2" FRP GRATING". SHEET S-8 -TYPICAL SECTIONS AND DETAILS a) Detail J: Delete Slab Support Detail showing fiberglass grating and fiberglass curb angle by grating MFR. b) Detail J: For Wall Support Detail , revise "CONT L3x2xl/2" GALV" to read as "CONT STAINLESS STEEL L3x2x3/8'"'. Revise "FIBERGLASS OR ALUM GRATING" to read as "FRP GRATING". ADDENDUM.No . 3 7 July 6, 2011 City of Fort Worth Rolling Hill s WTP Phase 5 -Chemical Facilities Improvem ents c) Detail J: For Slab Support Detail, revise "ALUM GRATING" to read as "FRP GRATING". Revise "L3x2-l/2xl/2" (FOR 2 " GRATING), OR L3x2xI /2 " (FOR 1-1/2 " GRATING) GALV STEEL FRAME UNLESS NOTED OTHERWISE W/1/2" DIA STUD ANCHORS x 0'-6"@ I2"C/C" to read as "CONT STAINLESS STEEL L3x2xl/2" OR CONT STAINLESS STEEL BENT PLATE 3/8" W/1 /2" DIA STUD ANCHORS x 0 '-6"@ I2"C/C". SHEET AO.IO -CODE SUMMARY, LEGEND AND SYMBOLS a) Paragraph A under Code Summary. Revise the paragraph to read as the following: "A . GOVERNING CODES I. BUILDING CODE: 2 . MECHANICAL CODE: 3 . PLUMBING CODE: 4. ENERGY CODE: 2009 INTERNATIONAL BUILDING CODE WITH CITY OF FORT WORTH TEXAS AMENDMENTS . 2009 INTERNATIONAL MECHANICAL CODE AS AMENDED. 2009 INTERNATIONAL PLUMBING CODE AS AMENDED . 2009 INTERNATIONAL ENERGY CONSERVATION CODE AS AMENDED b) Paragraph D under Code Summary. Revise Note 1 to read as the following : "THE OVERALL BUILDING IS EVALUATED UNDER SECTION 3412 OF THE 20091.B.C. TABLE 3412.7 AND THE CONTRIBUTING CATEGORY CALCULATIONS ARE SHOWN ON SHEET A0.11." SHEET AO . I I -CODE COMPLIANCE -IBC TABLE 3410. 7 AND THE REQUISITE CALCULATIONS a) In the title of Sheet A.011 , revise "3410.7" to "3412.7". b) Revise all Code Section references to Table 3410 of the 2003 IBC to reflect Table 3412 of the 2009 IBC . SHEET A0.12 -CODE COMPLIANCE -BASEMENT FLOOR a) In General Exiting and Occupancy Notes, revise all Code Section references to applicable sections of the 2009 IBC . SHEET A0 .13 -CODE COMPLIANCE -GROUND FLOOR a) In General Exiting and Occupancy Notes, revise all Code Section references to applicable sections of the 2009 IBC . ADDEND UM .No . 3 8 Ju ly 6, 201 1 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SHEET A0.14 -CODE COMPLIANCE -SECOND FLOOR a) In General Exiting and Occupancy Notes, revise all Code Section references to applicable sections of the 2009 IBC . SHEET M-5 -EXISTING CHEMICAL STORAGE AREA DEMOLITION PLAN a) Revise the third sentence in Note 4 to read as the following: "Contractor shall repair all of the existing concrete tank pads (eight pads total) per Detail l /S-2. At a minimum, 25% of surface area of each concrete tank pad shall be repaired ." b) Revise the second and third sentence in Note 5 to read as the following: "Repair all surface area of existing pipe trench walls and floor per Detail l/S-2. Repair entire length of existing support ledge on both sides of pipe trench per Detail 2/S-2 for installation of new FRP grating and angle supports shown on structural sheets and Sheet M-12 ." c) Add the following sentences to Note 12: "Refer to Sheet G-5 for location of Rapid Mix Basins. The length of Pipe Chase No. 3 is approximately 56 ft and top of Rapid Mix Basins is approximately 18 ft above the end of Pipe Chase No. 3." d) Revise the second sentence in Note 13 to read as the following: "See Sheet M-9 ." SHEET M-7 -EXISTING CHEMICAL STORAGE AREA DEMOLITION PARTIAL PLAN AND PHOTOGRAPHS a) Add the following notes to Sheet M-7: "4. Existing concrete curbs and equipment pads shall be demolished down to 2" below existing floor surface. Resurface the floor per Detail DH/MZ-4. 5. Concrete floor and walls within the existing sump area shall be repaired as noted on Sheet M-17." SHEET M -8 -EXISTING CHEMICAL BUILDING BASEMENT DEMOLITION PLAN a) Revise the second sentence in Note 6 to read as the following: "Resurface the floor per Detail DH/MZ-4 ." SHEET M-12 -FERRIS SULFATE STORAGE AREA PLAN AND SECTIONS a) Revise the second sentence in Note 2 to read as the following : "The unit shall be furnished as noted on Sheet P-1 and installed per Detail FD/MZ-6 and manufacturer 's recommendations." ADDENDUM .No . 3 9 July 6, 2011 City ofFort Worth Rolling Hills WTP Phase 5 - Chemi ca l Facilitie s Imp ro vements SHEET M-14 -SODIUM HYDROXIDE AND CATIONIC POLYMER STORAGE AREA PLAN AND SECTIONS a) Revise the second sentence in Note 2 to read as the following: "The unit shall be furnished as noted on Sheet P-1 and installed per Detail FD/MZ-6. " SHEET M-17 -CHEMICAL FEED BUILDING PLAN AND SECTION a) Revise the first sentence in Note 6 to read as the following: "Emergency shower and eyewash unit shall be furnished as noted on Sheet P-1 and installed per Detail FD/MZ-6 ." b) On Chemical Feed Building Plan, add "See Note 12 " to the callout "SUMP AREA ". c) Add the following note to Sheet M-17 : "12 . Contractor shall repair existing concrete floor and walls within the sump area per Detail l/S-2 . At a minimum, 50% of floor surface area and 10 % of wall surface area shall be repaired ." SHEET M-18 -CHEMICAL FEED BUILDING SECTIONS a) On Section 2, revise the note for the sump area to read as the follow ing: "Repair ex isting floor and walls within the sump area. See Note 12 on Sheet M-1 7." SHEET M-21 -CHEMICAL FILL STATION No. 1 DEMOLITION AND MODIFICATION PLANS AND SECTIONS a) Revise the first sentence in Note 4 to read as the following : "Emergency shower and eyewash unit shall be furnished as noted on Sheet P-1 and installed per Detail FD/MZ-6 ." SHEET M-20 -EXISTING CHEMICAL BUILDING BASEMENT MODIFICATIONS PLAN a) Revise the first sentence in Note 3 to read as the following: "Backflow preventer shall be reduced pressure backflow preventer ty pe as specified in Section 15100." SHEET MZ-6 -MECHANICAL STANDARD DETAILS VI a) Add the following note to Detail FD "FREEZE RESISTANT EMERGENCY SHOWER/EYEWASH": "3 . All emergency shower and eyewash units shall be installed per manufacturer 's recommendations at locations shown on the Drawings . Provi de Type 3 16 stainless steel anchor bolts and all mounting hardware as necessary for installation ." ADDENDUM .No. 3 10 J uly 6, 20 11 City of Fort Worth Rolling Hill s WTP Phase 5 -Chemical Faciliti es Improvements SHEET E-6 -CHEMICAL BUILDING FIRST AND SECOND FLOOR DEMOLITION PLAN a) Revise Sheet E-6 per Figure E6-A attached to this Addendum No . 3 . SHEET E-12 -CHEMICAL BUILDING FIRST LEVEL -ELECTRICAL PLAN a) Revise Sheet E-12 per Figure El2-A attached to this Addendum No . 3. SHEET E-21 -CHEMICAL AREA ELECTRICAL MODIFICATIONS a) In PANELBOARD CH-4 schedule, revise Load description of Circuit 15 to read as the following: "CHEMICAL BUILDING SECOND FLOOR EMERGENCY AND EXIT LIGHTS" b) In PANELBOARD CH-4 schedule, revise Load description of Circuit 16 to read as the following: "CHEMICAL BUILDING FIRST FLOOR EXIT LIGHTS " -· a) In PANELBOARD CH-4 schedule, revise Load description of Circuit 1 7 to read as the following : "CHEMICAL BUILDING FIRST FLOOR EMERGENCY LIGHTS " SHEET E-27 -FIRE ALARM RISER DIAGRAM AND ROADWAY LIGHTING SCHEMA TIC a) Revise Sheet E-27 per Figure E27-A attached to this Addendum No. 3. END OF ADDENDUM NO. 3 AD DEND UM.No . 3 11 Jul y 6, 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PARTl GENERAL 1.01 SCOPE OF WORK SECTION 16720 FIRE ALARM SYSTEM A. Contractor shall provide all labor, materials, equipment and incidentals as shown, specified, and required to furnish, install, calibrate and test, adjust and place into satisfactory operation, a fire alarm system. B . The Contractor shall employ the services of a licensed fire alarm engineering company to design and supervise the installation of the fire alarm system, and prepare detailed installation drawings and material specifications . 1.02 RELATED WORK A. Section 16000 Electrical -General Provisions B. Section 16045 Electrical Support Hardware. C. Section 16110 Raceways , Boxes and Fittings . D . Section 16120 Wires and Cables (600 Volt Maximum) E. Section 16475 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 1.03 SUBMITT ALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 16000 and as specified herein . B. The Contractor shall provide a submittal of the name and qualifications of the Licensed Fire Alarm Engineer, for approval. C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed . D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams , in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system . Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings . E. Submit to the Owner/Engineer, shop drawings and product data, for the following : Fire Alarm System 16720-1 July 2011 City of Fort Worth Rolling Hills WTP Phase 5 ·_ Chemical Facilitie s Improvements 1. Product data sheets and catalog numbers for overcurrent protective devices, control relays , control stations , meters , pilot lights, etc. The manufacturer's name shall be clearly visible on the each cut sheet submitted . List all options, trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3 . Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls , terminal blocks , etc .. 4 . Schematic diagram 5. Nameplate schedule 6 . UL Listing of the completed assembly 7 . Component list with detailed component information, including original manufacturer's part number. 8 . Conduit entry/exit locations 9 . Assembly ratings including : a . Short-circuit rating b . Voltage c . Continuous current I 0 . Major component ratings including: a . Voltage b . Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes . 12. Instruction and renewal parts books. 13 . Provide detailed installation drawings indicating the location of the F ACP, smoke detectors , manual pull stations , strobe/horn , and any other required equipment. F. Factory Tests. Submittals shall be made for factory tests specified herein. Fire Alarm Sys tem 16720-2 Jul y 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements G. Field Test Reports . Submittals shall be made for field tests specified herein . H . Operation and Maintenance Manuals. I . Operation and maintenance manuals shall include the following information : a . Manufacturer's contact address and telephone number for parts and service . b. Instruction books and/or leaflets c. Recommended renewal parts list d . Record Documents for the information required by the Submittals paragraph above . 1.04 REFERENCE CODES AND STANDARDS A . All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): I. Factory Mutual 2 . NFPA 70-National Electrical Code (NEC) 3 . NFPA 70E-Standard For Electrical Safety in the Workplace 4 . NFPA 13 -Standard for Installation of Sprinkler Systems 5. NFPA 72-National Fire Alarm and Signaling Code 6. City of Fort Worth Fire Code 7 . International Building Code 2009 B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten ( 10) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B . The manufacturer of the assembly shall be the manufacturer of the major components within the assembly . All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable . C. All components and material shall be new and of the latest field proven design and in current production . Obsolete components or components scheduled for immediate discontinuation shall not be used. Fire Alarm System 16720-3 Jul y 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable . E. For the equipment specified herein , the manufacturer shall be ISO 900 l 2000 certified . 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A . Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted . B . Protect equipment during shipment, handling, and storage by suitable complete enclosures . Protect equipment from exposure to the elements and keep thoroughly dry. C . Protect painted surfaces against impact, abrasion, discoloration, and other damage . Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D . Equipment shall be installed in its permanent finished location shown on the Drawings within seven (7) calendar days of arriving onsite. If the equipment cannot be installed within seven (7) calendar days , the equipment shall not be delivered to the site , but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. E. Shipping groups shall be designed to be shipped by truck, rail , or ship . Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately . F . Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warrant the system and equipment to be free from defects in material and workmanship for l year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition . Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no ex pense to the Owner. PART2 PRODUCTS 2 .0 I MANUFACTURERS A . Subject to compliance with the Contract Documents, the following Manufacturers are acceptable : I . Pyrotronics 2 . Simplex 3 . Honeywell Fire Alarm Sys tem 16720-4 Jul y 20 11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 4. Approved Equal B . The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2 .02 GENERAL A. System Operation: A network of detectors shall sense the presence of heat, smoke and/or fire and initiate alarm status at the control panel while activating audio-visual indication at the affected area . B. Equipment Enclosure Types for Area Classifications I . Unless otherwise specified herein or shown on the Drawings, electrical enclosures and associated installations shall have the following ratings: 2. Provide NEMA 12 enclosures for dry, indoor above grade locations. Unless otherwise specified or shown on the Drawings, these areas shall be limited to electrical rooms , administration areas, control rooms and storage rooms. 3. Provide NEMA 7 /8 combination enclosures for either indoor or outdoor use in hazardous (classified as Class I , Division I , Groups B, C and D), as defined in NFPA 70 . 4. Provide NEMA 4X 316 Stainless Steel enclosures for outdoor, wet locations and process areas. In addition NEMA 4X Aluminum enclosures will be allowed on an individual basi s, but only where specifically designated herein or specifically shown on the Drawings. 5. Provide non-metallic type NEMA 4X enclosures, of PVC or fiberglass reinforced polyeste r, for Chlorine, Caustic and other Chemical Rooms. 6 . NEMA I enclosures will not be permitted. C . Equipment Enclosures I . NEMA 12 Areas Fire Alarm Sys tem a. Wall Mounted I) Enclosures shall be of factory gray painted aluminum, with mounting lugs suitable for wall mounting. Enclosures shall not have concentric holes or knockouts . Enclosures shall not be less than .080 in. thick, gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch , 3-point above 20 " x 20". All enclosures shall have bonding provisions on door. Enclosures shall be Comline Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings, as manufactured by Hoffman Engineering Co . or equal. b. Free Standing 16720-5 July 201 1 City ofFort Worth Rolling Hills WTP Phase S -Chemical Facilities Improvements l) Enclosures shall be of factory gray painted steel, with lifting eyes, without knockouts or holes. Enclosures shall not be less than 12 gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch, 3-point. All enclosures shall have bonding provisions on door. Enclosures shall be AXXXXXXFS Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings, as manufactured by Hoffman Engineering Co. or equal. 2 . NEMA 4X Areas a . Wall Mounted I) Enclosures shall be NEMA Type 4X of316 stainless steel with mounting lugs or brackets made on the enclosure suitable for wall mounting. Enclosures shall not have holes or knockouts. Enclosures shall not be less than .080 in. thick, gauge metal. All enclosures shall have continuous hinged , foam-in-place gasketed doors with handle latch, 3-point above 20" x 20". All enclosures shall have bonding provisions on door. Enclosures shall be LHCXXXXXXSS6 Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings, as manufactured by Hoffman Engineering Co . or equal. b . Free Standing l) Enclosures shall be of factory gray painted steel, with lifting eyes, without knockouts or holes. Enclosures shall not be less than 12 gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch, 3-point. All enclosures shall have bonding provisions on door. Enclosures shall be AXXXXXXFSSS6 Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings, as manufactured by Hoffman Engineering Co . or equal. 3 . NEMA 7 and NEMA 8 Areas: Enclosures constructed for either indoor or outdoor use in hazardous (classified as Class I, Division 1, Groups A, B, C, or as defined in NFPA 70. Boxes shall be copper-free aluminum , with stainless steel hinged cover, watertight neoprene cover gasket and stainless steel bolts, Type EJB Style C as manufactured by the Crouse-Hinds Co.; Appleton Electric Co . or approved equal. 4. Chemical Areas : Enclosures shall be NEMA 4X, non-metallic, made of PVC or fiberglass reinforced polyester. Construction shall be the same as specified for NEMA 4X terminal boxes, junction boxes, pull boxes etc. as specified above . Non-metallic boxes shall have UV inhibitors, but not mounted in direct sunlight. Where clamp type latches are required, provide quick-release luggage type latches . 5. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. The enclosure door shall be interlocked with the main circuit breaker by a door mounted operating mechanism. Back panel shall be tapped to accept all mounting screws . Self- tapping screws shall not be used to mount any components . 6 . All enclosures shall be lockable, and keyed alike. Fire Alarm Sys tem 16720-6 Jul y 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilitie s [mprovements 7. The enclosure outer door shall have a rear mounted pocket, containing laminated copies of the Control schematics. 8. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls shall be clearly labeled to indicate function and shall be NEMA 4/4X/13 rated , and in accordance with the electrical area classification specified in Section 16000 . Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements . D . Fire Alarm Control Panel (F ACP): I. Manufacturer: Provide F ACP of one of the following: a . Pyrotronics . b . Simplex c . Honeywell d . Approved equal. 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions . Manufacturers listed above are not relieved from meeting these specifications in their entirety . 3 . Control Unit Fire Alarm Sys tem a. Control unit shall provide power and necessary components for the operation of the basic zones of supervised detector circuits and supervised audible signal circuit utilizing 24 V d-c devices. Detector c ircuit shall accommodate ionization , photoelectric, flame or thermal detectors as well as shorting type contact devices intermixed as desired on the same zone . b . Control unit shall be equipped with a power supply capable of operating from a three- wire 120 Vac 60 Hz power supply. Each input shall be separately fused within the panel. It shall include LED's for system power, alarm , and trouble as well as LED indicators for zone alarm , zone trouble and audible signal circuit trouble . c . Momentary contact switches shall be provided for "Reset/Lamp Test" and "Trouble Silence" which shall silence the internal trouble signal sounding device . Alarm receipt shall override trouble. d . Control unit shall be capable of powering early warning detectors and audible signal circuits . Additional circuitry and visual signaling for this capability shall be pro v ided by add-on modules and enclosures as are necessary. Interconnection of these modules to the control unit shall be by ten-pin plug and harness assemblies which shall pro v ide system power, supervis ion, lamp-testing functions , and such other circuitry as is necessary for an operable system. 16720-7 Jul y 20 11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements e . Control unit shall have two sets of normally open and normally closed alarm operated relay contacts and one set of normally open and normally closed trouble operated relay contacts. All contacts shall be rated at 120 va-c, 3 amp. The alann relay coil shall be supervised . Control unit shall have built-in ground detection and plug-in connectors for emergency power. It shall be arranged so that alann signal annunciation shall take precedence over a trouble signal. Terminals shall be provided such that the trouble indicators and controls can be located remotely. Control unit shall permit expansion of system capability to incorporate any combination of compatible modules not exceeding the maximum current demand . f. Unit shall be UL listed. 4. Power Supply: a. Unit shall provide a full wave rectified 24 vd-c output rated at l O amps full load . b . Rated output shall be completely fused and provided at a plug receptacle . A second output, rated at 24 vd-c, 2 amps shall be provided to power modules internally housed and wired within the control unit enclosure . c. Power supply shall be of deadfront construction and housed in a steel enclosure compatible with the modularized alarm system. Externally mounted 120 va-c/24 vd-c transformers do not meet the intent of this specification. d . Unit shall be UL listed . 5 . Dual Zone Module : Fire Alarm Sys tem a. Dual initiating circuit line monitoring shall be provided by a dual zone module . This module shall be system interconnected by a ten-pin plug and harness and shall be operable with the control unit. b . Each detection circuit shall consist of a two wire Class B circuit or a four wire Class A circuit. Class B wiring shall be terminated with an end of line device . Each circuit shall accommodate up to thirty standard ionization, flame or photoelectric detectors and any quantity of shorting type contact devices such as manual stations and thermal detectors intermixed on that circuit. c . Upon operation of any initiating device installed in the circuit, the system shall lock into alann and the red LED alann indicating device (one for each circuit) mounted on the face of the module shall illuminate. A yellow LED trouble indicator (one for each circuit) also on the face of the module shall illuminate should a break occur in the initiating circuit wiring, initiating circuit wiring leak current excessively to ground, or a detector be removed from the circuit. d . Receipt of alann conditions shall have priority over trouble conditions and shall be annunciated over any trouble conditions . e. All LED indicators shall be lamp tested from the system control panel. f. Provide one spare module . 16720-8 July 20 11 Ci ty of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements g. Module shall be UL listed. 6 . Supplementary Relay Module: a . For repeating signals there shall be provided adequate supplementary relay modules . Each zone shall be provided with a supplementary relay. These modules shall each contain eight independent 24 vd-c relays fitted with SPOT contacts with a rating of 2 amps each. Power to operate the relays shall be 24 vd-c furnished by the system power supply. b . A separate terminal shall be provided for individual actuation of each relay . All terminals shall be of the clamp type which shall accommodate 2 wires of up to No. 12 gage. c. Unit shall be UL listed . 7 . Audible Alarm Module : a. An audible signal circuit for operating 24 vd-c polarized audible alarm devices shall be provided by audible alarm modules . Modules shall be system interconnected by a ten- pin plug and harness assembly and shall be operable with the control panel. b . Upon receipt of a high-going d-c actuating signal, the solid state circuitry shall supply operating power to a maximum of either twenty 24 vd-c bells or ten 24 vd-c , cast aluminumm horns, Maximum output current shall be limited to 1.5 amps . Audible devices shall require a four wire fused , supervised circuit. c. Module shall contain a yellow LED indicator lamp to indicate an open or a shorted alarm line when the system is in the normal condition . LED shall be lamp tested from the control panel. d . Unit shall be UL listed . 8 . Emergency Standby Power: a. Standby power to the system in an emergency shall be provided by a 24 volt sealed lead-acid battery system comprised of a sealed gelled electrolyte, capable of providing 24-hour standby operation. b. System shall be complete with support bracketing and screw type terminals and shall be installed in the same standard system enclosure that houses the operating modules. c . Units shall be UL listed. 9. Battery Charger/Transfer Module : Fire Al arm Sys tem a . Battery charging capability shall be provided by a battery charger/transfer module . Module shall be system interconnected by a harness assembly and designed for use with 24 vd -c audible signals. Capability shall be provided to recharge sealed lead acid batteries to their full capacity. 16720-9 Jul y 20 11 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements b. Loss of main operating power to the system shall automatically cause the system to transfer to battery power. After main power has been restored and the emergency batteries have been fully recharged , the system shall continue to float charge the batteries . Module shall be fitted with a fuse to protect against the battery overcurrent and accidental reversal of polarity . c . Battery shall be protected against overcharge and deep discharge . Failure of the charging system shall be identified by an indicator on the primary charging module, and also by the system trouble indicator, if a-c power is functioning. d. Unit shall be UL listed . 10 . Gate Valve Supervision Module: a . Sprinkler system gate valve supervision shall be provided by a gate valve supervision module . Module shall be system interconnected by a IO pin plug and harness assembly and shall be operable with the control unit. b. Each supervision circuit shall supervise any number of normally closed supervisory contacts which are placed in a series arrangement. Circuit shall be terminated with an appropriate end-of-line device . c. Upon opening of the supervisory circuit, an open loop present LED and a loop previously opened LED shall illuminate, a circuit trouble signal shall be generated , and the main control panel shall indicate a system trouble. Restoration of the circuit shall extinguish the system trouble and presently open loop LED's. The loop previously opened LED and output signal shall remain on until the system is manually reset. All LED's shall be tested from the system control panel. d . The module shall be placement supervised, and UL listed/FM Approved for sprinkler supervisory service . E. Smoke Detector -Ionization type with dual chamber. I. Solid State amplifier-switching circuit 2. Designed for air velocities up to 300 feet per minute. 3 . Operate from 24 vd-c power supply . 4. Local functional test easily accessible from front of detector housing . 5. LED alarm indicator with 2 sets of auxiliary relay contacts rated I A at 120 va-c . 6 . UL listed . 7. Product and Manufacturer: Provide one of the following: a. Model DI-3, as manufactured by Pyrotronics . b. Or equal. Fire Alarm Sys tem 16720-10 Jul y 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F . Smoke Detector -Light scattering type . l. Operate (LED and light sensing photodiode). 2. Field cleanable photo chamber. 3 . Simple twist motion , locks detector to included mounting base . 4 . Remote function output. 5. Alarm indicating LED. 6. Operate from 24 vd-c power supply . 7. UL listed . 8. Product and Manufacturer: Provide one of the following: a. Model PEC-3 , as manufactured by Pyrotronics. b. Or equal. G . Strobe Bell: l. Aluminum shell. 2. Low power consumption at operating voltage of24 vd-c . 3. Carbon brush motor and integral RFI suppression. 4 . Semi-flush mounting (with standard 4 inch square backbox); Surface mounting (with SB backbox). 5. UL listed . 6. White polycarbonate lens -front mounted with Red "FIRE" lettering. 7. Product and Manufacturer: Provide one of the following: a. Series MBDC , as manufacturered by Pyrotronics . b. Or equal. H . Strobe Hom: l . Operates from 24 vd-c power supply. 2 . Die cast aluminum housing . 3. Textured red enamel finish . 4 . Polarized. Fire Alarm Sys tem 16720-11 July 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 5 . Sound output 92 dB A at 1 0 feet. 6 . UL listed. 7. White polycarbonate lens , with red "FIRE" lettering, to protect strobe circuitry. 8 . Strobe shall produce 8000 peak candlepower at approximately 1 flash per second . 9 . Product and Manufacturer: Provide one of the following : a . Series H/HS , as manufactured by Pyrotronics . b . Or equal. I. AudioNisual Annunciator: 1. Operates from 24 vd-c power supply. 2 . Red molded phenolic cover plate . 3 . Polarized vibration-resistant illuminating lamp . 4. Polarized cast aluminum horn . 5. Solid state flasher 6 . Thermoplastic reflective lens. 7 . Metal back box (finished in red enamel if surface mounted). 8 . UL listed . 9. Product and Manufacturer: Provide one of the following : a. Model AV-32 , as manufactured by Pyrotronics. b. Or equal. J. Audible Signal Device : 1. Solid state. 2. Spun aluminum speaker cone and projector. 3 . Internal amplification circuitry, tone module and gain control in die-cast aluminum housing. 4 . Dust and moisture proof seals. 5. Gray enamel finish on all external surfaces. 6 . Maximum output 110 dBA. Fire Alarm Sys tem 16720-12 Jul y 20 11 City of Fort Worth Rolling Hill s WTP Phase 5 -Chemical Facilitie s Improvements 7. Product and Manufacturer: Provide one of the following : a . Model 300GC, as manufactured by Federal Signal. b. Or equal. K. Manual Pull Station: 1. Molded polycarbonate with red matte finish . Raised molded lettering highlighted in white . 2. Alarm switch resetting requires opening front cover. Co ver shall be hinged to backplate assembly and locked by alien head screw . 3. Normally open SPST switch. 4 . Weather proof gasket. 5 . Product and Manufacturer: Provide one of the following : a . Series MS, as manufactured by Pyrotronics . b . Or equal. L. Spare Parts: Furnish the following: I. Ten percent of each type of sensor. (Minimum of I ). 2 . Ten percent of each type of module in F ACP (power supply, supplementary relay, input, output; minimum of one). PART 3 EXECUTION 3 .01 A . B . C. 3 .02 A . INSTALLATION Install fire alarm system including conduit and cable in accordance w ith approved Shop Drawings and the manufacturer's recommendations . Install all conduit and cable required for the complete system, including 120 volt power requirements from local lighting panels . Provide pull and j unction boxes as required . Bond metallic conduits entering non metallic enclosures to a ground terminal within the enclosure . FIELD QUALITY CONTROL The Contractor shall retain a qualified factory trained serv iceman to perform the follow ing services: I . Inspect and adju st the equipment after installation and in sure that it operates properly . 2 . Instruct Owner's personnel in the operation and maintenance of the equipment. Fire Al arm Sys tem 16720-13 Jul y 201 1 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Field Tests : 1. Field testing to be supervised by a factory trained serviceman. 2. Verify that the entire installation has been made in accordance with the approved shop drawings, and that the fire alarm system is ready for total operation . 3 . Adjust and leave equipment in proper working order. 3.03 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the Fire Alarm System furnished under this Section . B. The training shall be for a period of not less than one ( 1) eight hour day. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied . D. Provide detailed O&M manuals to supplement the training course . The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, controls,, and other major components . F. The Owner reserves the right to videotape the training sessions for the Owner's use . END OF SECTION Fire Alarm System 16720-14 July 2011 I '..L..1 --------------------------------------------------, I co N tD / n 0 z E :i "D C Q) "D "D <( / 0 "D C Q) "D "D <( / C 0 _,_., u :i L _,_., Cl) C 0 0 / 0 co N tD I CJ) C "D :i rn 0 u E Supp lies m Jlo.:l .i 13,qtl ~ [XJ ~ .. Ir~ I\ Su pplies 201 .,,,~~ Q) ..c: 0 D / EXIS11NC / SECOND FLOOR CHEMICAL BUI LDING <( 0 <( 0 VJ Cl) I CJ) C 0 a::: PAN EL CH-P _/ @ G:'11.~ ,· II .. ~ . F \1 ~ • .__. > ••••••• [e-A"'~ •• ..c: ' •••• * ···~15'"" t "'* •• > ••• ,,. o #•I \*~ s: ,, •• ,. .................. ,. •• ~ I! V. K. GUPTA -, c;:: ~~,_... ................. ,~, I ~~\• 53097 l,':i!# o .. ,a • <' ~ • ~- PLAN 1/4" = 1 ·-0 · co ,.~~:•./cn1s~.•;).~.: N t"Js .•••••••• ~~_,: ~L-----'-''-'.:.::~!.3N'311iA1.~._.=-!_~'_,.. __ 0_7_/_6/_2_0_1_1 -----, i GAI 0 L G & A · J 13626 Gamma Road I upta ssociates, nc. Dallas , Texas 752 44 c consulting engineering Te l: 972 -4 90-766 1 O Fax : 972-490-7125 @ EXIST ING ELEVP.TOR DISCONN[CT _,_., Registration No. F-2593 emai1:vkgup 1a@gaiconsu1ting.com 2 ._..;;;. ____________ ...., .... ..,...,..-...;;;......i.. ____ C_ITY--0-F-FO-RT_W_O_R_T_H_, _T_E_X_A_S--------1 -t; RO LLING HILLS WATER TRE ATM ENT PLANT § PH AS E 5 -CHE MICAL FACILITI ES IMPROV EM ENTS 0 / >- Dote JULY 6, 2011 Sheet No Addendum No Figure No E-6 E6-A I i.i-il..------------------------------------------.. co N tD / n 0 z E :::i "'O C Q) "'O "'O <( / 0 "'O C Q) "'O "'O <( / C 0 _._, 0 :::i L _._, VJ C 0 u / u co N tD I CJ) C "'O :::i m 0 0 2#14, 3/4 "C 2#14, 3/4"C 2#14, 3/4"C H NORMAL SMOKE HORN & PULL DECTOR(S) BEACON(S) STATION(S) @ @ @ 2#14, 3/4"C !FACP-102! FIRE ALARM CONTROL PANEL FIRE ALARM FIRE ALARM TROUBLE (D@ 2PR . TELEPHONE CABLE , 3/4 "C(D EX l~"TING TELEPHC~JE , 80X©®I PL24 -25 TAMPER SWITCH FLOW SWITCH 2#14, 3/4"C E Q) .c u <( 0 <( u (/) FIRE ALARM SYSTEM RISER & DIAGRAM (B @ VJ I CJ) C 0 0::: Q,~--F \\I \.. ,~·~4fti . ••••••• .• [.e-.J-~ •• ~. . .. * ·-~~,, _,* •• •• * i. #•I \*~ ,. .. ,. ................... ,. .. ~ ~ V. K. GUPTA .,_ _._, ~'!tv•• ................. ,~I LLI ~t \• 5309 7 /..1:J# &~: (D THE FIRE ALARM CONTROL PANEL SHA LL BE A ZONE PANEL, SUITAB LE FOR MONITORING THE SPRIN KLER SYSTEM AND FIRE DETECT ION AT A REMOTE CONTROL STATION . @ THE CONTRACTOR SHALL USE THE SERVICES OF A LICENSED UL CERTIFIED INSTALLATION COMPANY FOR FUR NI SHING AND INSTAL LING THE FIRE ALARM SYSTEM . @ THE LOCATIONS OF THE PULL STATIONS , SMOKE DETECTORS & HORN /BEACONS SHALL BE DETERMINED IN THE FIELD . (D CONNECT THE FIRE ALARM CONTROL PANEL TO THE EXISTING TELEPHONE BOARD FOR REMOTE MON ITORING . iiS 11~~·•!/ CENS~~.•~ ~: ~ '••t{,~Nt~:~~ 07/6/2011 VJ l---------'-"',....., .... -=-----------------, @ THE CONTRACTOR SHALL COORDINATE THE TELEPHONE LINE CO NNECTION INTERFACE WITH THE CliY. @ REFER TO SPEC IFICATION 16720 FOR FIRE ALARM SYSTEM REQUIREMENTS. !GAi ~ Gupta & Associates, Inc. § consulting engineering u Registration No. F-2593 :::i L _._, VJ C 0 u / >- 13626 Gamma Road Dallas , Texas 75 244 Tel : 972-490-7661 Fax : 972-490-7125 email:vkgupta @gaiconsulting.com CITY OF FORT WORTH , TEXAS ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FA CILITIES IMPROVEMENTS Dote Sheet No E-27 Addendum No Figure No JULY 6 , 2 011 E27-A PART A NOTICE TO BIDDERS City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements · NOTICE TO BIDDERS Sealed proposals for the following: FOR: ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS CITY PROJECT No. 01572 FWWD PROJECT No. P265-601510157280 will be received at the purchasing office, located on the lower level, Municipal Building, I 000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M., on June 30, 2011. Bids will be publicly opened and read aloud in the City Council Chambers at 2:00 p.m ., June 30, 2011. The major work for this project includes construction of a new chemical feed building, modifications to the existing chemical storage and feed facilities, structural, electrical, and instrumentation and controls. Contract Documents have been prepared by Camp Dresser & McKee Inc., (817) 332-8727, and may be examined without charge at its office; 777 Taylor Street, Suite 1050, Fort Worth, Texas 76102. Contract Documents may be obtained from their office at the above address for a non-refundable charge of: Set of one-half size Plans and Specifications: Set of full-size Plans and Specifications: $150.00 $250.00 Documents may also be obtained free of charge at the City of Fort Worth on line document management system (Buzzsaw). Any Contractor wishing to bid the project must purchase a hard copy of the contract documents. General Contract Documents and Specifications for the Water Department Projects, dated January 1, 1978, with the latest revisions, also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-refundable fee of$50.00 for each set, at the Planning & Engineering Division Office of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas, 76102. All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. All bidders are advised to attend pre-bid conference (non-mandatory) at the Rolling Hills Water Treatment Plant at 2500 Southeast Loop 820, Fort Worth, Texas 76140, at 10:00 am, Thursday, June 9, 2011. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount ofnot less than five percent (5%) of the bid submitted (per the Instructions to Bidders) must accompany the bid. For additional information, please contact Mr. Gary Chiang, P .E ., Camp Dresser & McKee Inc. at (817) 332- 8727 and chianggc@cdm.com, or Ms. Farida Goderya, P.E., Project Manager, Fort Worth Water Department at (817) 392-8214 and farida.goderya@fortworthgov .org. Publication Dates: May 26, 2011 and June 2, 2011 Part A Notice to Bidders .doc A-1 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements (THIS PAGE LEFT BLANK INTENTIONALLY) Part A Notice to Bidders .doc A-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SPECIAL INSTRUCTIONS TO BIDDERS I. SPECIAL PREOUALIFICATION REQUIREMENTS. All contractors submitting bids are required to meet the Fort Worth Water Department ~ecial pre-qualification re.9!1jrements for this_project prior to submitting bids. Previous pregualification by the Fort Worth Water Department will not be considered as meetmg this regmrement. This one-time special project-specific process will prequalify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent. It is the bidder's responsibility to submit documentation for those items listed below, to the Director of the Water Department or his designated representative, at least fourteen ( 14) calendar days prior to the date of bid opening. The bidder is not required to submit additional "Experience Record", "Equipment Schedule", and "Financial Statement'' on Owner furnished forms one week prior to the bid opening as described in the first paragraph of C2-2. I of the General Conditions. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least seven (7) calendar days prior to the date of the opening bids. a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. b) FINANCIAL STATEMENT. The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. c) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to the date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done . d) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. e) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. f) AFFIDAVIT FROM SURETY COMPANY. The prospective bidder shall provide an affidavit from its surety company stating the surety company's intent to bond the project at the bid price. Part A Notice to Bidders.doc A-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements In the eventthe Bidderon this contract is a Joint Venture, financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by ari appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the each joint venturer. The statements must be current and not more than one ( 1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. It is not required that each joint venturer shall have the necessary experience and equipment, rather that combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre-qualification submittal. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) The City, in its sole discretion, may reject a bid for failure to demonstrate acceptable performance, experience and/or expe1tise. c) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. d) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall be a wavier of any necessary pre-qualifications. For additional information contact Ms. Farida Goderya, Fort Worth Water Department at (817) 392-8214 (FAX 817-392-2585). Pre-qualification submittal should be sent to: Ms. Farida Goderya, P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102-6212 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, ( c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the work, and ( d) carefully correlate his observations with the requirements of the Contract Documents. 2.2 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engin.eer guarantees the accuracy of the data. Before submitting his Bid each Bidder will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for perfom1ance of the work within the terms of the Contract Documents. Part A Notice to Bidders .doc A-4 May 2011 City of Fort Worth Rolling Hills WTP Phase S -Chemical Facilities Improvements The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665as amended by the 72nd Session of the Texas legislature and amended by the 73rd Session of the Texas Legislature with HB1569. 2.3 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 2. 3. BID FORM (PROPOSAL) 3.1 Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid. Supplemental data to be furnished shall be included in same sealed envelope with Proposal. 3.2 Bid (Proposal) Forms must be completed in ink. The Bid price of each item on the fonn must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. 3 .3 Bids by corporation must be executed in the corporate name by the president or a vice-president ( or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 3.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 3.5 All names must be printed below the signature. 3 .6 The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which shall be filled in on the Bid Form). 4. SUBMISSION OF BIDS. Bids shall be submitted atthe time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete Specifications book or face rejection of the bid as non-responsive. Revised bid forms issued by addenda shall be stapled to the original bid form in the specifications book prior to submission. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. 5. MODIFICATIONS AND WITHDRAWAL OF BIDS. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Bids may not be withdrawn after opening of Bids for the period set forth in the Notice to Bidders. 6. OPENING OF BIDS. Bids will be opened as indicated in the Invitation for Bids. Bids received after such time will not be considered, and will be returned unopened. 7. BIDS TO REMAIN OPEN. All Bids shall remain open for the period of time set forth in the Invitation for Bids, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. Part A Notice to Bidders .doc A-5 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 8. AW ARD OF CONTRACT . 8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities, and the right to disregard all nonconforming or conditional Bids or counter proposals. 8.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. He may conduct such investigations as he deems necessary to establish th.e responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction. 8.3 If a contract is to be awarded, it will awarded to the lowest responsible Bidder whose evaluation by Owner indicates to the Owner that the award will be in the best interests of the Project. 8.4 It is expected that the Owner's evaluation of bids and award of contract will be made as set forth in the Invitation for Bids. The successful bidder will be notified by a Notice of Award which may be a letter or telegram . Time of completion is very important and failure to meet completion schedule will subject the Contractor to liquidated damages as provided in the Supplementary Conditions section of the Contract. 9. EXECUTION OF CONTRACT. 9 .I The accepted Bidder, within ten (10) days after formal notice of award, shall execute the formal Contract Agreement and required Bonds on the forms prepared and submitted by the Owner. 9 .2 The Owner will issue a Notice to Proceed authorizing the Contractor to commence work. 10. BID SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in the amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety company shall be included on the current U.S. Treasury list of acceptable sureties, or (2) the surety company must have capital and surplus equal to ten times the limit on the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the U.S. Treasury list or one-tenth (1/10) the total capital and surplus. 11. BONDS. A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required. Reference C3-3.7. 12 . WAGE RA TES. Not less that the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents, must be paid on this project. 13. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 14. BIDDER LICENSE: Prior to the award of contract to an out-of-:-state bidder, the bidder shall be licensed to do business in the State of Texas. For licensing procedures, contact the Texas Secretary of State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060) PartA Notice to Bidders.doc A-6 May 2011 City effort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 15. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. ''Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contract whose ultimate parent company or majority owner has a place of business in the State of Texas. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 16. AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officer, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitation to advertisement for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply wit the above referenced Policy concerning age discrimination in the performance of the contract. 17. DISABILITY: In accordance with provision of the American with Disabilities Act of 1990 (ADA), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, tenns and/or conditions of employment for applicants for employment with, or employees of the Contractor or any of its subcontractors. Contract warrants it will fully comply with ADA's provision and any other applicable Federal, State, and local laws concerning disability and will defend, indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 18 . MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordnance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the Fort Worth Water 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 employee 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. Part A Notice to Bidders.doc A-7 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE) on a contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 19. ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the fort Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Inf01mation regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer. 20. PRE-BID CONFERENCE: The pre-bid conference (non-mandatory) for bidding Contractors will be held by representatives of the Fort Worth Water Department and the Consulting Engineers in tlie Conference Room atthe Rolling Hills Water Treatment Plant, 2500 Southeast Loop 820, Fort Worth, Texas 76140 on June 9, 2011 at 10:00 am. This conference is for the purpose of interpretation for bidding Contractors of Contract Documents, including plans and specifications, for construction of the Project. Only comments addressed in subsequent Addenda will be binding. END OF SECTION Part A Notice to Bidders .doc A-8 May2011 PARTB PROPOSAL City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements TO: Mr. Tom Higgins Interim City Manager ATIN: Purchasing Office 1000 Throckmorton Fort Worth, Texas 76102 PROPOSAL PROPOSAL FOR: The furnishing of all materials and equipment and labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as: Rolling Hills Water Treatment Plant Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 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 the 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 Contract Documents and subject to the inspection and approval of the Director of the Fort Worth 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: Item Estimated Brief Description of Item Unit Bid Price Amount No. Quanti!Y With Unit Bid Price in Words in Figures in Figures 1 _l Construction of the Rolling Hills WTP L.S. Phase 5 -Chemical Facilities Improvements, complete, excluding Bid Items 2 through 8. Eight hundred sixtv thousand Dollars and zero Cents $ 860,000 .00 $ 860,000.00 per Lump Sum 2 30 * L.F . Design, Installation and Removal of Trench Safety System One hundred fifty Dollars and zero Cents $ 150.00 $ 4,500 .00 per Linear Foot * Maximum linear footage to be determined by Bidder and entered here. Linear footage shall not be less than 30 L.F. Part B Proposal.doc B-1 June 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Item No. 3 4 5 6 7 8 Estimated Quantitv _1 L.S. _1 L.S. _1 L.S. _1 L.S. _1 L.S. _1 L.S. Brief Description of Item With Unit Bid Price in Words Furnish Chemical Metering Pumps and Appurtenances (Specification Section 11240) Two hundred thousand Dollars and Zero Cents per Lump Sum Furnish Polymer Feeders (Specification Section 11241) Two hundred thousand Dollars and Zero Cents per Lump Sum Furnish Fiberglass Reinforced Plastic Tanks (Specification Section 11245) Four hundred eightv thousand Dollars and Zero Cents per Lump Sum Furnish and install HV AC work One hundred twentv thousand Dollars and Zero Cents per Lump Sum Furnish and install electrical work One million nine hundred fifty thousand Dollars and Zero Cents per Lump Sum ALLOWANCE for Owner selected Applications Engineer (AES) work, including PLC and HMI software programming services Two hundred fifty one thousand three Unit Bid Price Amount in Figures in Figures $ 200,000.00 $ 200,000.00 $ 200,000.00 $ 200,000.00 $ 480,000.00 $ 480,000.00 $ 120,000.00 $ 120,000.00 $ 1,950,000.00 . $ 1,950,000.00 . hundred ninety five Dollars and no Cents $ 251,395.00 $ 251,395.00 per Lump Sum TOTAL BASE BID PRICE (Items 1 through 8). Four million sixty five thousand eight hundred ninety five dollars and zero cents (in words) Part B Proposal.doc B-2 June 201 l City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Owner will evaluate the Proposals based upon the Total Base Bid Price above. Owner may elect to use stainless steel chemical storage tanks instead of fiberglass tanks based on the additional price presented below. Base Bid Price Adder A-1 Estimated Quantity _1 L.S. Brief Description of Item With Unit Bid Price in Words Additional cost for replacing Fiberglass Reinforced Plastic Tanks (eight Ferric Sulfate Tanks and two Sodium Hydroxide Tanks), per Item No. 5 in base bid above, with Stainless Steel Tanks (Specification Section 11246) four hundred seventy four thousand Dollars and Zero Cents per Lump Sum Unit Bid Price in Figures $ 474,000.00 Amount in Figures $ 474,000.00 The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. The undersigned agrees to begin construction within 10 Calendar Days after issue of the work order, and to Substantially Complete the Work and Totally Complete the Work within the Calendar Days specified in Paragraph D-15 of Part D -Special Conditions. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Bidders: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to Non-Resident Bidders. The Jaw provides that, in order to be awarded a contract as low bidder, Non-Resident Bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas Resident Bidder by the same amount that Texas Resident Bidder would be required to underbid a Non-Resident Bidders in order to obtain a comparable contract in the state in which the Non-Resident 's principal place of business is located . The appropriate blanks in Section A must be filled out by all Non-Resident Bidders in order for your bid to meet specifications. The failure of out of state or Non- Resident Bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B . A. u u B. IXI Part B Proposal.doc Non-resident vendors in _____ (give state), our principal place of business, are required to be percent lower than resident bidders by state law. Non-resident vendors in ____ (give state), are not required to Underbid resident bidders . Our principal place of business or corporate offices are in the State of Texas B-3 June 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder shall execute the formal contract and shall deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier 's check is to become the property of the City ofFort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as Liquidated Damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): • I am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSNE. Addenda Acknowledgement: I (We), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid : Addendum No . 1 (Initials) G. Brown 6/13/11 Addendum No. 2 (Initials) G. Brown 6/23/11 Addendum No . 3 (Initials) G. Brown 7/6/11 Addendum No. 4 (Initials) ____ _ (SE AL) If Bidder is Corporation Date: Part B Proposal.doc ::sp~itt~ Brown & 'Ward, LLC, General Partner Title: George Brown, President Address: P.O. Box 1479 *2530 N. Hwy 287 Decatur. TX 76234 Telephone: 940-626-1415 B-4 June2011 -FORT °WORTH "-, ·w· City of Fort Worth - - Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements -and regulat ions stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . - - - - - - - - - - - M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is ___ 1_5 __ % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply wi t h the intent of the City's M/WBE Ord inance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following t imes allocated , in order for the entire bid to be considered responsive to the specifications . 1. Subcontractor Utilization Form, if goal is rece ived by 5:00 p.m ., five (5) City business days after the bid met or exceeded : opening date, exclusive of the bid open ing date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form , if participation is less than opening date , exclus ive of the bid opening date. stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form , if no M/WBE participation : opening date, exclusive of the bid opening date . 4. Prime Contractor Waiver Form , if you will received by 5:00 p.m ., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date . Any questions, please contact the M/WBE Office at (817) 392-6104. - liiiiiiil - - - - - - FORT WORTH ----......-----City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 ot4 PRIMECOMPANYNAME: Legacy Contracting L .P. dba Control Checkapplicllbleblocktodncrtbeprtme S ecialist Services L.P . PROJECTNAME:Rolling Hills Water Treatment Plan t Phase 5 -Chemical Facilit i es Improvements City's M/WBE Project Goal: 1 5 % Prime's MIWBE Project Utilization : 15 .25% M/W/DBE X Identify!!! subcontractors/suppliers you will use on this project NON-M/W/DBE Failure to complete this form, in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p .m . five (5) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/'v'VBE firm(s) listed in th is utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs llsted toward meeting the project goal must be located In tile nine (9) county marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker , Johnson , Collin, Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 191 tier, a payment by a subcontractor to its supplier is considered 2nc1 tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD . Certification means those firms , located or doing business at the time of bid opening with in the Marketplace, that have been determined to be bonafide minority or women bus inesses by the North Centra l Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Bus iness Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (MM/BE). 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 b the MN\'BE as outlined in the lease a reement. Re v. 5/3 0/03 foRTWORTH -...,....-ATIACHMENT 1A Page 2of4 Primes are required to identify & subcontractors/suppliers , regardless of status ; i.e .. Minority , Women and non -MIWBEs . Please list M/WBE finns first . use additional sheets if neoessary . C.rtltlc:atlon (check one) SUBCONTRACTOR/SUPPLIER T~,---,--.--=-1 n Company Name I N T N 0 Address • M w C X M B B T D W Telephone/Fax r R o B E E Supplier LKT & Associates 3346 County· Rd. Melissa,TX 75454 Ph.214-544-0440 Fx .214-544-3684 1 Subcontractor Garland Heating & Ar 2113 S. Garland Ave Garland,TX 75041 'Ph. 972-278-3506 Fx.972-271-6321 Subcontractor Eagle Aggregate 1 4401 N.I-35, Suite .13 Denton,TX 76207 Ph.940-383-0096 .FY q4n-~R~-nncn Subcontractor Texas Sand & Gravel P.O.Box 2158 Mansfield, TX 76063 Ph.817 -225-0059 Fx.817 -225 -0063 Supplier J 1 Cowtown Redi Mix,Inc. P .O.Box 162327 C T E A X X } XIX XX Fort Worth,TX 76161 Ph.817-759-1919 Fx.817-759-1716 1 X X X Subcontractor Fraire•s Rebar,Inc. 432 W. Yarmouth St. Dallas,TX 75224 Ph.214-942 -4630 Fx .214 -941-0713 1 X X Detail Subcontracting Wort H .V.A.C Contractor 171101 Hauling By Dumptruck 421200 Hauling By Dump truck 421200 Concrete Re- inforcement 179101 Detail Supplles Purchased Pipe,Pipe Fittings & Valves, ETC . 321201 Concrete/ Masonry Product 327300 Dollar Amount 141,780.00 105,000.00 ?.51 70 4,725.00 20,325.00 2,730.00 Rev. 5/30/03 - - - - - - - - ·1 foRTWoRTH --.....---ATIACHMENT 1A Page 3 of4 Primes are required to identify & s~boontractors/suppliers, regardless of status ; i.e ., Minority , Women and non-MNVBEs . Please list M/WBE firms first , use additional sheets if necessary . Cef1lftcatlon N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name I N T Detail Detail Address • M w C X II Subcontracting Wortc Supplies Purchased DoHar Amount Telephone/Fax r B B T D VI R 0 II E E C T E A Supplier Signs Buyers Barricades,. n1~ 506512 3705 E 1st Fort Worth,TX 7611 Ph.817-535 -3939 · Fx. 817 -831-7171 1 X 395 .11 Supplier Portable MMG Building Servic e; Toilet Rental 1115 NE 23rd St . 735903 Fort Worth,TX 76101 Ph .866-644-0660 Fx. 817 -510-0495 1 X 851. 33 Supplier Electrical & !Duran Industries Wiring Suppl es 1401 TI Blvd,Suite ~ 506300 Richardson,TX 75081 Ph.972 -238 -7122 Fx .972-238-7123 ~ X 340,915.34 Subcontractor Hauling By Clements Trucking Cb . Dump truck 7934 S Lancaster Rd, 421200 Dallas, TX 75241 Ph . 972 -224 -113 0 Fx.972-228-0256 J X X 3 075 .50 Rev. 5/30/03 FoRTWORTH --.,.,-· Total Dollar Amount of MIWBE Subcontractors/Suppliers Total Dollar Amount of Non-MJWBE Subcontractors/Suppliers $ 620 ,048 .98 $1,925,037.00 ATTACHMENT 1A Page 4 of4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2,545 ,085 .98 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal . If the detail explanation is not submitted , it will affect the final compliance determination . By affixing a signature to this form, the Offeror further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/OBE(s} on this contract, by an authorized officer or employee of the City . Any . intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. President TIiie . db Legacy Contracting L .P. a Control Specialist Services L.P. Company Name P.O.Box 1479 -2530 N . Hwy 287 AcldrNS Decatur, TX 76234 Clty1Stat9/Zlp George Brown Prtnt.d S1gnatul'9 Contact Narnemtle (If dlffel'9nt) Ph.940 -626-14 1 5 Fx.940-626-1486 Telephone and/or F111 Georgeb@csiS .com E-mallAcld'"9 July 20, 2011 Rev. 5130/03 liiiil - - - - - - - - - - - - -/ FORT°WORTH --= w· PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal : O/o City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER ATTACHMENT 1B Page 1 of 1 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If both answers to this form are YES, do not complete ATTACHMENT IC(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable . If the answer to either question is NO, then you must complete ATTACHMENT IC. This form is only applicable if .b.nth answers are yes. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is NO your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offerer and barred from participating in City work for a period of time not less than one ( 1) year. Authorized Signature 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 "-, w PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime I M/W/DB E I I NON-M/W/DBE BID DATE 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. 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 FIRMSl On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities .... - - - - -Rev. 05/30/03 ATTACHMENT 1C • Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list ofM/WBE subcontractors liil and/or suppliers from the City's M/WBE Office. Yes __ No Date of Listing __ / ___ / 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include !!l!.!!!£ of M/WBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and ariy 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 i11-camera access to and inspection of any relevant documentation by City personnel. 'Please use additional slzeets, if necessary, and attaclz.) Company Name Telephon Contact Person Scope of Work Reason for e Re.iection Rev. 05/30/03 - - - - - - - - - - - - - - - - - - - - - - - ADDITIONAL INFORMATION: AITACHMENT 1C Page 3 of3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment lC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 - - - - - - - - - ... ... - - FORTW°ORTH "-:,·ea CITY OF FORT WORTH Joint Venture Eligibility Form All questio11s must be a11swered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:--------------------------------- Ajoint venture form must be completed on each project RFP/Bid/Purchasing Number: -------------- 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional s ace is re 11ired to rovide detailed ex lanations o work to be er armed b each ,rm com risin the 'oint venture M/WBE firm Non-M/WBE name: firm name: Business Address : Business Address : City, State, Zip : City, State, Zip : Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Sco pe of work performe d by the Joint Venture: Describe the scope of work o f the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 5/30//0 3 Joint Venture Page 2 of 3 3. What is the percentage ofM/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? ________ _ 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------b. Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel ----------------------------------------------d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City'.s M/WBE Ordinance. Rev. 5/30//03 - .... - - - - - - - - - - - - - - - - - - - - Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein . The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. ---------r -------------------·-·····-··-··-··-·-··-·········-·-···-··-··--····--····--·······- 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. 5/30//03 " PARTC GENERAL CONDITIONS ---- SECTION Cl-1 PARTC GENERAL CONDITIONS DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents, the following terms or pronouns in place are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. A. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A PARTB PARTC PARTD PARTE PARTF PARTG NOTICE TO BIDDERS PROPOSAL GENERAL CONDITIONS SPECIAL CONDITIONS SPECIFICATIONS BONDS CONTRACT WHITE WHITE YELLOW GREEN WHITE WHITE WHITE B. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A NOTICE TO BIDDERS PARTB PROPOSAL PART C GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART E SPECIFICATIONS PERMITS/EASEMENTS PARTF BONDS PARTG CONTRACT PART H PLANS (Usually bond separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Fort Worth Water Department C-1 General Conditions ·. I' ,. C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, or partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Cl-1.7 SPECIAL CONDITIONS: Special Conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section of part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment, and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BOND: The bond or bonds are the written guarantee or sectrrity furnished by the Contractor for the prompt and faithful perfonnance of the contract and shall include the following: A. B. C. D. Performance Bond (See paragraph C3-3.7) Payment Bond (See paragraph C3-3.7) Maintenance Bond (See paragraph C3-3.7) Proposal of Bid Security (See Special Instructions to the Bidders, Part A and C2-2.6) Cl-I.IO CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under .the Contract Documents. C 1-1.11 PLANS: The plans cll'e 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 tp.e 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. C 1-1.18 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 ENGINEER: 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, compai.1y, 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 } t ' \. I .; t . ' ' C 1-1.22 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. C 1-1.25 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 . 'ii Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Thanksgiving Friday Fourth Friday in November Christmas Day December 25 Such other days in lieu of holidays as the City Council may determine • i; When one of the named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as a holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: . ~- AASHTO ASCE LAW ASTM AWWA ASA American Association of State Highway Transportation Officials American Society of Civil Engineers HI Asph. Ave. Blvd. CI Fort Worth Water Department In Accordance With American Society of Testing Mat~rials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron C-4 General Conditions CL Center Line GI Galvanized Iron Lin. Linear or Lineal MH Manhole Max. Maximum Min. Minimum MGD Million Gallons Per Day CFS Cubic Foot per Second R Radius I.D. Inside Diameter 0.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 ··:' 'i "' ,. ' ;..,/'J ·' , . ; .,t "il ~ \-+ ~-" , ' \ . ' ' .. . . ·t < ( "' ~. ,~ '" ., < 1 Cl-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 t . ' . ~ ,, ~ -"' .. where no curb exists. i,. 1,. ,.. . ' " ' ,Jc 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. -{ ' 11.-• . 'I-,. '< -~ . ., ~ ' ~ '\ ~, .,, : ~ ,-,, \ !: \ '· ~~ . ,, ,,,.. ,. ..... 1;,, . < .£ ,, . t ·, ,r t . ,, ~ ' 'V' " ', <, ' { , " ,., ..:1 '. ~ ... 1~ ·, ' \ I ,, \1' "" ' \ "':J •· ... 'j'/ ~ I V -' f .. , . , ,:'!! ., . \ II' .. t"J... • .,, ·" } ". ' ' ;j' <, !' . . ' . 1 .. t : f· ~ ~ I . ,. c>' ~ • .,.. )> • ;; ·"" !;, ,. l , ( ' . ' 1 ,: • .. ., <' ""'l;t'' :t .. y ~ ~'' ,, ,; ·.f"';t :;;,.:,;; ,,t~ ~ •L . '. ,' ' ' . h Jlt .. ... " l, \ Ii ,(Ir ~ .-~ ,f < ' ' ') . ~ ·'; • )''i-, ' ,· I f .,: .. J·· ) 'f • ,J ,' ;. t· ~~ " ...... 4., ', ,..~~O"' .~ -~ "'•' < , ! ;'1 ~ "' -·· {; " ',. ,I l"'j 1(,-.... ~'".°:• \ "~ _,., .. ft. • :e '' l • ~ , -. ' ,;;, itJ. f · .. d ~ .. .. .. , . " .. ,,,,. r4,,.. "'' ' ., ~' :r •, ,t ,. ,. ' ) !"J / " ','' ., "· 't • .'),,. ~ ... t! ~ ,. ·{.ti.-'; < ' 1<1{ " ., ~.,· ' 'i ~ . .,. (\y• ~ " Fort Worth Water Department C-6 General Conditions l', ... , • ~''ff . ·-' ~ ~"'"· .. ~ : 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 available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 .2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. · Fort Worth Water Department C-7 General Conditions II . J ~"' • .. I· ; ' .. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, borings, and by such other means as may be necessary to gain a complete knowledge of the conditions which may be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing work or the time required for its completion; and obtain all information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and -officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations, and tests herein required. Claims for additional compensation due to variations between the conditions encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy • , between the price written words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign the proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration or words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder .unopened. Fort Worth Water Department C-8 General Conditions j. ! C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the ''Notice to Bidders" and the "Proposal". The Bid security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will, within the required time, execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the ''Notice to Bidders". It is the Bidders sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the work "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed fo the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening the proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals . After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the written signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within the forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2. 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 1 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form , additions, or conditions not Fort Worth Water Department C-9 General Conditions ' ' called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering of a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reason: A. B. Reasons for believing that collusion exists among bidders Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. D. The bidder being in arrears on any existing contract or having defaulted on a previous contract. E. The bidder having performed a prior contract in an unsatisfactory. manner. F. Lack of competency as revealed by the financial ~tatement, experience of record, equipment schedule, and such inquiries as the Owner may see fit to make. G. H. 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: I. 2. 3. Financial Statement showing the financial condition of the bidd~r as specified in Part "A" -Special Instructions . A current experience record showing especially the. projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. An equipment schedule showing the equipment the bid.der has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. , . ' . . Fort Worth Water Department C-10 General Conditions ' l I'. '· 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 disc1imination 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 Condit ions 't I 1' . 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 561h 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 Awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor ~hall 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 II 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 B. · 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. 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 strnctures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builders risk (where above-ground structures are involved) 6. Contractual Liability ( covers all indemnification requirements of Contract). Fort Worth Water Department C-14 General Conditions D. Automobile Insurance-Bodily Injury and Property Damage: The Contractor shall procure and maintain, during the life of the Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account on one accident, and automobile property damage insurance in an amount not less than $100,000. E. Scope of Insurance and Special Hazard: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. F. Proof of Carriage of Insurance: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. All insurance requirements made upon the Contractor shall apply to the sub- contractor, should the Prime Contractor's insurance not cover the sub- contractor's work operations. G. Local Agent for Insurance Bonding: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds as written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified one upon whom service of process may be had, and must have the authority and power to act on behalf of the insurance and /or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant, or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor, and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be Fort Worth Water Department C-15 General Conditions \ furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posed in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation, or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise, and as such shall be empowered, thus delegated and directed, to settle all material, labor, or other expenditures, all claims against the work or any other matter associated with such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written-assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be odented 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 ' ' SECTION C4-4 SCOPE OF WORK C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided 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 Docur11ents 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 ' ,. .,.. < ' ' I' ~ ;i ! ~ ii . ~ ,, t, .. ' ' ', ! ' C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: A . B. Unit bid price previously approved An agreed lump sum r ' ., ; . 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 perfonnance, 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 mal<lng 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 Y:z'' x 11" sheets and at least five black or blue prints shall be furnished to the Owner. C4-4. 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT F ACILITES: Within ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in the contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: Fort Worth Water Department C-19 General Conditions i>' t ~ 1 x" ir .. ~, ' ' . ' . ,, ' • l ' '< ' ' " . , ·~ ' ! .J t ·t . . ,,, ·., '""'"' . . " ,, ~ .,.. ., .s, ''" . • .,,_., f ,. J:'' ) f •• > '}, . '", \ : ~} 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 Fort Worth Water D e partment C-20 General Conditions ' ' . . ' "' , • r' \ \, 't:" •' t• ' .-.. 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 witJ:rin 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 MA TERJALS CS-5.1 AUTHORJTY 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 pe1mitted to make such coITections 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 available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every way possible. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be a subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. 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 C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighed and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor will all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines grade, and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City inspectors will be . authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the . Contractor from any obligation to perfo1m 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 dire~tions and instructions of the City Inspector or Engineer when the same are co;nsistent with the obligations of the Contract Documents, provided, however, should the Contraptor object to any orders or instructions 9fthe 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. C5-5.12 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. C5-5 .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. C5-5.14 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 Departmen t 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 inte1rupted on between the hoursof 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. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against such claim. C5-5. l 7 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs .of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus or discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished, and new appearing condition. No extra compensation will be made to the contactor for any clean-up required on the project. C5-5 .18 FINAL ACCEPTANCE: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within ten (10) days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. Fort Worth Water Department C-28 General Conditions I ' ' ,. SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances, and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES. MATERIALS. AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from the patents, trade-marks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material, or process, or any trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay for reason of such infringement at any time during the prosecution of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to the cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation or a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constmcted 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 . ' ' f . ·-,. ' ' ' ,, l l l 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. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work, shall be placed so as not to endanger the work or prevent free. access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to the attention, after twenty-four (24) hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner, or by the City, shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when a street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back into service. Where the Contractor is required to construct temporary bridges, or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures or such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Whenever any such damage may be done, the Contractor shall immediately satisfy all claims of the property owners, and no payment will be made by Fort Worth Water Department C-30 General 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 PRIVELEGES 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 ' ~Lf" 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 Departmen t 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.I0 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work are shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of stmctures or improvements, to all water, sewer, and gas lines, and to all conduits, overhead pole lines, or appurtenances thereof, including the constmction of temporary fences, and to all other public or private property along or adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least forty-eight (48) hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. Fort Worth Water Department C-33 General Conditions .. . . ~ When and where any direct or indirect injury is don to public or private property on account of any act, omission, neglect, or misconduct of the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original condition or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts provided at the permanent easement limits, before the fence is cut. Temporary fencing shall be erected in place of fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures, and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good su~h damage or injury, the Owner may, upon forty-eight (48) hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor. shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees, and invitees. The doctrine of respondeat superior shall not apply as between the Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between the Owner and Contractor. C6-6.12 .CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor · covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense,, Owner, its officers, agents, servants and employees, from and against any and all claims or suits for property loss or damage and/or perso.nal 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 perfonned 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 fmal 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.I3 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, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES: 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 util,ities 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 divei:sions. 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, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6 -6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fue 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. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver or any of the provisions or these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, repair, restore , and make good at his own expense all injuries or damages to any portion of the work occasioned by any of the hereinabove causes. C6-6. l 9 NO 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 l 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 o.btained from: Comptroller of Public Accounts Sale Tax Division Austin, Texas Fort Worth Water Department C-38 ,· ., General Conditions .. 1. .; I > SECTION C7-7 PROSECUTION AND PROGRESS C7-7.l 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 ofthe Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees and workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the 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 impracticable and extremely difficult to fix the damages.· C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly pay estimate period. 111e 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 .i ~· 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. ~ ... l ' ' ' If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7. 9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide materials or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. Fort Worth Water Department C-42 General Conditions AMOUNT OF CONTRACT Less than $5,000 inclusive $35.00 $5,001 to $15,000 inclusive $45.00 $15,001 to $25,000 inclusive $63.00 $25,001 to $50,000 inclusive $105.00 $50,001 to 100,000 inclusive $154.00 $100,001 to $500,000 inclusive $210.00 $500,001 to $1,000,000 inclusive $315.00 $1,000,001 to $2,000,000 inclusive $420.00 $2,000,000 and over $630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7 .11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the city in the event the work is suspended by a Court Order. Neither will the Owner be · liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor, as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer tat Fort Worth Water Department C-43 General 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 to so resume operations . C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: ,~ ~ , . ' Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the Owner finds such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort, assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor may request the Owner to terminate the contract and the Owner shall comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed, but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under contract shall be suspended immediately upon written order of the Engineer or the contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: A. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. B. Substantial evidence that the progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. D. Substantial evidence that the Contractor has abandoned the work .. " E. Substantial evidence that the Contractor has become insolvent or bankrupt, . or otherwise financially unable to carry out the work satisfactorily. Fort Worth Water Department C-44 General Conditions ' , '' ' '\ ,., \. <· F. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. G. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. H. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. I. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. K. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and the Sureties or their authorized agents. The Sureties, in such event shall assume the contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contact Documents.· All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of an use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor, and property for the completion of the work, and to charge to the account of the Contractor of Fort Worth Water Department C-45 General Conditions said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. Notice of Termination: The performance of the work under.this contract may be termipated 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 withjust 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 tennination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice -of termination. 2. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the . work under the contract as is not terminated. Fort Worth Water Department C-46 General Conditions .. 3. Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination. 4. Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer. a. The fabricated or un-fabricated part, work in process, completed work, supplies, and other material produced as part of, or acquired in connection with, the performance of the work terminated by the notice of termination. b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished by the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination. 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to the quantity and quality of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list, as submitted, shall be made prior to final settlement. C. Termination Claim: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60 day period or authorized extension thereof, any an all such claims shall be conclusively deemed waived. D. Amounts: Subject to the provision 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 Di;:partment 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 C7-7.16 hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. Failure to Agree: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7. l 6(D) upon the whole amount to be paid to the Contractor by reason of the termination of work on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. Deductions: In arriving at the amount due the contractor (under this section, there shall be deducted (a) all un-liquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) an y claim which the Owner may have against the Contractor in connection with this contract; and ( c) the agreed price for, or the proceeds of sale of, any materials, supplies, or other things kept by .the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. 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 an d the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the · continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. No Limitation of Rights: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "Suspension of Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for qefault or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. Fort Worth Water Department C-48 General Conditions ,. . ,, The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. Fort Worth Water Department C-49 General Conditions 1, ' SECTION C8-8 MEASURMENTANDPAYMENT C8-8.1 MEASURMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents . The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees , royalties, risk due to the elements and other causes, delays, profits, injuries, damage claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place an in a satisfactory condition of operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or form the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in Paragraph 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 ofthe 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 C-51 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 measureme·nts, 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 injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the . Ovmer shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the stmcture, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. ) Fort Worth Water Department C-52 General Conditions , f 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 bicl 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.I3 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 PART C1 SUPPLEMENTARY CONDITIONS A. GENERAL PART Cl SUPPLEMENT ARY CONDITIONS TO PART C -GENERAL CONDITIONS These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. CONTRACT DOCUMENTS: In Section C 1-1.2 CONTRACT DOCUMENTS, delete Paragraph Cl-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: C. "b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) White SPECIAL INSTRUCTION TO BIDDERS White PARTB -PROPOSAL (Bid) White M/WBE BID SPECIFICATIONS Golden Rod PARTC -GENERAL CONDITIONS Canary Yell ow PART Cl-SUPPLEMENTARY CONDITIONS Green PARTD -SPECIAL CONDITIONS Green PARTE -TECHNICAL SPECIFICATIONS White PERMITS/EASEMENTS White PARTF BONDS AND INSURANCE White PART G -CONTRACT White PARTH -PLANS/FIGURES (may be bound separately) White" DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: Delete entire Paragraph Cl- 1.17, and replace with the following: Cl-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Depat1ment of the City of Fort Worth, or his duly authorized representative, assistant, or agents. D. DIRECTOR OF ENGINEERING: Add the following paragraph after Cl-1.17 and before Cl- 1.18: Part Cl C 1-1.17 A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth, referred to in the charter as the City Engineer, or his duly authorized representative assistant, or agents. Cl-1 E. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following: The Director of the Fort Worth Department of Engineer, the Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. F. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2- 2.3, Paragraph 2, add the following to last sentence: "except for changes in the site conditions caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." G. Part C-General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF ·PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: Part CJ 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 Cl-2 H. MINORITY /WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. I. C3-3.5 AW ARD OF CONTRACT is modified to read as follows: "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period state for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." J. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Part CJ I. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a 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 proofrequired herein. 2. Pg. C3-3(5) Paragraph C3-3 .11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". Cl-3 K. Part Cl INSURANCE. Change the following portions of C3-3. l l Insurance as shown below: 1. INSURANCE FOR SUBCONTRACTORS: At the end of the first paragraph of Section C3-3 .11, after "and for all subcontractors", insert the following sentence: "The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.l l are met for all subcontractors. Failure of the OWNER to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor' liability shall notbe limited to the specified mounts of insurance required herein." 2. INSURANCE LIMITS. In Section C3-3 .11, after the word "occurrence", add "/aggregate". 3. COMPENSATION INSURANCE. Add the following to the end of Paragraph C3-3.l la: "Worker's compensation insurance covering employees in the project site shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER." 4. COMMERCIAL GENERAL LIABILITY INSURANCE: In Paragraph C3-3.l lb: Replace the word "Comprehensive" with "Commercial" Add the following to Paragraph C3-3.1 lb: "Certificates of insurance shall state that Insurance is on an "occurrence basis." Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy". 5. COMMERCIAL GENERAL LIABILITY (CGL) POLICY: Amend Paragraph C3-3.l lc, Additional Liability by adding the following: a. Add the following to Section 6 CONTRATURAL LIABILITY: "The City, its offices, employees and servants shall be endorsed as additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Contractor's insurance policies shall be endorsed to provide that such insurance is primary protection and any self- funded or commercial coverage maintained by the OWNER shall not be called upon to contribute to loss recovery." b. Add the following paragraph: "When required by the Contract documents, Environmental Impairment Liability Coverage must be provided in the limits of $1,000,000 per occurrence and $2,000,000 annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The BIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. BIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s)." Cl-4 Part Cl 6. AUTOMOBILE INSURANCE LIMITS: Revise Paragraph C3-3.1 ld so that the insurance limit are as follows: Bodily Injury Bodily Injury Property Damage $250,000 each person $500,000 aggregate $100,000 aggregate 7. PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3 .l lfby inserting the following after the first sentence: "Other than Worker's Compensation Insurance, in lieu of specified insurance, the City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage." 8. LOCAL AGENT FOR INSURANCE AND BONDING: For Paragraph C3-3. l lg, delete entire paragraph beginning "Local Agent for Insurance Bonding". 9. DEDUCTABLE LIMITS: Add the following Paragraph C3-3.1 l.g: "DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed $10,000 per occurrence unless otherwise approved by the City." 10. INSURANCE COMPANY: Add the following Paragraph C3-3.11.h: "INSURANCE COMPANY: ,The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of"A:VII" or equivalent measure of financial strength and solvency." 11. NOTIFICATION: Add the following Paragraph C3-3 .11.i: ''NOTIFICATION: During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing, of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss." 12. CANCELLATION: Add the following Paragraph C3-3.1 l.j: "CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum 10-day notice shall be acceptable in the event of non- payment of insurance premium to insurance company." 13. ADDITIONAL 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 Cl-5 Part Cl contracted project. b. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. c. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 1. City shall not be responsible for the direct payment of insuranc~ 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. l. Contractor's liability shall not be limited to the specified amounts of insurance m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10 . CITY RESPONSIBILITIES: Add the following paragraph to the end of Section C3-3.11: "CITY RESPONSIBILITIES: The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." 15. ADDITIONAL INSURED All insurance policies for this project except Worker's Compensation shall be written with the City of Fort Worth and Camp Dresser & McKee .Inc. listed as additional insured." Cl-6 liiiil L. WAGE RATES: Section C3-3.I3 of the General Conditions is deleted and replaced with the following: M. (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not Jess than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government ~~-. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. N. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4.Sc): Part Cl The Contractor agrees that should any change in the work of extra work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. Cl-7 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires .an extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract 0. TESTING COSTS: Section 5-5.12, revise the first sentence to read as follows: P. Q. "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." LAWS TO BE OBSERVED: Section C6-6.l, delete "or which may be enacted later". After the word "exist" add "at the time of the Contract or may be hereafter exist during the performance of the Contract." BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly. Plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." R. BARRICADES. WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever in appears with the word "flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures." S. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6- 6.12, and replace with the following: Part Cl "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, the Owner, its officers, agents, servants, and employees, from and against all claims or suits for property loss, property damage, personal injury, including de~J~, _l!r_is_ing out. of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors, licensees or invitees, whether or not any such iniurv, damage or death is caused, in whole or in part, by the negligence of the Owner, its officers, agents, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and against any and all injuries to the Owner's officers, agents , servants, and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions of this Contract, whether or not any such iniurv or damage is caused, in whole or in Cl-8 - part, bv t!,e negligence or alleged negligence of tl,e Owner, its officers. agents, servants. or employees. In the event the Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the Owner with a letter from the Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract." T. STATE SALES TAX u. Part Cl l. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. 2. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other construction costs and costs of material incorporated into the project construction prior to execution of this contract. 3. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". 4. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. 5. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." 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: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such Cl-9 V. Part Cl prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perforni the work in strict accordance with the specifications or other provisions of this contract. Cl-10 w. CS-8.10 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page CS-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. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2 .. X. RIGHT TO AUDIT: Part C -General Conditions, Section CS-8 MEASUREMENT AND PAYMENT, Page CS-8 (5), add the following: Part Cl CS-8.14 RIGHT TO AUDIT: a. b. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. Cl-11 Y. Part Cl c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -10 cents per page 2. More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter. SCHEDULE OF COSTS: Add the following to Section CS-8: CS-8.15 SCHEDULE COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HV AC . systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codes which will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System, and will not be considered in preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the pric'e bid. . . The Contractor will also provide a projected payment schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION Cl-12 PARTD SPECIAL CONDITIONS City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 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: ROLLING HILLS WATER TREATMENT PLANT PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS CITY PROJECT No. 01572 FWWD PROJECT No. P265-601510157280 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3 . Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Su~ject 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 Fmt Worth Water Department General Specifications, which general specifications shall govern performance of all such work. Part D Special Conditions .doc D-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 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 Rolling Hills Water Treatment Plant site is located at 2500 Southeast Loop 820, Fort Worth, TX 76140. This Contract consists of the furnishing of all the material, equipment, labor and supervision necessary for the modifications and improvements to the chemical facilities at the Rolling Hills Water Treatment Plant. The work shall include construction of a new Chemical Building and Chemical Storage Area; installation of new chemical storage tanks, feed pumps, and equipment; and demolition and modifications to the existing Chemical Building and Chemical Storage Area. The work to be performed is as shown on the plans and as described herein. 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. Part D Special Conditions .doc D-2 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 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. G . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known,, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a 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. Part D Special Conditions.doc D-3 May20Jl City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 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 all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This .includes persons 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)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, orto report an employer's failure to provide coverage". D-4 PROJECT DESIGNATION SIGNS A project sign is required for this project. It shall be in accordance with the attached Figure 30 (dated 9-18-96) presented at the end of the Special Conditions. The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall.be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade Part D Special Conditions .doc D-4 May2011 - - City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements signs shall be in accordance with Figure 30, exceptthatthey shall be l '-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817) 871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-5 WAGERATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid (see attached wage rates). When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict, the higher wage will be used. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing .utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. 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 shaH 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, a.'ld 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. h1 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. Part D Special Conditions .doc D-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements The utility lines and conduits shown on the plans are for infonnation 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 infonnation 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 pennit 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 pennitted until the Contractor has received written pennission of the Engineer to make a substitution for the material, which has been specified. Where the tenn "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 tenn "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-9 {NOT USED} D-10 {NOT USED} 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 for temporary facilities during the construction and testing period. The City will 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 aU necessary arrangements, furnish materials, and perfonn 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. The City will pay for water power use associated with construction and testing. 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. Part D Special Conditions .doc D-6 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 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). 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 completed, in total, within four hundred sixty ( 460) Calendar Days. Liquidated damages will be assessed the Contractor for failure to complete necessary work to meet the Substantial Completion and Final Completion dates. Substantial Completion is defined as completing all chemical facilities improvement work required so that all new facilities are complete and operational. Substantial Completion shall be met within three hundred seventy (370) Calendar Days from Notice to Proceed. The time period between Substantial Completion and Final Completion shall be scheduled for completion of ancillary items that have no impact on the treating of water, such as demolition of existing chemical feed equipment and piping, project cleanup and completion of punch list items necessary for finalizing the project and demobilizing from the site. In the event the Contractor fails to me Substantial Completion of the project, as defined above and in Section 01040, the Owner may withhold at a rate of $630.00 per Calendar Day as Liquidated Damages until Substantial Completion is met. In the event the Contractor fails to complete the Project in total within the time set forth above, the Owner may withhold at a rate of $630.00 per Calendar Day as Liquidated Damages until the project is completed in total. D-16 INTERPRETATION OF PHRASES Wherever the words "Directed", "Required", "Permitted", "Designated", "Considered Necessary", "Prescribed", or words of like import are used on the Plans or in the Specifications, it shall be understood that they are intended as Specifications, it shall be understood that they are intended as prerogative of the Owner and/or the Engineer; and, similarly, the words, "Approval", "Acceptable", "Satisfactory", or words of like import, shall mean approval, etc., by the Owner and/or Engineer. Wherever in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, "the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in Part D Special Conditions.doc D-7 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words, terms, or clauses . D-17 TERMINATION It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor, in whole or from time to time in part, whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination, specifying to what extent performance of the work under the contract is being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1. Stop work specified in the notice on the date and to the extent specified in the notice of termination. 2. Place no further order or subcontract except as necessary to complete work already underway. 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. D-18 FINAL INSPECTION Final inspection shall be in conformance with general condition item "C5-5.I8 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 CS-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After final acceptance, the Contractor shall provide a one-year guaranty in accordance with Section C 3-3.7 BONDS and CS-8.10 GENERAL GUARANTY, of the General Conditions, commencing the date of final acceptance. D-20 (NOT USED) D-21 INTERPRETATION OF REQUIREMENTS a. Interpretation: Any question as to interpretation of drawings and specifications or any questions arising after examination of premises must be referred to the Engineer in writing . No interpretation nor instructions given verbally by any persons will be considered valid. b. Lack of Understanding: Lack of understanding of Drawings and Specifications or failure to secure information concern-mg all conditions will not justify any claims, and extra compensation will not be made simply because of lack of such knowledge ; Part D Special Conditions.doc D-8 May201 l City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D-22 HAZARDOUS AND TOXIC MATERIALS Insofar as pennitted by law, the Owner shall indemnify and hold harmless the Contractor from and against any and all liabilities, losses, cost, damages and expenses, arising out of use of the materials at the Owners site which are not under the direct control of the Contractor, including, but not limited to, any and all liability resulting form personal injury, including death, property liability, at any time, however caused, due to the presence or release of, or exposure, whether to the person or property injured or otherwise, to any hazardous or toxic substance, provided, however, that the City liability shall be limited to that established in Article 6252-19, Texas Revised Code and other applicable State statutes and Constitutional provisions. D-23 AGE In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents , employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-24 DISABILITY In accordance with the provisions of the Americans With Disabilities Act of 1990 (" ADA"), Contractor warrants that if any and all of its subcontractors will not unlawfully discriminate on the basis of d isability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provision and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. D-25 MJNORITY AND WOMEN BUSINESS ENTERPRISES The Minority and Women Business Enterprise requirements, per the City of Fort Worth Ordinance No. 15530, have been waived and are not applicable for this project. D-26 BONDS. A performance bond, a payment bond, and a maintenance bond each for one hundred ( 100%) percent of the contract price will be required. Reference C3-3.7. The maintenance bond shall be for a two-year period . Part D Special Conditions .doc D-9 May20Jl City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D-27 INSURANCE Property insurance upon the entire work, including materials not in place at the site to the full insurable value thereof, is required. All Risk Builder's Risk Insurance shall include the interests of the Owner, the Contractor, Subcontractor and Sub-subcontractors in the work and shall include, but not be limited to, the perils of fire, lightning, flood, collapse, windstorm, hail, explosion, riot, civil commotion, smoke, aircraft, land vehicles, vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the Builder's Risk Policy shall be filed with the Owner and shall include a thirty (30) day notice of cancellation of policy provision. D-28 <NOT USED) D-29 <NOT USED) D-30 <NOT USED) D-31 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 contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident superintendent shall be replaced with a superintendent acceptable to the Owner. No extension of time wiB be allowed for delays caused by the replacement of a resident representative. D-32 <NOT USED) D-33 CONTRACTOR'S OFFICE The Contractor shall fumish necessary construction field office trailers for the Contractor's and subcontractors' use. These facilities shall be located within Construction Field Office area as shown on the Drawings. Contractor shall provide temporary utilities (water, sewer, power, and phone) to the temporary construction offices and permanent utilities to the Construction-Manager's field office as shown on Drawings. Individual trailer services shall be installed from a power distribution panel to be located in the trailer park. Contractor shall provide meters, step down transformers, breakers, etc. as required to supply power to the trailers. 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. Part D Special Conditions .doc D-10 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D-34 (NOT USED) D-35 SANITARYFACILITIESFORWORKMEN As set forth in the General Conditions, Section C6-6.4, the Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. The Contractor shall also provide adequate drinking water facilities . The Contractor and his subcontractors and workmen shall not use the existing plant sanitary facilities . D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION Payments for mobilization and/or demobilization may be approved on periodical estimates for the percentage completed. The payment for mobilization shall not exceed three and one third (3 1/3 %) percent of the total contract amount. Demobilization shall equal one half (Yi) the mobilization cost. Total payment for mobilization and demobilization will be made to the Contractor when each is complete. D-37 SEQUENCE OF CONSTRUCTION Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a construction schedule and sequence of operation for review by the Owner and Engineer. The construction schedule shall be prepared in accordance with Section O I 040 and O 1315 and with appropriate scheduling software. D-38 <NOT USED) D-39 WARRANTY CERTIFICATES The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with the design and specification of this contract and contains no defect of material or workmanship. In the event of failure of any part or parts of the equipment during the two years of service following final project completion, due to defects of design, 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-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a wri~en statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his Performance Bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. Part D Special Conditions .doc D-11 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D-41 PROGRESS PHOTOGRAPHS The Contractor shall take photographs of the project site prior to construction, throughout the construction of the project, and after completion of the project. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations designated by the Engineer. Two (2) glossy color 3" x 5" prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately. DVDs with each of the digital photographs stored shall also be provided. The Contractor shall provide twenty (20) photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, twenty (20) monthly photographs shall be taken to accurately record the work that has progressed during that period. Photographs are to be submitted with the monthly Partial Pay Request in plastic binders. After the project has been completed and all construction trailers, materials etc. have been removed, the Contractor shall employ a professional photographer approved by the Engineer to photograph the project. Twenty (20) photographs of the complete facilities are to be taken. Two (2) 8" x 10" glossy color prints and negatives are to be provided for each photograph. Negatives shall be of a quality to permit enlargements. D-42 SUBMITTALS The Contractor shall be responsible for the accuracy and completeness of the infmmation contained in each submittal and shall insure that the values, material, equipm.ent, 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. Submittals shall be accompanied by the Submittal Transmittal Form provided by the Engineer. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections, etc., for which a submittal is required. SQbmittals for various items shall be niade with a single form when the items taken together .constitute a manufacturer's package, or are so functionally related that they should be checked as a unit. Assignment of numbers shall be by means of a letter prefix, a sequence number, and letter suffix to indicate resubmittals. Refer to Section O 1300 for detailed submittal requirements. Part D Special Conditions .doc D-12 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Applicable Prefixes are: co CMR - CTR EIR FO MIS NBC .- OM PCM PE RFI pp RD SD SCH Change Order Contractor's Modification Request Certified Test Report Equipment Installation Report Field Order Miscellaneous Submittals Notifications by Contractor Operation and Maintenance Manual Proposed Contract Modifications Periodical Estimate for Partial Payment Request For Information · Progress Photographs Record Drawing Shop Drawing Schedule of Progress The sequence number shall be issued in chronological order for each type of submittlll Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the Engineer for processing. As an example, a submittal with the number RD-025 indicates that he submittal is the 25th item of Record Data submitted. Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not require that any response be given for the material. Contractor shall maintain a log of submissions to allow the processing of Contractor's submittals to be monitored. Logs will be reviewed periodically to determine that all submittals are received and processed. Submittal numbers are to be clearly noted on each page or sheet of the submittal. In addition, each submittal shall have a cross-referenced identification number relating to the specification that the submittal applies . The identification number shall be per Section 01300. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. D-43 RECORD DRAWINGS a. General: During prosecution of the work, the Contractor shall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded with actual works done. Deviations and changes shall be marked in red on a full-size set of drawings. 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 pe1formed as a part of this project. Part D Special Conditions .doc D-13 May2011 City offort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D-44 SHOP DRAWINGS Equipment and material covered in PART E-SPECIFICATIONS shall have Shop Drawings and Operation and Maintenance Manuals submitted in accordance with Section 01300 and 01730; regardless if reference is or is not made to Section 01300 or 01730 within the section of the specification under which the equipment or material is purchased. D-45 REQUEST FOR INFORMATION When necessary, the Contractor shall request additional information, clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between contract documents or when the Contractor believes there is a conflict between the drawings and specifications, he shall identify the conflict and request clarification using the Request for Information (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-46. D-46 CONTRACTOR MODIFICATION REQUEST/ PROPOSED CONTRACT MODIFICATION Any change in the contract documents that is requested will be initiated by the Contractor issuing a Contractor's Modification Request or by Engineer issuing a Proposed Contract Modifications on the form provided by the Engineer. Proposals will be reviewed by the Owner and if found acceptable will be incorporated in a Change Order in accordance with Section C4 of the GENERAL CONDITIONS, or by Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS. The Contractor's Modification Request shall fully identify and describe the deviations and associated costs, and state the reason the change is requested. Any savings in cost related to the substitution is to be stated in the request for consideration. D-47 RECORD DATA Record Data shall be submitted to provide information as to the general character, style and manufacturer of the equipment to allow the Owner to adequately identify the materials or equipment incorporated into the project. Record Data shall be provided for all equipment and materials of construction. Record Data are not required for items which Shop Drawings and/or Operations and Maintenance manuals are required. Record Data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, model numbers and other information which would allow this material to be replaced at some future date. Record Data will be received by the Engineer and logged for transmittal to the Owner. Record Data will not be reviewed for comment and no response will be .made to the Contractor. Part D Special Conditions.doc D-14 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D-48 EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the equipment supplier performing the installation check for equipment as required . This report shall certify that 1) the equipment has been properly installed and lubricated, 2) is in accurate alignment, 3) is free from any undue stress imposed by connecting piping, equipment, or anchor bolts, and 4) has been operated under full load conditions and that it is operating satisfactorily. D-49 NOTIFICATION BY CONTRACTOR Written notification of the need for testing, observation of work by Engineer, intent to work outside of regular working hours, or the request to shutdown the facilities or make utility connections shall be given to the Engineer by issuance of a Notification By Contractor on a form provided by the Engineer. D-50 ALTERATION OF CONTRACT DOCUMENTS Paragraph C4-4.4 of the General Conditions shall be modified as follows: By Change Order or Field Order, the Owner reserves the right to make changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes are consistent with the overall intent of the Contract Documents. A Field Order is a written order issued by the Engineer which authorizes minor changes or alterations in the work that do not involve changes in the Contractor Time or Contract Amount. Modifications to the contract can only be authorized by a Change Order or Field Order. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . If Contractor believes that a minor change or alternation authorized by Field Order entitles him to an increase in contract amount or contract time, he shall not proceed with the work and shall, within 10 days after receiving the Field Order, so advise the Engineer in writing and request that a Change Order be issued in accordance with paragraph C4-4.5 of the General Conditions. D-51 UNDERWRITER'S LABORATORIES LABELING: All electrical materials and equipment to be installed as part of this project shall bear the label of Underwriters' Laboratories, Inc . (UL) or other testing laboratory approved by the City of Fort Worth Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a mechanical equipment package, such as pumps, blowers, etc. The label shall be provided prior to the equipment being shipped to the project site. END OF SECTION Part D Spec ial Conditions .doc D-15 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chem ical Facilities Improvements Part D Special Conditions .doc (Left Blank Intentionally) D-16 - - May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements :;-,~~~~~-~~~:-~·~-.-, __ : __ -,. :. . . ... _ ~r.~vj!li~~~w~~~--,~~t~~. ~-~ ~-~-:::-_-~-------------·-- . ";-· · ''" · .',-Ct,ri$trud:tQn h1dustr/(A.~opte4 -M1.010l Health/ Total Avg_ Hrly C[a:.:.iiication Rate Welfare Pension vacation !"adage AC Mechanic $25.'2 $1 ,01 $0.1'1 $0,113 $27.'11 IAC Mechanic Helper $15 .81 $0.00 $0.00 $0.30 $16.77 !Acoustical ceilin!J. Mechanic $15.56 $0.57 $0.03 $0.12 $16.l! !Acoustical ceiling Helper $12.27 $0.1'1 $0.00 $0.00 $12.41 i,l.bestos Wolter $0.00 $0.00 ·so.oo $0.00 $<toe Bricklayer/Stone Mason $18.5-4 $0 .2-4 $0.00 $0.00 $1ll.7! Bricklayer/Stone Mason Helper $10.3'1 $0.00 $0.00 $0.00 $10.ll Carpenter $17.08 $Ui2 $0.17 $0.ll1 $1'J.61 carpenter Helper $13.4f. $0.75 ·$0.08 $0.71 $1-4. 'JI concrete Finisher $13.'17 $0.41 $0.04 $0.H $1-4.5S concrete Finisher Helper $12.1-4 $0.43 $0.04 $0.11 $12.72 concrete Form Builder $14.03 $0.67 $0.0l $0.15 $1-4.8! concrete Form Builder Helper $11.72 $0.54 $0.03 $0.10 $12.ll Drywall Mecha:nic $16.10 $0.56 $0.01 $0.30 $Hi.'~B Drywall Helper $12.<13 $0.33 $0.00 $0.28 $13.05 Drywall Taper $15.00 $0.07 $0.00 $0.00 $15 .07 D~all Taper Helper $11.50 $0.07 $0.00 $0.00 $11 Si Electrician (Journeyman) $11.77 $1.0ll $0.05 $0.38 $23 .11 Electrician Helper $15.32 $1.0"7 $0.05 $0.27 $16 .73 Electronic Technician $10.00 so.oo '$0.DD $0.00 $20.00 Electronic Technician Helper $0.00 $0.00 $0.00 $0.00· $0.0C Floor Layer {Carp~) $0.00 $0.00 $0.00 $0.00 $0.0( Floor Layer !Resilient} $111.00 $0.00 $0.00 $0.00 $111. DC Floor Layer Hetper $10.00 $0.00 $0.00 $0.00 $19.0[ Glazier $111.53 $1.'J2 $0.38 $0.71 $21.5, r.lazier :Helper $13.-4'1 $1.20 $0.10 $0.35 $15.13 Insulator $16.5'J $0.2'1 $0.11 $0.00 $17.0E lnsutator Helper $11 .21 $0 .36 ·$0.H $0.13 $11.B1 Laborer common $10.-17 $0.70 $0.06 $0.00 $11.3[ Laborer sldlled $13.24 $0 .'Jll ·$0 .06 $0.12 $14~41 Lather $17.00 $0.00 $0.00 $0.C'O $17.DC Part D Special Conditions .doc D-17 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C!~'.incation Lather Hetper \l~al Building As~mbler \letal Building As~mbler Helper Painter Pai nter Helper Jiipafitter Pipafitter Helper Plasterer Plasterer Helper Plmnber Plmnber Helper Reinforcing steel s~ter Reinforcing Steel s~ter Helper Roofer Roofer HE.lper Sheet Metal worker Sheet Meta\ Worker Helper !sprinkler system Installer ~prinkler system Installer Helper Steel Worker Structural steel Worker structural Helper concrete Pump crane, cEar:n:sheel, Backhoe, Derrick, D'Line shovel Forklift FOli:lldation Drill operator Front End Loader :rruck Dri•,er ~VE.Ider ~'lelder Helper Part D Special Conditions.doc Avg !lrly_ Rate $15.00 $16.00 $12.00 $12.57 s,.,a $l1.H $14.'12 $17.2-4 $12.85 $l0.33 $14.'15 $13.01 $11.1'1 $16.78 $12 .33 $17.-4'1 $14.16 $1'.17 $14.15 $1'.28 $13.7-4 $14.50 $17.81 $12.'J6 $22..50 $13 .21 $t5.21 $17.81 $12.55 D-18 Hea[th/ Total Welfare Pemion V,Kat:ion Pad.age $0 .00 $0.00 $0.00 $1:5-:0C -S1.56-$0.63 $0.00 s1a.n S1.56 $0.63 $0.00 $H.H so.6, $0.Dl $0.0, $13.37 $0.6-1 $0.0l $0.0, $10.70 $0.'JO $0.13 $0.45 $22.51 S0.54 $0.11 $0.23 $1:5-.Bl SO.OS $0.00 $0.00 $17.3[ SO.OS $0.1 l $0.43 $12.'11 S0.6'J $0.1l $0.'13 $2.1.51 $0.'JS $0.11 $0.00 $16.-tl $0.36 $0.07 $0.23 $13 .6, $0.2:5-$0.05 $0.16 $11.·6~ $1.2.5 $0.l3 $0.17 $HUl $1.?5 $0.l3 $0.17 $1.l:'i'l $0.'17 $0.10 $0.51 $19.·Df $1.-40 $0.17 $0.4-4 $16.1! $1.64 $0.33 $0.33 $21.5l $1.50 $0.00 $0.50 $16.00 $1.37 $0.55 $0.12 $21 .• ll $1.37 $0.l'i' $0.0'J $1!>.51 $0.00 $0.00 $0.00 $18.5[ $1.30 $0.12. $0.2-4 frJ.~E $0.42 $0.0-1, $0.0S $1J..5C so.oo $0.00 $0.00 $22.!.[ S0.36 $0.06 $0.17 $1.l.71 $0.65 $0.06 $0.1, $16.11 so-.,2 $0.tl $0.30 $1'1.H $0 .75 $0.DD $0.33 $13.·fH May2011 { ·.!! I ' J. · /: + ,. !: Bronze · 2. s· .),•:.,, ... ·.· •, . 1 ~ " . ·I ; ~: . PROJECTSIGN Figure30A Scale 1 " = .. J ' · i. . - _ . , , � , . . ' f c t � , p. . � r e f 1 � [ � 1 1 1 1 1 1 1 1 1 1 1 PARTF BONDS City of Fort Worth Rolling Hi ll s WTP Phase 5 -Chemical Facilities Improvements CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3 .23 of Vernon's Annotated Civil Statutes , Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements City Project No. 01572 FWWD Project No. P265-601510157280 By:~~ Brown & Ward, LLC, General Partner George Brown, President Title Date STATE OF TEXAS COUNTY OF TARRANT W\Ae., BEFORE ME, the undersigned authority, on this day personally appeared Geo~e... £inv-?n . known to me to b~i person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Pre$1d·e.m:::: , for the purposes and considerations therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this !J-1 day of SfR+e.wlber , 20 ------ (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section . (b) Contractor agrees to require each and every subcontractor who will perform work on the project to prov ide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired . Contractor shall provide a copy of all such certificates to the City. Workers Comp WC-1 May 2011 Bond No. TXIFSU0540218 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Legacy Contracting, LP dba Control Specialist Services, LP Principal herein, and (2) International Fidelity Insurance Company corporation organized under the laws of the State of (3) __ N_ew_Je_r_se~y __ and who as a lS authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the sum of Four million sixty-five thousand eight =hu=n=d=r-=-e=d=n=in=e=ty.,_--=fi::....:v...::;e _______ Dollars ($ 4,065, 895.00 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the /B*'day of Sepf'.evr,ber, , 20Jj_, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Rolling Hills Water Treatment Plant Phase 5 - Chemical Facilities Improvements (City Project No. 01572, FWWD Project No. P265-601510157280). NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this /3 ft,} day of 'S'ept~,.-y).ber , 20_1.L (SE AL) Legacy Contracting, LP dba Control Specialists Services, LP PRINCIPAL ~ ~ By:~.~ Name: George Brown Brown & Ward, LLC, Gen. Partner Title : George Brown, President Address: 2530 N. Hwy 287, Suite 620 Decatur, TX 76234 Witness as to Principal International Fidelity Insurance Company SURETY ATT!=ST: . . .·. ee0 Po-w>er 'Qf Attorney ~ ··---se~··etarv· ;_ --.... ". -· Name: eff y Todd McIntosh Attorney in Fact ....... _ -~ :----(S e A Lf :. -.....-:.. -~..-.... ,_·:,. Address: One Newark Center -~ .... ---- ----- --... --.,r ... ,. .-. ---------...... _ .. ·----: __ . .: .... __ ...... -Newark, NJ 07102 Witness as to Su ty Connie Kreg Telephone Number: (973) 624-7200 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. :;?:?','•,'' <91i j,i4;1t \ t: I L r .~pij~Rj .O~ ~trt oRN fy \. .. . . INTEKN~TION AE FIDELITY IN SURANCE COMP A'.NY ··.···········aaMEOFEJCE= oNENEWAR.ktENTER.. 20TH FLOOR NEWA~, NEW JERSEY 07102-5207 ii~ ALL J~~y THESE PRESENTS: ,· That 1NTERNATI0NAL FIDELITY INSURANCE COMPJ\NY, a corporation organized and existing Ja-ws 6fthe $\ate ofN¢W Jersey , and haYUJg its principal office in the . C ity of Newark, New Jersey , does hereby constitute and appoint :p'§fE~II~I~r L'.'ca~Y,'PAMELA''itTUCKER,'EiLEiff~~ HEBERT, BERT A :·ouIBERTEAU, JR., :MELANIESTERN, JEFFREY TODD MCINTOSH , CONNIE JEAN KREGEL M~fairie, LA. ~~~ii~~f n!~~~l;:i~rf i~i;;~t~i~i0i:e~Ji:1i~h a;li~1iit"ii!., :;;~iii~rf i&i~)~}i~~t~;J;J ;;(~~ ~i~t:~t,i~~i~l~~ri~'i!iii o~/ ~~de~~f ~i the execution of such instrument(s) in pursuance of these presents , shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY , as fully and amply , to all intents and purposes , as if the same bad been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked , pursuant ro and by authority of Article 3-Section 3, of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE CO MPANY at a meeting called and he ld on the 7th day of February , 1974. The President or any Vice President, Executive Vice President , Secretary or Assistant Secretary , shall have power and authority (l ) To appoint Attorneys-in -fact, and to authorize them to execute on behalf of the Company , and attach the Seal of the Company thereto , bond s and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove , at any time , any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and he ld on the 29th day of April , 1982 of which the fo ll owing is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power o f attorney or any ce rtificate relating thereto by facsimile , and any such power of attorney or ce rtificate bearing such facsimile signatures or facsimile seal shall be valid and bindmg upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF , INTERNATIONAL FIDELITY INSURANCE COMPANY ha s caused thi s in strument to be signed and its corpo rate seal to be affixed by its authorized officer , this 16th day of October, A.D. 2007. STATE OF NEW JERSEY County of Essex INTERNATIONAL FIDELITY INSURANCE COMPANY ~~~ Secretary On thi s 16th day of October 2007 , before me came the individual who executed the preceding instrument, to _tile (Jersonally known , and, being by me dul y sworn , said the he 1s the therein described and authorized officer of the INTERNATIO NAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Sea l of sa.id Company; .that the sa id Corporate Sea l and his signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF , I have hereunto set my hand affixed my Official Sea l, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION A NOTARY PUBLIC OF NEW JERSEY My CommissionExpiresNov. 21 ,2010 J, the u,nd¢.rsigned ofncer ofJNTERNATIONAL FIDEtITY INSURANCE. CO MPANY do hereby certify thar I have compared the foregoi ng copy of the > Power ofAttcfri)\W ancl,:(ffidavir;.iµld ~e copy of (lje Sectiori p f the. By -~aws ofsaid Company as set forth jn sajd Power of Attorney , with the ORIGINALS ON IN'.tHE HQME .OFFl.CE OF .SAID CQM:PANY >and th'at the samt·are correct tr.inscripts thereof, and of the whole of the said originals, and that the said Power ' of Attorney Ii~~ i:iol been rev oked and is how in full force and effect I have µ~re uri t6s~t m;hiridthis \ l ;}1k day of . g~f)ttW\W / ~DI\ ~#>6~ Assistaii,t Se cretary Th'IPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1 -800 -252-3439 You may write the Texas Department of Insurance: P . 0 . Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: ltttp://wm-v .tdi.state.tx.us E -mail : ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (a gent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TIDS NOTICE TO YOUR BOND : This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una queja : Usted puede llamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o para someter una queja al: 1-800 -333-4167 Usted tambien puede escribir a International Fidelity Insurance Company : Attn : Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al : 1-800-252-3439 Puede escribir al Departamento de Seguros de 'fexas : P. 0 . Box 149104 Austin, TX 78714-9104 Fax: (512) 475 -1771 Web : http://www.tdi.state.tx.us E -mail: Consumer Protection@ tdi.sta te. tx . us DISPUTAS SOBRE PRIMAS O RECLAMOS : Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) Oa compania) (agente o la compania) primero . Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA : Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Bond No. TXIFSU0540218 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1 ), Legacy Contracting, LP dba Control Speciali st Services , LP as Principal herein, and (2) International Fidelity Insurance Company , a corporation organized and existing under the laws of the State of (3) __ N_e_w_J_e_r_se~y __ , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the amount of Four million sixty-five thousand eight =hu=n=d=r=e=d-"'n=in=e=ty.,_-~fi'°'"'1vc...::ec__ ___ Dollars ($ 4,065, 895.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the /3fh day of S--epten1 b -er , 2o_!J__, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements (City Project No. 01572, FWWD Project No. P265-601510157280). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this /3fv, day of ~-rt&YJber , 201!_. <._/ -~; __ -· ~ (Principal) Secretary (SE AL) Witness as to Principal .:.;~ ... ··An :i¥§r :------ -. -:::-;:: sei.Po~r orAltorney -_ --·:-_ _ Secretary -.. ,#,.-... • ...... 'y ---:--·-;~iQ-t;(J - --. :. .... - Witness as to Sur y Connie Kreg Legacy Contracting, LP dba Control Specialists Services, LP PRINCIPAL By:~.~ Name: George Brown Brown & Ward, LLC, Gen. Partner Title: George Brown, President Address: 2530 N. Hwy 287, Suite 620, Decatur, TX 76234 International Fidelity Insurance Company SURETY Name: Jeff y Todd McIntosh Attorney in Fact Address: One Newark Center Newark, NJ 07102 Telephone Number: (973) 624-7200 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. c•1~f~1t~f ft(l~~;Of ffflQ:kM;f ' INtERN~TIO.NAt fil>Etit1VI!wSUIMNdE ; €0MP &NY t ••(•·ijgM~ •.•• 0,~~1~~:1t:~1~laf ;s!dJH ftOOR . Metairie, LA. •.·· .. ~~h~~~~itit~~;Ji~;fa~efn(s/h!n~~a~~~oJ:f~o~l~~~h a~r~ -~f 1~~~'ig! ill~~~di,t~ii~1iif ~er%1.;~iJ~~ 1 1a~ 1 ,. ~~~;e~~r~~~~~~~~gf ~:~~~~s i: ~~:r~i, !~~ the execution of such mstrument(s) m pursuance of these presents , shall be as bmding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY , as fully and amply , to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its prmc1pal office . This Power of Anorriey is executed , and may be revoked , pursuant to and by authority of Article 3-Section 3 , of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February , 1974. The President or any Vice President, Executive Vice President , Secretary or Assistant Secretary , shall have power and authority (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto , bonds and undertakings , contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time , any such attorney-in-fact and revoke the authority given . F urth er, this Power of Attorney is signed and sealed by facsimi le pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April , 1982 of which the fo ll owing is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such rower of attorney or any certificate relating thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signatures or facsimile sea shaU be valid and bindmg upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF , INTERNATIONAL FIDELITY INSURANCE COMPANY has ca used this instrument to be sig ned and its corporate seal to be affixed by its authorized officer , this 16th day of October , A.O. 2007 . STATE OF NEW JERSEY Cou nty of Essex INTERNATIONAL FIDELITY INSURANCE COMPANY ~~~ Secretary On this .16th day of October 2007 , before me came the individual who executed the preceding instrument , to me personally kn~~~' and , being by me duly sworn, said the he 1s the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPA!'i:r; that the seal affixed to said instrument is the Corporate Seal of said Company ; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of sa id Company. IN TESTIMONY WHEREOF, l have hereunto set my hand affixed my Official Seal , at the City of Newark , New Jersey the day and year first above written. CERTIFICATION. A NOTARY PUBLIC OF NEW JERSEY My Commission.Expires Nov.. 2l , 20l0 Th1PORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll -free telephone number for information or to make a complaint at: 1 -800-333 -4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 201h Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P . 0 . Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:Uwmv.tdi.state.tx.us E -mail: ConsumerProtection@tdi.state.tx.us PREMillM OR CLAThi DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TIDS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. AVI§O IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o para someter una queja al: 1-800-333-4167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comu.nicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800 -252 -3439 Puede escribir al Departamento de Seguros de Texas: P . 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E -mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRThiAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un redamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si nose resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS : § § § MAINTENANCE BOND That Legacy Contracting, LP dba Control Specialist Services, LP Bond No. TXIFSU0540218 ("Contractor"), as principal, and, International Fidelity Insurance Company a corporation organized under the laws of the State of __ N_e_w_Je_r_se_y __ , ("Surety"), do he reby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas , the sum of Four million sixty-five thousand eight hundred ninety-five Dollars ($ 4,065, 895 .00 ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors , administrators, assigns and successors, jointly and severally . This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the /3'"1 of .septe-rnber , 20_!_!_, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: ___ ....;..R.:..;:o ___ ll"'"'"i n..._g'""'H;...;..;.;.;ill..::;.s.....;W ........... at ___ e ___ r"""'T....;..re=a=t ___ m ........ e ...... n ....... t ....;..P'""'la=n.:..;:t;....;;P.....;h.:..;:a=s=e"--5:a----C=h;..;.;e=m~ic=a--l "'""F=ac=i=lit"""iea..as'---'-'-1 m=p=r....:co....;..ve=m~e"""'nt=s ___ . the same being referred to herein and in said contract as the Work and being designated as project number(s) City Project No . 01572, FWWD Project No. P265-601510157280 and said contract, includ ing all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Water Department, it be necessary; and, ,•. WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 5 counterparts, each of , A.O. 20_!_/ -· which shall be deemed an original, this /B111day of Sepf e,r,~ ATTEST: ~ Secretary , · :: __ .A:r:r.EST: -.:,--_--· {SCA L,1 -:::,..__ .... ..,...... ___ " _....., :::; ---- ':_::._ ~-, See-PQ"~ e f Attorney Legacy Contracting, LP dba Control Specialists Services, LP Contractor By4~ Name: George Brown Brown & Ward, LLC, Gen. Partner Title : George Brown, President International Fidelity Insurance Company Surety By:~~~=7-""'--~---,,,£~~_;~-- Na Title : Attorney-in-Fact One Newark Center Newark, NJ 07102 Address . HOME OFFI CE: ONE NEW ARK C ENTER , 20TH F LOOR NEWARK, NEW JERS E Y 07102-5207 y ~~WiA.LL ~~~Y!J'HESE PRESENTS: Tb atINTERNAl10NALf'IDEUTY INSURANCE COMPANY,. a co rporatio n organ ized and ex isti ng Ja~spfth ii ~tate of New.Jer sey , and havi ng its princ ipa l offi ce in th e City of Newark , New Je rsey, does here by co nsti tut e and appo int . . ;}{/" '\i:l: ... '.::\~:: ... :· :~t . .L<:-~\~~,: ... ,).:::; ..... -... ~••"'•'·''"·····•"''··'-······ .~,,-..... /)~ ....... ;~. ''.; . .., ' ' .. ''' ' . '._' ' :· ,.. ' ·•.• $.TEPllEN L CORY, PAMELAK. TUCKER, EILEEN HEBERT , BERTA. GUIBERTEAU , JR ., MELANIE STERN, JEFFREY TODD MCINTOSH , CONNIE JEAN KREGEL Metairie, LA. ,·,· .. ' .. '. ,·. ,.,., . "--·.'.:. , .. , . •~ ' '' •' .. ,.,-,,.," • _..,, •, ....... · ... · ....... .,~.·.',v,, • ., ,_ . .,, ... · ... · .... ''' ......... ,, .-. .. ,,, ·• ,.-.... , ....... ·.·. ·'-, •'-,_., ,., ''. . . • ''' .,, • ,', •.,'" ... . ...... -·· .· ... -................ ···• .... . its tr ue and law ful. atto rn ey(s)-in-fact to execute , sea l and deliver fo r and on its be ha lf as surety, any and a ll bonds and un dertak if!gs , co ntracts of inde~i ty and oth er wntm gs obli gatory m th e nature th ereof, which are o r ma y be a ll owed , requ1red or pe rrmtted by law, stature , rul eA regulanon , contrac t or oth e rwise, and th e exec uti on of s uch in strument(s) in pursua nce of th ese p resents , sha ll be as bind ing upon th e sa id INTERN TIONAL FIDELITY INSURANCE COMPANY , as full y and ampl y, to a ll intents and pu rposes, as if th e sa me had been dul y exec uted an d ac know ledged by its r eg ularl y e lec ted officers at its princip al offi ce . Thi s Powe r of Attorn ey is exec uted , and may be revoked , pursuant to and by a uth ority of Articl e 3-Section 3 , of th e By-Laws adopted by th e Board of Direc to rs of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meetin g ca ll ed a nd held on th e 7th day of February, 197 4 . The Pres id en t or any Vice President, Exec uti ve Vice Presiden t, Secretary o r Assista nt Secreta ry , sha ll have po wer and auth or ity (1) To appo in t Atto rn eys-in -fac t, and to a uth orize th em to ex ec ute on be ha lf of th e Comp any, and atta ch th e Sea l of th e Com pany th ereto , bo nd s and und ertak in gs, contracts of indemni ty and oth er writin gs obl igato ry in th e nature thereof and , (2) T o remove , at any ti me , any such attorn ey-in -fact and revoke th e a uth ority g ive n . Further, th is Power of Attorney is signed and sea led by facs imil e pursuant to reso lution of th e Board of D irectors of sa id Co mpany adopted at a meetin g d ul y ca ll ed and held on the 29th day of Ap ril , 1982 of whic h th e fo ll ow ing is a tru e excerp t: No w therefore th e signatures o f such officers and th e sea l of th e Comp any may be affi xed to any such r ower of attorn ey o r any ce rtifi ca te relatin g th ereto by facs imil e , and any such powe r of attorn ey or ce rtifi cate bea ring such fa csimil e signatures or fa csimile sea sha ll be va lid and bindmg upon th e Co mp any and any such power so exec uted and certi fi ed by facs imil e sig natures and fa csimile sea l shall be va lid and binding up on th e Co mpany in th e fu ture with res pec t to an y bo nd or und ertak ing to whic h it is attached . I N TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused thi s in str ument to be signed and its corporate sea l to be affixed by its a uth orize d officer , thi s 16 th day of Octobe r , A.D . 2007. INTERNATIONAL FIDELITY INSURANCE COMPANY Secretar y On thi s 16th day '~f Octo ber 2007, before me came th e indivi dual wh o exec uted th e preceding in strum ent , to me perso na lly known , and , be ing by me dul y swo rn , sa id th e he 1s th e th ere in desc rib ed and auth orized officer of th e INTERNATIONAL FIDELITY INSURANCE COMPANY; th at th e sea l affi xed to sa id instrum ent is th e Co rp orate Sea l of said Co mpa ny; th at th e said Corporate Sea l and bis signature were dul y affi xed by orde r of th e Board of D irec tors of said Company. IN TEST IM ONY WH EREOF , l have here unto se t my hand affi xed my Offic ial Sea l, at th e City of Newa rk , New Jersey th e day and yea r fi rst above written. CERTIFIC AT IO N A NOTARY PUBLIC OF NEW J ERS EY My Commi ss ion Ex pires Nov. 2 1, 2010 .1, th e ·und.ersigned offi ce r of INTERNATIONALFIDELiTY INSURANCE COMPANY do hereby ce rti fy th at I have co mpared th e forego ing co p y of th e Power of Atto rney ancf;i,ffidavi t, and th e co py of th e Section 6f th e By-Laws of said Co mp any as se t fo rth in sa id Power of Att orney , with the ORIGINALS O N IN T HE HOME OFFICE 'OF SAID COMPANY, and tha t ilie same are correct tran sc ripts thereof, and of th .e wh o le of th e sai d orig inals, and th at the sa id Powe r of Att orn ey has .notb~~n revoked and is now i n full fo rce and effect I have hereun to set my hand th is J 3+-!l-day of $.e,p+..e W\t}l,V 1 J,O I) ~#:;1:t~ A$s istant Secretary ' ' ' IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800 -333 -4167 You may also write to International Fidelity Insurance Company at: Attn : Claims Department One Newark Center, 20 111 Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800 -252-3439 You may write the Texas Department of Insurance : P . 0 . Box 149104 Austin, TX 78 71 4-9104 Fax: (512) 475-1771 Web : http://www.tdi.state.tx.us E -mail : ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES : Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TIDS NOTICE TO YOUR BOND : This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una queja : Usted puede Hamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o para someter una queja al : 1-800 -333 -416 7 Usted tambien puede escribir a International Fidelity Insurance Company : Attn: Claims Department One Newark Center, 20 th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800 -252-3 439 Puede escribir al Departamento de Seguros de Texas : P . 0 . Box 149104 Austin, TX 78714 -9104 Fax: (512) 475-1771 Web : http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS : Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) Oa compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA : Este aviso es solo para p r oposito de informacion y no se convierte en parte o condicion del documento adjunto . PARTG CONTRACT PARTG CONSTRUCTION CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT This agreement made and entered into this the I 3 f h day of5q>"lernb&A.D ., 20.!..L_, by and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County , Texas , organized and existing under and by virtue of a spec ial charter adopted by the qualified voters within said City on the 11th day of December , AD . 1924 , under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , hereinafter called OWNER , and Legacy Contracting , L.P . dba Control Specialist Services , LP of the City of Decatur County of Wise , State of Texas hereinafter called CONTRACTOR. WITNESSETH : That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner , and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Rolling Hills Water Treatment Plant Phase 5 -Chemical Facilities Improvements City Project No. 01572 Project No. P265-601510157280 That the work herein contemplated shall consist of furnish ing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Owner. City agrees and binds itself to pay , and the said Contractor agrees to receive , for all of the aforesaid work , and for stated additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be Four million sixty-five thousand eight hundred ninety-five Dollars($ 4,065, 895 .00 ). The Contractor shall provide a Payment Bond, Performance Bond, and two-year Maintenance Bond , each in the full amount of the contract. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him , the liquidated damages outlined in the Part D -Special Conditions , not as a Part G -Co nt rac t G-1 May 20 11 penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency . IN WITNESS WHEREOF , the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the Assistant City Manager and attested by its Secretary , with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in five counterparts with its corporate seal attached . Done in Fort Worth , Texas , this the l?fh day of 5'-ep t~b-e.Y-, 20 /I . . By: Contractor signature George Brown APPROVED : Name President By : <;=~CL_ By : By : Office D~ t1A, fc L----2-~ 16 I q . n -Ll Part G · Contract G-2 Ass _istant City Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX May20 1 l PARTE TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01005 ABBREVIATIONS 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA AAMA AASHTO ACI AFBMA AGA AGMA AISC AISI AITC AMCA ANSI APA API AREA ASAE ASCE ASHRAE ASME ASTM AWi AWPA AWPB AWS AWWA BHMA CBMA CDA CGA CISPI CMAA CRSI Fed. Spec. Ill HMI ICBO IEEE IPCEA MMA F30429SO I 005 .doc Aluminum Association Architectural Aluminum Manufacturers' Association American Association of State Highway and Transportation Officials American Concrete Institute Anti-Friction Bearing Manufacturers' Association American Gas Association American Gear Manufacturers' Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standards Institute American Plywood Association American Petroleum Institute American Railway Engineering Association American Society of Agricultural Engineers American Society of Civil Engineers American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. American Society of Mechanical Engineers American Society of Testing and Materials Architectural Woodwork Institute American Wood Preservers' Association American Wood Preservers' Bureau American Welding Society American Water Works Association Builders' Hardware Manufacturers' Association Certified Ballast Manufacturers' Association Copper Development Association Compressed Gas Association Cast Iron Soil Pipe Institute Crane Manufacturers' Association of America Concrete Reinforcing Steel Institute Federal Specifications Hydraulic Institute Hoist Manufacturers' Institute International Conference of Building Officials Institute of Electrical and Electronics Engineers, Inc. Insulated Power Cable Engineer's Association Monorail Manufacturers' Association 01005-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements NACE NBMA NEC NEMA NESC NFPA NLMA NWMA OECI OSHA PS RMA SAE SSPC TCA TEMA UBC UL WWPA F30429S01005 .doc National Association of Coatings Engineers National Builders' Hardware Association National Electrical Code National Electrical Manufacturers' Association National Electric Safety Code National Fire Protection Association National Lumber Manufacturers' Association National Woodwork Manufacturers' Association Overhead Electrical Crane Institute Occupational Safety and Health Act (both Federal & State) Product Standards Sections -U.S. Department of Commerce Rubber Manufacturers' Association Society of Automotive Engineers Steel Structures Painting Council Tile Council of America Tubular Exchanger Manufacturers' Association Uniform Building Code Underwriter's Laboratories, Inc . Western Wood Products Association END OF SECTION 01005-2 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION O 1005 ABBREVIATIONS 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: AA AAMA AASHTO ACI AFBMA AGA AGMA AISC AISI AITC AMCA ANSI APA API AREA ASAE ASCE ASHRAE ASME ASTM AWi AWPA AWPB AWS AWWA BHMA CBMA CDA CGA CISPI CMAA CRSI Fed. Spec. m HMI ICBO IEEE IPCEA MMA F30429S0l005 .doc Aluminum Association Architectural Aluminum Manufacturers' Association American Association of State Highway and Transportation Officials American Concrete Institute Anti-Friction Bearing Manufacturers' Association American Gas Association American Gear Manufacturers' Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standards Institute American Plywood Association American Petroleum Institute American Railway Engineering Association American Society of Agricultural Engineers American Society of Civil Engineers American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. American Society of Mechanical Engineers ·American Society of Testing and Materials Architectural Woodwork Institute American Wood Preservers' Association American Wood Preservers' Bureau American Welding Society American Water Works Association Builders' Hardware Manufacturers' Association Certified Ballast Manufacturers' Association Copper Development Association Compressed Gas Association Cast Iron Soil Pipe Institute Crane Manufacturers' Association of America Concrete Reinforcing Steel Institute Federal Specifications Hydraulic Institute Hoist Manufacturers' Institute International Conference of Building Officials Institute of Electrical and Electronics Engineers, Inc. Insulated Power Cable Engineer's Association Monorail Manufacturers' Association 01005-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements NACE NBMA NEC NEMA NESC NFPA NLMA NWMA OECI OSHA PS RMA SAE SSPC TCA TEMA UBC UL WWPA F30429S0l005.doc National Association of Coatings Engineers National Builders' Hardware Association National Electrical Code National Electrical Manufacturers' Association National Electric Safety Code National Fire Protection Association National Lumber Manufacturers' Association National Woodwork Manufacturers' Association Overhead Electrical Crane Institute Occupational Safety and Health Act (both Federal & State) Product Standards Sections -U.S. Department of Commerce Rubber Manufacturers' Association Society of Automotive Engineers Steel Structures Painting Council Tile Council of America Tubular Exchanger Manufacturers' Association Uniform Building Code Underwriter's Laboratories, Inc. Western Wood Products Association END OF SECTION 01005-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01010 SUMMARY OF WORK A. This Section describes the project in general and provides an overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings . The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work. B. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of work even though these appurtenances and items may not be specifically called for in the Specifications. C . The work shall include all civil, mechanical, structural, architectural, electrical, and instrumentation work. 1.02 DESCRIPTION OF THE PROJECT A. The work of this project is located at Fort Worth's Rolling Hills Water Treatment Plant, 2500 Southeast Loop 820 Fort Worth TX 76140, as shown on the Location Map on Sheet G-3 of the Drawings. B . The Rolling Hills Water Treatment Plant (RHWTP) is 200-mgd conventional plant. The plant consists of the original North Plant basins and filters (100-mgd capacity) and South Plant basins and filters (100-mgd capacity) that were recently modified and expanded in capacity in the Phase 3 project; raw water ozonation facilities (Phase 1 construction at 200-mgd capacity); common rapid mix basin (200-mgd capacity); common chemical storage and feed facilities; common clearwells and high service pump station; and common washwater recovery system facilities . This project shall include work to modify, improve, and increase the capacity of the plant chemical storage and feed facilities and provide firm capacity for the plant capacity of 200-mgd. The project shall include, but not be limited to, the following major items of work: 1. Construction of a new chemical feed building within the existing concrete dry chemical storage tank pit that was abandoned_several years ago. The new chemical building will house new chemical feed pumps, chemical feeders, and associated equipment. 2 . Construction of a new chemical storage tank area adjacent to the new chemical feed building. The new chemical storage tank m·ea will house new storage tanks for cationic polymer and sodium hydroxide. F30429S0l0l0.doc 01010-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 3 . Replacement of the existing chemical storage tanks located in the existing storage area, with new chemical storage tanks for ferric sulfate. 4 . Construction of a new electrical room on the ground level of the existing Chemical Building. 5. Demolition work within the existing Chemical Building basement area where existing chemical feed pumps and equipment are housed. 6. Modifications to power feeders for the existing collector mechanisms of the sedimentation basins 7 . Installation of process instrumentation and controls for the new chemical feed systems, including integration with the plant SCADA system. 8 . Electrical and Instrumentation Equipment and Systems -Consists of power, lighting and instrumentation for equipment being furnished and installed on this project. 9. Installation of new sprinkler system and HV AC equipment for the new and existing Chemical Buildings. 1.03 CONTRACTS A. The work of this project will be executed in one ( 1) lump sum contract as shown in the Bid Form and as described in Section 01025. B. The work is generally described below under CONTRACTOR'S RESPONSIBILITIES. The delineations noted there between the various sections of the Specifications and contracts are for a general overview of the work. The work to be executed is not necessarily limited to those descriptions. Accordingly, the Contractor shall thoroughly familiarize himself with all of the Contract Documents in order to fully understand the extent of his work and be aware of any "cross references". The Contractor fully understands, and shall fulfill, his duties and responsibilities regarding coordination and cooperation with other contractors working on the project. 1.04 WORK SEQUENCE A. The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms of the Contract and the specific requirements of Section O 1040, so long as the restraints are observed and the overall project completion time is achieved. · B. The Contractor shall serve as an overall coordinator among all Subcontractors. 1.05 CONTRACTOR'S DUTIES A. Designate required delivery datefor each product in Construction Schedule, B .-The Contractor shall serve as an overall coordinator among all Subcontractors. C. Handling of material and equipment at site, including uncrating, storage and security. D. Protect equipment from damage. E. Repair or replace items damaged as a result of the Contractor's operations. F30429SO 1010.doc 01010-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F. Install, connect and finish products. 1.06 CONTRACTOR'S RESPONSIBILITIES A. General Construction -Contractor. 1. Execute, or be responsible for respective subcontractors, all work, including site, structural, process piping and equipment; instrumentation, and electrical work. 2. Arrange for the necessary temporary water service, including the securing of any necessary permits. This service shall be metered separately to the Contractor as required by the Owner. At least one 3/4-inch hose bibb, located where directed by the Engineer, shall be provided for use by all subcontractors. 3. Provide adequate temporary sanitary facilities. 4. Secure all necessary permits, and furnish, install, maintain, and remove all temporary electric service facilities for construction purposes, and pay for all electrical energy consumed for construction purposes for all the subcontractors, including the operation of ventilating equipment, for heating of buildings, and also for testing and operating of all equipment after permanent wiring has been installed, until final acceptance by the Owner or until the Engineer certifies Substantial Completion or when the Owner takes beneficial use of the equipment or facility. The Contractor shall be responsible for determining the total temporary electrical need and shall provide it accordingly. The temporary electrical service shall meet NEC, OSHA and all other local safety codes. 5. Provide and pay for temporary service for lighting of temporary offices, including offices of all subcontractors and construction manager, resident engineer, etc. 6. Provide initial and replacement lamps, wiring, switches, sockets and other necessary electrical equipment required for temporary lighting and for small power tools . 7. Provide wiring, equipment, and connections for portable or temporary heating units. 8. Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain all heating units. 9. Construct and maintain temporary access roads as required. 10. Provide and maintain fire fighting equipment in working order during the entire construction period. 11. Be responsible for providing adequate dewatering of the site as required for the work associated with the Contract as specified throughout the time required to complete his work as shown on the Plans and specified hereinafter. 12. Furnish all concrete equipment bases and set anchor bolts, and all other required cast-in-place appurtenances according to the manufacturer's recommendations and approved equipment installation drawings of all other contractors, unless otherwise specified or shown on the Plans. 13. The Contractor shall keep one set of "Record Drawings" and specifications available on the job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes, elevations, and other data pertinent to the construction operation for use in preparing "As-Built" documents. All changes, etc., shall be clearly marked in red pencil. The Record Drawings shall be available for inspection by the Engineer at all times and shall be turned over to the Engineer upon written request. F30429SO 1 o 1 a .doc 01010-3 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 1.07 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES A. Several parts of the proposed work under this Contract will connect with or into existing facilities. Many of such contact locations are particularly sensitive because of the attendant necessary down-time of existing water treatment operations, or because of the possibility of contamination of potable water, or because of the extraordinary inconvenience to the Owner's personnel and to the routine which is required in the continuous operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of that portion of the work which will affect the existing facilities. Such plans and schedules shall be subject to the approval of the Owner. B . Work which requires shutdown or in any way impedes the operations of existing facilities shall be closely coordinated with the Engineer. A minimum of 48 hours written notice shall be given to the Engineer before such approval will be granted. C. Immediately after the award of a contract for this project, the Contractor shall outline and submit a scheduled plan for installation of the work which requires interruption of operations . 1.08 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit the use of the premises for his Work and for storage to allow for: 1. Work by other contractors. 2. Owner occupancy. 3. Public use. B . Coordinate use of premises with Owner. C. Contractor shall assume full responsibility for security of all his and his subcontractors materials and equipment stored on the site. D . If directed by the Owner, move any stored items which interfere with operations of Owner or other contractors. E. Obtain and pay for use of additional storage or work areas if needed to perform the Work. F. Contractor shall submit to the Owner for approval a plan of operations, designating proposed areas of the property to be used for his operations, material storage, equipment storage, employee's parking, offices and shops. The area shall effect minimal interference with the present operations. G. Any damage to existing facilities, including contamination, which may be caused by Contractor's personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole expense of the Contractor. H . Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's expense in like kind, and to the satisfaction of the Engineer. 1.09 OWNER OCCUPANCY A . Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with Owner to minimize conflict and to facilitate Owner usage. F30429S0l0 l 0 .doc 01010-4 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SO IO IO .doc END OF SECTION 01010-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01011 SITE CONDITIONS 1.01 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory work that has been done by the Owner as presented in the geotechnical report, as well as from information presented herein as a part of these Contract Documents. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. Neither the Owner nor the Engineer assume responsibility for any conclusion or · interpretation made by the Contractor on the basis of the information made available by the Owner or the Engineer. C. Existing ground profiles shown on the Plans were plotted from information derived from field surveys . 1.03 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Known utilities and structures adjacent to or expected to be encountered in the work are shown on the Drawings . The locations shown are taken from existing records and the best information available from existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness . B. Neither the Owner nor his officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. C . The Contractor shall at all times provide unobstructed access to fire hydrants, underground conduit, manholes, and water or gas valve boxes. D . Where the Contractor's operations coul~ cause damage which might result in considerable expense, loss, and inconvenience when his operations are adjacent to or near railway, telegraph, telephone, television, power, oil, gas, water, sewer, irrigation, or other systems , no operations shall be commenced until the Contractor has made all arrangements necessary for the protection of these utilities and services . F30429S0l0l l.doc 01011-1 May2011 City of Fort Worth Rolling Hill s WTP Phase 5 -Chemical Facilities Improvements E. The Contractor shall notify all utility offices that are affected by the construction operation at least 15 days in advance of commencing construction operations. The Contractor shall not expose any utility without first obtaining permission from the affected agency . Once permission has been granted, locate and, if necessary, expose and provide temporary support for all existing underground utilities in advance of operations. F. The Contractor shall be solely and directly responsible to the Owners and operators of such utility properties for any damage, injury, expense, loss, inconvenience, de lay, suits, actions, or claims of any character brought because of any injuries or damage that may resu lt from the construction operations under this Contract. G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, the Contractor shall promptly notify the proper authority and cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any water or utility service be allowed unless prior approval is granted by the owner of the utility. H . The Contractor shall replace , at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents. I. Where existing utility lines or structures are so located as to physically conflict with permanent structures to be constructed under this Contract, the conflicting utility line or structure shall be permanently relocated. Such relocations shall be considered as required by this CONTRACT. J . The Contractor shall give immediate notice to the Engineer, the Owner and the owner of the utility (where applicable) when a physical conflict is determined to exist. Any delays resulting from the required relocations of the utilities are the responsibility of the Contractor. K. Where existing utility lines or structures are so located as to interfere with the Contractor's prosecution of the work, but do not physically conflict with completed manholes or other permanent structures to be constructed under this Contract, any modification, alteration, or relocation of interfering utility, either permanent or temporary, shall be accomplished, at the expense of the Contractor. L. The Contractor shall give immediate notice to the Engineer and the Owner of the utility when an interference is determined to exist and shall obtain approval to relocate such utility or to discontinue service therein from the Engineer and the owner of the utility. The owner of the utility shall have the right to do all work required to discontinue, relocate, and replace interfering utilities and charge the Contractor for all costs thereof. When approved by the Engineer and the owner of the utility, all work required to discontinue, relocate, and replace interfering utilities may be done by, or arranged for, by the Contractor. All such discontinuance, relocation, and replacement shall be accomplished in accordance with all requirements of the owner of the utility . M. When notified by the Contractor that an interference or conflict has been detem1ined to exist, the Engineer will determine whether such interference shall be considered as required by construction or as incidental to construction. F30429S0l0l I.doc 01011-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1.04 INTERFERING STRUCTURES A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground . An attempt has been made to show major structures on the Plans. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties. B. Protect existing structures from damage, whether or not they lie within the right-of-way or the limits of the easements obtained by the Owner. Where existing structures must be removed to properly conduct the work, or are damaged during the work, they shall be restored at the Contractor's own expense to at least their original condition and to the satisfaction of the Engineer. C. The Contractor may, with the approval of the Engineer and without additional compensation, remove and replace in a condition as good as or better than original, any small interfering structures such as fences and signposts that interfere with the Contractor's operations. 1.05 FIELD RELOCATION A. During the progress of the work, minor relocations of the work may be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered and proceeds with the work despite this interference, he shall be responsible for any damage that may occur. 1.06 LAND MONUMENTS A. The Contractor shall preserve or replace any existing Federal, State, County , City, and private land monuments encountered. All monument replacement by the Contractor shall be performed by a land surveyor licensed in the State of Texas. 1.07 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SOIOI I.doc END OF SECTION . 01011-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 GENERAL SECTION O 1025 MEASUREMENT AND PAYMENT A. The Total Amount Bid in the Bid Form shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Bid Form shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. 1.02 BID FORM A. The Bid Form is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Bid Form. B. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Bid Form, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid Form shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.03 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Bid Form. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Bid Form. C. Unless otherwise stated in individual sections of the specifications or in the Bid Form no separate payment will be made for any item of work, materials, parts, equipmt,mt, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract price per unit indicated in the Bid Form with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. E. Measurement for payment does not signify acceptance of Work. F30429SF30429SO I 025.doc 01025-1 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F. Quantities shown in the Bid Form are approximate quantities only. Payment will be made only for measured quantities actually installed and accepted by Owner. · G. Measurements, such as linear feet, will be to the nearest whole unit. H. Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01025 and the Proposal in Part B. In all cases, Section O 1025 and the Proposal will take precedence over the technical specifications with regard to measurement and payment. I. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor's information only. The Engineer is not responsible for the accuracy of such informa- tion and the Contractor shall perform his own calculations to verify such quantities. No adjustment will be made in the price due to real or alleged errors in the estimated quantities. J. If the Owner elects to delete any lump sum item, the dollar amount to be deleted froin the Contract shall be the total amount shown in the Proposal/Bid Farm/Schedule of Values for that item, including overhead and profit. 1.04 BID ITEMS A. ROLLING IIlLLS WTP PHASE 5 -CHEMICAL FACILITIES IMPROVEMENTS (Item 1) 1. Measurement and payment of the Lump Sum bid in the Bid Form for construction of the Rolling Hills WTP Phase 5 -Chemical Facilities Improvements shall be full compensation for furnishing labor, materials, equipment and incidentals, except the work required in Bid Items 2 and 3, in its entirety as shown on the Drawings and/or as specified, including mobilization and cleanup . B. TRENCH SAFETY SYSTEM (Item 2) 1. Work under this item includes furnishing all labor, materials and equipment, and performing all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System for trenches or structural excavations more than five feet deep, as shown on the Drawings and as specified. This item also includes the cost of obtaining soil borings and the associated geotechnical analyses, and the preparation of a trench safety plan by a registered professional engineer. This item does not include the typical work ordinarily required for installing pipe without regard to the safety requirements, contained in Section O 1665 ( e.g. excavation, dewatering, pipe installation, embedment, backfill, etc.). 2 . Measurement and payment for Item 2 shall be on the actual linear footage of trench safety system installed at the unit price bid. However, the Contractor shall be paid no more than the maximum linear footage of trench safety system determined by the Contractor prior to the bid and inserted in the Bid Form (Proposal). Trench safety systems for structural excavations shall be paid by the linear footage of the structures foundation perimeters that are more than five feet deep . Trench safety systems for pipe trenches shall be paid by the linear footage of pipe trench greater than five feet deep , irrespective of the number of pipes in the trench. C. ALLOWANCE FOR APPLICATIONS ENGINEERING SERVICES (Item 3) 1. The work associated with Bid Item 3 shall be performed by the Owner selected Applications Engineer (AES) for the allowance shown in the Bid Form (Proposal). The AES shall be HSQ Technologies. All associated Contractor mark-ups shall be included as part of Bid Item 1. F30429SF30429SO l 025 .doc 01025-2 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Measurement and payment for Bid Item 3 will be for the work items delineated for the AES in the Specifications and in the Drawings. All other instrumentation related work shall be included as part ofBid ·Item 1. 2. Contractor shall enter into a subcontract agreement with HSQ Technology for the Scope of Work designated for the Applications Engineer within the Contract Documents and as summarized in the proposal letter from HSQ to Camp Dresser & McKee Inc. attached to the end of this specification. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SF30429S01025 .doc END OF SECTION 01025-3 May20ll TECHNOLOGY 26227 Research Road Hayward, California 94545-3725 Telephone: (510) 259-1334 + Via e-mail: ChiangGC@cdm.com March 24, 2011 CDM 777 Taylor Street, Suite 1050 Fort Worth, Texas 76102 Attention: Chun-Yi (Gary) Chiang, P.E. Reference: Rolling Hills Water Treatment Plant sales@hsq.com http://www.hsq.com Facsimile: (510) 259-1392 Phase 5 -Chemical Facilities Improvements Project City of Fort Worth, Texas Project No. P265-601510157280, HSQ No. 1007-05-A Gentlemen: HSQ Technology is pleased to provide you a quotation to supply the software, configuration, and testing as specified in the following Specification Sections: • Section 13300, Process Instrumentation and Controls -General Provisions • Section 13302, Process Instrumentation and Controls -Testing • Section 13303, Process Instrumentation and Controls -Training • Section 13305, Process Instrumentation and Controls -Control Descriptions • Section 13306, Process Instrumentation and Controls -Application Engineering Services • Section 13311, Process Instrumentation and Controls -PLC Hardware and Software, Industrial Network Components • Contract Drawing: Included • Coordinate with the PCSS and NCS in delivering a complete PCS. • Participate in three (3) mandatory coordination meetings • Schedule and administer three (3) workshops. • Provide programming, configuration, integration, including but not limited to loading of software on computers, operating system software configuration, Ethernet configuration, and communication between servers and PLCs. • Provide the programming and interfacing to HMI and PLC's associated with the specified Chemical and Polymer feed System-related controls. • Provide the interface to the plant ITh11 for all supervisory and/or monitoring functions. • Provide programming services to integrate PLC 24 and controls into the HSQ servers and workstations. • Modify PLC 18 peer to peer communication for relocated raw water signal. • Generate PLC 8 IO list based on the existing program, configure program modifications as specified to integrate new clarifier IO, and modify existing graphics on HSQ servers and workstations as needed for the clarifier additions. Promote Safety . . . Every Day I An Equal Opportunity Employer California Contractor's License 378393 Page2 Rolling Hills Water Treatment Plant Phase 5 Fort Worth, Texas HSQ Quotation No. 1007-05-A TECHNOLOGY • Provide coordination with the CFSs in delivering complete Chemical and Polymer Control System interfaces with the plant SCADA Control System. • Utilize HSQ Supplied I/0 simulator software to create specialized simulations during the witnessed testing period. • Participate in all witnessed tests at the PCSS Factory and general startup activities at the Rolling Hills WTP. • Provide field services to assist the PCSS for six (6) weeks on site. • Engineering and submittals, as required by the Specifications. • All travel and subsistence. Excluded • Supply and installation of all instruments. • Conduit and wire. • Jobsite receiving, storage, or protection. • Sales tax. • Bonds. Our lump sum price for the above scope is $251,395.00. The pricing is valid for 120 days after the bid date. The payment terms will provide for work in progress based on a schedule of values to be submitted at time of contract execution. The limiting values are up to a cumulative value of 40% prior to the Unwitnessed Factory Test, up to a cumulative value of 80% at the successful completing of the Functional Demonstration Test, and the remainder at completion of the Site Acceptance Test and delivery of O&M documentation. If you have any questions, please call the undersigned at 800/486-6684 or email nelson@hsq.com. Very truly yours, HSQ TECHNOLOGY Alan T. Nelson Estimating Manager ATN:lkc cc: J. Dan Shannon, P.E. -CDM -via e-mail: ShannonJD@cdm.com John Robinson, CDM -via e-mail: RobinsonJM@cdm.com City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 PLANT SECTION 01035 CONTROL OF WORK A. The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Agreement. If at any time such plant appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the plant and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required. 1.02 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property, rights-of- way, or easements, except by written permission of the respective landowner. 1.03 PIPELOCATIONS A. Pipelines, electrical conduits, and other underground utilities shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 1.04 OPENEXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges prov ided fo r access during construction shall be removed when no longer required. The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures, such as limiting the length of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. B. The Contractor shall take precautions, such as fences and barricades, to prevent injury to the public due to open trenches. All trenches , excavated material , equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. F30429S01035 .doc 01035 -1 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.05 TEST PITS A . Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. 1.06 MAINTENANCE OF TRAFFIC A. Unless permission to close a street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. B . Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured, the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. C. The Contractor shall take precautions to prevent injury to the public due to open trenches. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. The Contractor shall be fully responsible for damage or injuries whether or not police protection has been provided. 1.07 BLASTING A. No blasting shall be allowed unless approved in writing by the City of Fort Worth. 1.08 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in some other manner acceptable to the Engineer. 1.09 MAINTENANCE OF FLOW A. The Contractor shall, at his own cost, provide for the flow of watermains, sewers, drains and water courses interrupted during the progress of the work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Engineer well in advance of the interruption of any flow. 1.10 COOPERATION WITIIlN THIS CONTRACT A. The Contractor shall cooperate with Subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required. B . Cutting and patching, drilling and fitting shall be carried out where required by the Contractor and his Subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. F30429S0l035.doc 01035-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.11 CLEANUP A. During the course of the work, the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and, at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition. 1.12 PAYMENT A. Payment for the work in this Section will be included as part of the total lump sum or appropriate unit prices stated in the Bid Form. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SO I 035.doc END OF SECTION 01035-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: SCOPE OF WORK SECTION 01040 CONSTRUCTION SEQUENCE 1.01 GENERAL REQUIREMENTS A. The intent of construction phasing as specified herein and as shown on the Drawings is to maintain the maximum possible level of water treatment at the plant throughout the construction process . All tasks of the construction schedule necessary to maintain the highest possible level of treatment , whether described herein or not, are the responsibility of the Contractor. B. The work specified herein and any other work required by the Contract which may interrupt the nonnal plant operations shall be accomplished at times that will be convenient to the Owner. The Contractor shall plan to work overtime if needed to complete construction of the project and shall make no claims for extra compensation for overtime work required to conform to these requirements. The Contractor shall coordinate with the Engineer and plant personnel at least two weeks prior to tying into existing piping which will be out of service for less than one day, and at least four weeks prior to construction requiring shutdown of portions of the plant for extended periods of time greater than one day . C. The Contractor shall maintain continuous access to the treatment plant site and facilities and present operations. Refer to Drawings Sheet G-5. E. In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer. F. All plant operations shall be pe1formed by City of Port Worth plant personnel, coordinated through the Engineer by the Contractor. 1.02 RELATED WORK DESCRIBED ELSEWHERE A. Project Summary is included in Section 01010. B . Construction Schedule is included in Section 01315 . i .03 SUBMITf ALS A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction prior to initiation of site construction . The Schedule shall comply with all aspects of the work described herein. B. The Contractor shall update the Schedule as required by Section 01315. C. For all work which will require a temporary shutdown of plant operations or entire plant shutdown, the Contractor shall submit a proposed work plan which indicates the manpower, tools, equipment, and construction procedure to be used at least seven days prior to the requested shutdown period . F30429SO 1040.doc 01040-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 2 : PRODUCTS (NOT USED) PART 3 : EXECUTION 3.01 SCHEDULE CONSIDERATIONS A. The construction schedule shall be developed and carried out to minimize shutdowns of plant facilities and maximize the plant's treatment capacity. B. The following construction sequencing issues, critical tie-ins, and other considerations shall be taken into account by the Contractor in development of the construction schedule. These items are presented to assist the Contractor and are not all-inclusive. 1. Work associated with the Project will require constructing a new chemical facility within the existing concrete dry chemical storage tank pit. The new chemical facility will include a chemical feed building housing feed equipment for ferric sulfate, cationic polymer, sodium hydroxide, and fluosilicic acid application and a storage area for sodium hydroxide and cationic polymer tanks. The existing chemical facilities , including storage tanks, feed equipment, and associated piping, shall remain in operation until the new facility has been constructed, tested, and placed into operation. 2. As part of the Work all existing chemical piping between the existing Chemical Building and Rapid Basins for ferric sulfate, coagulant aid polymer, sodium hydroxide, and fluosilicic acid application will be replaced. For ferric sulfate and coagulant aid polymer piping, the work shall be performed for one rapid mix basin at a time to maintain plant operation . For sodium hydroxide, connections between new piping and existing piping (located in existing piping trench) to filter water pipes shall be made prior to replacing the existing piping to the rapid mix basins. Existing fluosilicic acid piping shall remain in service until new piping has been installed and placed into service. 3 . Two existing sump pumps and associated piping located within dry chemical storage tank pit area will be replaced as part of the Work. Temporary pumping equipment and piping shall be provided if necessary to maintain drain operation throughout the construction. Refer to the Drawings for additional requirements. 4 . Work associated with modifying the existing chemical storage area will include removing all of the existing tanks and installing eight (8) new ferric sulfate tanks. The two existing sodium hydroxide tanks must be removed first to install four of the new ferric sulfate storage tanks (FETK-01 thru FETK-04). After the four tanks have been tested and placed into service (i.e. supplying ferric sulfate to the new feed equipment located in the new chemical feed building), remove the remaining tanks, including one cationic polymer tank and three ferric sulfate tanks, within the storage area and install the other four new ferric sulfate tanks (FETK-05 thru FETK- 08). Chemical Fill Station No. 1 (for the new ferric sulfate tanks) shall also be modified during construction of the new tanks . 5. Work associated with the existing fluosilicic acid storage tank (FLTK-01) will include replacing existing tank outlet piping. To maintain plant operation during the replacement of the . outlet pipe, a 250-gallon ·tote shall be provided to temporarily store fluosilicic acid and supply the chemical to the two existing feed pumps. The Owner will be responsible for supplying the required chemical. The replacement work, including pressure testing, shall be completed within F30429SO 1040.doc 01040-2 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements a two-day period. The Contactor shall coordinate in advance with the Owner the required work and chemical supply . 6. Refer to suggested sequence of construction as noted on the Drawings for modifications to the existing electrical and instrumentation and control system. C. The Contractor shall be responsible for developing his own schedule. to meet the completion requirements and maintain the treatment capacity requirements of the plant. END OF SECTION F30429SO 1040.doc 01040-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01110 ENVIRONMENT AL PROTECTION PROCEDURES 1.01 SCOPE OF WORK A. The work covered by this Section consists of furnishing all labor, materials and equipment and performing all work required for the prevention of environmental pollution in conformance with applicable laws and regulations, during and as the result of construction operations under this Contract. For the purpose of this Specification, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment for aesthetic and/or recreational purposes. B. The control of environmental pollution requires consideration of air, water and land, and involves management of noise and solid waste, as well as other pollutants. C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of the work. Provide erosion control measures such as sedimentation or filtration systems, berms, silt fences, seeding, mulching or other special surface treatments as are required to prevent silting and muddying of streams, rivers, impoundments, lakes, etc. All erosion control measures shall be in place in an area prior to any construction activity in that area. Specific requirements for erosion and sedimentation controls are specified in Section 02270. D. These Specifications are intended to ensure that construction is achieved with a minimum of disturbance to the existing ecological balance between a water resource and its surroundings. These are general guidelines. It is the Contractor's responsibility to determine the specific construction techniques to meet these guidelines. E. All phases of sedimentation and erosion control shall comply with and be subject to the approval of the Texas Commission on Environmental Quality (TCEQ) and the U.S. EPA. 1.02 APPLICABLE REGULATIONS A. Comply with all applicable Federal, State and local laws and regulations concerning environmental pollution control and abatement. 1.03 NOTIFICATIONS A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing provisions or of any environmentally objectionable acts and corrective action to be taken. State or local agencies responsible for verification of certain aspects of the environmental protection requirements shall notify the Contractor in writing, through the Engineer, of any non-compliance with State or local requirements. The Contractor shall, after receipt of such notice from the Engineer or from the regulatory agency through the Engineer, immediately take corrective action. Such notice, when delivered to the Contractor or his/her authorized representative at the site of the work, shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply promptly, the Owner may issue an order stopping all or part of the work until satisfactory corrective action has been taken. F30429S0l l l0.doc 01110-1 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for excess costs or damages by the Contractor unless it is later determined that the Contractor was in compliance. 1.04 IMPLEMENTATION A. Prior to commencement of the work, meet with the Owner to develop mutual understandings relative to compliance with this provision and administration of the environmental pollution control program. B . Remove temporary environmental control features, when approved by the Engineer, and incorporate permanent control features into the project at the earliest practicable time. 1.05 PROTECTIONOFWATERWAYS A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U .S . Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material, or debris therein. B. Contractors are specifically cautioned that disposal of materials into any waters of the State must conform with the requirements of the Texas Commission on Environmental Quality (TCEQ) , and an applicable permit from the U.S. Army Corps of Engineers. C. The Contractor shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows and flows created by construction activity, so as to prevent silting of waterways or flooding damage to the property or adjacent properties . D. The Contractor is responsible for researching the need for a U.S . EPA NPDES permit for the construction site. If one is required, the Contractor is responsible for obtaining the permit and for monitoring the site per the permit requirements until final completion. 1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERIALS A. Excess excavated material not required or suitable for backfill and other waste material must be disposed of at sites approved by the Owner and Engineer. B. Unacceptable disposal sites, include, but are not limited to , sites within a wetland or critical habitat and sites where disposal will have a detrimental effect on surface water or groundwater quality .. C . The Contractor may make his own arrangements for disposal subject to submission of proof to the Engineer that the Owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). D. The Contractor shall provide watertight conveyance of any liquid, semi-liquid, or saturated solids which tend to bleed or leak during transport. No liquid loss from transported materials will be permitted whether being delivered to the construction site or being hauled away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site. E . Refer to Special Conditions D-9 for additional requirements. F30429S0l l 10.doc 01110-2 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities hnprovements 1.07 USE OF CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either the U.S . Environmental Protection Agency or the U.S. Department of Agriculture or any other applicable regulatory agency. Use of all such chemicals and disposal ofresidues shall be in conformance with the manufacturer's instructions. B. Any oil or other hydrocarbon spilled or dumped on the Owner's site during construction must be excavated and completely removed from the site prior to final acceptance. Soil contaminated by the Contractor's operations shall become the property of the Contractor, who will bear all costs of testing and disposal. C. Before a Contractor commences work, the following steps shall be completed. 1. The Owner will inform Contractor of his rights under the Texas Hazards Communication Act. 2. The Owner will provide a copy of the Chemical List giving the hazardous chemicals to which the Contractor, his employees and agents may be exposed to on the project site. 3. The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals which he may be exposed to on the project site. 4. The Owner will inform the Contractor of his obligation to inform his employees and agents of each of the above requirements. 5. The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the project site that Owner's employees may be exposed to. 6. The Contractor shall sign a Contractor Acknowledgement certifying that he has received the infom1ation provided by the Owner on µazardous chemicals and maintain the Acknowledgement with the original Contract. 1.08 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form. PART 2: PRODUCTS (NOT USED) PART3 : EXECUTION 3.01 EROSION CONTROL A. Provide positive means of erosion control such as shallow ditches or small diversion berms around construction to carry off surface water. Erosion control measures, such as siltation basins, mulching, jute netting and other equivalent techniques, shall be used as appropriate. Flow of surface water into excavated areas shall be prevented. Ditches around construction area shall also be used to carry away water resulting from dewatering of excavated areas. At the completion of the work, ditches shall be backfilled and the ground surface restored to original condition. F30429S0l l l0.doc 01110-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.02 PROTECTION OF STREAMS A. Care shall be taken to prevent, or reduce to a minimum, any damage to any stream from pollution by debris, sediment or other material, or from the manipulation of equipment and/or materials in or near such streams. Water that has been used for washing or processing, or that contains oils or sediments that will reduce the quality of the water in the stream, shall not be directly returned to the stream. Such waters will be diverted through a settling basin or filter before being directed into the streams. B. The Contractor shall not discharge water from dewatering operations directly into any live or intermittent stream, channel, wetlands, surface water or any storm sewer. Water from dewatering operations shall be treated by filtration, settling basins, or other approved method to reduce the amount of sediment contained in the water. C. All preventative measures shall be taken to avoid spillage of petroleum products and other pollutants. In the event of any spillage, prompt remedial action shall be taken in accordance with a contingency action plan approved by the Texas Commission on Environmental Quality (TCEQ). Contractor shall submit two copies of approved contingency plans to the Engineer. D . Water being flushed from structures or pipelines after disinfection, with a chlorine residue of 1 mg/I or greater, shall be treated with a dechlorination solution or otherwise treated and/or used in a method approved by the Engineer, prior to discharge. 3.03 PROTECTION OF LAND RESOURCES A. Land resources within the project boundaries and outside the limits of permanent work shall be restored to a condition, after completion of construction, that will appear to be natural and not detract from the appearance of the project. Confine all construction activities to areas shown on the Drawings. B. Outside of areas requiring earthwork for the construction of the new facilities, the Contractor shall not deface, injure, or destroy trees or shrubs, nor remove or cut them without prior approval. No ropes, cables, or guys shall be fastened to or attached to any existing nearby trees for anchorage unless specifically authorized by the Engineer. Where such special emergency use is permitted, first wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be tied before any rope, cable, or wire is placed. The Contractor shall in any event be responsible for any damage resulting from such use. C. Where trees may possibly be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment, dumping or other operations, protect such trees by placing boards, planks, or poles around them. Monuments and markers shall be protected similarly before beginning operations near them. D. Any trees or other landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition. The Engineer will decide what method of restoration shall be used and whether damaged trees shall be treated and healed or removed and disposed of. All scars made on trees by equipment, construction operations, or by the removal of limbs larger than . 1-in. in diameter shall be coated as soon as possible with an approved tree wound dressing . All trimming or pruning shall be performed in an approved manner by experienced workmen with saws or pruning shears. Tree trimming with axes will not be permitted. F30429S0l ll0.doc 01110-4 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Climbing ropes shall be used where necessary for safety. Trees that are to remain, either within or outside established clearing limits, that are subsequently damaged by the Contractor and are beyond saving in the opinion of the Engineer, shall be immediately removed and replaced. E. The locations of the Contractor's storage, and other construction buildings, required temporarily in the performance of the work, shall be cleared portions of the job site or areas to be cleared as shown on the Drawings and shall require written approval of the Engineer and shall not be within wetlands or floodplains. The preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings. Drawings showing storage facilities shall be submitted for approval of the Engineer. F. If the Contractor proposes to construct temporary roads or embankments and excavations for plant and/or work areas, he/she shall submit the following for approval at least ten days prior to scheduled start of such temporary work. 1. A layout of all temporary roads, excavations and embankments to be constructed within the work area. 2. Details of temporary road construction. 3. Drawings and cross sections of proposed embankments and their foundations, including a description of proposed materials. 4. A landscaping drawing showing the proposed restoration of the area. Removal of any trees and shrubs outside the limits of existing clearing area shall be indicated. The drawing shall also indicate location of required guard posts or barriers required to control vehicular traffic passing close to trees and shrubs to be maintained undamaged. The drawing shall provide for the obliteration of construction scars as such and shall provide for a natural appearing final condition of the area. Modification of the Contractor's approved drawings shall be made only with the written approval of the Engineer. No unauthorized road construction, excavation or embankment construction including disposal areas will be pennitted. G. Remove all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of constmction as directed by the Engineer. It is anticipated that excavation, filling and plowing of roadways will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon. The disturbed areas shall be prepared and seeded as described in Section 02490, or as approved by the Engineer. H. All debris and excess material shall be disposed of outside wetland or floodplain areas in an environmentally sound manner. 3.04 PROTECTION OF AIR QUALITY A. Burning. The use of burning at the project site for the disposal of refuse and debris will not be permitted. B. Dust Control. The Contractor will be required to maintain all excavations, embankment, stockpiles, access roads, plant sites, waste areas, borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others. F30429SOI I 10.doc 01110-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may be permitted with approval from the Engineer. D. Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor must have sufficient suitable equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the Engineer. 3.05 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION A. During the life of this Contract, maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or until the material concerned has become stabilized to the extent that pollution is no longer being created. 3.06 NOISE CONTROL A. The Contractor shall make every effort to minimize noises caused by his/her operations. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with State and Federal regulations. END OF SECTION F30429S0l l l0.doc 01110-6 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01170 SPECIAL PROVISIONS 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR A. General obligations of the Contractor shall be as set forth in the Contract Documents. Unless special payment is specifically provided in the payment paragraphs of the specifications, all incidental work and expense in connection with the completion of work under the contract will be considered a subsidiary obligation of the Contractor, and all such costs shall be included in the appropriate items in the Bid Form in connection with which the costs are incurred. 1.02 SITE INVESTIGATION A. The Contractor shall satisfy himself as to the conditions existing within the project area, the type of equipment required to perform the work, the character, quality and quantity of the subsurface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the Drawings and Specifications. Any failure of the Contractor to acquaint himself with the available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner assumes no responsibility for any conclusions or interpretation made by the Contractor on the basis of the information made available by the Owner. 1.03 COORDINATION WITH CITY AGENCIES A. The Contractor shall supply the Fort Worth Police Department, Fire Department, and Water Department with the following information: 1. A list of streets and intersections where work will be in progress to be supplied at intervals as required by the Engineer. 2. Areas where approved detours are in effect. 3. Immediate notification of any gas, water, or sewer main breaks. B. The Contractor will be required to reimburse the City for the actual cost of the services of Water Department Personnel required by him during other than regular working hours. 1.04 SERVICES OF MANUFACTURERS' REPRESENTATIVE AND OPERATION MANUALS A. Bid prices for equipment shall include the cost of a competent representative of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel in operation and maintenance. This supervision may be divided into two or more time periods as required by the installation program or as directed by the Engineer. B. See the detailed Specifications for additional requirements for furnishing the services of manufacturer's representatives. C. A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation, that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted. D. Operation and Maintenance manuals shall be submitted in accordance with Section 01300 and 01730. F30429SO 1170.doc 01170-1 May2011 City of Fort Worth Rolling HiUs WfP . Phase 5 -Chemical Facilities hnprovements 1.05 GREASE, OIL AND FUEL A. All grease, oil, and fuel required for initial operations and testing of equipment shall be furnished with the respective equipment. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied under Divisions 11, 13, and 15. 1.06 TOOLS A. Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. B. Tools shall be furnished in suitable large tool boxes. 1.07 POWER SUPPLY A. Unless otherwise specified, all motors 1/2 horsepower and larger shall be designed for a power supply of 480 volts, 3 phase, 60 Hertz, and all motors 1/3 horsepower and smaller shall be designed for a power supply of 120 volts, single phase, 60 Hertz. 1.08 MOTORS A. All motors shall have Class F insulation with a Class B temperature rise and a service factor not less than 1.15. 1.09 MAINTAINING EXISTING ELECTRICAL SERVICE A. Due to the unique existing conditions and existing electrical requirements and services to remain during construction, the Contractor shall make all arrangements with Texas Utilities for pole line extensions, pole relocations, etc., for the temporary electrical service and include all costs for the temporary service in his bid . 1.10 MAINTENANCE AND LUBRICATION SCHEDULES A. Each Contractor's attention is directed to Section O 1300 for all requirements relative to the submission of shop and working drawings for the mechanical and electrical and instrumentation equipment. For all mechanical and electrical equipment furnished, each Contractor shall provide a list including the equipment name, and address and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. In addition, a maintenance and lubrication schedule for each piece of equipment shall be submitted along with shop drawings. 1.11 SHIPMENT AND DELIVERY OF EQUIPMENT A. Equipment shall not be shipped until approved by the Engineer. The intent of this requirement is to reduce site storage time prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to anticipated installation without written authorization from the Engineer. B. During shipment and delivery, the following procedures shall apply: 1. .All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay between time of shipment and installation, including any prolonged period at the site. 2. Factory assembled parts and components shall not be disassembled for shipment unless pennission is received in writing from the Engineer. F30429SO 1170.doc 01170-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 3. Finished surfaces of all exposed parts shall be properly protected against adverse conditions that may prevail from time of shipment until ready for operation. 4 . All finished surfaces of all exposed flanges shall be protected by wooden blank flanges, stoutly built, and securely bolted. 5 . Finished iron and steel surfaces not painted shall be protected against rust and corrosion. 6. After hydrostatic or other tests, all entrapped water shall be drained, and care taken to prevent the entrance of water during shipment, storage, and handling. 7 . Each box or package shall be legibly marked to show its net weight and contents. 8. Demurrage, or other charges resulting from failure to furnish these items shall be absorbed by the Contractor. 9. The Contractor shall make suitable provision for the handling and delivery of all equipment and material at the site . 1.12 STORAGE AND HANDLING OF EQU1Pl\1ENT ON SITE A. Special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed: 1. All equipment having moving parts such as gears, electric motors, etc., and/or instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. 2. All equipment shall be stored fully lubricated with oil, grease, etc ., unless otherwise instructed by the manufacturer. 3. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 4. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 5 . Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of substantial completion. 6. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment to certify that its condition has not been detrimentally affected by the long storage period. Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment will be judged to be defective. It shall be removed and replaced at the Contractor's expense. 1.13 SPECIAL PRECAUTIONS A. None F30429SO 1170.doc 01170-3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.14 OPERATION OF EXISTING PLANT A. The existing water treatment plant shall remain in service during construction activities as outlined in Section 01040. The existing plant shall not be shut down during the construction period except for the times specified. The Contractor shall provide proper coordination of all activities to ensure that the existing plant remains in service throughout the construction period except for the times specified. The Contractor shall also provide the Owner's personnel reasonable access throughout the existing plant for operation and maintenance. 1.15 INSTALLATION OF EQUIPMENT A . Special care shall be taken to ensure proper alignment of all equipment with particular reference to the pumps and electric drives. The units shall be carefully aligned on their foundations by qualified millwrights after their sole plates have been shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the foundation alignments have been approved by the Engineer, the bedplates or wing feet of the equipment shall be securely bolted in place. The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of all alignments, the sole plates shall be finally grouted in place. The Contractor shall be responsible for the exact alignment of equipment with associated piping and under no circumstances, will "pipe springing" be allowed. B. All wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to properly align, level and secure apparatus in place shall be furnished by the Contractor. All parts intended to be plumb or level must be proven exactly so. Perform all grinding necessary to bring parts to proper bearing after erection. 1.16 SLEEVES AND OPENINGS A. The Contractor shall provide all openings, channels, chases, etc ., in new construction and furnish and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this Contract. The Contractor shall do all cutting, coring and rough and finish patching required in existing construction for the work of all trades. B. Subcontractors shall furnish all sleeves, inserts, hangers, anchor bolts, etc., required for the execution of their work. It shall be their responsibility before the work of the Contractor is begun to furnish him/her with the above items and with templates, drawings or written information covering chases, openings, etc., which they require and to follow up the work of the Contractor as it progresses, making sure that their drawings and written instructions are followed. Failing to do this, they shall be responsible for the cost of any corrective measures which may be required to provide necessary openings, etc. If the Contractor fails to follow the directions given him/her, covering details and locations of openings, etc., he/she shall be responsible for any cutting and refinishing required to make the necessary corrections. In no case shall beams, lintels, or other structural members be cut without the approval of the Engineer. 1.17 PIPE MARK.ING A. Pipe marking is included in Division 9 under Painting, but it shall be the Contractor's responsibility to assist, as required by the Engineer, in identifying pipe contents, direction of flow and all else required for proper marking of pipe. 1.18 VAL VE IDENTIFICATION A. The Contractor shall prepare a valve schedule for all valves required for the Work showing a number, the location, type, function, and nonnal operating position for each valve . The schedule shall be submitted to the Engineer for approval not less than 120 days prior to start-up. F30429S0I l 70 .doc 01170-4 May201I City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements B. The Contractor shall furnish tags for all valves required for the Work. Valve tags shall be 2-in diameter, 19 gauge, brass or plastic, with brass hooks suitable for attaching the tag to the valve operator. Tags shall be stamped or etched with the valve number and the information on the valve schedule coded in a system provided by the Owner. Submit two samples of the type of tag proposed and the manufacturer's standard color chart and letter styles to the Engineer for approval. C. The Contractor shall install valve tags on all valves required for the Work. 1.19 NOISE LIMITATIONS A. All equipment to be furnished under this Contract, unless specified otherwise in the technical specifications, shall be designed to ensure that the sound pressure level does not exceed 85 decibels over a frequency range of 37 .8 to 9600 cycles per second at a distance of three feet from any portion of the equipment, under any load condition, when tested using standard equipment and methods. Noise levels shall include the noise from the motor. Mufflers or external baffles shall not be acceptable for the purpose of reducing noise. Data on noise levels shall be included with the shop drawing submittal. 1.20 SPARE PARTS A. Spare parts for certain equipment have been specified in the pertinent Sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Engineer. In addition, the Contractor shall furnish to the Engineer an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivery cost. B. Spare parts shall be packed in cartons, properly labeled with indelible markings with complete descriptive information including manufacturer, part number, part name and equipment for which the part is to be used and shall be properly treated for one year of storage. 1.21 WEATHER PROTECTION A. In the event of inclement weather, the Contractor shall protect the Work and materials from damage or injury from the weather. If, in the opinion of the Engineer, any portion of the Work or materials has been damaged by reason of failure on the part of the Contractor to so protect the Work, such Work and materials shall be removed and replaced with new materials and Work to the satisfaction of the Engineer. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SO 1170.doc END OF SECTION 01170-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01172 PIPE PENETRATIONS A. Furnish all labor, materials, equipment and incidentals required and install pipe penetration assemblies as shown. This Section covers materials for the various pipe penetration configurations. Refer to the Contract Drawings for details of assembly and for location. 1.02 SUBMITIALS A. Submit to the Engineer, as provided in Section 01300, manufacturers' literature on all items to be furnished, installation instructions, and where applicable, fire rating and certified test results of the various components. PART 2: PRODUCTS 2.01 PIPE SLEEVES A. Unless otherwise shown, all pipe sleeves shall be Schedule 40 304 stainless steel pipe. Where indicated, provide a 2-in minimum circumferential water stop welded to exterior of sleeve at its midpoint. Ends of sleeves shall be cut, ground smooth and shall be flush with the wall or ceiling and extend 2-in above finished floors. Sleeves to be sealed by caulking shall be sized as required. Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal manufacturer's recommendations. Sleeves for insulated piping shall be sized as required. 2.02 WALL CASTINGS A. Unless otherwise shown, wall castings shall be ductile iron conforming to ANSI/ A WW A A2l.5I/Cl51, thickness Class 53, diameter as required. Flanges shall be drilled and tapped for studs where flush with the wall. Castings shall be provided with an intermediate 2-in minimum circumferential flange/waterstop, integrally cast with or welded to the casting, located as follows: for castings set flush with walls located at the center of the overall length of the casting; for castings which extend through wall located such that it falls within the middle third of the wall. 2.03 SEALING MATERIALS A. Mechanical seals shall be modular, adjustable, bolted, mechanical type consisting of interlocking synthetic rnbber links shaped to continuously fill the annular space between the pipe and sleeve. The seal shall be rated by the manufacturer for 40-ft of head or 20 psig. Mechanical seals shall be Link-Seal LS-300-M, LS-400-M, or LS-500-M, depending on pipe size, manufactured by Th underline Corp., Wayne, MI or equal. B. Caulking for PVC piping shall consist of braided oakum packing or fire retardant pliable material, Fig. 310 by Sealtite Co.; White Oakum W.S.-600 by American Manufacturing Co., or equal, followed by lead wool, compacted to form a watertight seal. F30429SF30429SO 1172.doc 01172-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements C. Sealant shall be a two part foamed silicone elastomer as manufactured by Dow Coming Co., product No. 3-6548 siliconeR.T.V.; 3M brand fire barrier products caulk C.P. 25 and 3M brand putty 303; or Flame-Safe fire stop systems Fig. No. FS-500 by Thomas & Betts Corporation. Sealant bead configuration, depth and width shall be in accordance with manufacturer's recommendations. 2.04 MISCELLANEOUS MATERIALS A. Bonding compound shall be Sikadur Hi-Mod epoxy by Sika Corporation, equal by Euclid Chemical Corporation; Master Builders Company, or equal. B. Non-shrink grout shall be Masterflow 713 by Master Builders Company; Buco N-S by Euclid Chemical Co.; Five Star Grout by U.S. Grout Corp., or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Assemble and install components of pipe penetration assemblies as detailed on the Drawings. END OF SECTION F30429SF30429SO 1172 .doc 01172-2 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01200 PROJECT MEETINGS A. Schedule, attend, and administer as specified, preconstruction conference, periodic progress meetings, and specially called meetings throughout progress of the Work. B. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C . Meetings administered by Owner may be tape recorded. If recorded, tapes will be used to prepare minutes and retained by Owner for future reference. D. Meetings, in addition to those specified in this Section, may be held when requested by the Owner, Engineer or Contractor. 1.02 RELATED WORK A. Pre-bid conference is included in Information to Bidders. 1.03 PRECONSTRUCTION CONFERENCE A. A preconstruction conference will be held within ten days after award of Contract and before Work is started. The conference will be scheduled and administered by the Engineer. B. The Engineer will preside at the conference, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference . C. Attendance: 1. Contractor's project manager. 2. Contractor's superintendent. 3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Owner may request. 4. Engineer's representatives. 5. Owner's representatives. 6. Others as appropriate. F30429SF30429SO 1200.doc 01200-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Fac ili ties Improvements D . Preliminary Agenda: Introductions 1. Schedule completion dates and Liquidated Damages . 2. Construction Scheduling, including critical path. 3. Designation of responsible personnel. 4. Authority of Contractor. 5. Authority of Engineer. 6 . Submittals. 7 . Procedures for Change Orders, CMRs, PCMs, Field Orders, RFls, etc. 8. Record Drawings 9. Quality control. 10. Safety Procedures. 11. Temporary construction facilities. 12. Use of City Facilities. 13. Security and Work after Normal Hours. 14 . Measurement and payment. 15. City Administrative Procedures, including M/WBE procedures. 16. Project Work Summary 17 . Correspondence Routing 18. Pay Request Procedures 1.04 PROGRESS MEETINGS A. Formal project coordination meetings will be held periodically (not more than once weekly, nor less than once monthly). Meetings will be scheduled and administered by the Engineer. Additional progress meetings to discuss specific topics will be conducted on an as-needed basis . Such additional meetings shall include, but not be limited to: 1. Coordinating plant/equipment shutdowns . 2. Installation of equipment. F30429SF30429SO 1200 .doc 01200-2 May 2011 City of Fort Worth Rolling HiUs WfP Phase 5 -Chemical Facilities Improvements 3 . Start-up of equipment or plant. 4 . Problem Area Resolutions 5. Equipment approval. B. The Engineer will preside at progress meetings, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting . C. Attendance: Same as preconstruction conference . D . Preliminary Agenda: 1. Review, approval of minutes of previous meeting . 2. Review of work progress since previous meeting. 3. Field observations, problems, conflicts. 4 . Problems which impede construction schedule. 5. Review of off-site fabrication, delivery schedules. 6. Review of construction interfacing and sequencing requirements with other construction contracts .. 7. Corrective measures and procedures to regain projected schedule . 8. Revisions to construction schedule . 9. Progress, schedule, during succeeding work period. 10. Coordination of schedules. 11 . Review subm ittal schedules . 12 . Maintenance of quality standards. 13 . Pending changes and substitutions. 14 . Review proposed changes for : a. Effect on construction schedule and on completion date. b. Effect on other contracts of the Project. 15. Review Record Documents. 16. Review monthly pay request. 17. Review status of RFis . F30429SF30429SO I 200 .doc 01200-3 May2011 City of Fort Worth Rolling HiUs WTP Phase 5 -Chemical Facilities Improvements PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SF30429S01200 .doc END OF SECTION 01200-4 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01300 SUBMITfALS 1.01 DESCRIPTION OF REQUJREMENTS A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: Shop Drawings, Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections. B . All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. 1.02 SHOP ORA WINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to, custom-prepared data such as fabrication and erection/installation (working) drawings, scheduled infonnation, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including perfonnance curves and certifications, as applicable to the Work. 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking: The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. B . Product Data 1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing-in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational-range diagrams, production or quality control inspection and test reports and certifications, mill reports, product operating and maintenance instructions and recommended spare-parts listing and printed product warranties, as applicable to the Work. F30429SO 1300.doc 01300-1 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Samples 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and un its of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBil..ITIES A. The Contractor shall review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications B. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the person who actually reviewed the submittal. "Certification Statement: By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." Shop drawings larger than 8 1/2" x 11" shall be folded to 8 1/2" x 11 ". Shop drawings and product data sheets shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Engineer a copy of each submittal transmittal sheet for shop drawings, product data and samples. C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-42 of the Special Conditions. In addition, the Contractor shall utilize an 8-character submittal cross-reference identification numbering system in the following manner: 1. The first five digits shall be the applicable Specification Section Number. 2. The next two digits shall be the numbers O 1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3. The last character shall be a letter, A-Z, indicating the resubmission of the same Drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03300 08 B 03300-08-B = Specification Section for Concrete = The eighth initial submittal under this specification section = The third submission (second resubm ission) of that particular shop drawing D. . Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents . F30429SO 1300 .doc 01300 -2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefore . F . No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. G . Project work, materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A : E ight copies . If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2. Monthly project schedule updates: Ten copies. 3 . Product Data as defined in Paragraph 1.02 B: Four copies . 4. Samples: Submit the number stated in the respective Specification Sections . 5. All other submittals : Eight copies. D. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. 4. The names of: a . Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number, page and paragraph(s). 6 . Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. F30429SO 1300.doc 01300-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 9. Identification by highlighting of deviations from Contract Documents. 10. Identification by highlighting of revisions on resubmittals. 11. An 8-in X 3-in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: 1. permitting any departure from the Contract requirements; 2. relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 3 . approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. Code 1 - Code 2 - Code 3 - Code4 - F30429SO 1300.doc "APPROVED" is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. "APPROVED AS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. "APPROVED AS NOTED/CONFIRM". This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. "APPROVED AS NOTED/RESUB:MIT". This combinatipn of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments, omissions and non-conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. 01300-4 May2011 City of Fort Worth Rolling HiUs WfP Phase 5 -Chemical Facilities Improvements Code 5 - Code 6 - "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents . The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. "COMMENTS ATIACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes I through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals deemed by the Engineer to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted . The Engineer may at his/her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. H. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed the number specified in Paragraph l .04C. 1.07 MOCK UPS A. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed. 1.08 PROFESSIONAL ENGINEER (P.E.) CERTIFICATION FORM A . If specifically required in other Sections of these Specifications, the Contractor shall submit a P.E. Certification for each item required, in the form attached to this Section, completely filled in and stamped. F30429SO 1300.doc 01300-5 May2011 City of Fort Worth Rolling HiUs WfP Phase 5 -Chemical Facilities hnprovements 1.09 GENERAL PROCEDURES FOR SUBMIITALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of perfonning the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval and resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 1.10 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner within 30 Calendar Days for all such fees invoiced to the Owner by the Engineer. B. The need for more than one resubmission or any other delay in obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. PART 2 : PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SO 1300.doc END OF SECTION 01300-6 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements P .E. CERTIFICATION FORM The undersigned hereby certifies that he/she is a Professional Engineer registered in the State of -----------and that he/she has been employed by ___________ _ (Name of Contractor) _________________ to design ________________ _ (Insert P.E. Responsibilities) in accordance with Specification Section---------------------for the (Name of Project) The undersigned further certifies that he/she has performed the design of the __________ _ (Name of Project) ------------------------' that said design is in conformance with all applicable local, State and Federal codes, rules and regulations, and that his/her signature and P.E. stamp have been affixed to all calculations and drawings used in, and resulting from, the design. The undersigned hereby agrees to make all original design drawings and calculations available to the ----------=C=it:.,..y-=o=f=F-=o=rt'-W'-'--"o=rth= or Owner's representative within seven days following written request therefore by the Owner. P.E. Name Signature Address Place P .E. Stamp Here With Date and Signature F30429SO 1300.doc Contractor's Name Signature Title Address 01300-7 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements SECTION 01315 PROGRESS SCHEDULE AND REPORTS PART 1: GENERAL 1.01 PROGRAM DESCRIPTION A. A Critical Path Method (CPM) construction schedule shall be used to control the work of this Contract, coordinate the work of this Contract with other construction contracts, and provide a definitive basis for determining job progress. The construction schedule shall be prepared by the Contractor. Work shall be performed in compliance with the established CPM schedule and the Contractor and his subcontractors shall be responsible for cooperating fully with the Owner in effectively utilizing the CPM schedule. Multiple contracts must be coordinated to minimize the impact of all projects on the water treatment plant capacity. B. The CPM schedule to be prepared and submitted by the Contractor shall consist of a CPM network ( diagram ofactivities) and a computer-generated schedule (print-out) as specified. The format shall be the activity-on-node precedence network as indicated on the Preliminary Guideline CPM Schedule. C. The Contractor shall utilize PRIMA VERA and PRIMA VISION or equal scheduling program in analyzing the construction schedules. If the Contractor desires to utilize a different scheduling program than PRIMA VERA and PRIMA VISION to prepare its schedules, it must first obtain approval of the Owner. Contractor shall provide one authorized copy of the scheduling software to the Owner. D. Within ten calendar days following written Notice to Proceed, the Contractor is to submit to the Owner for review and approval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of work to be performed. E. A Preliminary Guideline CPM Schedule shall include: 1. Illustrate a feasible CPM schedule for completion of the Work under this Contract within the time specified. 2. Provide an elementary example of a CPM schedule in the format to be used for the detailed CPM schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the CPM schedule required under this Contract. 3. Establish mandatory milestone dates. Milestones are designated on the Preliminary Guideline CPM Schedule with asterisks. F. The Preliminary Guideiine CPM Schedule is not to be considered binding except for the time required for contract completion and the mandatory milestones. G. The Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule. Contractor shall reference the construction constraints and sequencing issues presented in Section 01040. The computer-based schedule shall be the product of a recognized commercial computer software producer and shall meet all of the requirements specified . F30429SF30429SOl3J5 .doc 01315-1 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities hnprovements 1.02 NETWORK REQUIRElvffiNTS A. The network shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. The basic concept of a network analysis diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of the follow ing activities. B . Detailed network activities shall include: construction activities, the submittal and approval of samples of materials and Shop Drawings, the procurement of materials and equipment, fabrication of materials and equipment and their delivery, installation, and testing, start-up and training . The Contractor shall break the work into activities with durations no longer than 20 working days each, except as to nonconstruction activities (such as procurement of materials and delivery of equipment) and any other activities for which the Owner may approve the showing of longer duration. To the extent feasible, activities related to a specific physical area of the work shall be grouped on the network for ease of understanding and simplification. C. Separate activities shall be provided for each significant identifiable function in each trade area in each facility. Activities shall show duration and remaining duration . Specific activities which shall be included are: interface work between the Contractor and other contractors, subcontract work, interface work between subcontractors and between the Contractor and subcontractors, leakage tests of tanks and pipelines, electrical connections to each item of equipment, supplier and manufacturer technical assistance, mechanical connections to each item of equipment, tests, concrete finishing, each item of site work, (including restraints on other activities), and utilities, fuels and chemicals. D. Each activity on the network shall have the following indicated on the node representing it. 1. Duration and remaining duration for those activities in progress . 2. A five character ( or less) code indicative of the party responsible for accomplishing the activity. 3. A brief description of the activity. E. · The selection and number of activities shall be subject to the Owner's approval. The detailed network shall be time scaled. In addition to the brief description, the Contractor shall submit a separate list of activities containing a detailed narrative of the scope of each activity, including the trades and subcontractors involved, the activity duration, and the cost of each activity as it pertains to the pay items on the Schedule of Values. The cost for each work activity shall include mobilization, materials, labor, equipment, overhead, and profit. F. To the extent that the network or any revis ion thereof shows anything not jointly agreed upon or fails to show anything jointly agreed upon, it shall not be deemed to have been approved by the Owner. Failure to include on a network any element of work required for the performance of this Contract shall not excuse the Contractor from completing work required within any applicable completion date, notwithstanding the rev iew of the network by the Owner. G . Except where earlier completions are specified, CPM schedules which show completion of work prior to the Contract completion date may be approved by the Owner, but in no event shall be acceptable as a basis for claim for delay against the Owner by the Contractor. The time period between the Contractor's early finish date and the Contract T ime shall be shown as a float activity. F3 0429SF30429SO 1315 .doc 01315-2 May20ll City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.03 COMPUTER-GENERATED SCHEDULE REQUIREMENTS A. Each computer-generated schedule submittal from the CPM activity network shall include the following tabulations: a list of activities in numerical order, a list of activity precedences, a schedule sequenced by Early Start Date, and a schedule sequenced by Total Float. Each schedule shall include the following minimum items : 1. Activity numbers 2. Estimated duration 3. Activity description 4. Early start date (calendar dated) 5. Early finish date (calendar dated) 6. Latest start date ( calendar dated) 7. Latest finish date ( calendar dated) 8. Status (whether critical) 9. Total float and free float. 10. Total cost of each activity per the approved Schedule of Values. B. In addition, each schedule shall be prefaced with the following summary data: I. Contract name and number 2. Contractor's name 3. Contract duration 4. Contract schedule 5. The effective or starting date of the schedule (the date indicated in the Notice to Proceed). C . A narrative shall accompany the d iagram providing for each activity: I . Activity number 2. Activity description 3. Predecessors 4 . Successors D. Advise the Owner of the calendar used for the Schedule . The Calendar should be based on the actual work week anticipated by the Contractor; whether 5, 6 or 7 days a week will be worked . F30429SF30429SO 1315 .doc 01315-3 May2011 City of Fort Worth Rolling Hills WTP Phase S -Chemical Facilities hnprovements 1.04 INITIAL CONFERENCE A. Within 10 days following the receipt of the Notice to Proceed, the Contractor shall meet with the Owner to discuss and agree on the proposed standards for the CPM schedule. At this conference the Contractor shall submit to the Owner a preliminary network defining the planned operations during the first 60 calendar days after Notice to Proceed. The Contractor's general approach for the balance of the Project shall be indicated. Cost of activities expected to be completed or partially completed before submission and approval of the complete network shall be included . . 1.05 APPROVED CPM SCHEDULE A. Within 45 days following the receipt of the Notice to Proceed, the Contractor shall submit two prints of the proposed CPM activity network and a computer-generated schedule to the Owner. Following review by the Owner, the Contractor shall incorporate the Owner's comments into the network and submit five prints and one reproducible of the revised network and two copies of the generated schedule. This final submittal shall be delivered to the Owner within 60 days after the Notice to Proceed. B. CPM schedules which contain activities showing negative float or which extend beyond the Contract completion date in the computer-generated schedule will not be approved. C. The Contractor shall participate in the initial review and evaluation of the proposed network diagram and schedule by the Owner. The approved network shall then be the approved CPM schedule to be used by the Contractor for planning, organizing and directing the work, and reporting progress. D. Approval of the CPM activity network by the Owner is advisory only and shall not relieve the Contractor of responsibility for accomplishing the work within the contract completion date. Omissions and errors in the approved CPM schedule shall not excuse performance less than that required by the Contract. Approval by the Owner in no way makes the Owner an insurer of the CPM schedule's success or liable for time or cost overruns flowing from its shortcomings. The Owner hereby disclaims any obligation or liability by reason of approval of the CPM schedule. E. The network shall be submitted on sheets 22 inches x 34 inches, and may be divided into as many separate sheets as required. 1.06 PROGRESS REPORTING A. Progress shall be reported on a monthly basis. The Contractor and Owner shall evaluate the status of the work at the end of each month; to show actual progress and to identify problem areas. Between the 1st and the 5th of each month the Contractor shall submit a preliminary updated schedule with narrative using the end of the month as the Data Date. A final schedule update shall be submitted by the 10th day of each month. B. The progress and associated costs shown on the CPM each month shall be used in conjunction with the Schedule of Values in determining the amounts to be paid through the Pay Estimate each month. Activities as they pertain to the pay items of the base bid schedule will be separately totaled for the cost of each activity and value of work in place for this period. C. Partial payment applications will not be processed without an approved monthly schedule update. F30429SF30429SO 1315 .doc 01315-4 May 2011 City ofFort Worth Rolling Hills WfP Phase 5 -Chemical Facilities hnprovements 1.07 RESPONSIBILITY FOR SCHEDULE COMPLIANCE A. Whenever it becomes apparent from the current CPM schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the Owner, the Contractor shall take some or all of the following actions at no additional cost to the Owner. He shall submit-to the Owner for approval , a written statement of the steps he intends to take to remove or arrest the delay to the critical path in the approved schedule. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work. 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule. B. If, when so requested by the Owner, the Contractor should fail to submit a written statement of the steps he intends to take or should fail to take such steps as approved by the Owner, the Owner may direct the Contractor to increase the level of effort in manpower (trades), equipment, and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule, and the Contractor shall promptly provide such level of effort at no additional cost to the Owner. 1.08 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME A. If the Contractor desires to make changes in his method of operating which affect the approved CPM schedule, he shall notify the Owner in writing stating what changes are proposed and the reason for the change. If the Owner approves these changes, the Contractor shall revise and submit for approval, without additional cost to the Owner, all of the affected portions of the CPM network. The CPM schedule shall be adjusted by the Contractor only after prior approval of his proposed changes by the Owner. Adjustments may consist of changing portions of the activity sequence, activity durations, division of approved activities, or other adjustments as may be approved by the Owner. The addition of extraneous, non-working activities and activities which add unapproved restraints to the CPM schedule will not be approved. B. If the completion of any activity, whether or not critical, falls more than 100 percent behind its approved duration, the Contractor shall submit for approval a schedule adjustment showing each such activity divided into two activities reflecting completed versus uncompleted work. C. Shop Drawings which are not approved on the first submittal or within the schedule time, and equipment which do not pass the specified tests shall be immediately rescheduled. D. The Contract completion time will be adjusted only for causes specified in this Contract. In the event the Contractor requests an extension of any Contract completion date, he shall furnish such justification and supporting evidence as the Owner may deem necessary to determine whether the Contractor is entitled to an extension of time under the provisions of this Contract. The Owner will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to any extension of any Contract completion date, the Owner's determination as to the total number of days extension shall be F30429SF30429S013I5.doc 01315-5 May 2011 City of Fort Worth Rolling Hills Wl'P Phase 5 -Chemical Facilities hnprovements based upon the currently approved CPM schedule and on all data relevant to the extension. Such data shall be included in the next updating of the schedule. Actual delays in activities which, according to the CPM schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. E. Each request for change in Contract completion date shall be submitted by the Contractor to the Owner within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. No time extension will be granted for requests which are not submitted within the foregoing time limit. 1. From time to time it may be necessary for the Contract schedule or completion time to be adjusted by the Owner to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the Owner or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. Under such conditions, the Owner will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions, and the Contractor shall revise his schedule accordingly . No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the Owner. Available float time in the CPM schedule may be used by the Owner as well as by the Contractor. F. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on .the CPM. Float or slack time is not for the exclusive use or benefit of either the Contractor or the Owner. Contractor's work shall proceed according to early start dates, and the Owner shall have the right to reserve and apportion float time according to the needs of the project. The Contractor acknowledges and agrees that actual delays, affecting paths of activities containing float time, will not have any affect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. 1.09 COORDINATING SCHEDULES WITH OTHER CONTRACT SCHEDULES A. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Contractor's CPM Schedule shall be coordinated with the schedules of the other contracts. The Contractor shall obtain the schedules of the other appropriate contracts from the Owner for the preparation and updating of his CPM schedule and shall make the required changes in his schedule when indicated by changes in corresponding schedules. B. In case of interference between the operations of different contractors, the Owner will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. In such cases, the decision of the Owner shall be accepted as final. The temporary delay of the Contractor's work due to such circumstances shall not be considered as justification for claims for additional compensation. F30429SF30429SO 1315 .doc 01315-6 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 1.10 SCHEDULE OF VALUES A. The approved CPM schedule shall be the schedule to be used by the Contractor for reporting progress. A separate payment schedule, not tied to the CDM schedule, shall be used for requesting payment of work accomplished. Payment items for the specific activities and values of the individual items shall be approved by the Engineer. B. If the Contractor does not follow his planned schedule or desires to make changes in his method of operating and scheduling, he shall notify the Engineer in writing stating the reasons for the change. Progress payments will be awarded based on amount judged complete in conjunction with the approved activity sequence. Progress payments on work out of sequence will not be allowed unless logic changes are made and approved by the Engineer to the approved CPM. C. The payment request shall include the activities or portions of activities completed during the reporting period and their total value as basis for the Contractor's periodic request for payment. Payment made will be based on the total value of such activities completed or partially completed after verification by the Engineer. The request shall state the percentage of the work actually completed as of the report date. · 1.11 PROJECT EXECUTION AND CONTROL REPORTING A. All change proposals shall be submitted to the Engineer using the "Contract Change Proposal" form to be provided by the Engineer. B. Each day the Contractor shall submit to the Engineer daily construction report information using the "Daily Construction Report" form to be provided by the Engineer. C. Each week, after coordination meetings with subcontractors, the Contractor shall submit to the Engineer a three (3) week schedule using the form to be provided by the Engineer. This schedule shall identify work scheduled for the current week and projected for two additional weeks . D. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Schedule of Values for that item, including overhead and profit. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION (NOT USED) F30429SF30429SO 1315 .doc END OF SECTION 01315-7 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 01410 TESTING AND TESTING LABORATORY SERVICES PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform testing specifically indicated on the Contract Documents and may at any other time elect to have materials and equipment tested for conformity with the Contract Documents. 1. Cooperate with the laboratory to facilitate the execution of its required services. 2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the Contract. B. All other testing, including testing of materials as required for approval of submittals, and special tests and inspections as required by Section 01455 , shall be at the expense of the Contractor. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules, regulations, orders or approvals of public authorities . B . Each Section listed: Laboratory tests required and standards for testing. C . Testing Laboratof'/ inspection, sampling and testing is required for but not limited to the following: 1. Earthwork is included in Section 02200. 2 . Excavation, Trenching, and Backfilling for Utilities and Process Piping is included in Section 02221. 3 . Cast-in-Place concrete is included in Section 03300. 1.03 LABORATORYDUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. B . Perform specified inspections, sampling, and testing of materials and methods of construction: l. Comply with specified standards. 2. Ascertain compliance of materials with requirements of Contract Documents. C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. F30429SF30429SO 141 O.doc 01410-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Promptly submit five copies of written report of each test and inspection to Engineer. Each report shall include: 1. Date issued. 2. Project title and number. 3. Testing laboratory name, address, and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of product and specification section. 9. Location of sample or test in the project. 10. Type of inspection or test. 11. Statement of specification requirements of material being tested. 12. Result of tests. 13. Clarification of testing procedures and observations, when requested by Engineer. E. Perform additional tests as required by Engineer or the Owner. 1.04 LilvIITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the Contractor. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work and to manufacturer's operations. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. F30429SF30429SO 14 IO .doc 01410-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements C. Materials and equipment used in the performance of work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. Standard requirements for quality and workmanship are indicated in the Contract Documents. The Engineer may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification. D. Furnish incidental labor and facilities: 1.. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests . 4. For storage and curing of test samples. E. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests . 1. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. F. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform materials development of concrete mix designs, and additional inspections, sampling and testing required for the Contractor's convenience. G. If the results of tests indicate the material or equipment complies with the Contract Documents, the Owner shall pay for the cost of the testing laboratory. If the tests and any subsequent retests indicate the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor may pay for the laboratory costs directly to the testing firm or the total of such costs shall be deducted from any payments due the Contractor. PART 2: PRODUCTS (NOT USED) PART3: EXECUTION (NOTUSED) F30429SF30429SO 141 O.doc END OF SECTION 01410-3 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facili ti es Improvements PART 1: GENERAL 1.01 TEMPORARY OFFICES SECTION 01500 TEMPORARY FACILITIES A. Temporary offices shall be established on the job site where approved or directed by the Engineer, adequately furnished, and maintained in a clean, orderly condition by the Contractor. The Contractor or his/her authorized representative shall be present in the field office at all times while work is in progress. Instructions received there from the Engineer shall be considered as delivered to the Contractor. B. The Contractor shall supply all fuel for heating and pay all electric bills. 1.02 TEMPORARY LIGHT AND POWER A. Furnish temporary light and power, complete with wiring, lamps , and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of all subcontractors . Make all necessary arrangements with the local electric company (TXU) for temporary electric service, and pay all expenses in connection therewith. B . Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. For connection of power tools and equipment, provide outlets equipped with ground-fault circuit interrupters, reset button and pilot light. C. Provide grounded extension cords. Use "hard-service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if more than one length is required. D . Provide general service incandescent lamps as required for adequate illumination . Provide guard cages or tempered glass enclosures, where exposed to breakage. Provide exterior fixtures where exposed to moisture . 1.03 TEMPORARY AIR, STEAM AND WATER A. The Contractor shall provide all air, steam and water, including temporary piping and appurtenances required therefor, as may be required for the cleaning and testing of pipelines and equipment necessary for his/her work. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. Water for testing and disinfection will be furnished by Owner at no cost to Contractor. Contractor shall be responsible for all piping and equipment necessary for getting water to its intended use. Coordinate use of water with Owner's plant personnel. 1.04 TEMPORARY SANITARY FACILITIES A. Provide self-contained, single-occupant toilet units of the chemical, aerated recirculation, or combustion type , properly vented and fully enclosed in a fiberglass or other approved non -absorbent shell. F30429SF30429SOJ500 .doc 01500-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.05 FIRE EXTINGUISHERS A. Provide portable UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL-rated Class ABC dry chemical extinguishers or a com- bination of NFPA recommended Classes for the exposure. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. 1.06 LAYOUT OF TEMPORARY FACILITIES A. Before starting the work, the Contractor shall submit to the Engineer his requirements for space for temporary structures and storage of materials . Where onsite space for temporary facilities is limited, the allocation of the available space will be made by the Engineer. Should the Contractor require space in addition to that allocated, the Contractor shall make his own arrangements for storage of materials and equipment in locations off the construction site. For the allocated space, the Contractor shall submit to the Engineer for approval, his proposed plan and layout for all temporary offices, sanitary facilities, temporary construction roads, storage buildings, storage yards, temporary water service and distribution, temporary power service and distribution, and temporary telephone service. 1.07 STORAGE BUILDINGS A. The Contractor shall erect, or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well-ventilated building removed from other buildings. 1.08 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe and reinforcing and structural steel shall be stored on pallets or racks, off the ground, and in a manner that allows ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer. 1.09 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment and materials to the areas designated and as directed by the Engineer. B . Contractor shall erect a suitable fence around each tree or group of trees in the vicinity of the work, except those shown to be removed on the plans. Any such trees damaged shall be repaired or replaced, as directed by the Engineer, at the Contractor's expense. Sprinkler zones to be taken out of service for construction will be capped off to allow the remaining system to remain operational or the Contractor shall provide temporary irrigation system as directed by the Engineer. C. Except as provided herein, no sidewalk, private property, or other area adjacent to the plant site shall be used for storage of the Contractor's equipment and materials unless prior written approval is obtained from the legal owner. F30429SF30429S01500 .doc 01500-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. The Contractor shall maintain the area during construction in a manner that will not obstruct operations on street areas. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. E. At all times, maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Contractor shall provide weekly street cleaning and monthly wet street brooming. F. Excavated materials shall be removed from the site in a manner that will cause the least damage to adjacent lawns, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are on private property or on public right-of-ways. G. Cleaning and disposal operations shall comply with local ordinances and antipollution laws. Do not bum or bury rubbish and waste materials on the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. H. Wet down dry materials and rubbish to allay dust and prevent blowing dust. I. Provide approved containers for collection and disposal of waste materials, debris, and rubbish and make arrangements for appropriate periodic emptying of the containers. 1.10 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the Engineer. B. The Contractor shall construct temporary parking facilities for his employees, his Sub-Contractor's employees, other employees and the Engineer. 1.11 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. B. Where responsibility can be determined, the cost for replacement or repair of damaged work shall be charged to the party responsible. If responsibility cannot be fixed, the cost shall be borne by the Contractor. C. Wheeling of any loads over finished floors, either with or without plank protection, shall not be permitted in anything except rubber-tired wheelbarrows, buggies, trucks, or dollies. This applies to all finished floors and to all exposed concrete floors as well as those covered with composition tile or other applied surfacing, and shall apply to all trades. D. Where structural concrete is also the finished surface, care shall be taken to avoid marking or damaging those surfaces. F30429SF30429SO 1500.doc 01500-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1.12 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall disconnect and/or dismantle the temporary facilities and utilities and remove them from the site as his property. Leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Plans. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded or planted as necessary, and left with an appearance equal to, or better than original. 1.13 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices stated in the Proposal. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION (NOT USED) F30429SF30429SOI500 .doc END OF SECTION 01500-4 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01510 CONSTRUCTION TEMPORARY CONTROLS 1.01 MOBILIZATION AND PROGRESS OF THE WORK A. The Owner will issue a written Notice to Proceed, indicating the date when the Contract Time shall begin. The Work shall progress as required to prevent delaying completion of the Project. B . The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory ·quality of work and a rate of progress which will ensure the completion of the Work within the time stipulated in the Contract Documents . If at any time such plant appears to the Owner to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress specified, he may order the Contractor to increase the efficiency, change the character or increase the plant equipment at the expense of the Contractor, and the Contractor shall conform to such order. Failure of the Owner to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required. C. The Contractor shall be fully responsible for providing all temporary diversion and dewatering pumping and piping, plumbing, heating, ventilating, air conditioning, lighting, temporary structures, and such other items required to complete all indicated work in these contract specifications and drawings . D. No work shall be done between 6:00 p.m. and 7:00 a.m., nor on Saturdays, Sundays or legal city holidays, except with the written permission of the Owner. Contractor shall submit a request to the Owner two weeks in advance for work on Sundays and legal holidays. Owner shall be notified 48 hours prior to any work planned for Saturdays. The Contractor's superintendent must be onsite to supervise all overtime work. 1.02 TEMPORARY CONSTRUCTION A. Open Excavations 1. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property . The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required . The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Owner. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Owner may require special construction procedures such as limiting the length of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. 2. The Contractor shall take precautions to prevent injury to the public due to open trenches . All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. F30429SF30429SOl510 .doc 01510-1 May 20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements B . TestPits 1. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Owner. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Owner. 1.03 TEMPORARY CONTROLS A. Maintenance of Flow 1. The Contractor shall at his own cost, provide for the flow of drains and water courses interrupted during the progress of the Work, and shall immediately haul away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Owner well in advance of the interruption of any flow. B . Protection of Sewers 1. Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material, pavement, concrete, earth, or other debris from entering a sewer or sewer structure. 2 . All sewage flow interfering with construction and requiring diversion shall be dive1ted to a point acceptable to the Owner. C . Protection of Waterways 1. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material, or debris therein . 2. The Contractor is specifically prohibited from disposal of materials into any waters of the State. 3 . The Contractor shall be responsible for providing holding ponds or an approved method which will handle, carry through, or divert around his work all flows, including storm flows and flows created by construction activity, so as to prevent excessive silting of waterways or flooding damage to the property. 4. The Contractor shall comply with the procedures outlined in the U.S. Environmental Protect ion Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning and Implementation" and "Processes, Procedures and Methods to Control Pollution Resulting from All Construction Activity", as well as erosion control measures indicated on the Drawings. D . Disposal of Excess Excavated and Other Waste Materials 1. Excess excavated material not required or suitable for backfill and other waste material shall be disposed of off-site as approved by the Owner. 2. Unacceptable disposal sites include, but are not limited to, sites within a wetland or critical habitat and sites where disposal will have a detrimental effect on surface water or groundwater quality. F30429SF30429SO 151 O.doc 01510-2 . May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3 . The Contractor shall make his own arrangements for disposal subject to submission of proof to the Owner that the owner(s) of the proposed sites(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). 4 . The Contractor shall provide watertight conveyance of any liquid, semi-liquid, or saturated solids which tend to bleed or leak during transport. No liquid loss from transported materials will be permitted whether being delivered to the construction site or being hauled away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site . 5. The Owner may suspend operations of the Contractor, at their discretion, for alleged non-compliance with Texas Water Commission or Environment Protection Agency regulations. E. Protection of Air Quality 1. Air pollution shall be minimized by wetting down bare soils during windy periods or, as requested by Owner, by requiring the use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractor and by encouraging the shutdown of motorized equipment not actually in use. 2. Trash burning will not be permitted on the construction site. 3. If temporary heating devices are necessary for protection of the Work, such devices shall be of a type that will not cause pollution of the air. F. Use of Chemicals 1. All chemicals used during Project construction or furnished for Project operation , whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall show approval of either the U .S . Environmental Protection Agency or the U .S. Department of Agriculture or any other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions. 2. The Contractor shall maintain Material Safety Data Sheets (MSDS) on site and available for review by the Contractor's employees and City of Fort Worth employees. A copy of each MSDS sheet shall be provided to the Owner. G. Noise and Dust Control I . The Contractor shall so conduct all his operations that they will cause the least annoyance to the residents in the vicinity of the work, and shall comply with all applicable local ordinances. Compressors, hoists , and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines. All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and exhaust lines. Storage b ins and hoppers shall be lined with material that will deaden the sounds if directed by Owner. The operation of dumping rock and of carrying rock away in trucks shall be so conducted as to cause a minimum of noise and dust. Vehicles carrying rock, concrete, or other material shall be routed over such streets as will cause the least annoyance to the public and shall not be operated on public streets between the hours of 6 p .m . and 7 a .m., or on Saturdays, Sundays or legal holidays unless approved by the Owner. F30429SF30429S0151 O.doc 01510-3 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements H. Nighttime Work 1. If the Contractor for his convenience and at his own expense, should desire to carry on his work at night or outside the Contractor's regular working hours as established at the preconstruction conference, he shall submit a written request to the Owner allowing ample time for satisfactory arrangements to be made for inspecting the work in progress. The Contractor shall provide lighting for active areas of the Project and shall provide noise abatement measures as required to comply with all applicable Federal and State regulations and with all applicable requirements of the City of Fort Worth. 2. Night work may be established by the Contractor as a regular procedure with the written permission of the Owner. Such permission, however, may be revoked at any time by the Owner if the Contractor fails to maintain adequate lighting equipment, noise control, and supervision for the proper prosecution and controls of the work at night, or if the off-site effects of night construction are deemed by the Owner to be unacceptable. I. Care and Protection of Property 1. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition equal to that existing before the damage was done, or he shall repair the damage in a manner acceptable to the Owner .. 2. The Contractor shall not enter or occupy private land outside of easements, except by written pe1mission of the respective landowner. J. Protection of the Finished Construction 1. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SF30429SO 1510.doc END OF SECTION 01510-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 01600 DELIVERY, STORAGE AND HANDLING PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general requirements for the delivery, handling, storage and protection for all items required in the construction of the work. Specific requirements, if any, are specified with the related item. B. Contractor shall schedule deliveries within the guidelines set forth by the City to meet plant security requirements. 1.02 TRANSPORTATION AND DELIVERY A. Transport and handle items in accordance with manufacturer's instructions. B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. C . Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged or sensitive to deterioration. D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting and installing. E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic. F. Provide necessary equipment and personnel to unload all items delivered to the site. G. Promptly inspect shipment to assure that products comply with requirements, quantities are correct, and items are undamaged. For items furnished by others (i.e., Owner, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally, and in writing, of any problems. 1.03 STORAGE AND PROTECTION . A. Store and protect products in accordance with the manufacturer's instluctions, with seals and labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him/her. Instruction shall be carefully followed and a written record of this kept by the Contractor. Arrange storage to permit access for inspection. B. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. F30429SF30429SO 1600.doc 01600-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, b lock and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking and spalling to a minimum. D. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight building to prevent injury. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation to prevent condensation. Maintain temperature and humidity within range required by manufacturer. 1. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless otherwise instructed by the manufacturer. All space heaters in equipment shall be energized during construction. 2. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half-load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 3. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of acceptance. 4. Prior to acceptance of the equipment; the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SF30429S01600 .doc END OF SECTION 01600-2 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01610 MATERIAL AND EQUIPMENT 1.01 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Only new materials and equipment shall be incorporated in the Work, except for Owner furnished equipment and materials listed on the Drawings . Materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Owner. No material shall be delivered to the Work without prior approval of the Owner. B. Material and equipment incorporated into the Work shall: 1. Be new or listed on the Drawings as Owner furnished, in current production, and conforming to applicable specifications and standards . 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. C . Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. D. Two or more items of the same kind shall be identical, by the same manufacturer. E. Products and equipment shall be suitable for service conditions . F. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. G. Do not use material or equipment for any purpose other than that for which it is designed or is specified. H. The materials and equipment used on the Work shall correspond to the approved samples or other submitted data. 1.02 REUSE AND REPLACEMENT OF EXISTING MATERIALS AND EQUIPMENT A. Except as specifically indicated or specified, materials and equipment removed from any existing structure shall not be used in the completed Work . B . For the pieces of equipment to be reused in the work: 1. Use special care in removal, handling, storage and reinstallation, to assure proper function in the completed Work. 2. Arrange for transportation, storage and handling of products which require off-site storage, restoration or renovation . Pay all costs for such work. F30429SF30429SO 161 O.doc OJ 610-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products and equipment in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. B . Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. C. Pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing plant or interfere with the flow of necessary traffic. D. Immediately on delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. 1.04 INSPECTION AND TESTING FOR ACCEPTANCE A. Furnish all materials or specimens for testing and all labor and facilities for inspection of equipment and materials. B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in accordance with the Specifications. Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished. Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, hydrants when it is definite that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Should the Contractor fail to provide the above information, the Owner shall have the right to require tests to be made by the Owner's laboratory to obtain the information and the cost therefor shall be borne by the Contractor. The Owner may have further inspection and tests made by the laboratory or may make tests himself, to ensure that the Contractor is complying with the Specifications. C . Details for testing equipment and materials are found in the individual Sections of these Specifications. D. If the Owner requires, either prior to beginning or during the progress of the Work, the Contractor shall submit samples or materials for such special tests as may be necessary to demonstrate that they comply with the Specifications. Such samples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests. E. Delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner or Engineer. 1.05 STORAGE AND PROTECTION OF EQUIPMENT AND MATERIALS ON SITE A . Materials and equipment to be incorporated in the Work shall be handled and stored by the manufacturer, fabricator, supplier and Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. B. Special attention shall be given to the storage and handling of equipment on site. Equipment storage will be approved by the Owner. As a minimum, the procedure outlined below shall be followed: F30429SF30429S0l 6 l O.doc 01610-2 May20ll City of Fort Worth Rolling Hills W1P Phase 5 -Chemical Facilities Improvements 1. Equipment shall be shipped as late as possible to assure its availability when required by the Contractor's schedule . The intent of this requirement is to reduce on-site storage time prior to installation and operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without prior written authorization from the Owner. Equipment shall not be shipped until the Contractor has received an approved submittal from the Owner. 2. Equipment having moving parts such as gears, electric motors, and instruments shall be stored in a temperature and humidity controlled building approved by the Owner, until such time as the equipment is to be installed. All space heaters in equipment shall be energized during construction. 3. Equipment shall be stored fully lubricated with oil or grease, unless otherwise instructed by the manufacturer. 4 . Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Owner. These instructions shall be carefully followed and a written record shall be kept by the Contractor. 5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use . 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into equipment at the time of substantial completion. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify in writing to the Owner that its condition has not been detrimentally affected by the long storage period. Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense . C. Store materials in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather tight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. F30429SF30429SO I 61 O.doc 01610-3 May 20II City ofFort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements D. Exterior Storage: 1. Store fabricated products and equipment above the ground, on blocking or skids, to prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. 3. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry. Structural, miscellaneous, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to avoid rusting. 4. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to prevent breakage, chipping, cracking, and spalling. E. Mechanical equipment subject to corrosive damage by the atmosphere if stored outdoors ( even though covered) shall be stored in a building to prevent injury. The building may be a temporary structure on the Site or elsewhere, but it shall be satisfactory to the Owner. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored materials and equipment to assure that they are maintained under specified conditions, and free from damage or deterioration. G. Protection After Installation: 1. Provide substantial coverings as necessary to protect installed materials and equipment from damage from traffic and subsequent construction operations. Remove when no longer needed. H. Off-Site Storage: 1. Contractor may store materials and equipment off-site with Owner's approval. I. Rejection of Materials and Equipment: 1. Materials and equipment which, in the opinion of the Owner, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work. The Contractor shall receive no compensation for the damaged material or its removal. 2. Damaged material and equipment shall be replaced at the Contractor's expense. F30429SF30429SOJ 61 O.doc 01610-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1.06 INSTALLATION STANDARDS A. Handle, store and install equipment in accordance with the manufacturer's drawings and recommendations. B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation. Maintain one set of complete instructions at the job site during installation and until completion. C. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and in conformity with specified requirements . Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents . 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Owner for further instructions. 2. Do not proceed with work without clear instructions . D. New equipment and existing equipment to be relocated shall be carefully aligned on the new foundations after their sole plates have been properly shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the foundation alignments have been approved by the Owner, the bed plates or wing feet of the equipment shall be securely bolted in place. The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of alignments, the sole plates shall be finally grouted in place. E . Provide wedges, shims, filling pieces, keys, packing, red or white lead, grout, or other materials necessary to properly align, level, and secure apparatus in place. Parts intended to be plumb or level shall be proven exactly so. Grinding necessary to bring parts to proper bearing after erection shall be done. F. Special care shall be taken to ensure proper alignment of sluice gates, operating mechanisms, stems, stem guides, and accessories. Care shall be taken to avoid warping the gate frames and to maintain tolerances between seating faces . Gates, stems, and operators shall be plumbed, shimmed and accurately aligned . G . Provide openings, channels, and chases, and install anchor bolts and other items to be embedded in concrete, as required to complete the Work under this Contract and do all cutting and patching as required. H. Furnish sleeves, inserts, hangers, and anchor bolts, required for the execution of the electrical, HV AC, and plumbing work specified and shown on the Drawings. fu no case shall beams, lintels, or other structural members be cut without the approval of the Owner. 1.07 SUBSTITUTIONS AND PRODUCT OPTIONS A. Substitution of Equipment: 1. The Contractor shall note that the Engineer's design is based upon the first listed manufacturer for items of equipment, though not necessarily the manufacturer's "standard" product. F30429SF30429SO 16 J 0.doc 01610-5 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 2. If the Contractor chooses other manufacturer's equipment he shall be responsible for the total cost, including engineering design, of modifications, alterations, adjustment, and coordination necessary to make the proposed equipment compatible with the treatment process and with the specified equipment, structures, spaces, and other features of the original design. If the specification list of approved manufacturers states "no equal" or "no substitutions will be allowed", the Contractor shall choose equipment from the approved manufacturers list. B. Products List: 1. Within 30 days after Contract Date, submit to Owner a complete list of major products proposed to be used, with the name of the manufacturer and the installing subcontractor. C. Substitutions: 1. For a period of 90 days after Contract Date, Engineer will consider written requests from Contractor for substitution of products. After that time period, no substitutions will be allowed and listed manufacturers shall be provided. 2. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. b. Changes required in other elements of t:!ie Work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f . Availability of maintenance service, and source of replacement materials. 3. Engineer shall be the judge of the acceptability of the proposed substitution . D. Contractor's Representation: 1. A request for a substitution constitutes a representation that Contractor: a. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. b. Will provide the same warranties or bonds for the substitution as for the product specified. c. Wiil coordinate the installation of an accepted substitution into the Work, and make such other changes as may be required to make the Work complete in all respects. d. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. F30429SF30429SO 161 O.doc 01610-6 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements E. Engineer will review requests for substitutions with reasonable promptness, and notify Contractor, in writing, of the decision to accept or reject the requested substitution. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SF30429SO 1610.doc END OF SECTION 01610-7 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements SECTION 01656 DISINFECTION OF POTABLE WATER FACILITIES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required, including chlorine, and disinfect the potable water facilities. B . The potable water facilities include: 1. Piping which is designated to carry Potable Water (PW), Utility Water (UW), or Service Water (SW), including associated valves, fittings, and appurtenances. PART 2: PRODUCTS 2.01 CHLORINE A. Liquid chlorine shall meet the requirements of A WW A B301 . B. Calcium hypochlorite shall meet the requirements of A WW A B300 . PART 3: EXECUTION 3.01 GENERAL A. Piping shall be cleaned and disinfected in compliance with all applicable sections of A WW A Standard C-601. The "slug method" shall be used for disinfection . Interior surfaces of pipelines shall be exposed to a concentration of 100 ppm for a period of not less than three hours, after which the lines shall be flushed clean until the chlorine concentration in the water leaving the line is no higher than that generally prevailing in the system, or less than 1 ppm. Chlorine solution with a higher residual may remain in the line, without flushing, if approved by the Owner. 3.02 PROCEDURES A. Pipelines 1. During installation, the interior of all pipe, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Owner, the pipe contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the pipe will be cleaned and swabbed with a bactericidal solution . When pipe laying is not in progress, the open ends of it shall be sealed with watertight plugs. If water has accumulated in the trench, the seal shall remain in place until the trench-water has been removed to such an extent that it will not enter the pipe. 2 . After completion of hydrostatic pressure tests and prior to disinfection, the pipeline shall be flushed as thoroughly as possible, with the water pressure and outlets available. If feasible, flush ing rate should develop a velocity in the pipeline of at least 2.5 fps . If a velocity of 2 .5 fps F30429SF30429SO 1656 .doc 01656-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements is not obtained, the requirements of Paragraph 3 .02 A.1 above shall be rigidly enforced. he minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline to insure that clean water has traversed the entire length of line. 3. After flushing has been completed to the point that apparent dirt and foreign matter have been removed from the pipeline, either liquid chlorine or calcium hypochlorite solution shall be injected into the pipeline as provided in A WW A C-601 . 4. Following chlorination, treated water shall be flushed from the newly installed pipeline at its extremities until the replacement water throughout its length is proved by test to a) meet regulations of Texas Commission on Environmental Quality (TCEQ), orb) meet requirements of the public health authority having jurisdiction. The satisfactory quality of water delivered by the new pipeline shall continue for a period of at least two days . Samples will be taken from a tap located and installed in such a way as to prevent outside contamination. Unless otherwise directed, the sample tap shall either be a hose bib or a disconnected service tap of a 1/4 inch copper riser (with stop-cock), which shall be provided by the Contractor. Should the initial treatment fail to achieve the satisfactory quality described above, the original chlorination procedure shall be repeated until satisfactory results are obtained. 3.03 WATER SOURCE A. Water for disinfection purposes will be provided by Contractor per Section 01500. 3.04 BACTERIOLOGICAL SAMPLING Al"ID TESTING A. The Owner will perform all sampling for bacteriological tests and shall pay for the initial testing to be performed by Owner selected laboratory. All subsequent testing, should the initial test fail, shall be paid for by the Contractor. END OF SECTION F30429SF30429S0l656 .doc 01656-2 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Faci liti es Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01665 TRENCH SAFETY REQUlREMENTS A. Furnish all labor, materials, and equipment and perform all operations to plan , design , construct, install, maintain, monitor, modify as necessary, and remove upon completion , a Trench Safety System as specified herein. B. The requirements of this Section apply to all trenches which equal or exceed a depth of five (5) feet, measured from the ground surface at the highest side of the trench to the trench bottom . C . All applicable and non-conflicting portions of Section 02221 -Trenching, Backfilling and Compaction apply as appropriate. 1.02 RELATED REQUlREMENTS A. Section 01035 -Control of Work. B. Section 02221 -Trenching, Backfilling and Compaction . C. Texas Statute: HB 1569, 71st Regular Legislative Session. D. U.S. Occupational Safety and Health Administration (OSHA) Standards, 29 CFR 1926, Subpart P - Excavations, latest revision at time of construction Agreement execution. PART 2: PRODUCTS 2.01 GENERAL A. All materials and products incorporated into the Trench Safety System shall be suitable for their intended uses; shall meet all design criteria and parameters used by the Trench Safety System designer; and shall meet all applicable requirements of OSHA Standards. PART 3: EXECUTION 3 .01 PROCEDURES A. At least ten ( 10) Calendar Days prior to trench excavation or any excavation operations, and not more · than thirty (30) Calendar Days following the execution date of the construction Agreement, Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that operations will be conducted in full conformance with the OSHA Standards . 1. The Conformance Letter shall also describe the Trench Safety System techniques proposed to be used on the project. F30429S01665 .doc 01665-1 May20ll City of Fort Worth Rolling Hills wrP Phase 5 -Chemical Facilities Improvements 2 . Specific references to the applicable OSHA Standards sections shall be included for each technique to be used. B. The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear to be understandable and usable by all personnel who will be executing, supervising and witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available at the site of trenching operations at all times. A second copy shall be provided to the Engineer for the Owner's records. C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety System Plan, they shall be executed by the Contractor at his cost. D . For trenches having depths greater than the various limits given in the OSHA Standards (8, 12 or 20 feet, depending on the techniques used), a site specific protective system shall be designed by a Registered Professional Engineer experienced in soil mechanics and structural design. The design shall be signed, sealed and dated by the Professional Engineer, and it shall identify those specific locations where the design is applicable. 3.02 JMETHODS OF PROVIDING FOR TRENCH SAFETY A. Protective systems referenced in this Section shall be as defined and described in 29 CPR 1962.652, "Requirements for Protective Systems." B . It is the duty, responsibility and prerogative of the Contractor to determine the specific applicability of a proposed Trench Safety System for each field condition encountered on the project. Contractor specifically holds the Owner, Engineer, and any of their designated representatives harmless in any actions resulting from the failure or inadequacy of the Trench Safety System used to complete the project. C. Unless otherwise noted on the drawings or excluded below, Sloping/Benching, Trench Shielding with trench boxes,.and/or Sheeting/Shoring/Bracing protective systems may be used on this project. D. Restrictions on the use of the various protective systems for this project are as follows : 1. Sloping or Benching. 2 . Trench Shields/Boxes . 3. Sheeting/Shoring/Bracing. 3.03 INSPECTION DUTIES OF CONTRACTOR Structural Excavations only. No restrictions. No restrictions . A. Provide a Competent Person, as defined in the OSHA Standards, to make frequent inspections of the trenching operations and the Trench Safety System in full conformance with the OSHA Standards. B. If evidence of a possible cave-in or landslide is apparent, all work in the trench shall immediately cease and not be resumed until all necessary precautions have been taken to safeguard personnel entering the trench. F30429S01665 .doc 01665-2 May20ll City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements C . In an emergency situation which may threaten or affect the safety or welfare of any persons or properties, the Contractor shall act at his discretion to prevent possible damage, injury or loss. Any additional compensation or time extension claimed for such actions shall be considered in view of the cause of the emergency and in accordance with the Agreement. 3.04 MEASUREMENT AND PAYMENT A. Payment for the Trench Safety System shall be in accordance with Section 01025. END OF SECTION F30429SOl665.doc 01665-3 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities hnprovements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01700 CONTRACT CLOSEOUT A. This Section outlines the procedure to be followed in closing out the Contract. 1.02 SUBSTANTIAL COMPLETION A. The Substantial Completion dates shall be established as stated in the Contract. 1.03 FINAL CLEANING A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: 1. The Contractor shall thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes . The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Engineer. 2. All Subcontractors shall similarly perform, at the same time, an equivalent thorough cleaning of all work and equipment provided under their contracts. 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, gravel , rubbish and waste material. See Section 01500, Temporary Facilities. 4. Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor. 5. The Contractor shall mow the newly planted grassed areas. B . Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D. In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces . E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior finished surfaces . Polish surfaces so designated to shine finish . F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. G. Replace air-handling filters if units were operated during construction . F30429SF30429SO 1700 .doc 01700-1 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements H. Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces, rake clean other surfaces of grounds . I. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw materials from heights. J. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly-painted surfaces. 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. U pan completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and the Contractor, will make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. 1.05 FINAL SUB MITT ALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to, the following: 1. Final shop drawings. 2. Project Record Documents 3. All interface information. 4 . All Operation and Maintenance Manuals. 5. All required indices and schedules. 6. All Manufacturers' Certificates of Proper Installation. 7 . All construction photographs, including those of the completed project. 8. All State required submittals. 9. . Certificate that all outstanding debts are paid and that there are no liens on the project. F30429SF30429S01700 .doc 01700-2 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 1.06 ACCESSORY ITEMS A. The Contractor shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, the specified spare parts, adequate oil and grease as required for the first lubrication of the equipment, initial fill-up of all chemical tanks and fuel tanks, light bulbs, fuses, hydrant wrenches, valve wrenches, valve keys, handwheels, and other expendable items as required for initial start-up and operation of all equipment. B. The Owner shall provide all process chemicals used in the operation of the plant for purposes of starting up equipment. 1.07 GUARANTEES, BONDS, AND AFFIDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. 1.08 RELEASE OF LIENS OR CLAIMS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.09 FINALPAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F30429SF30429SO 1700.doc END OF SECTION 01700-3 May2011 City ofFort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED SECTION 01710 CLEANING A. Execute cleaning, during progress of the Work, and at completion of the Work. 1.02 RELATED REQUIREMENTS A. Each Specification Section: Cleaning for specific products or work. 1.03 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART2: PART3: PRODUCTS (NOT USED) EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in on-site containers. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. Provide weekly cleaning of plant roadways . 3.02 DUST CONTROL A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as -needed basis until painting is finished . B . Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces. 3.03 FINAL CLEANING A. Employ skilled workmen for final cleaning. F30429SF30429SO 171 O.doc 01710-1 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. D. Prior to final completion, or Owner occupancy, Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces, and all work areas, to verify that the entire Work is clean. END OF SECTION F30429SF30429S017l0 .doc 01710-2 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01720 PROJECT RECORD DOCUMENTS 1.01 REQUIREMENTS INCLUDED A. Maintain at the site, for the Owner's use, one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7 . Field Test records. 8. Construction photographs. 9. RFis 10. Submittal Logs 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals . 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "record documents" for review by the Engineer and the Owner. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. F30429SF30429SO 1720.doc 01720-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.05 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B . Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded . C . Drawings -Legibly mark to record actual construction : 1. All underground piping with elevations and dimensions . Changes to piping location. Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. 2 . Field changes of dimension and detail . 3 . Changes made by Field Order or by Change Order. 4 . Details not on original contract drawings. 5. Equipment relocations and piping. D . Specifications and Addenda -Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. 1.06 SUBMITTAL A. At every six month interval a copy of the up to date Record Drawings shall be provided to the Engineer. At Contract close-out, deliver Record Documents to the Engineer for the Owner. B . Accompany submittal with transmittal letter in duplicate, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address . 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. PART 2: PRODUCTS (NOT USED) · PART 3: EXECUTION (NOT USED) END OF SECTION F30429SF30429SO 1720.doc 01720-2 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION O 1730 OPERATING AND MAINTENANCE DATA PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals. B. Section 01700: Contract Closeout. C. Section 01720: Project Record Documents. D . Section 01740: Warranties and Bonds. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITT ALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format 1. Size: 8 1/2 inches x 11 inches . 2. Paper: a. 40 pound minimum , white, for typed pages. b. Holes reinforced with plastic, cloth or metal. F30429SF30429SO 1730.doc 01730-1 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches x 17 inches. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERA TING AND MAINTENANCE INSTRUCTIONS". List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. When multiple binders are used, correlate the data into related consistent groupings. D. If available, an electronic form of the O&M Manual shall be provided. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume; arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3 . List, with each product, name, address and telephone number of: a. Subcontractor or installer. b. A list of each product required to be included, indexed to content of the volume. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data 1. Include only those sheets which are pertinent to the specific product. F30429SF30429SO 1730.doc 01730-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2 . Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings 1. Supplement product data with drawings as necessary to clearly illustrate : a. Relations of component parts of equipment and systems. b. Control and flow diagrams . 2 . Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 3. . Do not use Project Record Drawings as maintenance drawings . D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures . 2. Provide logical sequence of instructions of each procedure . E. Copy of each warranty, bond and service contract issued. 1. Provide information sheet for Owner's personnel giving: a. Proper procedures in event of failure. b. Instances which might affect validity of warranties or bonds . 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit five copies of complete manual in final form. B . Content -For architectural products, applied materials and finishes : 1. Manufacturer's data, giving full information on products. a. Catalog number, size, composition. b . Color and texture designations. c. Information required for re -ordering special-manufactured products . 2. Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods . b. Cautions against cleaning agents and methods which are detrimental to product. c . Recommended schedule for cleaning and maintenance . C. Content, for moisture-protection and weather-exposure products: F30429SF30429SO 1730.doc 01730-3 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c . Details of installation. 2. Instructions for inspection, maintenance and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit five copies of complete manual in final form. B . Content, for each unit of equipment and system, as appropriate: 1. Description of unit and component parts. a . Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2 . Operating procedures: a . Start-up, break-in, routine and normal operating instructions .. b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance procedures: a. Routine operations. b. Guide to "trouble-shooting". c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule: a . List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6 . Description of sequence of operation by control manufacturer. 7 . Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. a . Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. 8. As-installed control diagrams by controls manufacturer. F30429SF30429S01730 .doc 01730-4 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 9. Each contractor's coordination drawings. a. As-installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions . b. Performance curves, engineering data and tests . c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions . b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble-shooting". c. Disassembly, repair and reassembly. d. Adjustment and checking. 6 . Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8 . Other data as required under pertinent sections of specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. F30429SF30429SO 1730.doc 01730-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements E. Additional requirements for operating and maintenance data: Respective sections of Specifications . 1.08 SUBMITTAL SCHEDULE A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and Maintenance Manuals and list of O&M submittals within 60 days after Notice to Proceed. 1. The Engineer will review the preliminary draft and return two copies with comments. B. Submit five copies of completed data in final form no later than 30 days following the Engineer's review of the last shop drawing and/or other submittal specified under Section 01300. 1. Two copies will be returned with comments to be incorporated into final copies. C . Submit five (5) copies of approved manual in final form directly to the offices of the Engineer within 30 calendar days of product shipment to the project site and preferably within 30 days after the reviewed copy is received. D. Submit six copies of addendum to the operation and maintenance manuals as applicable and certificates within 30 days after substantial completion. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B . Operating and maintenance manual shall constitute the basis of instruction . The O&M Manual shall be approved prior to commencing training . 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance . C . As a minimum, instruction of Owner's personnel will require two days on site. Four 2-hour classes for the four operations groups and one 4-hour class for instrument technicians and one 4-hour class for mechanics will be required . This training will not reduce the training required in the individual equipment specifications. PART2: PART3: PRODUCTS (NOT USED) EXECUTION (NOT USED) F30429SF30429SO 1730.doc END OF SECTION 01730-6 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL SECTION 01740 WARRANTIES AND BONDS 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, in accordance with the General Conditions. B. Co-execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds. B . Conditions of the Contract: Performance Bond and Payment Bond. C. Agreement. D. Section 01700: Contract Closeout. E . Special Conditions: Maintenance Bond. 1.03 SUBMITIAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item . 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6 . Provide information for Owner's personnel: a. Proper procedure in case of failure. F30429SF30429SO 1740.doc 01740-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements b. Instances which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.04 FORMS OF SUBMI'ITALS A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 inches x 11 inches, punch sheets for standard 3-post binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMI'ITAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for two (2) years, unless otherwise specified, commencing at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11, 13, 14, 15 and 16 and which has a 1 HP motor or which lists for more than $1,000. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required. C. For certain pieces of equipment, the Owner may require a warranty of more than two years . The requirement for a warranty of more than two years shall be specified in individual sections of the Specifications. PART2: PART3: PRODUCTS (NOT USED) EXECUTION (NOT USED) F30429SF30429SO 1740.doc END OF SECTION 01740-2 May20ll DIVISION 2 SITEWORK City ofFort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02050 DEMOLITION A. The Contractor shall furnish all labor, materials, equipment and incidentals required to provide all demolition, dismantling, cutting, fitting and patching, and salvage work, including attendant excavation and backfill, required to complete the work as shown on the Drawings and specified herein, of to: 1. Make its several parts fit together properly. 2 . Uncover portions of the work to provide for installation of ill-timed work. 3 . Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Provide routine penetrations of nonstructural surfaces for installation of piping. 6 . Uncover work that has been ·covered prior to Engineer, or Owner's required observation. 7 . Repair or replace any damaged item resulting from Contractor's activity . B . The Contractor shall comply with applicable laws, codes, ordinances and regulations, and shall obtain and pay for necessary permits. C . The Contractor shall remove from site and legally dispose of dismantled materials, trash, debris, etc., except any items specifically indicated to be reused and any items designated on the Drawings to be salvaged for Owner's own purposes . Such items shall be carefully removed under the Contract and moved to an area designated by the Owner on the project site. Refer to Special Condition D-9 for additional requirements. D . All other materials removed under the modification work and not called for to be reused or turned over to the Owner on the project shall be disposed of legally, off the site, by Contractor, who will, upon removal from site, have the rights of salvage of materials. E . The Contractor shall visit the site of the work and examine the premises so as to fully understand all of the existing conditions relative to the work. No increase in cost or extension of performance time will be considered for failure to know the conditions of the site and structures . F. The Contractor shall be responsible for removing and modifying piping and structures in such a sequence that there will be no disruption of operations. The contractor's construction schedule, to be provided per Section 01315, shall include demolition work at times that meet the construction sequencing issues presented in Section 01040. 1.02 CARE, PROTECTION AND REP AIR A. The Contractor is cautioned to exercise great care in protecting existing structures and property of the Owner while proceeding with work of this Section and the entire Contract. All damage shall be repaired at once to the satisfaction of the Engineer. All such repairs shall be at the expense of the Contractor and no claims for additional payment will be accepted. F30429SF30429S020SO .doc 02050-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1.03 CONDITIONS OF STRUCTURES A . The Owner and the Engineer assume no responsibility for the actual condition of the structures to be demolished or modified. B. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable. However, variations within a structure may occur prior to the start of demolition work. C. The Engineer may, upon inspection, direct the Contractor to repair or replace deteriorated or damaged structures, piping or mechanical equipment as extra work. Extra work, if any, will be performed and paid for in accordance with other portions of the Contract Documents. 1.04 JOB CONDITIONS A. Traffic and Access: 1. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities : 2. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from Owner-Provide alternate routes around closed or obstructed traffic ways if required by Owner. B. Protections: 1. Ensure safe passage of persons around area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons. 2. Provide interior and exterior shoring, bracing, or supp6~ to preventmovement, settlement, or collapse of facilities adjacent to structures to be demolished. C. Damages: Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Owner. D. Utility Services: 1. Maintain existing utilities required to remain, keep in service, and protect against damage during demolition operations. 2. When utility lines are encountered which are not indicated on the Drawings, the Engineer shall be notified. 1.05 SUBMITI ALS A. Submit a written request to Owner's Representative well in advance of executing any demolition, cutting, or alteration which affects: 1. Structural value or integrity of any element of the Project. 2. Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 3. Efficiency, operational life, maintenance, or safety of operational elements. 4. Visual qualities of sight-exposed elements. 5. Existing plant operations in any manner. F30429SF30429S02050 .doc 02050-2 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements B . Schedule: Submit proposed methods and operations of demolition, cutting, fitting, and patching in accordance with Division 1 -General Requirements. C . The schedule shall include: 1. Identification of the project. 2. Location and description of the affected work. 3. The necessity for cutting, alteration, or excavation when applicable. 4. The effect on the work on the structural or weatherproof integrity of the project or R-0-W appurtenances (if any .) 5 . Coordination schedule for shutoff, capping, and continuation of utility services as required . 6. Description of the proposed work. a. Scope and detailed sequence of cutting, patching, alteration, or excavation . b. Trades who will execute the work. c. Products proposed to be used . d. Extent of refinishing to be done. e. Sequence and methods of removal and disposal of demolished materials . f. Video of work area to be performed. (By request.) 7. Alternatives to cutting and patching, when applicable. 8. Written permission of any other contractor whose work will be affected. D . Submit a written notice to Owner requesting the date and time the work will begin. 1.06 EQUIPMENT TO BE SALVAGED FOR OWNER A. The following equipment shall be. removed during the course of this construction project, but shall remain as prope1ty of the Owner: 1. Polymer feed pumps removed from Chemical Building. 2. Backflow preventers removed from Chemical Building. B. Contractor shall be responsible for removing and delivering the equipment to a site des ignated by the Owner at the Rolling Hills Water Treatment Plant. PART 2: PRODUCTS A. Comply with specifications and standards for involved products. PART 3 : EXECUTION 3.01 INSPECTION A. Inspect existing conditions of the project, including elements subject to damage or movement during demolition, cutting, and patching. B. After uncovering work, inspect the conditions affecting the installation of products or performance of the work. C . Report unsatisfactory or questionable conditions to the Owner in writing; do not proceed with the work until the Engineer has provided further instructions. F30429SF30429S02050.doc 02050-3 May 20Il City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the work. B . Provide devices and methods to protect other portions of the project from damage. C . Provide protection from the elements for that portion of the project which may be exposed by demolition, cutting, and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. General Considerations: Provide and maintain barriers, dust screens, warning lights! etc. as may be necessary to protect persons and property . Perform work with utmost care using tools and methods that will not transfer any heavy shocks to adjacent structures to remain in service and in place. Take all possible care to avoid vibration and other disturbances. Perform demolition work in a careful, orderly manner giving prime consideration to, but not necessarily limited by: 1. Protection of public and Owner's personnel. 2. Protection from weather. 3 . Protection of the environment in accordance with Division 1. 4 . Protection of existing structures or portions thereof to remain. 5 . Maintaining continuous operations at the plant. 6. Maintenance of orderly access. 7. Coordination and cooperation with Owner. B . Pollution Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental prote~tion. 1. Do not use water when it may create hazardous or objectionable conditions such as flooding, erosion, or pollution. 2 . Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations as directed by Owner or governing authorities . Return adjacent areas to condition existing prior to start of work. 3. Prior to demolition inside existing structures, provide covers consisting of plastic sheeting and framing over existing pumps, motors, switchgear, and control panels . Maintain covers during demolition operations. C . Structure Demolition: Demolish as required and remove from site. Use such methods as required to complete work within limitations of governing regulations . 1. Proceed with demolition in a systematic manner, from top to ground . 2. Locate demolition equipment throughout structure and remove .materials so as to not impose excessive loads to supporting walls, floors, or framing. 3. Execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs. Torch cutting will not be permitted. 4. Where a portion of the existing concrete is to be removed and new concrete is to be added, a minimum of 1-inch saw cut is required to prov ide a straight, neat edge at the surface. Care shall be taken to maintain existing reinforcement where indicated on the Drawings. F30429SF30429S02050 .doc 02050-4 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 5 . Where only a portion of the existing structure is to be removed, special care shall be taken to prevent damage to that portion that will remain in place. Portions of concrete structures to be removed shall be saw cut, if directed by the Engineer, in order to minimize impact loads on the remaining structure. No "headache" balls or other swinging weights may be used. Where not connecting to new structures, the existing concrete shall be removed to neat lines as shown on the Drawings or as established by the Engineer, and reinforcing steel shall be saw cut, if directed by the Engineer, and removed to a depth of two inches from the finished surface and coated, or as noted on the Drawings. The new opening shall be patched and finished with nonshrink nonmetallic grout or other treatment as required to function as intended. 6. Where physical cutting is required, cut work with sawing and grinding tools, not with hammering and chopping tools. Unless otherwise specified, core drill or saw cut openings through all concrete work. Core drilling shall be done utilizing diamond bits . Corners shall not be overcut without prior written approval from the Engineer. D. Provide temporary support and shoring as required for existing materials until new work is installed. E. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. F . Fit work watertight and airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. Where fire-rated separations are penetrated, fill space around pipe or insert with material with physical characteristics equivalent to fire-resistance requirement of penetrated surfaces. G . Patch with seams which are durable and as invisible as possible . Restore exposed finishes of patched areas and, where necessary, extend finish restoration onto retained work, adjoining, in a manner which will eliminate evidence of patching. H. Take care in the removal of equipment and materials to be salvaged to prevent damage to such. I. Modification consists of demolition as required, removing, replacing or altering existing concrete. Also included is such work as plugging pipe and wall openings, the removal of portions of an existing structure, and construction of additions to existing structures. J. Use of explosives will not be permitted on the project. K . Debris shall not be allowed to accumulate. L. No fires will be pennitted on site. END OF SECTION F30429SF30429S02050 .doc 02050-5 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02100 SITE PREPARATION A. This item shall consist of furnishing all labor, materials, equipment and incidentals, required and preparing the site for construction operations by removing and disposing of all obstructions from the site and from any designated rights-of-way or easements, where removal of such obstructions is not otherwise indicated. This item shall also include clearing, grubbing and the removal of topsoil and the removal of trees, stumps, roots, bushes, shrubs, curb and gutter, driveways, paved parking areas, miscellaneous stone, brick, concrete, sidewalks, concrete riprap, asphalt and concrete paving, drainage structures, manholes, inlets, abandoned railroad tracks, scrap iron, steel and wooden barriers, steel and wooden gates, all rubbish and debris whether above or below ground, except live utility facilities. 1.02 RELATEDWORK A. Trenching, Backfilling and Compaction is included in Section 02221. B. Demolition is included in Section 02050. PART 2: PRODUCTS (NOT USED) PART3: EXECUTION 3.01 GENERAL A. Prior to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected. Areas within the construction limits as indicated shall be cleared of all obstructions, vegetation, abandoned structures as defined above; except trees or shrubs indicated for preservation, which shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations. Exposed ends of pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury. B . Construction equipment shall not be operated within the drip line of trees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip lie of trees until tree wells are constructed . C. Unless otherwise indicated, all underground obstructions, stumps and roots shall be removed to the following depths: I. In areas to receive 6-inches or more embankment, a minimum of 12-inches below natural ground. 2. In areas to receive embankment less than 6-inches and areas to be excavated, 18-inches below the lower the lower elevation of the embankment, structure or excavation. 3. All other areas, 12-inches below natural ground. F30429SF30429S02 I 00 .doc 02100-1 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements D. Holes remaining after removal of obstructions, objectionable material, trees, stumps, etc., shall be backfilled with select embankment material and tamped. E. When a utility in service conflicts with the construction, it shall be modified as set forth in other specification sections . F. Where an abandoned existing underground piping utility is found, it shall be cut and plugged with 6 inches of concrete, brick and mortar or a precast stopper grouted in place. G. No stumps, trees, limbs or brush shall be buried in any fills or embankments. 3 .02 CLEARING AND GRUBBING A. All trees, stumps, brush, shrubs, roots and other objectionable material shall be cut, grubbed, removed and disposed of from areas needed to construct buildings, structures, roads, pipelines and any other areas to be stripped as shown on the Drawings. B . Protect trees or groups of trees, designated by the Engineer to remain , from damage by all construction operations by erecting suitable barriers, or by other approved means . Clearing operations shall be conducted in a manner to prevent falling trees from damaging trees designated to remain. C . If desired by Owner, cleared tree trunks and limbs exceeding 4-in in diameter shall be cut into 4 foot lengths and stockpiled on Site where directed by the Engineer. D. Areas outside the easements or limits of clearing shall be protected from damage and no equipment or materials shall be stored in these areas. E. No stumps, trees, limbs, or brush shall be buried in any fills or embankments. 3.03 DISPOSAL OF MATERIALS A. All waste, debris and other material not designated by the Owner to be salvaged shall be removed from the site and disposed of in a manner satisfactory to the Owner. B. No burning of any materials will be allowed. END OF SECTION · F30429SF30429S02100 .doc 02100-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02140 DEWATERING AND DRAINAGE A. Furnish, install, operate, monitor, maintain and remove temporary de watering and drainage systems as required and lower and maintain groundwater levels below subgrades of excavations. Prevent surface water runoff from entering or accumulating in excavations . B. Furnish the services of a licensed professional engineer, registered in the State in which the work is located, to prepare dewatering and drainage system designs submittals. C . Collect and properly dispose of all discharge water from dewatering and drainage systems in accordance with State and local requirements and any required permits . D . Repair damage caused by dewatering and drainage system operations. E. Remove temporary dewatering and drainage systems when no longer needed. Restore all disturbed areas . 1.02 RELATEDWORK A. Sedimentation and erosion control is included in Section 02270. B. Trench excavation, embedment, backfill and encasement are included in Section 02221. C . Earthwork for Structures are included in Section 02220. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, the temporary dewatering and drainage system designs. Dewatering and drainage system designs shall be prepared by a licensed professional engineer, registered in the State in which the work is located, having a minimum of 5 years of professional experience in the design and construction of dewatering and drainage systems. Submittal will be for information only. Contractor shall remain responsible for adequacy and safety of construc- tion means, methods and techniques . 1.04 DEFINITIONS A. Where the phrase "in-the-dry" is used in this Section, it shall be defined as in situ soil moisture content of no more than two percentage points above the optimum moisture content for that soil. PART 2: PRODUCTS (NOT USED) F30429S02140.doc 02140-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 3: EXECUTION 3.01 GENERAL A. Control surface water and groundwater such that excavation to final grade is made in-the-dry, and bearing soils are maintained undisturbed. Prevent softening, or instability of, or disturbance to, the subgrade due to groundwater seepage and/or surface runoff. B. Provide protection against flotation for all work. C. The impact of anticipated subsurface soil/water conditions shall be considered when selecting methods of excavation and temporary dewatering and drainage systems. Where groundwater levels are above the proposed bottoms of excavations, a pumped dewatering system is expected for predrainage of the soils prior to excavation to final grade and for maintenance of the lowered groundwater level until construction has been completed to such an extent that the foundation, structure, pipe, conduit, or fill will not be floated or otherwise damaged. Type of dewatering system, spacing and capacity of dewatering units and other details of the work are expected to vary with soil/water conditions at a particular location. 3.02 SURFACE WATER CONTROL · A. Control surface water runoff to prevent flow into excavations. Provide temporary measures such as dikes, ditches and sumps. 3.03 EXCAVATION DEWATERING A. Provide and maintain adequate equipment and facilities to remove promptly and dispose of properly all water entering excavations. Excavations shall be kept in-the-dry, so as to maintain an undisturbed subgrade condition throughout construction below grade, including backfill and fill placement. B. Collect precipitation or surface runoff in shallow d itches around the perimeter of the excavation, drain to sump and pump from the excavation, or divert around the work by construction of small diversion dikes, to maintain in-the-dry conditions. C. Pipe and conduit shall not be installed in water or allowed to be submerged prior to backfilling. Pipe and conduit which becomes submerged shall be removed and the excavation dewatered and restored to proper conditions prior to reinstalling the pipe and conduit. D. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of 4 days after concrete placement. In no event shall water be allowed to enter an excavation and rise to cause unbalanced pressure on foundations and stmctures until the concrete or mortar has set at least 24 hours. E. Dewatering and drainage operations shall at all times be conducted in such a manner as to preserve the natural undisturbed bearing capacity of the subgrade at the bottom of the excavation. If the subgrade becomes disturbed for any reason, the unsuitable subgrade material shall be removed and replaced with concrete, compacted granular fill, or other approved material to restore the bearing capacity of the subgrade to its original undisturbed condition. F . Dewatering and drainage operations shall be conducted in a manner which does not cause loss of ground or disturbance to the pipe bedding or soil which supports overlying or adjacent structures. F30429S02l 4 0 .doc 02140-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.04 DISPOSAL OF DRAINAGE A. All water discharged from temporary dewatering and drainage systems shall be disposed of in accordance with the Sedimentation and Erosion Control plans as specified in Section 02270. Existing or new sanitary sewer systems shall not be used to dispose of drainage. END OF SECTION F30429S02 l 40 .doc 02140-3 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.00 STATUTORY REQUIREl\IBNTS SECTION 02200 EARTHWORK A. All excavation, trenching, sheeting, bracing, etc. shall comply with the requirements of OSHA excavation safety standards (29 CRP Part 1926.50 Subpart P) and any State and local requirements. Where conflicts between OSHA, state, and local regulations exist, the most stringent requirements shall apply. 1.01 SCOPE OF WORK A. Furnish all labor, equipment, materials, and incidentals necessary to perform the.earthwork consisting of excavation, embankment and rough grading as shown on the Drawings and specified. B. The work to be performed under this Section of the Specifications shall include, but not be limited to, excavation for the project roadways and access areas; placement of embankment materials for and around the project structures and other facilities for roadways, parking and access areas; disposal of waste, surplus and unsuitable material; grading, and all related work such as sheeting and bracing and pumping and drainage. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Testing and Laboratory Services in Section 01410 B. Trench safety requirements are included in Section 01665. C. Site preparation, including clearing and grubbing is included in Section 02100. D. Demolition is included in Section 02050. E. Dewatering and drainage systems are included in Section 02140. F. Trenching, backfilling and compaction is included in Section 02221. G. Granular fill materials are specified in Section 02230. 1.03 SUBMITTALS A. Plan for excavation support systems as required under Article 1.04 of these specifications. F30429S02200.doc 02200-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Plan for handling surface runoff. The plan shall describe (in text and Drawings) how the Contractor plans to handle surface runoff around the perimeter of excavations; how the collected or diverted surface runoff is to be conveyed to adjacent and local storm drainage facilities, or to a temporary on-site retention basin if used. If the contractor uses a temporary on-site retention basin to store and percolate collected surface runoff, the plan shall describe safety features designed into retention basin to handle overflows from the facilities and mitigative measures to prevent flood damage to private property beyond the plant site should the basin overflow. 1.04 REFERENCE ST AND ARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D422 -Standard Test Method for Particle-Size Analysis of Soils 2. ASTM D698 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (ft-lbf/ft3 (600 kN-m/m3)) 3. ASTM D854 -Standard Test Method for Specific Gravity of Soil Solids by Water Pycnometer 4. ASTM D 1140 -Standard Test Method for Amount of Material in Soils Finer than the Number 200 (75 micrometer) Sieve 5. ASTM D1556 -Standard Test Method for Density and Limit Weight of Soil in Place by the Sand Cone Method. 6. ASTM D2216 -Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass 7 . ASTM D2487 -Standard Test Method for Classification of Soils for Engineering Purposes 8. ASTM D2488 -Practice for Description and Identification of Soils (Visual-Manual Procedure) 9. ASTM D2922 -Standard Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Method (Shallow Depth) 10. ASTM D2937 -Standard Test Method for Density of Soil in Place by Drive Cylinder Method 11. ASTM D3017 -Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Method (Shallow Depth) 12 . ASTM D4318 -Standard Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. F30429S02200 .doc 02200-2 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.05 EXCAVATION SAFETY A. All open excavations greater than five feet in depth shall be constructed with laid-back slopes (to the extent allowed by the Engineer), bracing, sheeting, shoring, or other equivalent method as may be required for the protection of life and existing structures and facilities. Approved methods shall be per Section 01665 and in accordance with details shown on the Drawings . Prior to commencing the work, the Contractor shall submit his plans for trench and excavation support systems to the Engineer for review and comment. No excavations shall be started until the Engineer has furnished written acceptance of the excavation support system. Said review will be to assure the Engineer of general compliance with and shall not be construed as a detailed analysis for adequacy of the support system, nor shall any provisions of the above requirements be construed as relieving the Contractor of his overall responsibility and liability for the Work. B. It shall be understood that the preceding requirements are to be considered to be the minimum to be provided. It shall be the Contractor's responsibility to provide the strength required to support the sides of the excavation against loads which may exceed those employed to derive the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for any and all liabilities which may arise from his failure to provide adequate shoring, bracing or sloping (to the extent allowed by the Engineer) or sheeting as necessary to support the excavation under any and all of the conditions of loading which may exist or which may arise during the construction of the project. C. An ongoing excavation and slope observation and monitoring program shall be initiated at the onset of excavation and continued at periodic intervals during construction. Monitoring shall be performed by a qualified Geotechnical Engineer licensed in the State of Texas and acceptable to the Engineer. Modifications to the excavation slopes or supports may be required by the Engineer based on the results of these observations. Costs of the monitoring program and any required slope or excavation support modifications shall be borne by the Contractor. 1.06 SURFACE WATER AND DRAINAGE CONTROL A. At all times while necessary during construction, provide and maintain proper equipment and facilities to remove any and all surface water entering the excavations. Keep the excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until embankments, fill materials, seal slabs, structures or pipes to be built thereon have been completed to such extent that neither they nor the subgrade will be floated, softened or otherwise damaged by the entrance of water into the bottom of excavations. B. Water that may enter an excavation as surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to a sump, and pumped or otherwise diverted away from the excavation, to a local surface water course, storm drain, or temporary on-site retention facility · acceptable to the Engineer. If surface runoff is diverted to an on-site retention basin, the basin shall be located in an area of the plant site acceptable to the Engineer so that flow or seepage back into the excavated area(s) will be prevented and the retention basins do not interfere with the project construction activities . C. Protect all graded and sloped areas from damage due to erosion from runoff. Repair all erosion damage to sloped and graded areas to the satisfaction of the Engineer. F30429S02200.doc 02200-3 May201l City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. The Contractor shall correct all damage resulting from flooding of the construction site or inadequate control of surface water at no additional cost to the Owner. 1.07 SOIL TESTING/QUALITY ASSURANCE A. All field testing and inspection services will be provided per Section 01410. B. Required Special Inspections are described in Section 01455. C. Prior to the placement of any embankment materials the Engineer may have the material inspected and tested to ensure that it conforms to the applicable requirements of Section 02230 of these specifications. During the placement of material in embankments or as structural fill or backfill, the Engineer may select areas within the limits of any work for testing the degree of compaction obtained. The Contractor shall cooperate fully with the Engineer in obtaining .representative material samples for testing and conducting the compaction tests requested. C. Payment for testing will be made by the Owner. If test results are unsatisfactory, the Contractor shall correct all deficiencies with the placed materials to the satisfaction of the Engineer. D. Notify the Engineer, at the start of site clean-up, the initiation of excavation or grading, and any time that earthwork operations are resumed after an interruption. Each step of the earthwork should be approved for specific areas by the Geotechnical Engineer before proceeding with subsequent work. PART 2: PRODUCTS 2.01 GENERAL A. Specifications for fill materials are included in Section 02230 B. Concrete for seal slabs and fill shall be as specified in Section 03300. PART 3: EXECUTION 3.01 GENERAL A. Perform all excavation, placement of embankment, and grading necessary to complete the project rough grading. B. Perform all remaining miscellaneous earthwork required for the Work. Make all excavations, embankments, fills and grading necessary for placing of landscaping, and for constructing roadways, parking areas, or any other such items required for the construction of the Work under this Contract. C . Perform exploratory excavation work (test pits) as required to verify the location of underground utilities and structures before commencing excavation. Backfill test pits as soon as the desired information is obtained. F30429S02200 .doc 02200-4 May201 I City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements D. Dewatering and drainage systems shall be in place and operational before commencing excavations. 3.02 DISPOSAL OF UNSUITABLE, WASTE AND/OR SURPLUS MATERIALS A. Unsuitable waste and surplus material resulting from the earthwork operations shall be removed and disposed of off-site in a manner acceptable to the Engineer. Organic material, such as vegetation, tree root systems and brush, pavement, broken concrete and similar construction wastes shall be disposed of off-site at a landfill licensed by the State of Texas to accept such wastes. B . Unsuitable waste and surplus material to be disposed of off-site may be temporarily stockpiled in an area of the plant site that does not disrupt construction activities and is acceptable to the Engineer. Such material stockpile areas shall be protected so that they do not create any nuisances or safety hazards. Remove the stockpiled material from the project site and dispose of it if requested to do so by the Engineer. C. Contractor's equipment fluids shall be collected during servicing and removed from the site and disposed off-site and in accordance with environmental regulations . Flammable or toxic waste shall be contained and not allowed to be spilled on the ground. Used filters, batteries, machine parts, tires and other waste material shall also be removed from the site and disposed off-site in accordance with environmental regulations. 3.03 EXCAVATION BELOW GRADE -GENERAL A. Excavations shall be made to the limits and depths indicated on the Drawings or specified. B. Excavations for the Work are expected to pass through clay, silty clay, tan limestone, light-gray limestone and/or gray shale layers depending on the required depth. In general, it is anticipated that the clay overburden soils can be excavated with ordinary excavation equipment while limestone and shale layers will require significant additional effort to excavate. Drilling and blasting will not be permitted as methods of excavation. C. Postpone final excavation immediately above the subgrade on which structures wiH be placed until shortly before placing of the new work. Properly control ground and surface water to maintain the subgrade in proper condition prior to final excavation and/or placement of seal slab. D. For structures shown to bear directly on grade or on concrete seal slabs, excavate to the elevations required using methods that do not loosen the subgrade. Re-compact any materials loosened during excavation by scarifying the top 6 inches and compacting to minimum 95 percent of maximum density determined by ASTM D 698 for such on-site materials. Place seal slabs within 12 hours of exposure of the subgrade. Over-excavation in such areas shall be replaced by compacted select fill, controlled low strength material, or compacted common fill as determined by the Engineer. E. For structures shown to be constructed over void forms, protect the exposed subgrade from moisture changes by placement of a concrete seal slab or other ban·ier acceptable to the Engineer within 12 hours after exposure of the surface. F. If, in the opinion of the Engineer, the material at or below the normal grade of the excavation as indicated on the Drawings is unsuitable for foundations, it shall be removed to such depth and F30429S02200.doc 02200-5 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements width as he may direct and be replaced with suitable material as directed by the Engineer. Costs of such overexcavation and replacement shall be paid in ·compliance with the General Conditions of this Specification . G . Excavation Supports. Furnish, install, monitor and maintain excavation supports as required to protect personnel, the sides of excavations, adjacent structures and utilities . When work in the area is completed, carefully remove supports in a manner that does not endanger or damage the work or surrounding structures, utilities, or property. See Section 01665 for additional requirements . 3.04 PLACEMENT OF EMBANKMENT A. No embankment or fill materials .shall be placed until the subgrade has been prepared in accordance with the provisions of Article 3.04B . B . In any proposed fill or embankment areas, existing topsoil, organic matter, and loose fill materials shall be stripped prior to fill placement. Separate fill and organic matter for disposal as specified in Article 3.02. Stockpile topsoil for reuse at the site. Scarify the exposed subgrade to a depth of . at least 6 inches and recompact at or near optimum moisture content to an average density of at least 95 percent of Standard Proctor density as measured by ASTM D 698 . C. Place common fill embankment material to the grades required. Spread embankment in uniform, loose, relatively horizontal lifts 6 to 8 inches deep. This could require benching of the subgrade in some areas. Adjust the moisture content of the material to -1 to +4 percent of optimum and compact to at least 95 percent Standard Proctor density as determined by ASTM D 698. Under roadways and future roadways, the top 12 inches shall be compacted to at least 98 percent Standard Proctor density as determine by ASTM D698 . Field density tests shall be performed on each lift as directed by the Engineer to verify compaction. D . Each lift of the common fill embankment material shall be compacted by sheepsfoot roller, multiple-wheel pneumatic tired roller or other means acceptable to the Engineer. Each layer shall be compacted only after the material has been placed, mixed and evenly spread. Compaction shall be accomplished while the material is at the specified moisture content. Rolling of each layer shall be continuous over its entire area and the roller shall make sufficient trips to insure that the desired density has been obtained. . E. When the moisture content of the material is below that specified, water shall be added until the moisture content is as specified. When the moisture content of the material is above that specified, the material shall be aerated by blading, (;iiscing or other means acceptable to the Engineer until the moisture is as specified. F . Oversized material (rocks and boulders) may be placed in areas away from construction as directed by the Engineer. Oversized material shall be placed in such a manner that nesting of the material will not occur and the oversized material will be completely surrounded by fine material (with maximum dimension less than 3 inches). Oversized material shall be placed in lifts having a maximum thickness of 3 feet. Each lift shall be mixed sufficiently to assure that sufficient fines surround each oversized particle. G . Existing slopes shall be reconstructed as shown on the Drawings. H . No excavation for pipe or any structures shall begin until the surface of the embankment is at least F30429S02200 .doc 02200-6 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1 foot above the top of the proposed pipe or footing. I. If the Contractor completes construction of embankments after pipe is installed, the methods adopted shall be acceptable to the Engineer. The pipe shall not be subjected to construction equipment loading until at least 2 feet of compacted backfill has been placed over the initial backfill. Compaction equipment shall be operated in a slow and careful manner. Any pipe damaged during construction operations shall be promptly and satisfactorily replaced at the Contractor's expense. 3.05 FILL AND BACKFILL PROCEDURES A. Place fill and backfill materials in lifts to suit the compaction requirements specified. Place to lines and grades, making allowance for settlement and placement of cover materials. B. Do not place fill and backfill on soft, deteriorated, or frozen surfaces, or on surfaces coverd by water, snow or ice. C. Compaction in open areas may be accomplished by compaction equipment, fully loaded trucks, tractor dozers weighing at least 30,000 pounds, or heavy vibratory rollers. Compaction in confined areas (including areas within a 45-degree angle extending upward and outward from the base of a wall) and in areas where the use of large equipment is impractical shall be accomplished using hand-operated vibratory equipment or mechanical tampers. D . Do not place or compact fill and backfill when moisture content of the materials or surrounding surfaces is too wet for proper compaction. · E . Do not backfill outside walls or grade beams until the structures bracing them at the top and bottom have been installed and, in the case of cast-in-place concrete, have achieved their 28-day compressive strength as specified in Section 03300. F. Place fill so that depth is increased uniformly and gradually around the structure. G. Unless otherwise approved by the Engineer, all structure water-tightness tests and dampproofing/waterproofing shall be complete before placing backfill. 3.06 GRADING A. Grading shall be performed at all places that are indicated on the Drawings, to the lines, grades, and elevations shown and otherwise as directed by the Engineer and shall be performed in such a manner that the requirements for formation of slopes, lines and grades can be followed. During the process of grading, the subgrade shall be maintained in such condition that it will be well drained at all times. B. If at the time of grading it is not possible to place any material in its proper section of the permanent embankment it shall be stockpiled in approved areas for later use. C. The right is reserved to make minor adjustments or revisions in lines or grades if found by the Engineer to be necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction. F30429S02200.doc 02200-7 May 2011 City ofFort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements D. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as directed by the Engineer. 3.07 FINISH GRADING A. Finish Grading 1. Rough grade compacted fill allowing for a maximum amount of natural settlement and compact. Eliminate uneven areas and low spots . Remove debris, roots, branches, stones, etc., in excess of three inches in size. Remove fill material which has been contaminated with petroleum products. 2. Compact areas which are to receive paving or stabilizing base to sub-grade elevation, and to at least 95 percent and not more than 98 percent maximum dry density . Moisture shall be between optimum and 4 percent above optimum . 3 . Bring compacted fill to required levels, profiles and contours. Make changes in grade gradually. Blend slopes into level areas. Finish grade to eliminate rough and low areas to ensure positive drainage. 4. Slope grade away from structures minimum 6-inches in 10-feet unless otherwise indicated on drawings. 5 . Where fill to required subgrade elevation is less than 6-inches, scarify to a depth of 6-inches and compact. 6 . Cultivate subgrade to a depth of 6-inches where topsoil is to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subgrades. 7 . In areas to be sodded, adjust finish grading accordingly to allow for additional depth of sod. B. Placing Topsoil 1. Place in minimum ±6-inches depth up to finished grade elevations in lawn areas Leave plant bed areas six inches low to receive bed mix material as specified in Section 02950. 2. Use topsoil in relatively dry state. Place during dry weather. 3. hnport topsoil if necessary. 4. Fine grade topsoil eliminating rough and low areas to ensure positive drainage . Maintain levels, profiles and contours of sub-grades. Rake until surfaces are smooth. 5. Remove stone, roots, grass, weeds, debris and other foreign material while spreading. 6. Manually spread topsoil around trees, plants and building to prevent damage which may be caused by grading equipment. F30429S02200 .doc 02200-8 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 7. Lightly compact, 90% minimum of maximum dry density as defined by ASTM D698, (Standard Proctor) 0 to 4% above optimum moisture, topsoil after placing. C. Maintenance 1. Protect newly graded areas from traffic and erosion; keep free of trash and rubbish. 2. Repair settled, eroded or rutted areas, using additional topsoil upon final acceptance of the facilities. 3.08 REMOVAL OF NON-ENGINEERED FILLS A. Any non-engineered fills encountered during the earthwork shall be completely removed and the underlying natural ground shall be prepared in accordance with these Specifications. 3.09 CO:MPACTIONTESTS A. Where backfill is required to be compacted to a specified density, tests for compliance shall be made by the Owner, at the expense of the Owner, using the test procedure specified in ASTM D 698. Contractor shall provide supplementary testing as required to ensure that all fill and backfill materials conform to the specified compaction requirements. B. In the event such tests reveal non-compliance with the requirements of these Specifications, remove, replace and recompact unacceptable work until retests indicate that the Work conforms to these Specifications. It is understood and agreed that the making of test shall not constitute an acceptance of any portion of the Work, or relieve the Contractor from compliance with the terms of the Contract Documents and these Specifications. END OF SECTION F30429S02200.doc 02200-9 May201 l City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for electrical ductwork, pipelines and appurtenances, including drainage, bedding, filling, backfilling, disposal of surplus material, and restoration of trench surfaces and easements. B. Excavation shall extend to the width and depth shown on the Drawings or as specified and shall provide suitable room for installing pipe, structures and appurtenances. C. Furnish and place all sheeting, bracing and supports and remove from the excavation all materials which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be firm, dry, and in all respects acceptable. If conditions warrant, the Contractor may be ordered to deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches. D. All excavation, trenching, and related sheeting, bracing, etc., shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and H.B. 1569 of the 71st Regular Legislative Session. E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698. F. Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review. 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 TRENCHEXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. B. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. F30429SF30429S0222 I .doc 02221-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the Agreement. D . Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be practical minimum, but not less than 12-inches nor more than 24-inches greater than the pipe outside diameter. E . Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed . Sub grade soils which become soft, loose, "quick", orotherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by gravel fill as required by the Engineer at the Contractor's expense. F . Clay and organic silt soils are particularly susceptible to disturbance due to construction operations . When excavation is to end in such soils, the Contractor shall use a Sf!100th-edge bucket to excavate the last one foot of depth. . G. Where pipe is to be laid in gravel bedding, the trench may be excavated by machinery to the normal depth of the trench provided that the material remaining in the bottom of the trench is no more than slightly disturbed. 3.02 DISPOSALOFMATERIALS A. Refer to Item D-9 in the special conditions for disposal of materials. 3.03 EMBEDMENT A. Embedment for water lines shall be as shown on the Drawings using bedding material meeting the requirements of PART 2 of Section 02230. B. The initial layer of embedment placed to receive the pipe shall be brought to grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount of embedment under the pipe. Adjustment to grade shall be made by scraping away or filling with embedment material. Wedging or blocking up of pipe will not be permitted. Each pipe section shall have a uniform bearing on the embedment for the full length of the pipe, except immediately at the joint. All embedment and encasement shall extend the full width of the trench bottom. C . After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately equal on each side of the pipe, to 12 inches above the top of pipe. Compaction shall be 90 percent of Standard Proctor density for embedment material below the top of pipe. For the 12 inches of embedment above the top of pipe, compaction shall be 85 percent of Standard Proctor density . F30429SF30429S0222 I .doc 02221-2 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 3.04 BACKFILLING A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding, as specified for the type of pipe installed, shall be placed as shown on the Drawings and as specified in Paragraph 3 .07 above. B . Where the pipes are laid in the yard, the remainder of the trench shall be filled with common fill material, as defined in Section 02230, in layers not to exceed 8-in in loose measure and compacted to 85 percent standard proctor density at optimum moisture content +/-4%. The backfill shall be mounded 6-in above the existing grade or as directed. Where a grass, loam or gravel surface exists ·prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. C . Where the pipes are laid in paved areas or designated future paved areas, the remainder of the trench above the embedment shall be backfilled with select common fill or select fill material in layers not to exceed 8-in loose measure and compacted at optimum moisture content (+/-3%) to 95 percent standard proctor density. The top 18-inches below subgrade level shall be compacted at optimum moisture content ( +/-3%) to 100 percent of standard proctor density. D. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until the bedding material has been placed and compacted to a level 1-ft over the pipe. E . Backfill shall be brought up evenly on both sides of the pipe. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench. F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4 -in may be used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive. Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. H . Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. I. Water jetting will not be accepted as a means of consolidating/compacting backfill. J. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times . F30429SF30429S0222 l .doc 02221-3 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Faciliti es hnprovements 3.05 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place , he shall immediately deposit add itional fill to restore the level of the ground . B. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced per Section 02513. C. The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved road shall be restored by the Contractor to a condition at least equal to that existing before work began. D. In sections where the pipeline passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod , or shall loam .and reseed the surface to the satisfact ion of the Engineer. 3 .06 RESTRAINED JOINTS FOR FLEXIBLE-JOINT BURIED PIPING A. Restrained joints, designed per A WW A guidelines with friction coefficient =0.25 , shall be provided at all vertical and horizontal changes in pipe diameter (reducers), or direction (e .g., tees , bends, elbows and crosses), plugs and valves, or other locations shown on the Drawings, on all buried piping having flexible joints. Joints shall be designed to prevent the pipe from moving when subjected to operating and test pressures. B. . Concrete thrust blocks may be used only for special conditions when approved by the Engineer . END OF SECTION F30429SF30429S0222 l .doc 02221-4 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 DESCRIPTION SECTION 02230 GRANULAR FILL MATERIALS A. Granular fill materials are specified in this Section, but their use for fill and backfill, pipe bedding, replacement of unsuitable material, crushed stone base, cushion in bedrock excavation, pavement base, foundation support and similar uses are specified in detail elsewhere. The Engineer may order the use of fill materials for purposes other than those specified in other Sections if, in his opinion, such use is advisable. 1.02 RELATEDWORK A. Concrete fill is included in Section 03300. 1.03 SUBMITT ALS A. Samples. Submit 50-pound samples of fill materials for observation and testing when requested by the Engineer. B. Test Reports. For each fill material proposed for incorporation into the work or reuse, submit the following test results in accordance with Section 01300. 1. Gradation test in accordance with ASTM D422. 2. Moisture-density test in accordance with ASTM D698 . 3. Atterberg limits (liquid limit, plastic limit and plasticity index) in accordance with ASTM D4318. 4. Unified Soil Classification System identity in accordance with ASTM D2487. PART 2: PRODUCTS 2.01 MATERIALS A. All materials noted herein, except Common Fill and Impermeable Clay, shall have a maximum of one percent (1 %) expansion when testing is performed on sample remolded to 95 percent of maximum ASTM D 698 dry density at two percent below optimum moisture under a 100 pounds per square foot (psf) surcharge. B. Common Fill shall consist of silty clay, sandy clay, or clayey sand material free of organic material, loam, wood, trash, and other objectionable material which may be compressible or which cannot be compacted properly. Common fill shall not contain stones larger than 4-inches in any dimension, broken concrete, masonry, rubble, asphalt pavement, or other similar materials. It shall have physical properties, as approved by the Engineer, such that it can be readily spread and compacted. F30429SF30429S02230.doc 02230-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Common Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus O to plus 5 percent of optimum moisture content, to at least 95 percent of the standard proctor maximum dry density determined by ASTM D698. C. Select Common Fill shall consist of hard, granular material free from organic materials, trench loam and clay, uniformly graded, containing no stone having any dimension greater than 3/4-inch, and having less than 50 percent fines by weight passing the No. 200 sieve. The material shall classify as SC, SM or SP according to the Unified Soil Classifications System and shall have a Plasticity Index less than 12, and a Liquid Limit less than 35 percent. Select Common Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus 3 to plus 3 percent of optimum moisture contetn, to at least 95 percent of the standard proctor maximum dry density determined by ASTM D698. D. Granular Embedment (Granular Fill) Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D-2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench . The P.l. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G-57. 1. Granular Embedment For Rigid Pipe: This shall be cohesionless material meeting the following gradation requirements: Sieve Size Sq. Openings 1/2" 3/8" No.4 No.8 No.16 Amount Passing Percent by Weight 100 85-100 10-30 1-10 0-5 2. Granular Embedment For Semi-Rigid And Flexible Pipe: This shall be cohesionless material meeting the following gradation requirements: Sieve Size Sq. Openings 1/2" No .4 No.50 No. 200 Amount Passing Percent by Weight 100 25-50 0-20 0-5 3. Granular Embedment For Small Pipe (< 4-inch diameter): This shall meet the gradation requirements for semi-rigid pipe specified in Paragraph D.2 above . F30429SF30429S02230 .doc 02230-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 4. Pipe Classification a. For the purpose of this specification, "rigid pipe" shall be defined as the following: 1) All diameters Prestressed Concrete Pipe (A WW A C-301). 2) All diameters Ductile Iron Pipe. b. For the purpose of this specification, "semi-rigid pipe" shall be defined as the following: l) Bar-Wrapped Concrete Cylinder Pipe (AWWA C-303). 2) All diameters Steel Water Pipe (A WW A C-200). c. For the purpose of this specification, "flexible pipe" shall be defined as follows: I) All diameters of PVC Pipe. E. Structural Fill shall consist of sound, durable stone, free of any foreign material, angular in shape, free from structural defects and comparatively free of chemical decay . This material shall comply with TxDOT Item 247, Type B, Grade 3. The size of the particles shall be such that 100 percent of the particles pass a 2 1/2-inch sieve, 90 to l 00 percent pass a I 3/4-inch sieve, 25 to 70 percent pass a No. 4 sieve, and 15 to 50 percent pass a No. 40 sieve. Material passing the No. 40 sieve shall have a maximum Liquid Limit of 40 and a maximum Plasticity Index of 12. F. 3 x 5 Hard Stone shall consist of hard, durable particles of proper size and gradation, free from sand clay, excess fines and deleterious materials. The size of the particles shall be uniformly graded such that 100 percent of the particles will pass a 5 -inch sieve, 100 to 80 percent will pass a4-inch sieve, 70 to 40 percent will pass a 3-inch sieve, 20 to O percent will pass a 2-inch sieve, and 5 to O percent will pass a 1/2-inch sieve. G . Select Fill shall consist of non-expansive sandy clay or clayey sand having a liquid limit of 30 or less, a plasticity index of 5 to 15, and not more than 55 percent of the material passing the No 200 sieve .. Select Fill shall be placed in loose lifts 8-inches or less in depth (measured before compaction), and compacted at a moisture content in the range of minus 3 to plus 3 percent of optimum moisture content, to at least 98 percent of the standard proctor maximum dry density determined by ASTM D698. H. Impermeable Clay shall consist of materials classified CL, CH, or OH under the Unified Soil Classification System. Impermeable Clay shall be placed in loose lifts 6-inches or less in depth (measured before compaction), and compacted to a permeability of less than lx10-7 cm/sec using hand-operated equipment I. Drain Rock shall consist of sound, free-draining durable stone, free of organic material, lumps or balls of clay, or other deleterious material. Particle size shall be such that J 00 percent of the material passes a 2-inch sieve; 95 tolOO percent passes a 1 1/2-inch sieve; 50 to 100 percent passes a 3/4-inch sieve; 15 to 55 percent passes a 3/8-inch sieve; 0 to 25 percent passes a Number 4 sieve; and less than 2 percent passes a Number 200 sieve .. J. Aggregate Base Course (noted as "ABC" on the Drawings) shall consist of "Compacted Select Common Fill" as specified in this Section. PART 3 : EXECUTION (NOT USED) F30429SF30429S02230 .doc END OF SECTION 02230-3 May 2011 � f � r � r r r r r i r r t r r r t � City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02270 SEDIMENTATION AND EROSION CONTROL A. Furnish all labor, materials, equipment and incidentals necessary to perform all installation, maintenance, removal and area cleanup related to sedimentation control work as shown on the Drawings and as specified herein. The work shall include, but not necessarily be limited to; installation of temporary access ways and staging areas, silt fences, sediment protection at storm drain inlets, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, erosion control blankets and final cleanup. 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. B. Loaming, Hydroseeding and Erosion Control is included in Section 02490. C. Earthwork is included in Section 02200. D. Construction Temporary Controls are included in Section 01510. 1.03 SUBMITT ALS A. Within maximum of 10 days after award of Contract, and prior to commencement of any construction activities, the Contractor shall submit to the Engineer for approval, technical product literature for all commercial products to be used for sedimentation and erosion control. 1.04 QUALITY ASSURANCE A. The Contractor shall be responsible for the timely installation and maintenance of all sedimentation control devices necessary to prevent the movement of sediment from the construction site to off site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. PART 2: PRODUCTS 2.01 MATERIALS A. Crushed stone for stabilized construction entrances shall be 3 x 5 Hard Stone per Section 02230. F30429S02270.doc 02270-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Silt Fence 1. Posts shall be painted or galvanized steel Tee posts a minimum of 5 feet in length, with a minimum weight of 1.3 pounds per foot with self-fastening tabs and a 5-in by 4-in (nominal) steel anchor plate at bottom. Posts and anchor plates shall conform to ASTM A 702. 2. Welded wire fabric shall be 2-in by 4-in mesh of 12 gauge by 12 gauge steel wire. 3. Silt fence fabric shall be a woven, polypropylene, ultraviolet resistant material such as Mirafi lOOX as manufactured by Mirafi, Inc., Charlotte, NC, or approved equal. 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips (hog rings), or 1/32-in diameter soft aluminum wire. 5. Prefabricated commercial silt fence may be substituted for buil t-in-field fence . Pre-fabricated silt fence shall be "Envirofence " as manufactured by Mirafi Inc., Charlotte, NC, or approved equal. · C. Erosion control blanket shall be installed as shown on the Drawings. The erosion control blanket shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. PART 3: EXECUTION 3 .01 INSTALLATION A. Silt Fence 1. Silt fences shall be positioned as indicated on the Drawings and as necessary to prevent off site movement of sediment produced by construction activities as directed by the Engineer. 2. Dig trench approximately 6-in wide and 6-in deep along proposed fence lines. 3 . Drive metal-stakes, 8 feet on center (maximum) at back edge of trenches. Stakes shall be driven 2 feet (minimum) into ground. 4. Hang 2 by 4 woven wire mesh on posts, setting bottom of wire in bottom of trench . Secure wire to posts with self-fastening tabs . 5. Hang filter fabric on wire carrying to bottom of trench with about 12-in of fabric laid across bottom of trench. Stretch fabric fairly taut along fence length and secure with tie wires 12-in O .C . both ways . The silt fence shall be a minimum of 24 inches high . · 6 . Backfill trench with excavated material and tamp. 7 . Install pre-fabricated silt fence according to manufacturer's instructions. F30429S02270 .doc 02270-2 May20ll City of Fort Worth Rolling Hills WIP Phase 5 -Chemical Facilities Improvements B. Erosion control blankets shall be installed as shown on the Drawings and as directed by the Engineer in accordance with manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied. When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow and stapled. Side overlaps shall be 4-in minimum. The staples shall be made of wire, 0.091-inch in diameter or greater, "U" shaped with legs 10-inches in length and a 12-inch crown. The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row. Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach. C. Contractor shall provide and install all necessary intermediate erosion control systems to accommodate construction sequencing and variation of their construction plans. Contractor shall notify Construction Manager of proposed site use variations that will affect intent of installed erosion control systems prior to proceeding. 3 .02 MAINTENANCE AND INSPECTIONS A. Inspections 1. Contractor shall make a visual inspection of all sedimentation control devices once per week and promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment to offsite areas, Contractor shall promptly install additional devices as needed. Sediment controls in need of maintenance shall be repaired promptly. B. Device Maintenance 1. Silt Fences a. Remove accumulated sediment once it builds up to one-half of the height of the fabric . b. Replace damaged fabric, or patch with a 2-ft minimum overlap. c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 3.03 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as specified and as shown on the Drawings. END OF SECTION F30429S02270.doc 02270-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 02490 LOAMING, HYDROSEEDING AND EROSION CONTROL PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required, provide erosion control and place topsoil, finish grade, apply fertilizer, hydraulically apply seed and mulch and maintain all seeded areas as shown on the Drawings and as specified herein, including all areas disturbed by the Contractor. 1.02 · RELATED WORK A. Site preparation including clearing, grubbing and stripping is included in Section 02100. B. Trenching, Backfilling and Compaction is included in Section 02221. C. Sedimentation and Erosion Control is included in Section 02270. 1.03 SUBMITT ALS A. Samples of all materials shall be submitted for inspection and acceptance as specified herein. PART2: PRODUCTS 2.01 MATERIALS A. Topsoil shall be fertile, friable, natural topsoil typical of topsoil of the locality and shall be obtained from a well drained site that is free of flooding. The material locally referred to as sandy loam shall not be acceptable. It shall be without admixture of subsoil or slag and free of stones, lumps, plants or their roots, sticks, clay, peat and other extraneous matter and shall not be delivered to the site or used while in a frozen or muddy condition. Topsoil as delivered to the site or stockpiled shall have pH between7.0 and 8.0 and shall contain not less than 3 percent organic matter as determined by loss of ignition of moisture-free samples dried at I 00 degrees Celsius. The topsoil shall meet the following mechanical analysis: F30429S02490.doc I-in screen opening No. lOmesh No. 270 mesh 0.002mm* Percentage Finer 100 95 -100 35 -75 5-25 • Clay size fraction determined by pipette or hydrometer analysis. 02490-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. At least ten days prior to anticipated start of topsoiling operations a twenty-five (25) pound sample of topsoil material shall be delivered to the Construction Manager on-site for review and approval. Based on tests performed by the Engineer, the topsoil shall be identified as acceptable, acceptable with certain fertilizer applications, or unacceptable. If the topsoil is found acceptable, the fertilizer requirements will be as specified or as recommended by the Engineer. If the topsoil is found unacceptable, the Contractor shall be responsible for identifying another source of topsoil and shall incur all expenses associated with testing additional samples. All topsoil incorporated into the site work shall match the sample provided to the Engineer for testing. Topsoil stockpiled under other Sections of this Division may be used subject to the testing and approval outlined above. Contractor will be responsible for screening stockpiled topsoil and providing additional topsoil as required at his own expense. C. Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20~10 (N-P205-K20) grade for lawn and naturalized areas . Fertilizer shall be delivered to the site in original unopened containers each showing the manufacturer's guaranteed analysis conforming to applicable state fertilizer laws. At least 40 percent of the nitrogen in the fertilizer used shall be in slowly available (organic) form. D. Seed shall be labeled in accordance with USDA Rules and Regulations under the Federal Seed Act and applicable State seed laws. Seed shall be furnished in sealed bags or containers bearing the date of the last germination, which date shall be within a period of 6 months prior to commencement of planting operations . Seed shall be from same or previous year's crop; each variety of seed shall have a purity of not less than 85 percent, a percentage of germination of not less than 90 percent, shall have a weed content of not more than 1 percent, and contain no noxious weeds. E . The seed shall be furnished and delivered premixed. A manufacturer's certificate of compliance to the specified mixes shall be submitted by the manufacturers for each seed type. These certificates shall include the guaranteed percentages of purity, weed content and germination of the seed and also the net weight and date of shipment. No seed may be sown until the Contractor has submitted the certificates. F. Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis . G. Fiber Mulch shall be a specially processed cellulose fiber containing no growth or germination- inhibiting factors. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material become uniformly suspended to form a homogeneous slurry. When sprayed on the ground, the material shall allow absorption and percolation of moisture. Each package of the cellulose fiber shall be marked by the manufacturer to show the air dry weight content and not contain in excess of 10 percent moisture. H. Erosion control blanket installed in all drainage swales and ditches as directed by the Engineer shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX. F30429S02490 .dcc 02490-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements PART3: EXECUTION 3.01 APPLICATION A. Unless otherwise shown on the Drawings, topsoil shall be placed to a minimum compacted depth of 6-in and seed applied on all disturbed areas of the site not covered with structures, pavement, or existing woodland. B . For all areas to be seeded: 1. Fertilizer (10-20-10) shall be applied at the rate of thirty pounds per 1,000 square feet or as determined by the soil test. 2. Seed shall be applied at the rates described below. Planting Season Grass Application Rate March through August Bermuda (hulled) 8 lbs/acre September through February'1 ' Rye 35 lbs/acre September through February'1> Bermuda (unhulled) 12 lbs/acre I/ Both rye and bermuda required 1f planted September through February. b. All planting shall be done between the dates specified except as specifically authorized in writing. If planting is authorized to be done outside the dates specified, the seed shall be planted with the addition of winter fescue (Kentucky 31) at a rate of 100 lb. per acre . 3. Fiber mulch shall be applied at the rate of 40 pounds per 1,000 square feet. C. The application of fertilizer may be performed hydraulically in one operation with hydroseeding and fiber mulching. The Contractor is responsible for cleaning all structures and paved areas of unwanted deposits of the hydroseeded mixture . 3 .02 INSTALLATION A. Previously established grades, as shown on Drawings shall be maintained in a true and even condition. B . Subgrade shall be prepared by tilling prior to placement of topsoil to obtain a more satisfactory bond between the two layers . Tillage operations shall be across the slope. Tillage shall not take place on slopes steeper than 2 horizontal to 1 vertical or where tillage equipment cannot be operated. Tillage shall be accomplished by discing or harrowing to a depth of 9-in parallel to contours. Tillage shall not be performed when the subgrade is frozen, excessively wet, extremely dry or in other conditions which would not permit tillage. The subgrade shall be raked and all rubbish , sticks, roots and stones larger than 2-in shall be removed . Subgrade surfaces shall be raked or otherwise loosened immediately prior to being covered with topsoil. C. Topsoil shall be placed over approved areas to a depth sufficiently greater than required so that after natural settlement and light rolling, the complete work will conform to the lines, grades and elevations indicated. No topsoil shall be spread in water or while frozen or muddy. F30429S02490.doc 02490-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. After topsoil has been spread, it shall be carefully prepared by scarifying or harrowing and hand raking. All stiff clods, lumps, roots, litter and other foreign material shall be removed from the topsoiled area and disposed of by the Contractor. The areas shall also be free of smaller stones, in excessive quantities , as determine by the Engineer. The whole surface shall then be rolled with a hand roller weighing not more than 100 pounds per foot of width . During the rolling, all depressions caused by settlement or rolling shall be filled with additional topsoil and the surface shall be regraded and rolled until a smooth and even finished grade is created. E. Seeding, mulching and conditioning shall only be performed during those periods within the seasons which are normal for such work as determined by the weather and locally accepted practice, as approved by the Engineer. The Contractor shall hydroseed only on a calm day. F. Seeding shall be done within ten days following soil preparation . Seed shall be applied hydraulically at the rates and percentages indicated. The spraying equipment and mixture shall be so designed that when the mixture is sprayed over an area, the grass seed and mulch shall be equal in quantity to the specified rates. Prior to the start of work, the Contractor shall furnish the Engineer with a certified statement as to the number of pounds of materials to be used per 100 gallons of water. This statement sh~ll also specify the number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. Upon completion of seeding operations, the Contractor shall furnish the Engineer with a certified statement on the actual quantity of solution applied. G. In order to prevent unnecessary erosion of newly topsoiled and graded slopes and unnecessary siltation of drainageways, the Contractor shall conduct seeding and mulching as soon as he has satisfactorily completed a unit or portion of the project. For the purpose of this project a unit is defined as 10,000 square feet. When protection of newly topsoiled and graded areas is necessary at a time which is outside of the normal seeding season, the Contractor shall protect those areas by whatever means necessary as approved by the Engineer and shall be responsible for prevention of siltation in the areas beyond the limit of work. H. Erosion control blankets shall be installed in all drainage swales and ditches and on slopes exceeding 15% as directed by the Engineer in accordance manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied . When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow, and stapled . Blankets shall be placed a minimum of three rows (of four foot each) wide (total 12-ft width) within the drainage swale/ditch and stapled together in accordance with manufacturer's instructions . Side overlaps shall be 4-in . minimum. The staples shall be made of wire, .091-in. in diameter or greater, "U" shaped with legs 10-in. in length and a 12-in. crown. The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row . · I. When newly graded subgrade areas cannot be topsoiled and seeded because of season or weather conditions and will remain exposed for more than 30 days, the Contractor shall protect those areas against erosion and washouts by whatever means necessary such as straw applied with a tar tack, wood chips or by other measures as approved by the Engineer. Prior to application of topsoil, any such materials applied for erosion control shall be thoroughly incorporated into the subgrade by discing. Ferti,lizer shall be applied prior to spreading of topsoil. I . F30429S02490.doc 02490-4 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements J. On slopes, the Contractor shall provide against washouts by an approved method. Any washout which occurs shall be regraded and reseeded at the Contractor's expense until a good sod is established. 3.03 MAINTENANCE AND PROVISIONAL ACCEPTANCE A. The Contractor shall keep all seeded areas watered, lawn areas mowed and in good condition, reseeding all seeded areas if and when necessary until a good, healthy, uniform growth is established over the entire area seeded and shall maintain all seeded areas in an approved condition until provisional acceptance. B. The Engineer will inspect all work for provisional acceptance upon the written request of the Contractor received at least ten days before the anticipated date of inspection. C. A satisfactory stand will be defined as a section of turf of 10,000 square feet or larger that has: 1. No bare spots larger than three square feet. 2. No more than ten percent of total area with bare spots larger than one square foot. 3. Not more than fifteen percent of total area with bare spots larger than 6-in square. D. The inspection by the Engineer will determine whether additional seeding shall be conducted in any area. E. After all necessary corrective work and clean-up has been completed, the Engineer will certify in writing the provisional acceptance of the seeded areas. 3.04 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. All seeded areas shall be guaranteed by the Contractor for not less than one full year from the time of acceptance. B. At the end of the guarantee period, inspection will be made by the Engineer upon written request submitted by the Contractor at least ten days before the anticipated date. Seeded areas not demonstrating satisfactory stands as outlined above, as determined by the Engineer, shall be renovated, reseeded and maintained until meeting all requirements as specified herein. C. After all necessary corrective work has been completed, the Engineer shall certify in writing the final acceptance of the seeded areas. END OF SECTION F30429S02490 .doc 02490-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 02605 PRECAST REINFORCED CONCRETE PIPE TRENCH PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all plant, labor, materials and equipment required and perform all operations in connection with construction of the precast reinforced concrete pipe trench system complete in place, within the limits shown on the Drawings. 1.02 RELATED WORK A. Earthwork in included in Section 02200. B. Trenching, backfilling and compaction is included in Section 02221 C. Concrete, concrete reinforcement and joints are included in Section 03300. D. Grout is included in Section 03610. E. Metal fabrication is included in Section 05500. 1.03 SUBMTIT ALS A. Submit, in accordance with Section 01300, prior to fabrication of the pipe trench section sections, shop drawings for the project. The shop drawings shall include, but is not limited to, layout of pipe trench system, dimensions, identification and location of each trench part in the trench layout along with a bill of material. All precast sections furnished under this Contract shall be fabricated in full accordance with the approved shop drawings. B. Prior to fabrication of the precast pipe trench sections, submit design data for pipe trench including drawings, structural design calculations stamped by a professional structural engineer registered in the State of Texas to the Engineer, and concrete design mix for review. 1.04 REFERENCE ST AND ARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C33 -Standard Specification for Concrete Aggregates. 2. ASTM C150 -Standard Specification for Portland Cement. 3 ASTM C260 -Air-Entraining Admixtures for Concrete. 4. ASTM C494 -Chemical Admixtures for Concrete. 5. ASTM A615 -Standard Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement. F30429S02605 .doc 02605-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 6. ASTM A496 -Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 7 . ASTM A497 -Standard Specification for Steel Welded Wire F abric, Deformed, for Concrete Reinforcement. 8. ASTM A36 -Standard Specification for Structural Steel. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the Owner. Such inspection may be made at the place of manufacture, or on the work site after delivery, or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein; even though samples may have been accepted as satisfactory at the place of manufacture. B. Material rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All materials that has been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if permitted, or removed and replaced, entirely at the Contractor's expense. C . At the time of inspection, the materials will be carefully examined for compliance with the ASTM standards, this Section and approved manufacturer's drawings. All trench sections shall be inspected for general appearance, dimension, "scratch:..strength", blisters , cracks, roughness, soundness, etc . The surface shall be dense and close-textured. D. Imperfections in trench sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi .at 7 days and 5,000 psi at 28 days, when tested in 3-in by 6-in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. E . Structural design calculations and Drawings shall be prepared and stamped by a professional engineer registered in the State of Texas. PART 2 PRODUCTS 2 .01 GENERAL A. Reference to a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B . Like items of materials/equipment shall be the end products of one manufacturer in order to provide standardization for appearance, operation, Q1aintenance ,.spare parts and manufacturer's service . F30429S02605 .doc 02605 ,.2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Cement shall confonn to ASTM C150, Type II cement or equal. D. Precast concrete sections shall be properly cured prior to shipping. Precast concrete sections shall not be shipped before concrete has attained 3,000 psi compressive strength. E. Mark date of manufacture, name and trademark of manufacturer on the inside of each precast section. 2.02 PRECAST TRENCH SYSTEM A. The precast reinforced trench system shall be made up of sections of monolithically cast concrete. Each trench section shall have interior dimensions as shown on the Drawings. Each section of trench shall be provided with aluminum cover plates. The structural design of the trench section shall be based on 300 lbs/sf for top lid live load and AASHTO HS20 loading for the bottom slab. B. Non-air-entraining Portland cement confonning to ASTM C150, Type II or III shall be used, except as otherwise approved in writing by the Engineer. The use of a non-bleeding, water- reducing, dispersing agent may be pennitted subject to the specific approval of the Engineer. The use of any other admixture will not be pennitted D. Fine aggregate shall consist of washed inert natural sand confonning to the requirements of ASTM C33, except for gradation, with a maximum loss of 8.0 percent when subjected to 5 cycles of the soundness test using magnesium sulfate. E. Coarse aggregate shall consist of well-graded crushed stone or washed gravel confonning to the requirements of ASTM C33, except for gradation, with a maximum loss of 8.0 percent when subjected to 5 cycles of the soundness test using magnesium sulfate. F. The 28-day compressive strength of the concrete shall not be less than 5000 psi. The concrete mass shall be dense and unifonn. G. The precast trench sections shall be placed on a bed of 12-in of screened gravel as described in Section 02221. The gravel shall be spread upon the prepared subgrade and compacted to the required thickness by rollers, crawler tractors or mechanical tampers subject to the approval of the Engineer. Compaction shall continue until the surface is even and tiue to the proposed lines and grades. H. Joints sealant shall be used to install the trench system. One coat of concrete sealant primer should be applied to all areas where sealant is required. Compress the sealant material to approximately one-half its original thickness to achieve a water-resistant joint. The ends of the trench sections so fonned that when the sections are laid together they will make a continuous line of trench sections with a smooth interior free of appreciable irregularities in the flow line. Joint sealant shall be Kent-Seal No. 2 by Hamilton Kent Co., Kent OH or equal. Joint sealant shall confonn to Fed. Spec. SS-S-00210 I. Stiffener angles shall be provided where required for aluminum cover plate. Each aluminum cover plate shall be provided with two (minimum) galvanized lifter handles and shall be securely fastened to supports with 3/8" stainless steel flat-head machine screws at 2' -0" on center. J. Unistrut channels shall be embedded in the trench walls for mounting pipe supports as shown on the Drawings. F30429S02605 .doc 02605-3 May 2011 City of Fort Worth Rolling HiUs WI'P Phase 5 -Chemical Facilities Improvements PART 3 EXECUTION 3.01 LA YING PRECAST TRENCH SECTIONS A. Screened gravel as specified, shall be placed and compacted to give complete vertical and lateral support for the lower section of the trench. Before being lowered into the installation trench, the ends of each trench section shall be cleaned and free from dirt. The trench shall be installed in full accordance with the manufacturer's instrnctions. B. At the conclusion of the work, thoroughly clean all new trench sections to remove all dirt, stones, pieces of wood or other material which may have entered during the construction period. END OF SECTION F30429S02605 .doc 02605-4 May20ll City ofFort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements SECTION 02640 BURIED VALVES, HYDRANTS AND APPURTENANCES PART 1: GENERAL 1.01' SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to provide all direct-buried valves, valves in manholes, hydrants and appurtenances complete with actuators and all accessories as shown on the Drawings and as specified herein. B. Valves specifically excluded from this Section are as follows:. 1. All interior valves for process piping. 2. All valves for plumbing work. 3. All valves for heating and ventilation work. 4. All valves specifically included with equipment. 1.02 RELA.TED WORK A. Trenching, backfilling and compacting are included in Section 02221. B. Concrete is included in Division 3. C. Field painting is included in Section 09902. D. Interior process valves and appurtenances are in included in Section 15100 and 15120, respective! y. 1.03 SUBMITT ALS A. Submit materials required to establish compliance with these Specifications in accordance with Section 01300 for shop drawings. Submittals shall include the following: 1. Manufacturer's literature, illustrations, specifications and engineering data including: a. Dimensions. b. Size. C. Materials of construction. d. Weight. e. Protection coating. f. Actuator weight. g. Calculations for actuator torque where applicable. F30429S02640.doc 02640-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Test Reports 1. Four copies of all certified shop test results specified herein. C. Operation and Maintenance Manuals 1. Submit complete operation and maintenance manuals including copies of all approved Shop Drawings. D. Certificates 1. Certificates of compliance where required by referenced standards: For each valve specified to be manufactured and/or installed in accordance with A WW A and other standards, submit an affidavit of compliance with the appropriate standards, including certified results of required tests and certification of proper installation. 1.04 REFERENCE STANDARDS A. Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. B. American Water Works Association (A WW A) 1. A WW A C502 -Dry-Barrel Fire Hydrants. 2. A WW A C504 -Rubber-Seated Butterfly Valves. 3. A WW A C509 -Resilient-Seated Gate Valves for Water Supply Service 4. AWWA C515-Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service C. American National Standards Institute (ANSI) 1. ANSI B16.l -Cast-Iron Pipe Flanges and Flanged Fittings. 2. ANSI Cl 11 -Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. . D . American Society for Testing and Materials (ASTM) 1. ASTM A48 -Gray Iron Castings. 2. ASTM A126 -Gray Iron Castings for Valves, Flanges and Pipe Fittings. 3. ASTM A153 -Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 4. ASTM A276 -Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes. 5. ASTM A536 -Ductile Iron Castings. E. Steel Structures Painting Council (SSPC) 1. SSPC SP-6 -Commercial Blast Cleaning. F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. F30429S02640 .doc 02640-2 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. Valves and appurtenances provided under this Section shall be the standard product in regular production by manufacturers whose products have proven reliable in similar service for at least five years. If required, the manufacturer shall furnish evidence of installation in satisfactory operation. 2. All units of the same type shall be the product of one manufacturer. B. Design Criteria 1. All valves and appurtenances shall be new and in perfect working condition. Valves shall be designed for continuous use with a minimum of maintenance and service required and shall perform the required function without exceeding the safe limits for stress, strain or vibration. In no case will used or damaged valves be acceptable. The selection of equipment to meet the specified design conditions is the responsibility of the Contractor. Both workmanship and material shall be of the very best quality and shall be entirely suitable for the service conditions specified. C. Source Quality Control 1. Valves shall be shop tested in accordance with the following: a. Gate valves: AWWA C509 or C515. b. Rubber-seated butterfly valves: A WW A C504. 2. Obtain each type of valve from the same manufacturer. 3. Plug valves shall be hydrostatically tested for 30 minutes at two times the maximum working pressure, with no evidence of distress, leakage or weeping. Plug valves shall be capable of providing drop-tight shut-off up to the full pressure rating . 1.06 SYSTEM DESCRIPTION A. General 1. Buried valves are used on filtered water, drainage, potable water and service water piping. 2. Underground valves shall be of the type shown on the Drawings. 1.07 DELIVERY, STORAGE AND HA.Nl)LING A. Deliver materials to the site to ensure uninterrupted progress of the work. B. Protect threads and seats from corrosion and damage. Rising stems and exposed stem valves shall be coated with a protective oil film which shall be maintained until time of use. C. Furnish covers for all openings. 1. All valves 3-in and larger shall be shipped and stored on site until time of use with wood or plywood covers on each valve end. 2. All valves smaller than 3-in shall be shipped and stored as above except that heavy cardboard covers may be furnished instead of wood. F30429S02640.doc 02640-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements D . Store equipment to permit easy access for inspection and identification. Any corrosion in evidence at the time of Owner acceptance shall be removed, or the valve shall be removed from the job. E. Store all equipment in covered storage off the ground. 1.08 COORDINATION A. Review installation procedures under other Sections and coordinate with the work which is related to this Section including buried piping installation, site utilities, piping insulation, heating, ventilating and air conditioning, plumbing and chemical feed facilities . B. Coordinate the location and placement ofrestrainedjoints or concrete thrust blocks when required. PART 2: PRODUCTS 2.01 GENERAL A. Unless otherwise noted, all manual operating input shafts for valves 4-in diameter and larger shall tum to the right (clockwise) to open the valve. All valve manual actuators shall open to the right (clockwise). Refer to Section 15100 for requirements associated with valve actuators. B . The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configuration desired . C . Valves shall be of the size shown on the Drawings or as noted and as far as possible equipment of the same type shall be identical and from one manufacturer. D. Valves shall have the name of the maker, nominal size, flow directional arrows, working pressure for which they are designed and standard to which they are manufactured cast in raised letters on some appropriate part of the body. The operator open direction shall be cast on the handwheel or stem extension. E. Unless otherwise noted, valves shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to, whichever is higher, and suitable for the pressures noted where they are installed. F. Valves shall be of the same nominal diameter as the pipe or fittings they are connected to . Except as otherwise noted, joints shall be mechanical jointc;, with joint restraint where the adjacent piping is required to be restrained. G . Valves shall be especially constructed for buried service when required. H. Buried valves shall have mechanical joints unless noted otherwise or approved by the Engineer. All non-buried valves to be located in valves, manholes, etc ., shall be flanged unless otherwise noted. 2.02 VAL VE BOXES A . All gate, butterfly and plug valves shall be provided with extension shafts, operating nuts and valve boxes as follows: 1. Extension shafts shall be Type 304 stainless steel and the operating nut shall be 2-in square. Shafts shall be designed to provide a factor of safety of not less than four. Operating nuts shall NOT be permanently attached (pinned) to the shafts. 2 . Top of the operating nut shall be located 2-in below the rim of the valve box. F30429S02640.doc 02640-4 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3. Valve boxes shall be as manufactured by Clow; Mueller; Tyler; Western Iron Works, or approved equal, and shall be a heavy-pattern cast iron, three-piece, telescoping type box with dome base suitable for installation on the buried valves. Inside diameter shall be at least 4 1/2-in. Barrel length shall be adapted to the depth of cover, with a lap of at least 6-in when in the most extended position. Covers shall be cast iron with integrally-cast direction-to-open arrow. Aluminum and plastic are not acceptable. A means of lateral support for the valve extension shafts shall be provided in the top portion of the valve box. 4. Covers shall have "WATER", "SEWER", "SLUDGE", or "PROTECTED WATER" cast into the top or as appropriate for the respective service of the valve. 5. The upper section of each box shall have a bottom flange of sufficient bearing area to prevent settling. The bottom of the lower section shall enclose the stuffing box and operating nut of the valve and shall be oval. At grade the valve box shall be installed in conjunction with a 4- ft square reinforced (#4 bars at 12" OC EW) concrete pad per the Civil Details. Install concrete pad atop a 12-in layer of drain rock per Section 02200. 6. An approved operating key or wrench shall be furnished. 7. All fasteners shall be Type 304 stainless steel. 2.03 GATE VALVES A. General 1. Valves 2 112~in and smaller shall be all bronze construction; valves 3-in and larger shall be iron body, bronze mounted. 2. All gate valves shall conform to the requirements of A WW A C509 or C515, except as may be specifically modified herein. B. Gate valves 2 1/2-in and smaller 1. Screwed ends, solid wedge, rising stem and screwed-in bonnet with minimum non-shock working pressure of 150 psig. 2. Product and Manufacturer: Furnish valves as manufactured by one of the following : a. Jenkins Brothers, Figure 4 7. b . Crane Company, Figure 431-UB. C. Gate valves 3-inch and larger. 1. Valves shall be resilient seated gate valves with minimum working pressure of 150 psig. 2. Valves shall be as specified in Paragraph 2.04. 2.04 RESILIENT SEATED GATE VALVES A. Valves shall be manufactured in accordance with A WW A C509 or C515, by American Flow Control, Clow or approved equal. Gate valves of diameters greater than 48-in may be furnished as a reduced body configuration to match connecting piping diameter. Refer to section 15100, Paragraphs 2.02 and 2 .09 for additional specification requirements associated with resilient seated, buried gate valves. Refer to Civil Drawings for required buried gate valve installations including joint fitting requirements. F30429S02640.doc 02640-5 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Valves shall be non-rising stem valves and shall be provided with a minimum of two 0-ring stem seals. Bypass valves shall be provided if required by the manufacturer for the specified operating pressures. Manufacturer shall provide, upon request by the Owner, certified torque values for valve actuation over the entire operational design range. Tables will be used for verification of compliance with specified manual actuator requirements and determination of need for bypass valve. C. Gate valves shall be furnished with spur gear assemblies; bevel gearing will NOT be accepted. D. Wedges shall be totally encapsulated. E. Units shall be, in addition, UL and FM approved. 2.05 TAPPING SLEEVES AND TAPPING VALVES A. Tapping sleeves shall be of cast iron, designated for working pressure not less than 200 psi. Armored end gaskets shall be provided for the full area of the sleeve flanges. Sleeves shall be as manufactured by A.P. Smith Division of U.S. Pipe; Mueller; Clow, or approved equal. Nuts and bolts shall be Type 304 stainless steel. B. Tapping valves shall conform to the requirements specified above for gate valves except that one end shall be flanged and one mechanical, or with two flanged ends as shown on the Drawings. Tapping valves shall be provided with an oversized opening to permit the use of full size cutters. 2.06 PLUG VALVES A. All plug valves shall be of the nonlubricated, eccentric type with bodies and plugs of semi-steel construction. Valves shall be rated for a minimum working pressure of 150 psig. The area at the valve port shall be at least 80 percent of the full pipe area. ALL VALVES SHALL OPEN 'RIGHT' OR CLOCKWISE. B. Valves shall have balanced plugs with a resilient facing of neoprene solidly bonded thereto to assure bubble-tight shutoff low torque requirements. C. Seats shall have a welded-in overlay of 90 percent pure nickel on all surfaces contacting the plug face. D. Valves shall be furnished with bolted bonnets and self-adjusting chevron-type packing. Packing shall be replaceable without disassembling the valve or removing the bonnet from the valve. E. Corrosion-resistant, permanently-lubricated bearings shall be provided at both ends of the valve shafts. F. All valves shall be supplied with mechanical joint ends conforming to ASNI B16.l, Class 125, unless otherwise noted herein. Valves in vaults shall be flanged. G. All exterior hardware on valves shall be of Type 304 stainless steel. 2.07 BUTTERFLY VALVES A. Valves shall be manufactured in strict accordance with A WW A C504. Valves shall be bubble tight at rated pressures. Valve discs shall rotate 90 degrees from full closed to open. Operators shall be assembled to the valve by the valve manufacturer. The valve/oper~tor shall be tested as a complete assembly by the valve manufacturer. The manufacturer shall have produced A WW A butterfly valves for a minimum of five years. F30429S02640 .doc 02640-6 May2011 City of Fort Worth Eagle Mountain WI'P Clearwell No. 3 B. Valve bodies shall be constructed of cast iron ASTM A126, Class B. Valves in vaults shall be flanged. Flange drilling shall be in accordance with ANSI Bl6.l, Class 150. Laying length shall be short body as listed in A WW A C504. Buried valves shall be mechanical joint end conforming to ANSI Cl 11. C. Valve discs shall be constructed of cast iron ASTM A126 or A48, ductile iron ASTM A536. Disc edge shall be either Ni-chrome or Type 316 stainless steel. D. Rubber valve seats shall be EPDM. The seat shall be located on the valve disc or in the valve body and MUST be mechanically retained. Seat retaining hardware such as screws and segments shall be 316 stainless steel. Seats must be fully mechanically adjustable for valves 30-inch and larger. E. Valve shafts shall be Type 304 stainless steel, ASTM A276 and shall be of a diameter not less than those listed in A WW A C504, Class 150B . F. Shaft seals shall be furnished where the shaft projects through the valve body. Shaft seals shall be standard split-v type packing. G . Valves shall be fitted with sleeve type bearings contained in the trunions of the valve body. Bearing material shall be nylon for valves through 20-in and fiberglass with teflon lining for valves 24-in and larger. H. Valve manufacturer shall furnish and mount operator suitable for buried service. Operators shall be self-locking and suitable for submergence to 20-ft. A 2-in square operating nut shall be furnished. Operator stops shall be capable of withstanding an input of 450 ft lbs. I. All valves shall be hydrostatically and leak tested. J. Valve class shall be A WW A Class 150B with operators sized for bi-directional flow. K. Valves shall be manufactured by one of the following: 1. M&H Valves 2. Val-Matic 3. Crispin/K-Flo 2.08 YARD HYDRANTS A. Yard hydrants shall be located and installed as shown on the Drawings . B. Caution sign, as shown on the Drawings, shall be provided on each yard hydrant connected to plant protected water system. 2.09 FIRE HYDRANTS A. Fire hydrants shall be dry-barrel type conforming to the requirements of A WW A C502. Hydrants shall be designed such that the hydrant valve closes with line pressure preventing loss of water and consequent flooding in the event of traffic damage. B. Hydrants shall have 6-inch mechanical joint inlet connections, two 2 1/2-inch hose connections and one 4-inch pumper connection. Threads for the hose and pumper connections shall be in accordance with National Standard Thread as per applicable NFPA standards. Hydrants shall be according to manufacturer's standard pattern . Hydrants shall be equipped with "O" ring packing. Each nozzle cap shall be provided with a Buna-N rubber washer. F30429S02640.<loc 02640-7 May2011 City of Fort Worth Eagle Mountain WfP Clearwell No . 3 C. Hydrants shall be arranged so that the direction of outlets may be turned 90 degrees without inter- ference with the drip mechanism or obstructing the discharge from any outlet. D. A bronze or rustproof steel nut and check nut shall be provided to hold the main hydrant valve on its stem. E. Hydrant valve opening shall have an area at least equal to that area of a 5 '/.i -inch minimum diameter circle and be obstructed only by the valve rod. Each hydrant shall be able to deliver 500 gallons minimum through its two 2 Y2 -inch hose nozzles when opened together with a loss of not more than 2 psi in the hydrant. F. Hydrants shall be designed for installation in a trench that will provide minimum cover as noted on Drawings. Hydrant extensions shall be as manufactured by the company furnishing the hydrants and of a style appropriate for the hydrants as furnished. G. Hydrants shall open by turning operating nut to right (clockwise) and shall be marked with a raised arrow and the work "open" to indicate the direction to turn stem to open hydrant. H. Hydrants shall be furnished with caps, double galvanized steel hose cap chain, galvanized steel pumper hose cap chain, a galvanized steel chain holder and any other hooks and/or appurtenances required for proper use. I. Hydrant operating nut shall be A WW A Standard square type measuring I -inch flat-to-flat. J. Hydrants shall be hydrostatically tested as specified in A WW A C502. K. Hydrants shall be one of the models and manufacturers on the Fort Worth Water Department's approved list of fire hydrants; American Darling Valve, Clow Corporation, M&H Valve Company. L. All iron work to be set below ground, after being thoroughly cleaned, shall be painted with two coats of asphalt varnish specified in A WW A C502. Iron work to be left above ground shall be shop painted silver with two coats of paint of quality and color to correspond to the present standard of the Owner. 2.10 CORPORATION STOPS A. Corporation stops shall be brass with Mueller-type threads, not less than I-inch in diameter and shall be installed where shown, specified or required. B. Furnish corporation stops as manufactured by the following: 1. Mueller Company, Figure H-10003. 2.11 SURFACE PREPARATION AND SHOP COATINGS A. The interior ferrous metal surfaces, except finished or bearing surfaces, shall be blast cleaned in accordance with SSPC SP-6 and painted with fusion bonded epoxy coating specifically formulated for potable water use. The coating used must appear on the current edition of the United States Environmental Protection Agency's list entitled "Accepted Categories and Subcategories of Coatings, Liners and Paints for Potable Water Usage". B . Exterior ferrous metal surfaces of all buried valves and hydrants shall be blast cleaned in accordance with SSPC SP-6 and given two shop coats of a heavy coal tar enamel or an approved two-component coal tar epoxy paint. ·· C. Exterior ferrous metal surfaces of all non-buried valves shall be shop painted with one coat of primer in accordance with the requirements of Section 09901. F30429S02640 .doc 02640-8 May 2011 City of Fort Worth Eagle Mountain WTP Clearwell No . 3 PART 3: EXECUTION 3.01 INSPECTION AND PREPARATION A. During installation of all valves and appurtenances, verify that all items are clean, free of defects in material and workmanship and function properly. B. All valves shall be closed and kept closed until otherwise d irec ted by the Engineer. 3.02 INSTALLATION OF BURIED VALVES AND VALVE BOXES A. Buried valves shall be cleaned and manually operated before installation. Buried valves and valve boxes shall be set with the stem vertically aligned in the center of the valve box . Valves shall be set on a firm foundation and supported by tamping pipe bedding material under the sides of the valve. Valves 8-inch and larger shall be set on a lean concrete pedestal as shown in the Standard Detail Drawings. The valve box shall be supported during backfilling and maintained in vertical alignment with the top flush with finish grade. The valve box shall be set so as not to transmit traffic loads to the valve. B. Before backfilling, all exposed portions of any bolts shall be coated with two coats of bituminous paint comparable to Bitumastic No. 50 by Kop-Coat, Inc ., and wrapped with polyethylene . C . Install valve floorstand operators with stainless steel bolts. 3.03 INSTALLATION OF TAPPING SLEEVES AND VALVES A. The proper authority shall be contacted and their permission granted prior to tapping a "live" line . The required procedures and time table shall be followed exactly . B. Installation shall be made under pressure and flow shall be maintained. The diameters of the tap shall be a minimum of 1/4-in less than the inside diameter of the branch line. C. The entire operation shall be conducted by workers experienced in the installation of tapping sleeves and valves . The tapping machine shall be furnished by the Contractor. D . Determine the location of the line to be tapped to confirm that the proposed location will be satisfactory and that no interference will be encountered such as joints or fittings . No tap or sleeve will be made closer than three feet from a pipe joint. E. Tapping sleeve and valve with boxes shall be set squarely centered on the line to be tapped. Adequate support shall be provided under the sleeve and valve during the tapping operation . Thrust blocks or other permanent restraint acceptable to the Engineer shall be provided behind all tapping sleeves. Proper tamping of supporting pipe bedding material around and under the valve and sleeve is mandatory for buried installations. F . After completing the tap, the valve shall be flushed to ensure that the valve seat is clean. All proper regulatory procedures (including disinfection) shall be followed exactly . G. Tapping coupons shall be tagged and delivered to the Owner. 3.04 FIELD TESTS AND ADmSTMENTS A . Conduct a functional field test of each valve, including actuators and valve control equipment, in presence of Engineer to demonstrate that each part and all components together function correctly . All testing equipment required shall be furnished by the Contractor. END OF SECTION F30429S026 40.doc 02640-9 May 2011 • City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 02658 CONNECTIONS TO AND WORK ON THE EXISTING SYSTEM PART 1: GENERAL 1.01 SCOPE OF WORK A. The Contractor shall supply all materials, equipment and labor required to maintain flow in existing piping, handle existing flows, construct and maintain all temporary connections and diversions and construct the permanent connections to the new system as shown on the Drawings and as directed by the Engineer. · B. The Contractor shall supply all materials, equipment and labor required for plugging existing piping, all work on existing manholes (including all work and materials required to reshape existing manhole inverts with concrete and connecting new sewers to existing manholes) and all additional work required. C. Should damage of any kind occur to the existing piping, the Contractor shall at his/her own expense, as part of the work under this Item, make repairs to the satisfaction of the Engineer. D. The Contractor shall notify the Engineer immediately of any discrepancies in elevations of existing piping and manholes between those shown on the Drawings and those established during construction in order that the Engineer can make the necessary modifications. 1.02 RELATED WORK A. Construction scheduling and sequencing are included in Section 01040. B . Trenching, backfilling and compaction are included in Section 02221. C . Concrete is specified in Section 03300. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 HANDLING FLOWS A . The Contractor shall provide all labor, equipment and materials necessary to maintain existing flows, including temporary diversions that may be required. B. All procedures for maintaining flows must meet the approval of the Engineer and the Contractor shall be required to submit to the Engineer, for approval, a detailed written plan of all methods of flow maintenance ten days in advance of flow interruption . END OF SECTION F3 0429SF30429S02658 .doc 02658 -1 May2011 DIVISION 3 CONCRETE City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements PART 1 -GENERAL 1.01 WORK INCLUDED SECTION 03100 CONCRETEFORMWORK Furnish material and labor to form, tie, brace and support wet concrete, reinforcing steel and embedded items until the concrete has developed sufficient strength to remove forms . 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA: Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete, the temperature of the concrete, and all other pertinent factors shall be taken into consideration when determining the depth of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be used on horizontal surfaces. B. ALIGNMENT CONTROL: True alignment of walls and other vertical surfaces having straight lines or rectangular shapes shall be controlled and checked by the following procedures: 1. Forming shall be arranged with provisions for adjusting the horizontal alignment of a form , after the form has been filled with concrete to grade, using wedges, tum-buckles, or other adjustment methods. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete in the top of the form is still plastic. 2. Adjusting facilities shall be at intervals which permit adjustments to a straight line. Concrete shall not be placed until adequate adjusting facilities are in place. 1.03 SUBMITT ALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A . RECORD DATA: Manufacturers' literature for specified products 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: A. American Concrete Institute (ACI) specifications: F30429S03100 ACI301 ACIJ18 Specifications for Structural Concrete Building Code Requirements for Structural Concrete 03100-1 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements B. American Institute of Steel Construction (AISC) publication: AISC Manual of Steel Construction C. American Iron and Steel Institute (AISI) publication: AISI Cold-Formed Steel Design Manual D. American Plywood Association (APA) standards 1.05 DELIVERY AND STORAGE Lumber for forms shall be stacked neatly on platforms raised above ground. 1.06 JOB CONDITIONS A. The Contractor shall notify the Engineer upon completion of various portions of the work required for placing concrete so that compliance with the plans and specifications may be monitored. The Engineer will authorize the Contractor to proceed with the placement after this has been completed and corrections, if required, have been made. B. In hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. PART 2 -PRODUCTS 2.01 MATERIALS A. LUMBER: Properly seasoned and of good quality; free from loose o'r unsound knots, knot holes, twists, shakes, decay, splits, and other imperfections which would affect its strength or impair the finished surface of the concrete. B. FIBER BOARD FORM LINING: Hardboard finished smooth on one (1) side; minimum thickness of 3/16"; thoroughly wet with water at least 12 hours before using. C. PLYWOOD FORM LINING: Conforming to AP A HDO; exterior exposure waterproof adhesive, 3/8" thick. D. FORM OIL: Light, clear oil; shall not discolor or injuriously affect the concrete surface, subsequent coatings, or delay or impair curing operations. 2.02 FABRICATIONS A. LUMBER: Lumber for facing or sheathing shall be surfaced on at least one (1) side and two (2) edges, and sized to uniform thickness. Lumber of nominal 1" thickness or plywood of 3/4" thickness shall be permitted for general use on structures, if backed by a sufficient number of studs and wales. · F30429S03100 03100-2 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. SPECIAL FORM LUMBER 1. Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine materials of a grade that will not split when nailed, and which can be maintained to a true · line without warping. The form shall be mill cut and dressed on all faces. Fillet forms at sharp corners, both inside and outside and at edges, with triangular chamfer strips at all non-contiguous edges exposed to view. Thoroughly oil chamfer strips before installation on forms. 2. Construct forms for railings and ornamental work to standards equivalent to first class mill work. 3. All moldings, panel work, and bevel strips shall be straight and true with neatly mitered joints, and designed so that the finished work shall be true, sharp and clean-cut. C. FORMS 1. Forms shall be built mortar-tight and of material sufficient in strength to prevent bulging between supports. 2. Reused forms or form lumber shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. 3. All forms shall be so constructed as to permit removal without damage to the concrete. Exercise special care in framing fonns for copings, offsets, railing and ornamental work, so that there will be no damage to the concrete when the forms are removed. D. METALFORMS l. The specifications for "Forms" regarding design, mortar tightness, filleted comers, beveled projections, bracing, alignment, removal, re-use, oiling, and wetting shall apply equally to metal forms. 2. The metal used for forms shall be of such thickness that the forms will remain true to shape. Bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins, or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. 3. Metal forms which do not present a smooth surface or line up properly shall not be used. Exercise special care to keep metal free from rust, grease, or other foreign material that discolors the concrete. E. FORM LININGS F30429S03 I 00 1. Timber forms for exposed concrete surfaces which are to be given a rubbed finish, shall be facelined with an approved type of form lining material. 2. If plywood is used for form lining, it shall be made with waterproof adhesive and have a minimum thickness of 3/4". It shall preferably be oiled at the mill and then re-oiled or lacquered on the job before using. 3. If fiber board is used, apply water to the screen side on the board. Stack the boards screen side to screen side. Use the smooth hard face as the contact surface of the form. Such surfaces may be formed with 3/4" thick plywood made with waterproof adhesive if 03100-3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements backed with adequate studs and wales. The greatest strength of the outer plies should be at right angles to the studding. In this case, form lining will not be required. 4. Carefully align edges and faces of adjacent panels and fill the joints between panels with patching plaster or cold water putty to prevent leakage. Lightly sand with No. 0 sandpaper to make the joints smooth. 5. Forms which are reused shall have all unused form tie holes filled and smoothed as specified above. F . FORMT1ES 1. Metal form ties shall be used to hold forms in place and to provide easy metal removal. The use of wire for ties shall not be permitted. 2. Leave no metal or other material within 1-1/2 inches of the surface, when removing form tie assemblies which are used inside the forms to hold the forms in correct alignment. The assembly shall provide cone-shaped depressions in the concrete surface at least 1 inch in diameter and 1-1/2 inches deep to allow filling and patching. Such devices, when removed, shall leave a smooth depression in the concrete surface without undue injury to the surface from chipping or spalling. 3. Burning off rods, bolts, or ties shall not be permitted. 4 . Metal ties shall be held in place by devices attached to wales. Each device shall be capable of developing the strength of the tie. 5. Metal and wooden spreaders which are separate from the forms shall be wired to top of form and shall be entirely removed as the concrete is placed. 6 . In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly fitted washer at midpoint to control seepage. Multi-rod ties do not require washers . The use of form ties which are tapered on encased in paper or other material to allow the removal of complete tie, and which leave a hole through the concrete structure, shall not be permitted. G. FALSEWORK F30429S03100 1. Falsework shall be designed and constructed so that no excessive settlement or deformation occurs. Falsework shall provide necessary rigidity . 2. Timber used in falsework centering shall be sound, in good condition and free from defects which impair its strength. 3. Steel members shall be of adequate strength and shape for the intended purpose . 4. Timber piling used in falsework may be of any wood species which satisfactorily withstands driving and which adequately supports the superimposed load. 5. When sills or timber grillages are used to support falsework columns, unless founded on solid rock, shale or other hard materials, place them in excavated pits. Backfill to prevent the softening of the supporting material from form drip or from rains that may occur during the construction process. Sills or grillages shall be of ample size to support the superimposed load without settlement. 03100-4 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 6. Falsework not founded on a satisfactory spread footing shall be supported on piling, which shall be driven to a bearing capacity to support the superimposed load without settlement. PART 3 -EXECUTION 3.01 PREPARATION Before placing concrete, insure that embedded items are correctly, firmly and securely fastened into place. Embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to the correct location, alignment and elevation by the use of suitable anchor bolt templates. 3.02 INSTALLATION A. PRE-PLACEMENT 1. During the elapsed time between building the forms and placing the concrete, maintain the forms to eliminate warping and shrinking . 2. Treat the facing of forms with a suitable form oil before concrete is placed. Apply oil before the reinforcement is placed. Wet form surfaces which will come in contact with the concrete immed iately before the concrete is placed. 3 . At the time of placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter at the time . Forms for slab, beam and girder construction shall not have tie wire cuttings, nails or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of foreign matter during concrete placement. B. PLACEMENT 1. Set and maintain forms to the lines designated, until the concrete is sufficiently hardened to permit form removal. If, at any stage of the work, the forms show signs of bulging or sagging, immediately remove that portion of the concrete causing this condition. If necessary, reset the forms and securely brace against further movement. 2 . Provide adequate cleanout openings where access to the bottom of the forms is not otherwise readily attainable. 3. Carefully and accurately place and support reinforcement in concrete structures. C. REMOVAL: Remove forms so that the underlying concrete surface is not marred or damaged in any way. Forms shall not be removed until the concrete has attained sufficient strength to safely carry the dead load, but in no case less than the number of curing days set forth in the following table: F30429S03IOO 03100-5 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements Forms for concrete of minor structural load carrying importance Forms for walls, columns, sides of drilled shafts, massive structural components and other members not resisting a bending moment during curing Forms and falsework under slabs, beams and girders where deflections due to dead load moment may exist (for spans< or= 10 ft.) Forms and falsework under slabs, beams and girders where deflections due to dead load moment may exist (for spans > 10 ft. and < or = 20 ft .) END OF SECTION F30429S03 l00 03100-6 1 day 1 day 7 days 14 days May 201! City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.00 GENERAL 1.01 WORK INCLUDED SECTION 03200 CONCRETE REINFORCEMENT Furnish labor and reinforcing materials required to cut, bend, tie, splice, place and support the reinforcement in the material grades, sizes, quantities and locations specified. 1.02 QUALITY ASSURANCE A. TOLERANCES: Reinforcement shall be placed where specified, with the following maximum tolerances, plus or minus: 1. Concrete Cover: 1/4" 2. Rebar Spacing: 1/4" in 12" 1.03 SUB MITT ALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. SHOP DRAWINGS 1. Reinforcing bar layout drawing with bar lists clearly marked and referenced to plans. B. RECORDDATA: 1. Manufacturers' literature for specified products . C. CERTIFIED TEST REPORTS: 1. Certification of steel quality, size, grade and manufacturer's origin. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: A. American Society for Testing and Materials (ASTM) standards: ASTMA82 ASTMA185 ASTMA615 Specification for Steel Wire, Plain, for Concrete Reinforcement Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement B. American Concrete Institute (ACI) publications: ACI301 ACI 315 ACI318 Specification for Structural concrete for Buildings Details and Detailing of Concrete Reinforcement Building Code Requirements for Reinforced Concrete C. Concrete Reinforcing Steel Institute (CRSI) publication: F30429S03200 03200-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements CRSI Manual of Standard Practice 1.05 DELIVERY AND STORAGE Store steel reinforcement above the surface of the ground upon platform skids or other supports . Protect from mechanical and chemical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, steel reinforcement shall be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store steel reinforcement for ease of correlation with shop drawings . 1.06 JOB CONDITIONS A . Proposed deviations from reinforcing indicated on the plans or specifications shall be approved in writing by the Engineer prior to fabrication. B . Lap lengths shall be of the length shown on the plans or noted in lap and embedment table, and shall be in compliance with ACI 318. C . Specified cover for reinforcing shall be maintained throughout construction. Bars shall be cut to lengths necessary to allow for proper clearances. Cover of concrete shall be measured from face of forms to outside face of reinforcement. D. Stirrups shall be hooked. 2.00 PRODUCTS 2 .01 MATERIALS A . STEEL REINFORCING BARS: Billet-steel bars for concrete reinforcement conforming to ASTM A615, Grade 60, with a minimum yield strength of 60,000 psi. Steel reinforcing bars shall be produced in the United States of America. B . WELDED WIRE FABRIC: Cold-drawn steel wire conforming to ASTM A82; flat sheets fabricated in accordance with ASTM A185 . Use only where specifically indicated. C. SUPPORTS (CHAIRS): Bar supports shall be of the proper type for the intended use. Bar supports shall be uniform high density polyethylene (plastic) or fiberglass reinforced plastic (FRP) conforming to CRSI Class 1, Maximum Protection. D . SPACERS: Precast mortar blocks. E. MECHANICAL BAR SPLICES: Cadweld splices as manufactured by Erica Products, Inc., or approved equal, installed in strict accordance with the manufacturer's instructions and recommendations. The mechanical devices shall develop at least 125% of the specified yield of the spliced bars. F . MECHANICAL THREADED SPLICES: Mechanical threaded connections shall utilize a metal coupling sleeve with internal threads which engage threaded ends of the bars to be spliced and shall develop in tension or compression 125% of the specified yield strength of the bar. F30429S03200 03200-2 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 2.02 FABRICATIONS A. BENDING: Reinforcement shall be bent cold by machine to shapes indicated on the plans; true to shapes indicated; irregularities in bending shall be cause for rejection. Unless otherwise noted, all hook and bend details and tolerances shall conform to the requirements of ACI 315 and ACI 318. 3.00 EXECUTION 3.01 PREPARATION Before any concrete is placed, all mortar blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in individual molds, after which time the blocks shall be immersed in water for the remainder of at least a 4-day curing period. The blocks shall be cast with the sides beveled and in such a manner that the size of the block increases away from the surface to be placed against the forms. Blocks shall be in the form of a frustum of a cone or pyramid. Suitable tie wires shall be provided in each block for anchoring the block to the reinforcing steel, and to avoid displacement when placing the concrete. The size of the surface to be placed adjacent to the forms shall not exceed 2-1/2" square or the equivalent thereof when circular or rectangular areas are provided. Blocks shall be accurately cast to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. 3.02 INSTALLATION A. GENERAL: Place the reinforcement carefully and accurately in the concrete structures. Rigidly tie and support the reinforcement. Welding of any type of reinforcement shall not be permitted. B. SPLICES 1. Splicing of bars, except where indicated on the plans, shall not be permitted unless approved by the Engineer prior to fabrication. Splices shall be kept to a minimum. Splices shall preferably occur at points of minimum stress . Lap splices which are permitted shall have a lap in accordance with ACI 318. Rigidly clamp or wire the bars at all splices, in accordance with ACI. Overlap sheets of wire fabric sufficiently to maintain a uniform strength and securely fasten . 2. Welding of reinforcing steel splices shall not be permitted. 3. Make mechanical splices where shown on the plans using Cadweld splices or approved equal, installed in accordance with the manufacturer's instructions and recommendations . The mechanical device shall develop at least 125 % of the specified yield strength of the bar. C. PLACEMENT F30429S03200 1. Place steel reinforcement, as indicated on the plans with the specified tolerances. Hold securely in place during the placing of the concrete. The minimum dear distance between bars shall be per ACI 318 unless noted otherwise. Always pass vertical stirrups around the main tension members and securely attach thereto. Wire reinforcing together at a sufficient number of intersections to produce a sound, sturdy mat or cage of reinforcement that will maintain the reinforcement in correct positions when the concrete is placed. 03200-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or "chairs". Sizing and spacing of the chairs shall be sufficient to properly support the steel, and shall be in accordance with CRSI Publications "Manual of Standard Practice". 3. Space the reinforcing steel in concrete walls the proper distance from the face of the forms, as indicated on the drawings: a. For wall surfaces exposed to view, use chairs . b. For wall surfaces not exposedto view, use chairs or precast mortar blocks . 4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt notifications so that revisions can be made before concrete is placed . No cutting of reinforcing shall be permitted without the prior approval of the Engineer. 5. Place flat sheets of welded wire fabric flat in longest practical lengths. Lap joints a minimum of one mesh. Do not locate end laps over beams of continuous structures or midway between supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten ends and sides of welded wire fabric at 48" center to center with tie wire . 6. Reinforcing shall extend through construction joints. 3.03 FIELD QUALITY CONTROL Concrete shall not be placed until the Engineer has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION F30429S03200 03200-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECETION 03300 CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.01 SUMMARY Furnish labor, materials, m1xmg and transporting equipment and incidentals necessary to proportion, mix, transport, place, consolidate, finish and cure concrete in the structure. 1.02 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag, and silica fume; subject to compliance with requirements . 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Shop Drawings: 1. Mix design: For each concrete mix, complete the form "Concrete Mix Design" and one of the following forms: "Documentation of Required Average Strength -Field Strength Test Record" or "Documentation of Average Strength-Trial Mixtures". 2. Submit a schedule to the Owner's representative which shows the sequence of concrete placements. B. Certified Test Reports: 1. Materials used in the trial mix design. 2 . Aggregate, conforming to ASTM C33, including the test reports for soundness and abrasion resistance. 3. Aggregate: a. Verification that aggregate is not "potentially reactive" per ASTM C289. b. Or a cement chemical analysis indicating that the total alkali content is acceptable per section 2.02-A. 4. Seven (7) day and 28-day compressive strength tests results. a. When more than fifteen (15) 28-day compressive tests results are available from the current project for a given class of concrete, include the 15 test running average compressive strength versus the required average compressive strength (based on the previous 15 tests) in graphical form. C. Record Data: Manufacturer's literature on specified materials F30429S03300 03300-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. . 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction and the Engineer, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. Presubmittal Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Administration." 1. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast-in-place concrete to attend, including the following: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixtures. c. Ready-mix concrete manufacturer. d. Concrete subcontractor. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer's name. Immediately upon receipt, store cement in a dry, weather-tight and properly ventilated structure, which excludes moisture. Storage facilities shall permit easy access for inspection and identification. Cement not stored in accordance with the requirements shall not be used. B. Sufficient cement shall be in storage to complete placement of concrete started. In order that cement may not become unduly aged after delivery, maintain records of delivery dates. Use cement which has been stored at the site for 60 days or more before using cement of lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or whose temperature exceeds 170 degrees F. 1.06 STANDARDS F30429S03300 03300-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. The Contractor shall maintain one (1) copy of each of the applicable standards at the construction field office. A. American Society for Testing and Materials (ASTM) standards: F30429S03300 ASTMC31 ASTMC33 ASTMC39 ASTMC42 ASTMC87 ASTMC94 ASTMC109 ASTMC125 ASTMC143 ASTMC150 ASTMC156 ASTM C171 ASTM C172 ASTMC173 ASTM C191 ASTMC192 ASTMC231 ASTMC260 ASTMC289 ASTMC293 ASTMC309 ASTMC494 ASTMC579 Standard Practice for of Making and Curing Concrete Test Specimens in the Field Standard Specification for Concrete Aggregates Standard Specification Test Method for Compressive Strength of Cylindrical Concrete Specimens Standard Specification Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete Standard Specification Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar Standard Specification of Ready-Mixed Concrete Standard Test Method for Compressive Strength of Hydraulic Cement Mortars Terminology Relating to Concrete and Concrete Aggregates Standard Test Method for Slump of Hydraulic Cement Concrete Standard Specification for Portland Cement Standard Test Method for Water Retention by Concrete Curing Materials Standard Specification for Sheet Materials for Curing Concrete Standard Practice for Sampling Freshly Mixed Concrete Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method Standard Specification for Air-Entraining Admixtures for Concrete Standard Test Method for Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading) Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete Standard Specification for Chemical Admixtures for Concrete Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts , Monolithic Surfacings, and Polymer Concretes 03300-3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements ASTMC580 ASTMC595 ASTMC618 ASTMC806 ASTMC827 ASTMC845 ASTMC878 ASTMC881 ASTMC1240 ASTMD570 ASTMD638 ASTMD746 ASTMD994 ASTMD1752 ASTMD2240 ASTM D6690-01 ASTME96 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes Standard Specification for Blended Hydraulic Cements Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete Standard Test Method for Restrained Expansion of Expansive Cement Mortar Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures Standard Specification for Expansive Hydraulic Cement Standard Test Method for Restrained Expansion of Shrinkage-Compensating Concrete Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete Standard Specification for Silica Fume used in Cementitious Mixtures Standard Test Method for Water Absorption of Plastics Standard Test Method for Tensile Properties of Plastics Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact · Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction Standard Test Method for Rubber Property-Durometer Hardness Standard Specification for Joint and Crack Sealant, Hot Applied, for Concrete and Asphalt Pavements Standard Test Methods for Water Vapor Transmission of Materials B. American Concrete Institute (ACI) standards: F30429S03300 ACI 211.1 ACI214 ACI223 ACI301 ACI304 ACI304.2R ACI305R ACI306R ACI308 ACI309 ACI 318 ACI350 Standard Practice for Selecting Proportions for Normal, Heavy-weight, and Mass Concrete Recommended Practice for Evaluation of Strength Test Results Standard Practice for Use of Shrinkage Compensating Concrete Specification for Structural Concrete for Buildings Guide for Measuring, Mixing, Transporting & Placing Concrete Placing Concrete by Pumping Methods Hot Weather Concreting Cold Weather Concreting Standard Practice for Curing Concrete Guide for Consolidation of Concrete Building Code Requirements for Reinforced Concrete Code Requirements for Environmental Engineering Concrete Structures 03300-4 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Corps of Engineers, Department of the Army specification: CRD-C621-83 Corps of Engineers Specification for Non-Shrink Grout D. Federal Specification: TT-S-00227E Type II, Class A or B, Expansion Joint Sealant E. Concrete Plant Manufacturers Bureau (CPMB) PART 2 -PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.02 CONCRETE MATERIALS A. Cement; General: If the · fine and/or coarse aggregates test "Potentially Reactive", in accordance with ASTM C289, a low alkali Portland Cement shall be used. The total alkali content calculated as the percentage of sodium oxide (Na20) plus 0.658 times the percentage of potassium oxide (K20) shall not exceed 0.6. B. Cement; Type: Type II Portland Cement, conforming to ASTM C150; used for all concrete, unless noted otherwise. C. Fly Ash/Pozzofans: Conforming to ASTM C618, Class F fly ash; used in all classes of concrete. A supplier's certificate of the analysis and composition of the fly ash shall be supplied. D. Coarse Aggregate 1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified. 2. For gradation size number 467, a maximum aggregate size of 1-1/2" is: F30429S03300 03300-5 May20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3/4" 3/8" No.4 30-65 35-70 70-90 10-30 95-100 0-5 3. For gradation size number 57, the maximum aggregate size of 1" is: ~~""7"""~~~~ ~;&~JtJm·-~:(;·t~rf:n ~m,l ~~-- 1-1/2" 0 100 1" 0-5 95-100 Y2" 40-75 25-60 No.4 90-100 0-10 No.8 95-100 0-5 E. Fine Aggregate 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete is: ~-'' 11::.::;:·.,_:-''.\~:i~·-,'·-11nm11ru11t~rtm ~=--r::~,,;Wr,.;:;, .• ; '4 ,a-: _, ft ' ~t.11'~,....!..~ ~ 3/8" 0 100 I #4 0-5 95 -100 #8 0-20 80-100 #16 15 -50 50-85 #30 40-75 25-60 #50 70-90 10-30 #100 90-98 2-10 2 . Fine aggregate shall have not more than 45% retained between any two (2) consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. · F. Water: Potable and complying with ASTM C 94. 2.03 ADMIXTURES A. Air-Entraining Admixture: Conforming to ASTM C260. The total average air content shall be in accordance with recommendations of ACI 211.1; 4.5% ±1.5% for 1-1/2" maximum size aggregate. B. Water Reducing Admixtures: Conforming to ASTM C494; Types "A" or "D" only; accurately measured and added to the mix according to the manufacturer's recommendations. C Set Retarding Admixtures: Conforming to ASTM C494; Types "B" and "D" only; accurately measured and added to the mix in according to the manufacturer's recommendations. D. Water ReduciI:ig Admixtures -High Range (HRWR): High Range Water Reducer shall comply with ASTM C494, Type For G. HRWR sh.all be accurately measured in accordance with the manufacturer's recommendations. HRWR shall be added to the concrete mix at the concrete batch plant. HRWR may not be added at placement site except to redose a batch F30429S03300 03300-6 May 2011 City of Fort Worth Rolling Hills WIP Phase 5 -Chemical Facilities Improvements and only after approval of the HR.WR manufacturer. The high range water reducing admixture shall be able to maintain the plasticity range without significant loss of slump or rise in concrete temperature for 2 hours . With the use of these admixtures, slump limit shall be between 7" and 9" unless otherwise authorized by the manufacturer. Other admixtures may only be used with the HR.WR if approved by the HR.WR manufacturer. A representative of the HR.WR manufacturer shall be present during any large placement, placement of slabs, or during times of unusual circumstance which may require changes to the product formulation. E . Manufacturers: a. Master Builders, Inc . b. W. R. Grace & Co . c. Sika Corporation . 2.04 WATERSTOPS A. Self-Expanding Strip Waterstops (Hydrophilic): Self-expanding strip waterstops shall be used only where specifically indicated. Manufactured rectangular or trapezoidal strip, sodium bentonite or other hydrophylic material for adhesive bonding to concrete. 1. Products: a. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc. b. Adeka Ultra Seal; Mitsubishi International Corporation. 2.05 CURING MATERIALS A. Sheet Curing Material: Conforming to ASTM C 171. 1. Waterproof paper 2. Polyethylene film 3. White burlap -polyethylene film B. Membrane Curing Compounds: Membrane curing compound conforming to ASTM C309; having a color to indicate coverage when applied; non-staining; applied according to the manufacturer's recommendations . No curing compound shall be used on walls which are to receive a plaster mix finish. When tested according to ASTM C156, the curing compound shall provide a film which has retained, within the specimen, the following percentages of moisture present when the curing compound was applied: 1. At least 97% at the end 24 hours 2. At least 95% at the end of three (3) days 3. At least 91 % at the end of seven (7) days C. Concrete Curing and Sealing Compound: Where a sealer is necessary, use a concrete curing and sealing compound. Application of this product shall be in accordance with the manufacturer's recommendations. F30429S03300 03300-7 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements I. Sonneborn Kure-N-Harden by BASF The Chemical Company. D. Finishing Aid: Spraying material designed to form a monomolecular film on fresh concrete that reduces the rate of evaporation of surface moisture prior to finishing; conforming to Confilm, as manufactured by Master Builders, Inc . This material is not a curing compound. Concrete must be cured as specified. 2.06 RELATED MATERIALS A. Joint Materials for Non-Water-Retaining Structures : Bituminous-type, preformed, expansion joint filler; conforming to ASTM D994. B . Bonding Agents: I . Install according to the manufacturer's recommendations and written instructions. 2 . Bonding agent shall be Sika Armatec 110 EpoCem by Sika Corporation. C. Non-Shrink Grout F30429S03300 I. General: Non-shrink grout for grouting of pump, motor, and equipment baseplates or bedplates, column baseplates, other miscellaneous baseplates, piping block outs and other uses of grout. Grout shall meet the following requirements, as verified by independent laboratory tests: a . No shrinkage from the time of placement, or expansion after set, under ASTM C827 and CRD-C621-83 (Corps of Engineers). When non-shrink grouts are tested under CRD-C621-83, the grout shall be tested in a fluid state . A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, ± five (5) seconds . b. An initial set time of not less than 45 minutes under ASTM Cl 91. 2. Non-Shrink Non-Metallic Grout: Pre-mixed, non-staining, non -shrink grout; minimum 28-day compressive strength of 5,000 psi. a. Do not use for vibrating equipment. b. Products : . 1) Masterflow 713 Plus by BASF The Chemical Company 2) Five Star Grout by Five Star Products, Inc. 3) SikaGrout 212 by Sika Corporation. 3. Non-Shrink Epoxy Structural Grouts : Furnished in two (2) components from the factory and mixed on the job site; conforming to ASTM C579, ASTM C580, and ASTM C827; chemical resistant, water resistant and a minimum seven (7) day compressive strength of 12,000 psi. a . Use for vibrating equipment. b. Products: 1) Sikadur 42, Grout-Pak by Sika Corporation 2) Five Star HP Epoxy Grout by Five Star Products , Inc. 3) Masterflow 648 CP by BASF The Chemical Company 03300-8 . May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements D. Normal Shrinkage Grout: One (1) part Portland Cement, Type II, to three (3) parts of clean, first quality sand; proportioning on a volumetric basis; used for non-structural applications for grouting areas as shown on the plans which do not require non-shrink grout. E. Foundation Waterproofing: Thoroseal Foundation Coating as manufactured by Thoro Systems Products. Foundation coating shall be used only on the exterior of concrete walls not exposed to view where indicated on the drawings. F. Zinc Rich Primer:. Aluminum surfaces which contact or are embedded in concrete shall be coated with zinc rich primer. Primer shall be Tneme-Zinc. 2.07 REPAIR MATERIALS A. Structural Concrete Repair Material: Non-shrink, non-slump, non-metallic, quick-setting patching mortar; as approved by the manufacturer for each application and applied accordance with the manufacturer's recommendations . 1. Products: a. Sikatop 123 by Sika Corporation b. Five Star Structural Concrete by Five Star Products, fuc. 2.08 CONCRETE MIXTURES A. Design Criteria F30429S03300 1. Concrete shall be composed of Portland Cement, fine aggregate, coarse aggregate, admixtures and water, as specified. All Class A and C concrete shall include high range water reducer (HR.WR). 2. ACI 211.1 shall be the basis for selecting the proportions for concrete made with aggregates of normal and high density and of workability suitable for usual cast-in-place structures. 3. The design of the concrete shall be consistent with the minimum requirements of strength and proportions stated herein an.ct in accordance with ACI Standard 211.1 "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," subject to maximum water cement ratio, minimum cement content and minimum strengths specified. 4. The workability of any niix shall be as required for the specific placing conditions and the method of placement. The concrete shall have the ability to be worked readily into corners and around reinforcing steel without the segregation of materials or the collection of free water on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. 5. fu no case shall the amount of coarse material produce harshness in placing or honeycombing in the structure, when forms are removed. 6. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 03300-9 May2011 · City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 7. The maximum amount of water includes the water in the aggregate, with the aggregates in a saturated, surface-dry condition. 8. The maximum water content shall be the amount added at the mixer, plus the free water in the aggregate, and minus the absorption of the aggregate based on a 30-minute absorption period. No allowance shall be made for the evaporation of water after batching. If additional water is required to obtain the desired slump, a compensating amount of cement shall also be added. In no case shall the maximum water-cement ratio exceed the specified maximum or that of the approved mix design. No additional compensation shall be made for additional cement. 9. If fly ash is to be used in place of cement, no more than 20% percent of the cement may be replaced. 10. Concrete of 3000 psi or stronger shall contain air-entraining admixtures, unless indicated otherwise. 11. When job conditions dictate, water-reducing and set-controlling admixtures may be used. Only specified admixtures shall be used. Admixtures shall be batched at the batch plant. 12. Concrete shall be capable of developing two thirds of the required 28-day compressive strength in seven days. B. Concrete Classifications A 4000 1.5*** 0.45 5 5.5 Size No. 467 B 3000 1.5 0.47 4 5.5 Size No. 467 C 4000 1.0 0.45 4 6.0 Size No. 57 E 1500 1.5 0.70 4 4.0 Size No. 467 *Maximum slump with high range water reducing admixture may be increased to 7" -9". ** Provide one additional sack of cement per cubic yard if concrete must be deposited in water. *** Maximum aggregate size may be reduced to l" if 6 sacks of cement per CY are used. C. CONCRETE USAGE Class A Use: Class B Use: Class C Use: Class E Use: All reinforced concrete unless otherwise specified Sidewalks, Curbs, Driveways Pumped Concrete Cradling, Blocking, Lean Concrete Backfill . D. Required Average Compressive Strength F30429S03300 03300-10 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1. All concrete is required to have an average compressive strength greater than the specified strength. The required average compressive strength shall be established according to the requirements of ACI 301, 4.2.3.3. 2. Standard Deviation: If the production facility has records of field tests performed within the past 12 months and spanning a period of not less than 60 calendar days for a class of concrete within 1000 psi of that specified for the work, calculate a standard deviation and establish the required average strength/er' in accordance with ACI 301, 4.2.3.2 and 4.2.3.3.a. If field test records are not available, select the required average strength from ACI 301, Table 4.2.3.3 .b. E. Documentation of Required Average Compressive Strength F30429S03300 1. Documentation indicating the proposed concrete proportions will produce an average compressive strength equal to or greater than the required average compressive strength, shall consist of field strength records or trial mixture . 2. Field Strength Records a. Document field strength records according to ACI 301, 4.2.3.4 .a and including the following. 1) Field test data shall no be older than one year. 2) If field test data are available and represent a single group of at least 10 consecutive strength tests for one mixture, using the same materials, under the same conditions, and encompassing a period of not less than 60 days, verify that the average of the field test results equals or exceeds fer' . Submit for acceptance the mixture proportions along with the field test data. 3) If the field test data represent two groups of compressive strength tests for two mixtures, plot the average strength of each group versus the water-cementitious materials ratio of the corresponding mixture proportions and interpolate between them to establish the required mixture proportions for fer'. 3. Trial Mixtures a. Establish trial mixture proportions according to ACI 301, 4.2.3.4.b and including the following. 1) Make at least three trial mixtures complying with performance and design requirements. Each trial mixture shall have a different cementitious material content. Select water-cementitious materials ratios that will produce a range of compressive strengths encompassing the required average compressive strength fer'. 2) Submit a plot of a curve showing the relationship between water-cementitious materials ratio and compressive strength. 3) Establish mixture proportions so that the maximum water-cementitious materials ratio is not exceeded when the slump is at the maximum specified. b. Laboratory samples shall be taken in accordance with the trial mix designs for laboratory testing purposes. c. The fresh concrete shall be tested for Slump (ASTM Cl43) and Air Content (ASTM C173 and ASTM C231). Strength test specimens shall be made, cured and tested for seven (7) and 28-day strength in accordance with ASTM CI92, ASTM C39, and ASTMC293. 03300-11 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements d. Suitable facilities shall be provided for readily obtaining representative samples of aggregate from each of the weigh batchers for test purposes and for obtaining representative samples of concrete for uniformity tests. The necessary platforms, tools, and equipment for obtaining samples shall be furnished. Aggregates shall be tested in accordance with ASTM C289. e. The cement contents specified are minimum values. If additional quantities are required to obtain the specified strengths, supply the cement at no additional cost to the Owner. f. A trial mix shall be designed by an independent testing laboratory, retained and paid by the Contractor and approved by the Owner. The testing laboratory shall submit verification that the materials and proportions of the trial concrete mix design meet the specifications. g. From these trial mix tests, the ratios between 7-day and 28-day strengths shall be established. The seven (7) day strength which corresponds to the required 28-day strength shall be determined. h. The final results of the trial mix design shall be submitted to the Engineer at least ten (10) days prior to the scheduled beginning of concrete placement and shall be approved by the Engineer prior to the placement of any concrete. 4. Revisions to concrete mixtures a. When less than 15 compressive strength tests results for a given class of concrete are available from the current project: 1) If any of the If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a) A 7-day compressive strength test result multiplied by 1.5 falls below the required 28-day compressive strength. b) A 28-day compressive strength tests result is deemed not satisfactory. b. When at least 15 compressive strength test results for a given class of concrete become available from the current project: 1) Calculate the actual average compressive strength, standard deviation and required average compressive strength using the previous 15 consecutive strength tests. Submit results in graphical form with each 28-day test result for that class of concrete. 2) If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a) A 7-day compressive strength test result multiplied by the average job-to- date ratio of 7-day to 28-day compressive strength falls below the required 28-day compressive strength. b) A 28-day compressive strength tests result is deemed not satisfactory. c) The average compressive strength falls below the required average compressive strength. c. When revisions to the mix design are required, notify the Engineer in writing of the corrective actions taken. 2.09 OFF SITE BATCH PLANT F30429S03300 03300-12 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. 2.10 CONCRETE MIXING A. Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable of combining the materials into a uniform mixture and of discharging without mixture segregation. Stationary and paving mixers shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. The mixers or mixing plant shall include a device for automatically counting the total number of batches of concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer on the name plate. B. The mixing time for stationary mixers shall be based upon the mixer's ability to produce uniform concrete throughout the batch and from batch to batch. For guidance purposes, the manufacturer's recommendations, or one (1) minute for one (1) cubic yard plus 1/4 minute for each additional cubic yard may be used . Final mixing time shall be based on mixer performance. Mixers shall not be charged in excess of the capacity specified by the manufacturer. C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed), the stationary mixing time may be · reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). D. When a truck mixer is used, either for complete mixing (transit-mixed) or to finish the partial mixing in a stationary mixer and in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the rate of rotation designated by the manufacturer of the equipment as mixing speed. If the batch is at least 1/2 cubic yard less than the rated capacity, in the absence of uniformity test data, the number of revolutions at mixing speed may be reduced to no less than 50. Additional mixing shall be performed at the speed designated by the manufacturer of the equipment as agitating speed. When necessary for proper control of the concrete, mixing of transit-mixed concrete shall not be permitted until the truck mixer is at the site of the concrete placement. Truck mixers shall be equipped with accurate revolution counters. E. Paving mixers may be either single compartment drum or multiple compartment drum type. A sled or box of suitable size shall be attached to the mixer under the bucket to catch any concrete spillage that may occur when the mixer is discharging concrete into the bucket. Multiple compartment drum paving mixers shall be properly synchronized. The mixing time shall be determined by time required to transfer the concrete between compartments of the drum. F. Vehicles used in transporting materials from the batching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Cement shall be transported from the batching plant to the mixers in separate compartments which are equipped with windproof and rain-proof covers. PART 3 -EXECUTION F30429S03300 03300-13 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.01 PREPARATION A. Notify the Owner's representative upon completion of various portions of the work required for placing concrete, so that inspection may be made as early as possible. Keep the Owner's representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, p1pmg, electrical, plumbing and the Contractor's concreting material s and equipment shall be in compliance with the plans and specifications before proceeding. C . Do not place any concrete until formwork and the placing reinforcement in that unit is complete. Place no concrete before the completion of all adjacent operations which might prove detrimental to the concrete. ' D. Brilliantly light the work site so that all operations are plainly visible when concrete mixing, placing, and finishing continues after daylight. Whenever possible, concrete finishing shall be completed in daylight hours. E. When placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust and other extraneous matter. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails, or any other matter which would mar the appearance of the finished construction . Clean forms and keep them free of any foreign matter during concrete placing. F. The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the time limits specified shall not be used . Concrete shall not be re- tempered. G . Concrete shall not be placed if impending weather conditions would impair the quality of the finished work. H. Unless otherwise provided, the following requirements shall govern the time sequence on which construction operations shall be carried. 1. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured for at least two (2) curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. 2. Steel beams or forms and falsework for superstructures shall not be erected on concrete substructures until the substructure concrete has cured for at lea~t four ( 4) curing days. Falsework required for superstructures shall not be erected until the substructure has cured for four (4) curing days, and shall not be removed until the superstructure has cured. 3.02 EMBEDDED ITEMS A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer.· Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. F30429S03300 03300-14 May 2011 City of Fort Worth Rolling Hills WTP Phase S -Chemical Facilities Improvements B. Paint steel or other ferrous metal to be mounted on or placed in contact with dry/cured concrete, and coat in accordance with Division 9 prior to installation. 3.03 JOINTS A. Expansion Joints and Devices 1. Workmanship: Exercise careful workmanship in joint construction to separate the concrete sections by an open joint or by the joint materials, and make the joints true to the outline indicated. 2. Expansion Joints: Construct expansion joints and devices to provide expansion and contraction. Construct joints which are to be left open or filled with poured joint material with forms which are adaptable for loosening or early removal. In order to avoid jamming by the expansion action of the concrete and the consequent likelihood of injuring adjacent concrete, remove or loosen these forms as soon as possible after the concrete has initially set. Make provisions for loosening the forms to permit free concrete expansion without requiring full removal. B. Construction Joints F30429S03300 1. Construction joints are formed by placing plastic concrete in direct contact with concrete which has attained its initial set. When concrete is specified as monolithic, the term shall be interpreted as the manner and sequence of concrete placement so that construction joints do not occur. a. Unless noted otherwise, the maximum horizontal spacing of construction joints shall be 40-feet. b. For slabs on grade, the maximum spacing between two construction joints or between a construction joint and a control joint shall be 15-feet, unless noted otherwise. c. Unless noted otherwise or approved by the Engineer, the maximum vertical spacing of construction joints shall be 15-feet. If not detailed on the drawings, construction joint details and locations shall be submitted to the Engineer for approval. 2. Additional horizontal and vertical construction joints, when submitted and approved by the Engineer, may have an impact on reinforcing details. Revise reinforcing details to reflect additional joints. 3. Unless otherwise provided, construction joints shall be square and normal to the forms. Provide bulkheads in the forms for all joints except horizontal joints. 4. At the proper time, clean horizontal construction joints for receiving the succeeding lift using air-water cutting. The surface shall be exposed sound, clean aggregate. The air pressure supply to the jet shall be approximately 100 lbs. per square inch, and the water pressure sufficient to bring the water into effective influence of the air pressure. After cutting, wash the surface until there is no trace of cloudiness in the wash water. 5. In areas where air-water cutting cannot be satisfactorily accomplished, or in areas where it is undesirable to disturb the surface of the concrete before it has hardened, prepare the surface for receiving the next lift by wet sand blasting to immediately remove all laitance and unsound concrete prior to placing of the next lift. Thoroughly wash the surface of the concrete after sand blasting to remove all loose material. 03300-15 May20!! City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 6. Provide construction JOmts with concrete keyways , reinforcing steel dowels, and waterstops. The method of forming keys in keyed joints shall permit the easy removal of forms without chipping, breaking, or damaging the concrete . C. Existing Hardened Concrete: Where new concrete or grout is to be placed in contact with existing hardened concrete, texture the existing surface by chipping or other means so that an irregular surface having a height variance of not less than 1/4" is created. The existing concrete shall then be coated with a bonding agent and new concrete or grout placed. F30429S03300 03300-16 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3 .04 WATERSTOPS A. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, bonding or mechanically fasten ing and firmly pressing into place. Install in longest lengths practicable .. 3.05 CONCRETE PLACEMENT A. Cold Weather 1. If air temperature is at or below 40 degrees F , cold weather concreting shall be performed in accordance with ACI-306R. 2. No concrete shall be mixed or placed when the atmospheric temperature is at or below 35 degrees F . The temperature shall be taken in the shade away from artificial heat. 3. In cases where the temperature drops below 40 degrees F after the concreting operations have been started, sufficient canvas and framework or other type of housing shall be furnished to enclose and protect the structure, in accordance with the requirements of ACI-306R. Sufficient heating apparatus such as stoves, salamanders, or steam equipment and fuel to provide heat shall be supplied. The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the Owner. 4 . When mixing with the air temperature below 40 degrees F, water used for mixing shall be heated to raise the concrete temperature to 70 degrees F . The temperature of the mixing water shall not exceed 165 degrees F when entering the mixer. 5. If heating the mixing water only does not raise the placing temperature of the concrete to 70 degrees F, the aggregate must also be heated, either by steain or dry heat, to raise the placing temperature of the concrete to the required temperature. In no case shall the aggregate temperature exceed 150 degrees F as it enters the mixer. The heating apparatus shall heat the mass of the aggregate uniformly and preclude the occurrence of hot spots which bum the material. 6 . Salts, chemicals, or other foreign materials shall not be mixed with the concrete to preventing freezing. Calcium chloride is not permitted. B. HotWeather F30429S03300 1. Hot weather is defined as any combination of high air temperature, low relative humidity and wind velocity that impairs the quality of the concrete . Hot weather concreting shall be in accordance with ACI-305R. Concrete shall be placed in the forms without the addition of any more water than that required by the design (slump). No excess water shall be added on the concrete surface for finishing . Control of initial set of the concrete and extending the time for finishing operations may be accomplished with the use of approved water-reducing and set-retarding admixture, as specified. 2. Maximum time intervals between the addition of mixing water and/or cement to the batch, and the placing of concrete in the forms shall not exceed the following (excluding HRWR admixture use): 03300-17 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Non-A itated Concrete U to 80° F 30 Minutes Over 80° F 15 Minutes 90 Minutes 75° to 89° F 60 Minutes The use of an approved set-retarding admixture will permit the extension of the above time maximums by 30 minutes, for agitated concrete only. The use of an approved ~igh range water reducing (HRWR) admixture will allow placement time extensions as determined by the manufacturer. 3. The maximum temperature of concrete shall not exceed 90 degrees F at the time the concrete is placed. The temperatures of the mixing water shall be reduced by the use of chilled water or ice. 4. The maximum temperature of concrete with high range water reduci,ng admixture shall not exceed 100 degrees F at the time concrete is placed. 5 . Under extreme heat, wind, or humidity conditions , concreting operations may be suspended if the quality of the concrete being placed is not acceptable . C. Handling and Transporting F30429S03300 1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM . C94, Section 16. Each delivery ticket must show plainly the amount of water, in gallons, · that can be added to the mixer truck at the site withp4t exceeding the maximum water cement ratio approved for that mix design. Amount of water added must be in proportion to contents of truck. · 2. Arrange and use chutes, troughs, or pipes as aids in placing concrete so that the ingredients of the concrete are not segregated. They shall be steel or steel lined. When steep slopes are necessary, equip the chutes w,ith baffles or . make in short lengths that reverse the direction of movement. Extend open troughs · and chutes, if necessary, inside the forms or through holes left in the forms . Terminate the ends of these chutes in vertical downspouts. 3. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete by thoroughly flushing with water before and after placement. Discharge water used for flushing away from the concrete in place. . . · · · · 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 5. Carting or wheeling concrete batches on completed concrete floor slab shall not be permitted until the slab has aged at least four (4) curing days . Unless pneumatic tired carts are used, ·wheel the carts on timber planking so th~t the loads and impact are distributed over the ·slab . Curing operations shall not be interrup(ed for the purpose of wheeling concrete over finished slabs . · 03300-18 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Depositing 1. The method and manner of placing shall prevent segregation or separation of the aggregate or the displacement of the reinforcement. Use drop chutes of rubber or metal when necessary. Prevent the spattering of forms or reinforcement bars if the spattered concrete dries or hardens before it is incorporated into the mass. 2. Fill each part of the forms by directly depositing concrete as near its final position as possible. Work the coarse aggregate back from the face and force the concrete under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms, then running or working it along the forms shall not be permitted. 3. After the concrete has taken initial set, the forms shall not be jarred . No force or load shall be placed upon projecting reinforcement. 4. Deposit the concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above, such as directly into an excavated area, or through the completed forms, particularly in walls, piers, columns, and similar structures. Drop chutes shall be made in sections or provided in several lengths so that the outlet may be adjusted to proper heights during placing. 5. Concrete shall not be dropped free more than 10 feet when HR.WR admixture is used or 5 feet without HR.WR. Place in continuous horizontal layers with a depth of from 1 feet to 3 feet, depending upon the wall thickness. Each layer shall be soft when a new layer is placed upon it. No more than one (1) hour shall elapse between the placing of successive concrete layers in any portion of the structures included in continuous placement. 6. Place required sections in one continuous operation to avoid additional construction joints. 7. If excessive bleeding causes water to form on the surface of the concrete in tall forms, make the mix dryer to reduce the bleeding. In tall walls, place the concrete to a point about 1 foot below the top of the wall and allow to settle for one to two (1-2) hours. Resume and complete concreting before set occurs. 8. For slopes greater than two percent, start concrete placement at low end and proceed upslope. E. Consolidating F30429S03300 1. Compact each layer of concrete and flush the mortar to the surface of the forms by continuous-working mechanical vibrators. Vibrators which operate by attachment to forms shall not be used. Apply the vibrator to the concrete immediately after deposit. Move vibrator throughout the layer of the newly placed concrete, several inches into the plastic layer below. Thoroughly work the concrete around the reinforcement, embedded fixtures and into the corners and angles of the forms until it is well-compacted. 2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously placed layers which are partially set or hardened. They shall not be used to aid the flow of concrete laterally. The vibration shall be of sufficient duration to completely compact and embed reinforcement and fixtures, but not to an extent causing segregation. 03300-19 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Imp rovements 3. Keep vibrators constantly moving in the concrete and apply vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The vibrator shall not be held in one location longer than required to produce a liquified appearance on the surface. 4. When submerged in concrete, internal vibrators shall maintain a frequency of not less than 6,000 impulses per minute for spuds with diameters greater than 5" and 10,000 impulses for smaller spuds. The vibration intensity (amplitude) shall be sufficient to produce satisfactory consolidation. 5. Provide one (1) vibrator (powered pneumatically or electrically) for each 10 cubic yards of concrete per hour being placed. Provide at least one (1) vibrator, which may be of the gasoline powered type, as a standby for each two vibrators in service. To produce satisfactory consolidation, and based upon the observed performance, the Owner's representative may require the use of a larger sized and powered vibrator. 6. Check vibrators intended for regular service or standby service before beginning concreting operations. F. Placement in Water 1. Deposit concrete in water only when dry conditions cannot be obtained . The forms, cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through the space where co.ncrete is to be deposited. Pumping of water shall not be permitted while the concrete is being placed, nor until it has set fof at least 36 hours. 2. Carefully place the concrete compact mass using a tremie, closed bottom-dumping bucket, or another approved method which does not permit the concrete to fall through the water without protection. The concrete shall not be disturbed after being deposited . Regulate depositing to maintain horizontal surfaces. 3. When a tremie is used, it shall consist of a tube constructed in sections having water- tight connections. The means of supporting the tremie shall permit the movement of the · discharge end over the entire top surface of the work, and shall allow the tremie to be rapidly lowered to retard the flow. The number of times it is necessary to shift the location of the tremie shall be held to a minimum for any continuous placement of concrete . During the placing of concrete, keep the tremie tube full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out of the concrete at the bottom, until the batch discharges to the level of the bottom of the hopper. Stop the flow by lowering the tremie . Continue placing operations until the work is completed . 4. When concrete is placed by means of the bottom-dump bucket, the bucket shall have a capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it rests upon the concrete already placed. Raise it very slowly during the discharge travel to maintain still water at the point of discharge and to avoid agitating the mixture. 5. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. G . Placement in Slabs F30429S03300 03300-20 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 1. Allow concrete in columns, walls and deep beams or girders to stand for at least one (1) hour to permit full settlement from consolidation, before concrete is placed for slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. 2. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise specified or indicated, shall insure that concrete in any one strip is not allowed to lie in place for more than one (1) hour before the adjacent strips are placed. 3. Immediately before placing concrete, thoroughly dampen the earthen cushion to receive concrete to prevent moisture absorption from the concrete. 4. As soon as concrete placing is complete for a slab section of sufficient width to permit finishing operations, level the concrete, strike off, tamp and screed. The screed shall be of a design adaptable to the use intended, shall have provision for vertical adjustment and shall be sufficiently rigid to hold true to shape during use. 5. The initial strike off shall leave the concrete surface at an elevation slightly above grade so that, when consolidation and finishing operations are completed, the surface of the slab is at grade elevation. 6. Continue tamping and screeding operations until the concrete is properly consolidated and free of surface voids. Bring the surface to a smooth, true alignment using longitudinal screeding, floating, belting, and/or other methods. 7. · When used, templates shall be of a design which permits early removal so satisfactory finishing at and adjacent to the template is achieved. 8. While the concrete is still plastic, straightedge the surface using a standard 1 O' metal straightedge. Lap each straightedge pass 1/2 of the preceding pass. Remove high spots and fill depressions with fresh concrete and re-float. Continue to check with a straightedge during the final finishing operation, until the surface is true to grade and free of depressions, high spots, voids, or rough spots. 9. Check the final surface with a straightedge. Ordinates measured from the face of the straightedge to the surface of the slab shall not exceed 1/16" per foot from the nearest point of contact. The maximum ordinate shall be 1/8" per 10'. 10. Unless noted otherwise, where floor drains or hub drains are shown in slabs of buildings, vaults, or treatment basin units and sloping the slab is not indicated, slope slab to drain on a grade of 1/16" per foot with a maximum total slope of 1-1/4". The thickness of slab at floor or hub drain shall be the thickness of slab, as indicated on the plans. H. Placement in Foundations: Place concrete in deep foundations so that segregation of the aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or vertical pipes. When footings can be placed in dry foundation pits without the use of cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete to the elevation of the top of footing. The placing of concrete bases above seal courses is permitted after the forms are free from water and the seal course cleaned. Execute necessary pumping or bailing during concreting from a suitable sump located outside the forms. 3.06 FINISHING FORMED SURFACES F30429S03300 03300-21 May201I City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. Forms for walls, columns and sides of beams and girders shall be removed as specified in Section 03100, CONCRETE FORMWORK. Patch, repair, finish and clean concrete after form removal. Finish concrete within seven (7) days of form removal. Cure concrete as finishing progresses. B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching. C . Finish Schedule No Finish Smooth Finish Surfaces which are not visible from the inside or outside of the completed structure; Surfaces more than 12-inches below finish grade (i.e. back of retainin walls below embankment, etc.) Surfaces exposed to view and areas below to a point 12-inches below ade D. No Finish: After forms are removed, repair or patch tie holes and defects. Otherwise, no additional finish is required. E. Smooth Finish: Unless otherwise shown on the schedule above, provide smooth form finish for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Patch tie holes and defects and remove fins flush with the adjacent surface. F. Form Liner Finish: Finish shall be as specified in Section 03100, CONCRETE FORMWORK. 3.07 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.lR for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs, platforms and steps monolithically and apply as indicated on the drawings and the following schedule of finishes: · Rough Finish Tank floors that receive grout topping and slabs which receive additional concrete to in s. Trowel finish Slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or F30429S03300 another thin film-finish coatin s stem. 1. Rough Finish: Provide a rough surface by screeding only witho~t further finish. 2. Trowel Finish: a. After applying float finish, apply first trowel finish and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is 03300-22 May201l City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. b. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot-long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed 1/8 inch. 3. Broom Finish: Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. C. Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to the width of the walk and edge on each side using a tool with a radius of approximately 1/4". D. Finishing in Hot, Dry Weather: During periods of high temperature and/or low humidity, take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the initial set of concrete, but while the concrete is still "green", continue to finish as required to remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on the job following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage cracks. 3.08 MISCELLANEOUS CONCRETE ITEMS A. Normal Shrinkage Grouting 1. Prior to grout application, thoroughly clean the surface of all foreign matter and wet down. Thoroughly clean the foundation and the forms set in place and securely anchor, with holes or cracks in forms caulked with rags, cotton waste or dry sand mixture to prevent the loss of grout. The necessary materials and tools shall be on hand before starting grouting operations. Concrete shall be damp when the grout is poured, but shall not have excess water to dilute the grout. 2 . After wetting and just prior to grouting, sprinkle the surface lightly with cement to improve the bond between the grout and the surface. 3 . After mixing, quickly and continuously place the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout according to the manufacturer's recommendations. Cure grout using wet curing method for concrete. Grout shall receive a steel trowel finish. B. . Non-Shrink Grout F30429S03300 1. Obtain field technical assistance from the Grout manufacturer, as required, to insure that grout mixing and installation comply with the manufacturer's recommendations and procedures. 2. Saturate the foundation for non-shrink grouts 24 hours before installation and clear of excess water. Free baseplates or bedplates of oil, grease, Iaitance and other foreign substances. 3. Place grout according to the manufacturer's directions so that spaces and cavities below the top of the baseplates and bedplates are completely filled. Provide forms where structural components of the baseplates or bedplates do not confine the grout. Where 03300-23 May 2011 City of Fort Worth Rolling Hills wrP Phase 5 -Chemical Facilities hnprovements necessary and acceptable under the manufacturer's procedures, a round head pencil vibrator, 3/4" maximum diameter may be used to consolidate the grout. 4. Steel trowel finish the non-shrink grout where the edge of the grout is exposed to view and after the grout has reached its initial set. Cut off the exposed edges of the grout at a 45 degree angle to the baseplate, bedplate, member, or piece of equipment. 5. Wet curing should occur for at least three (3) days, unless specified by manufacturer, with wet rags, wet burlap or polyethylene sheets. Keep cloths constantly wet for the curing cycle . 6. Clean and dry the foundation, baseplate or other surface of epoxy grouts prior to installation. Dry curing is acceptable for epoxy grouts. 7. Use epoxy non-shrink grout under all machinery, pumps, equipment, and where chemicals are present that would abate cementitious non-shrink grouts. 8. Mix, install, cure, and finish epoxy grouts according to the manufacturer's recommendations. Install grout in recommended lifts to prevent excess heat. 3.09 CONCRETE PROTECTION AND CURING A. General: Give careful attention to proper concrete curing. The curing methods shall be wet curing, sheet materials conforming to ASTM Cl 71, or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces to which additional concrete, plaster mix mortar or terrazzo is to be applied. Unless the curing method is specified otherwise, select the appropriate curing method. B . Length of Curing Period 1. A "curing day" shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 degrees F for at least 18 hours. 2. Cure concrete for a period of seven (7) consecutive days. In cold weather, when curing may be retarded, extend this period to seven (7) "curing days", up to a limit of 14 · consecutive days. C. Wet Curing F30429S03300 1. Immediately following the finishing operations, cover concrete slabs, including roof slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep thoroughly wet for a period of four (4) curing days after the concrete is placed. The covering shall be held in direct contact with the concrete. A temporary covering shall be required when the size of slab, size of mats, or other factors dictate that the mats cannot be placed immediately after the finishing operations without marring the finishing of the slab. 2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, s~lt, or other deleterious substances. 3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard. Place the sections with a lap at the edges of at least 8 ". Saturate cover material with 03300-24 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements water previous to placing. Keep saturated as long as it remains in place. Use care in the placing of the cover material to prevent marring the concrete surface. 4. When temporary coverings are used, keep them in place only until the slab has sufficiently hardened so that a cotton mat covering can be substituted without marring or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep the mats on the slab in a saturated condition for a period of at least four ( 4) curing days. D. Sheet Curing: Sheet materials shall conform to ASTM Cl 71. They shall be in contact with the entire concrete surface and applied according to the manufacturer's recommendations. Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E . Membrane Curing 1. Membrane curing shall not be used on surfaces which receive paint, floor hardener, or plaster mix finish or other finish which would be hindered by the use of the curing compound. 2. Cover the surface of the concrete with a continuous, uniform, water-impermeable coating, conforming to ASTM C309 "Liquid Membrane Forming Compounds for Curing Concrete" and apply according to ACI 308 . 3. Immediately after the removal of the side and end forms, apply a coating to the sides and ends of all concrete . Apply the solution under pressure with a spray nozzle so that the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage, but the area covered shall not exceed 150 square feet per gallon of curing compound. 4. The coating shall be sufficiently transparent and free of permanent color to not result in a pronounced color change from that of the natural concrete at the conclusion of the curing period. The coating shall , however, contain a dye of color strength to render the film distinctively visible on the concrete for a period of at least four (4) hours after application. 5. After application and under normal conditions , the curing compound shall be dry to touch within one (1) hour and shall dry thoroughly and completely within four (4) hours . When thoroughly dry, it shall provide a continuous flexible membrane free from cracks or pinholes and shall not disintegrate, check, peel, or crack during the required curing period. 6. If the seal is broken during the curing period, immediately repair it with additionai sealing solution. 3 .10 CONCRETE SURFACE REPAIRS A. After the tie rods are broken back or removed, thoroughly clean the holes to remove grease and loose particles. Patch holes with structural concrete repair material. After the holes are completely filled, strike off flush excess mortar and finish the surface to render the filled hole inconspicuous. F30429S03300 03300-25 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements B . If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks, which in the Engineer's opinion cannot be repaired satisfactorily, remove and replace the entire section. C. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair material. Cut back each defective area with a pneumatic chipp ing tool as deep as the defect extends, but in no case less than 1/2". Prepare the existing concrete according to the recommendations of patching material manufacturer's . Apply repair material according to the manufacturer's recommendations . Finish the surface of the patches to match finish on surrounding concrete. 3.11 FIELD QUALITY CONTROL A. Testing F30429S03300 1. General a. Tests shall be required throughout the work to monitor the quality of concrete . Samples shall be taken in accordance with ASTM Cl 72. b. The Engineer may waive these requirements on concrete placements of ten (10) cubic yards or less. However, evidence shall be furnished showing a design mix which meets the specifications. c. Unless noted otherwise, testing of the materials, ready mix, transit mix or central plant concrete will be by an independent testing agency. The Owner will select and pay for this service. A summary of all tests performed will be available. No concrete shall be placed without a representative present at either the plant or at the project site. d . Unless the Owner's laboratory is on the site, provicle housing for the curing and storage of test specimens and equipment. 2 . Slump Test: Slump tests, in accordance with ASTM C143 , shall be used to indicate the workability and consistency of the concrete mix from batch to batch. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in uniformity.· 3. Air Content Test: Tests for the concrete's air content shall be made in accordance with ASTM C231 or ASTM C173, at the point of delivery of concrete, prior to placing in forms . The test shall be made frequently to monitor a proper air content uniform from batch to batch . 4. Temperature Test: The temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket. Temperature test shall be performed for each truck. Record temperatures on batch ticket. 5 . Compression Test: a . Compression test specimens shall be 6" x 12" concrete cylinders made and cured in accordance with ASTM C31. No fewer than two (2) specimens shall be made for each test at each age (7 and 28 days). Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one (1) set of test 03300-26 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities hnprovements specimens per day shall be made for each class of concrete used that day. Specimens shall be cured under laboratory conditions specified in ASTM C31. Additional concrete cylinders may be required for curing on the job under actual job curing conditions. These samples could be required when: 1) There is a possibility of the air temperature surrounding the concrete falling below 40 degrees F, or rising above 90 degrees F. 2) The curing procedure may need to be improved and/or lengthened. 3) It is necessary to determine when the .structure may be put into service. b. Compression strength tests shall be made on the laboratory-cured and job-cured concrete cylinders at seven (7) and 28 days, in accordance with ASTM C39. The value of each test result shall be the average compressive strength of two (2) samples taken at the same time from the same batch of concrete. For the 28-day cylinders, the strength level shall be satisfactory if the averages of all sets of three (3) consecutive strength test results exceed the required design compressive strength, and no individual strength test result falls below the required compressive strength by more than 500 psi. 6. Failure to Meet Requirements a. Should the 7-day strengths shown by the test specimens fall below the required values, additional curing shall be performed on those portions of the structures represented by the test specimens at the Contractor's expense. Test cores shall be obtained and tested in accordance with ASTM Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, Designation C42. If additional curing does not give the strength required, the Owner reserves the right to require strengthening, replacement of those substandard portions of the structure, or additional testing, at the Contractor's expense. b. Upon receipt of the Contractor's written request, substandard concrete work may be re-examined in place by non-destructive testing methods or core samples, in accordance with ACI 301. The services of an independent testing laboratory shall be retained and all expenses paid without compensation from the Owner. Laboratory results shall be evaluated by the Engineer, who shall make the final decision on acceptability of the concrete in question. Core sample holes shall be repaired. B. The Owner may withhold payment for any section of concrete which does not meet the requirements of these specifications. Withheld payment shall be based upon the unit prices established for concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into conformance with the specifications. END OF SECTION F30429S03300 03300-27 May201 I City of Fort Worth Rolling Hills WIP Phase 5 -Chemical Facilities Improvements PROJECT NAME: FNI PROJECT NUMBER: PROJECT LOCATION: OWNER: GENERAL CONTRACTOR: MIX NUMBER I CLASS: C. Mix Design Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducing Admixture High Range Water Reducer Air Entraining Admixture Other Admixture: Slump Gross Weight Air Content Water/Cement Ratio D. Materials SOURCE Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining F30429S03300 Concrete Mix Design = lb/yd 3 ---------1 b /yd 3 ---------= 1 b /yd 3 ---------= 1 b /yd 3 ---------1 b /yd 3 ---------1 b /yd 3 ---------oz/yd 3 ---------oz/yd 3 ---------oz/yd 3 --------- = = = = = = = oz/yd3 ---------= inches ---------= 1 b /yd 3 ---------= % = ASTM TYPE REMARKS 03300-28 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements I Other Admixture : F30429S03300 03300-29 May201 I City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements E. Determination of Average Strength Required (f' er) 1. Test Records Available: A. Summary of Test Records: (Provide supporting documentation .) Test No.of Specified Standard Group Consecutive Strength Deviation No. Tests (psi) (psi) Average Standard Deviation: I._ _____ __. B. Standard Deviation Modification Factor (ACI 301, Table 4.2.3.3.a) C. Standard Deviation Used Average Compressive Strength Required 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 301, 4.2 .3.3.b, if required) F. Documentation of Required Average Compressive Strength (Check One) 1. Field Strength Test Records (ACI 301, 4 .2.3.4.a) • Complete Attachment A. 2. Trial Mixtures (ACI 301, 4.2.3.4.b) • Complete Attachment B. I, certify that the above information is correct and all gradations, cement certifications and test results are located at our place of business for review by the Engineer. NAME: DATE: --------- TITLE: COMPANY: F30429S03300 03300-30 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements Attachment A Documentation of Required Average Strength -Field Strength Records (ACI 301, 4.2.3.4.a) A. Summary of test records: (Provide supporting documentation.) Duration of Water-Average Test Record No. of Tests Cementitiou No. in Record Record s Materials Strength (days) Ratio (psi) B. Interpolation used? ___ _ • Provide an interpolation calculation or plotof strength versus proportions. C. Submit the following data for each mix : 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used . 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. F30429S03300 03300-31 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Attachment B Documentation of Required Average Strength -Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of test record(s): Trial 7-day Tests 28-day Tests Water-Air Cementitious Slump Mix No. of Test Strength No. of Test Strength Materials (in) Content No. Cylinders (psi) Cylinders (psi) Ratio (%) B. Maximum water-cementitious materials ratio ___ _ Temp- erature (OF) • Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix : F30429S03300 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Amount of water used in trial mixes. 4 . Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders cast for each 7 and 28 day test. 03300-32 May 2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PARTl GENERAL 1.01 SECTION INCLUDES SECTION 03610 CONCRETE GROUT A. Laboratory Testing -Section 01400 B. Masonry -Division 4 1.02 REFERENCES A. ASTM C33 I 33M-08 Standard Specification for Concrete Aggregates . B. ASTM C94 I C94M -09a Standard Specification for Ready-Mixed Concrete C. ASTM C150 C150M -09 Standard Specification for Portland Cement. D. ASTM C 404-07, Standard Specification for Aggregates for Masonry Grout. E. ASTM C476-09 Standard Specification for Grout for Masonry. F. ASTM C1019-09 Standard Test Method for Sampling and Testing Grout. 1.03 SUBMITT ALS A. See Section O 1300 -Administrative Requirements, for submittal procedures B. Provide six copies, for approval, of the Batch Design. Installation shall be in accordance with NCMA Tek Notes 23 -A. 1.04 PROJECT CONDITION Areas where grout will be installed shall have a minimum temperature of not less than 45° F for a period of seven days thereafter. 1.05 TESTING Sampling and testing shall be in accordance with ASTM C1019-09. vwc 03610 03610-1 3/11 City ofFort Worth Rolling Hills WTP Chemical Facilities Improvements PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate shall be clean, hard, durable uncoated natural or manmade sand, free from silt, loam, clay and conform in every respect to ASTM C33 / C33M-08. B. Cement shall be Type II Portland conforming in every respect to ASTM CI50 / CISOM- 09. Water shall be safe for human consumption. 2.02 GROUT PROPERTIES A. Strength of Grout: Stresses for the design of cast-in-place material are based on the specified minimum compressive strength of the low lift concrete mix of 2000 psi at 28 days or the earlier age at which the concrete may be expected to receive its full load. Design to properly perform and reach strength when prepared with all the specified admixtures B. The seven day strength shall exceed 60% of the 28 day design strength. C. Mix shall be properly designed and batched to satisfactorily perform and achieve the required strength. D. Slump shall be between 9 and 12. PART 3 EXECUTION 3.01 MIXING AND TRANSPORT A . Mix and transport ready-mix concrete in accordance with ASTM C 94. B. Arrange and maintain delivery schedule so that concrete is not allowed to stand in the trucks for more than 25 minutes when the temperature is over 80° F. and 30 minutes when the temperature is less than 80° F. C . Delivery tickets shall indicate the date and time of dispatch, the strength of the concrete in the load, the quantity of cement per cubic yard and the type of atid quantity of admixture used. D. Do not add water on the job without the approval of the Architect and Testing; Lab. 3.02 PLACING OF THE GROUT A. Provide all labor, material and equipment to install low lift grout into masonry openings at all locations shown on drawings. vwc 03610 03610-2 3/11 City ofFort Worth Rolling Hills WTP Chemical Facilities Improvements B. Install grout at appropriate stages of the installation. C. Notification: Shall be given to the owner a minimum of 48 hours to allow for inspection of the reinforcement and embedded items. D. Clean-outs for visual inspection: l. CMU Walls -shall be placed at the bottom cell of the wall at each location receiving grout. 2. Sgt Walls -lifts shall be no higher than 48" intervals with puddles at top of lift for keying of the lifts. Visual inspection shall be provided prior to lift. 3. All debris shall be removed from the cells and cell columns prior to the installation of the grout. E. Cold Weather. Place grout only when outside temperature of 40° and rising. Unless suitable means are provided to maintain the grout at a minimum of 50° F temperature for 7 days, do not place material. F. Depositing Grout: Convey to and place concrete in the area by a method that will prevent segregation of the materials. Free fall of high lift grout dumped or pumped shall not exceed 10 feet. Coordinate the placement of grout with placement of urethane foam insulation in emu cells (when applicable). Urethane is not to replace grout. END OF SECTION vwc 03610 03610-3 3/11 DIVISION 4 MASONRY City of Fort Worth Rolling H ill s WTP Ph ase 5-Chem ical Facilities Improvements SECTION 04212 GLAZED STRUCTURAL CLAY TILE MASONRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Glazed Structural Clay Tile Masonry (SGT -Structural Glazed Tile) B . Mortar and grout. C . Reinforcement and Anchorage. 1.02 REFERENCES A. ACI 530-05 /ASCE 5-05/TMS 402 -05 Building Code Requirements for Masonry Structures; American Concrete Institute International; 1999. B . ACI 530.1/ASCE 6/TMS 602 -Specification For Masonry Structures; American Concrete Institute International; 1999 . C. ASTM A 153/A 153M-09, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. D . ASTM C 126-09 Standard Specification for Ceramic Glazed Structural Clay Facing Tile, Facing Brick, and Solid Masonry Units . E. ASTM C 144-04, Standard Specification for Aggregate for Masonry Mortar. F. ASTM C 150/CISOM-09, Standard Specification for Portland Cement. G. ASTM C 207-06, Standard Specification for Hydrated Lime for Masonry Purposes. H. ASTM C 270-089, Standard Specification for Mortar for Unit Masonry. I. ASTM C 404-07, Standard Specification for Aggregates for Masonry Grout. J. ASTM C 476-09, Standard Specification for Grout for Masonry. J . ASTM C 780-09, Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. 1.03 SUB MITT ALS A. See Section 01300 -Administrative Requirements , for subm ittal procedures . B . Product Data: Provide data for masonry units, fabricated wire reinforcement, and mortar. C. Manufacturer's Certificate: Submit a certified letter from the manufacturer prior to delivery of SGT to job site for compliance with specification requirements . D. Strap Samples : Submit three samples to indicate the approximate range of color and texture to VWC 04212 04212-1 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements be expected in the completed wall for each color or texture . 1.04 QUALITY ASSURANCE A. Sample Field Panel: Construct a wall panel 4'-0" wide and 4'-0" high for SGT work. Locate as directed by architect. B. Panel to indicate quality representation of: 1. SGT Color and texture range that are to match the existing construction. 2. Bonding pattern to match the existing construction. 3 . Mortar color that is to match the existing construction . 4 . Joint tooling that is to matching the existing construction. 5 . Reinforcement/Ties. 6. Workmanship. C. Sample Field Panel should be erected at least 14 days prior to shipment of SGT to the job site. If necessary, additional panels will be erected until Architect approval is received. D. Approved Sample Panels shall act as the standard of comparison and quality to be expected . throughout the work. E . Approved Sample Panels should be maintained through job completion as not destroyed until instructed by the Architect. F . Erect separate Sample Panel foe each color and texture, mortar color or combinations specified or as indicated on drawings . 1.05 DELIVERY, STORAGE, AND HANDLING A . Deliver SGT to job site as packaged by manufacturer. Offload SGT packages using equipment that will not damage SGT. No SGT is allowed to be indirect contact with ground. Do not double stack cubes of SGT. B. Cover SGT with non-staining waterproof membrane covering . Keep units dry . Allow air circulation around stacked units. Installation of wet or stained SGT is prohibited. C. Keep SGT units in the individual packaging provided by the manufacturer until unit is ready to be laid in the wall .Never us brick tongs or "pitch" the SGT to upper levels of scaffolding. 1.06 PROJECT CONDITIONS A. Environmental requirements: Use normal procedures when temperatures are between 100°F to 40°F . Follow procedures discussed in BIA Technical Note 1, Table 1 -"Requirements for Masonry Construction in Hot and Cold Weather" for temperatures outside this range unless specific written approval from Architect. B. Take all precautions m=necessary to protect units from damage . vwc 04212 04212-2 3/11 C ity of Fort Worth Rolling Hills WTP Phase 5 -Chem ical Fac ili ties Improvements C. Damaged units will not be accepted in the wall. PART 2 PRODUCTS 2.01 MORTAR A . Portland Cement Lime Mortar shall conform to ASTM C270 -08a Type "S " comprised as below: l. Portland Cement: ASTM Cl50/Cl50M-09 Type I or Type III. 2. Hydrated Lime : ASTM C207-06. 3 . Aggregate: ASTM C 144-04. Color of sand to blend with mortar, i.e. white mortar uses white sand . Gray mortar uses yellow sand. 4. Water: clean and potable . Fresh water is to be used everyday. Water cannot collect and/or in container over 24 hours . 2.02. REINFORCEMENT AND ANCHORAGE A. Single Wythe Joint Reinforcement: Horizontal Reinforcement: l . Hohmann & Barnard, Inc. : www.h-b .com . 2. Ladder Mesh #220 3. Use stainless steel in corrosion environments as recommended by manufacturer . 2.03 GROUT MIXES A. Grout: ASTM C 476 . Refer to Section 03610. 2.04 STRUCTURAL GLAZED TILE A. Manufacturer: 1. All SGT materials shall conform on every way to product manufactured by: Elgin Butler Company: www.elginbutler.com (512) 285-3356 B . Characteristics: l. Size: Standard units with nominal face dimensions of 12 x 5 inches and nominal depth of 3 5/8 inches -6T series . vwc 04212 2. Special Shapes: Furnish as shown and/or as required in accordance with current standard production of the manufacturer. All external corners, sills and jambs shall be bullnosed unless otherwise noted. Lintels and internal corners shall be square otherwise noted. The base course to match the existing construction . 3. Hollow SGT, as indicated . 04212-3 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chem ical Facilities Improvements a . (S) Select or grade (SS) Select Size Quality as specified . Type I (one face units) or Type II (double face units). B. Color: Match the color of the existing construction including color of the wall base units . C. Unit Size : Field verify and match height and length of the units in the existing construction . 2.05 MASONRY ACCESSORIES A . Expansion and Cold Joint Material I. Illinois Product Corporation: www .illinoisproducts .com 2. Verify thickness with the drawings -Reverex PVC Joint Control Material. B. Anchor System I. Hohmann & Barnard, Inc : www .h-b .com . 2. Top of partition to existing structure a. PT A #420 -Galvanized 3 . Rebar lap joint tie a . Spyra-Lox x bar size . PART 3 EXECUTION 3.01 EXAMINATION A . Verify that field conditions are acceptable and are ready to receive masonry B . Verify that related items provided under other sections are properly sized and located . C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.02 PREPARATION A . Direct and coordinate placement of metal anchor supplied for installation under other sections . B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing . C. Protect the surfaces of the installed SGT. Cover freshly-laid weather exposed masonry at the end of each day or the start of each shut down period, with non-staining waterproof material in such a manner which will ensure that the covering will overhand the masonry not less than 2' on each side of the masonry . Anchor on each side of wall. Finished walls to be covered with 15# felt paper or erect wooden barriers to protect wall at areas that are subject to large amounts of construction traffic or material movement. Protect glazed faces from exposure to welding burns, stains, materials and/or reagents having propensities for deleterious results. vwc 04212 04212-4 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Im provcmcnts 3.03 COURSING A. Establish lines, levels, and coursing indicated . Protect from displacement. B . Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C . SGT Units : 1. Bond: Running. 2. Coursing : Match that of the existing abutting construction . 3 . Mortar Joints : Match that of the existing abutting construction . 3.04 PLACING AND BONDING A . Workmanship: 1. Lay SGT units with face shell bedding on head and bed joints. 2 . Buttering of joints or furrowing of mortar joints is not permitted 3. Remove excess mortar as work progresses . 4. Interlock intersections and external comers . 5. Lay only dry units . 6. Lay SGT masonry plumb, level and true to line. 7. Cut units with masonry saw using a wet diamond blade. Do not use units less than 4" in length .. 8 . Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. B. Build in the scheduled work of other trades indicated with SGT as work progresses. C . Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit comers or edges. D. Isolate masonry partitions from vertical structural framing members with a control joint as indicated. 3.05 REINFORCEMENT AND ANCHORAGE -SINGLE WYTHE MASONRY A. Install horizontal joint reinforcement every course vertical. B. Place masonry joint reinforcement in first and second horizontal joints above and below openings . Extend minimum 16 inches each side of opening C . Place continuous joint reinforcement in first and second joint below top of walls. VWC 04212 04212-5 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Lap joint reinforcement ends minimum 6 inches . E. Vertical Anchorage to Existing Construction 1. Install anchors approximately 10 inches on center with every course having horizontal reinforcement. 2. Place anchors in mortar then place horizontal reinforcement on top fully embedded in mortar on the unit face-shell. F. Top of Partition Anchor 1. Install to existing structure, as detailed, at every corner and not to exceed 48" O.C .. 2. If the top of the partition is situated between structural members, such as joists or beams, install horizontal bracing, as detailed, using either Aickenstrut FRP or Unistrut RFP channels, clamps and fasteners . 3 . Install in strict accordance with manufacturer's recommendations and guidelines. 3.06 GROUTED COMPONENTS A. Place and consolidate grout fill without displacing reinforcing into the cavity between the existing clay brick veneer and the existing block back-up wall. 3.07 TOLERANCES A. Maximum Variation From Unit to Adjacent Unit: l/16 inch . B. Maximum Variation from Plane of Wall: 0" C . Maximum Variation from Plumb: 1/4 inch per story non-cumulative; 1/2 inch in two stories or more. D. Maximum Variation from Level Coursing: 1/4 inch in 20 ft; 1/2 inch in 40 ft. E. Maximum Variation of Joint Thickness: 1/16 inch in 3 ft. F. Maximum Variation from Cross Sectional Thickness of Walls: 1/8 inch. 3.08 CUTTING AND FITTING A. Cut and fit for pipes and conduit. Coordinate with other sections of work to provide correct size, shape, and location. B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.10 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01400 vwc 04212 04212-6 3/11 City of Fort Worth Rolling Hills WTP Phase S -Chem ical Facilities Improvements B. Mortar Tests: Test each type of mortar in accordance with ASTM C 780, testing with same frequency as masonry samples. 3.11 CLEANING A . It is intended that with careful adherence to this specification that extensive final cleaning will not be necessary. During construction, wipe glazed surface clean after tooling of joints or within 30 minutes after laying, with course rag. Keep wall clean as work progresses to avoid more difficult cleanup later. Use no metal scrapers, abrasive powders or unauthorized cleaning agents. Use wooden paddles or scrapers to clean away mortar residue or lumps . Wash with clean water. A mild detergent may be used. Rinse with clean water. Wipe with clean cloths, sponges or similar item . B . In event of unexpected contaminations of SGT walls, perform any cleaning with other than a non-metallic scraper, stiff nylon or natural bristled brush or wooden paddle only after approval by Architect and necessary tests to insure against any wall damage. C. Replace defective mortar. Match adjacent work. 3.12 PROTECTION OF FINISHED WORK A. Without damaging completed work, provide protective boards at exposed external corner which are subject to damage by construction activities. END OF SECTION vwc 04212 04212-7 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Fac ilities Improvements PART 1 GENERAL 1.01 SECTION INCLUDES SECTION 04810 UNIT MASONRY ASSEMBLIES A. Demolition of Existing clay masonry veneer. B. Mortar and grout. C. Reinforcement and Anchorage. 1.02 REFERENCES A. ACI 530/ASCE 5/TMS 402 -Building Code Requirements for Masonry Structures; American Concrete Institute International; 1999. B. ACI 530.1/ASCE 6/TMS 602 -Specification For Masonry Structures; American Concrete Institute International; 1999. C . ASTM A 153/A 153M-09, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. D . ASTM C 90-09, Standard Specification for Load-bearing Concrete Masonry Units. E. ASTM C 144-04, Standard Specification for Aggregate for Masonry Mortar. F . ASTM C 150/ClSOM-09, Standard Specification for Portland Cement. G . ASTM C 207-06, Standard Specification for Hydrated Lime for Masonry Purposes. H . ASTM C 270-089, Standard Specification for Mortar for Unit Masonry. I. ASTM C 404-07, Standard Specification for Aggregates for Masonry Grout. J. ASTM C 476-09, Standard Specification for Grout for Masonry. J. ASTM C 780-09, Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. 1.03 SUB MITT ALS A. See Section 01300 -Administrative Requirements, for submittal procedures . B. Product Data: Provide data for masonry units, fabricated wire reinforcement, and mortar. C . Manufacturer's Certificate: Certify that masonry units meet or exceed specified requirements, if new clay masonry units are purchased that will match the existing. vwc 04810 04810-1 3/11 City effort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.04 QUALITY ASSURANCE A. Comply with provisions of ACI 530/ASCE 5/TMS 402 and ACI 530.1/ASCE 6/TMS 602 except where exceed by requirements of the contract documents. I .Maintain one copy of each document on project site. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle, and store masonry units by means that will prevent mechanical damage and contamination by other materials. 1.06 ENVIRONMENT AL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work. B. Maintain materials and surrounding air temperature to maximum 90 degrees F prior to, during, and 48 hours after completion of masonry work. PART 2 PRODUCTS 2.01 MORTAR A. Portland Cement Lime Mortar shall conform to ASTM C270-08a Type "S" comprised as below: I. Portland Cement: ASTM Cl50/Cl50M-09 Type I or Type III. 2. Hydrated Lime: ASTM C207-06 . 3. Aggregate: ASTM C 144-04. Color of sand to blend with mortar, i.e . white mortar uses white sand. Gray mortar uses yellow sand. 4. Water: clean and potable. Fresh water is to be used everyday . Water cannot collect and/or in container over 24 hours . 2.02. REINFORCEMENT AND ANCHORAGE A. Single Wythe Joint Reinforcement: Horizontal Reinforcement: I. Hohmann & Barnard, Inc . : www .h-b .com. 2. Ladder Mesh #220 3. Use stainless steel in corrosion environments as recommended by manufacturer. 2.03 GROUT MIXES A. Grout: ASTM C 476. Refer to Section 03610 -Concrete Grout. vwc 04810 04810-2 3/11 City of Fort Worth Roll ing Hills WTP Phase 5 -Chemical Facilities Improvements 2.04 CLAY BRICK VENEER A. Clay units removed during demolition are to be cleaned, reused and stacked on covered pallets until ready to be used . B . Remaining unused clay units are to be returned to owner and moved to storage at Owner's designated location . C. Need for additional clay units shall be coordinated with engineer and owner. New units shall match exactly to units in the existing wall. 2.05 CONCRETE MASONRY UNITS A. Concrete Block: Comply with referenced standards and as follows: 1. Size: Standard units with nominal face dimensions of 16 x 8 inches and nominal depth of 8 . 2 . Special Shapes : Provide non-standard blocks configured for comers . 3. Hollow block, as ind icated . a. Type 1: Moisture-controlled; lightweight. b . Pre-Faced Units: ASTM C 90, Type I, hollow block 2.06 MASONRY ACCESSORIES A . Cavity Control Material 1. Mortar Net: www .mortarnet.com 2. Verify thickness with cavity of the existing CMU/veneer assembly . B . Weep Vents 1. Mortar Net: www .mortarnet.com 2. Weep/vent C. Flashing System 1. Mortar Net: www .mortarnet.com 2. Total Flash D . Anchor System I. Hohmann & Barnard, Inc : www .h-b.com. 2. Top of partition to existing structure a. PT A #420 -Galvanized 3 . Rebar lap joint tie a. Spyra-Lox x bar size . VWC04810 , 04810-3 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Im provcments 2.07 CLEANING SOLUTION A . Neutral Ph cleaning solution to be used when necessary. I . Approved manufacturer -Process Solvent Company -PrSoCo 2 . Vanitrol 3 . To be used in strict accordance with manufacturer's recommendations and guidelines . 2.08 FRP CHANNEL AND ACCESSORIES A . Aickenstrut, a Tyco Electrical Company, www.tycoelectrical.com B . Unitrut Fiberglass Framing System, www.unistrut.com PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive masonry B. Verify that related items provided under other sections are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.02 PREPARATION A. Direct and coordinate placement of metal anchor supplied for installation under other sections. B. Provide temporary bracing during installation .of masonry work. Maintain in place until building structure provides permanent bracing. 3.03 COURSING A. Establish lines, levels, and coursing indicated. ·Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: 1. Bond: Running. 2. Coursing: One unit and one mortar joint to equal 8 inches . 3. Mortar Joints: Concave. 3.04 PLACING AND BONDING A . Lay hollow masonry units with face shell bedding on head and bed joints. B. Buttering corners of joints or excessive furrowing of mortar joints is not permitted vwc 04810 04810-4 3/11 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Remove excess mortar as work progresses. D. Interlock intersections and external comers. E. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. F. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. G. Isolate masonry partitions from vertical structural framing members with a control joint as indicated. 3.05 REINFORCEMENT AND ANCHORAGE -SINGLE WYTHE MASONRY A. Install horizontal joint reinforcement 8 inches on center. B. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening C. Place continuous joint reinforcement in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. E. Vertical Anchorage to Existing Construction I. Install anchors 16 inches on center with every course having horizontal reinforcement. 2. Place anchors in mortar then place horizontal reinforcement on top fully embedded in mortar on the unit face-shell. F. Top of Partition Anchor 1. Install to existing structure, as detailed, at every corner and not to exceed 48" 0.C .. 2. If the top of the partition is situated between structural members, such as joists or beams, install horizontal bracing, as detailed, using either Aickenstrut FRP or Unistrut RFP channels, clamps and fasteners. 3 . Install in strict accordance with manufacturer's recommendations and guidelines. 3.06 GROUTED COMPONENTS A. Place and consolidate grout fill without displacing reinforcing into the cavity between the existing clay brick veneer and the existing block back-up wall . 3.07 TOLERANCES A. Maximum Variation From Unit to Adjacent Unit: 1/16 inch. B. Maximum Variation from Plane of Wall: 1/4 inch in IO ft. and 1/2 inch in 20 ft. or more . C. Maximum Variation from Plumb: 1/4 inch per story non-cumulative; 1/2 inch in two stories or more . vwc 04810 04810-5 3/11 City of Fort Worth Rolling Hills WTP Phase 5-Chemical Facilities Improvements D. Maximum Variation from Level Coursing: 1/8 inch in 3 ft and 1/4 inch in IO ft; 1/2 inch in 30 ft. E. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. F. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. 3.08 CUTTING AND FITTING A. Cut and fit for pipes and conduit. Coordinate with other sections of work to provide correct size, shape, and location. B . Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.10 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01400 B. Mortar Tests: Test each type of mortar in accordance with ASTM C 780, testing with same frequency as masonry samples. 3.11 CLEANING A. Remove excess mortar and mortar smears as work progresses . B. Replace defective mortar. Match adjacent work. C. Clean soiled surface with cleaning solution. D . Use non-metallic tools in cleaning operations 3.12 PROTECTION OF FINISHED WORK A. Without damaging completed work, provide protective boards at exposed external corner which are subject to damage by construction activities . END OF SECTION vwc 04810 04810-6 3/11 City of Fort"Worth Rolling H ills WT P Phase 5 -Chemica l Fac ilities Imp rovements PART 1 GENERAL 1.01 SECTION INCLUDES A . Glazed Concrete Block. B. Mortar. SECTION 04812 GLASS BLOCK ASSEMBLIES C . Integral Joint Reinforcement l.02 RELATED SECTIONS A. Section 04065 -Mortar and Masonry Grout: Mortar for glass unit masonry . B. Section 07116 -Crystalline Waterproofing: Sealing of sill . C. Section 07900 -Joint Sealers : Perimeter caulking and sealant tooled joints. 1.03 REFERENCES A. ASTM A82/A82M-07, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. B. ASTM Al53/153M-09 , Standard Specification for Zinc Coating (Hot dip) on Iron and Steel Hardware C. ASTM C 114-04, Standard Specification for Stainless and Heat-Resisting Chromium-N ickel Steel Plate, Sheet and Strip . D . ASTM Cl50/Cl50M-09, Standard Specification for Portland Cement. E. ASTM C207-06, Standard Specification for Hydrated Lime for Masonry Purposes. F. ASTM C270-08a, Standard Specification for Mortar for Unit Masonry. G. ASTM C494/C494M -08a, Standard Specification for chemical Admixtures for Concrete , Type" S". H . ASTM C780 -09, Standard Test Method for Pre constrnction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. 1.04 SYSTEM DESCRIPTION A. Knowledge of the following basic information is essential for proper installation of Class Block units : vwc 04812 I . Glass block panels shall not be designed to support structural load. 2. Maximum deflection of structural members supporting glass block panels shall not exceed L/600. 3. Sills of all panels must be painted w ith a heavy coat of crystalline waterproofing and 04812-1 3/11 City of Fort Worth Rolling Hills WTP Phase 5-Chemical Facilities Improvements must properly cure before first mortar bed is placed . 4 . Provisions for expansion and movement must be made at jambs and heads of all panels . Mortar must not bridge expansion spaces . 5. Mortar should be mixed and applied in accordance with the mortar standard. 6 . Design and installation of glass block projects should be done by . whole units since cutting glass block is not permitted. Coordinate with concrete contractor. 1.05 SUBMITT ALS A. See Section 01300 -Administrative Requirements, for submittal procedures . B . Product Data: Provide data for glass units and accessories . C. Samples: Submit two glass units illustrating color, design , and face pattern. D . Manufacturer's Installation Instructions: Indicate special procedures, positioning of reinforcement, perimeter conditions requiring special attention . 1.06 QUALIFICATIONS A. Manufacturer Qualifications: Company specializing in manufacturing products specialized in this section, with not less than thirty years of documented experience. B . Installer Qualifications: Company specializing in performing the work of this section with minimum five years of documented experience . 1.07 DELIVERY, STORAGE, AND HANDLING A . Accept glass units on site on pallets; inspect for damage. B. Store unopened cartons of glass block in a clean, cool, dry area. C. Protect opened cartons of glass block against windblown rain or water run-off with tarpaulins or plastic covering. 1.08 ENVIRONMENT AL REQUIREMENTS A . Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during and 48 hours after completion of masonry work. B . Maintain materials and surrounding air temperature to maximum 90 degre~s F prior to, during and 48 hours after completion of masonry work . PART 2 PRODUCTS 2.01 MANUFACTURERS A . Glass Units . 1. Weck: www .weck.com 2. Nippon Electric Glass Co . Ltd.: www.negamerica .com 3. Pittsburgh Coming Corporation : www .pittsburghcorning.com vwc 04812 04812-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 4. Substitutions: See Section O I 600 -Product Requirements 2.02 GLASS UNITS A. Solid Glass Units: Equal in every way to Vistabrik as manufactured by Pittsburgh Corning Corporation. 1. Nominal Size: as indicated on drawing 2. Color: Clear Glass. 3. Insulation Value: U value of0.87 BTU/ sq ft/ h / degree F. 4. Compressive Strength: 400-600 psi. 5. Visible Light Transmittance: 80 percent 6. Shading Coefficient: NI A. 7. Acoustic Sound Loss: STC:53. 2.03 MORTAR MATERIAL A. Portland Cement Lime Mortar shall conform to ASTM C270-08a type "S" comprised as below: 1. Portland Cement: ASTM Cl50/C150M-09 Type I or Type ID. 2. Hydrated Lime: ASTM C207-06. 3. Aggregate: ASTM C144-04. Color of sand to blend with mortar, i.e. white mortar uses white sand. Gray mortar uses yellow sand. 4. Water: clean and potable. Fresh water is to be used everyday. Water cannot collect in container over 24 hours. 5. Integral Type Water Repellant a. BASF -www.buildingsystems.basf.com b. Dry stearate powder equal to Hydrocide Powder. c. Add to dry mortar mix. Do not add powder to wet mortar. 6. External Water Repellant a. BASF -www.buildingsystems.basf.com b. Fluid applied liquid silone equal to Hydrozo Silone 40 VOC. c. Remove excess sealer from glass surfaces soon after application. B. Expansion Joint Material: 1. Illinois Products Corporation: www.illinoisproducts.com 2. Reverex: ASTM D1667-Ve45 (PVC) 3. Neocell: ASTM D 1056-2Al (Neoprene/EPDM) VWC 04812 04812-3 3/11 C ity of Fort Worth Roll ing Hills WTP Phase 5 -C hem ical Facilities Improvements C. Horizontal Reinforcement: 1. Hohmann & Barnard, Inc.: www.h-b.com. 2. Ladder Mesh #220 3. Use stainless steel in corrosion environments as recommended by manufacturer. D. Panel Anchors: 20 gauge perforated steel strips 24 inches long x 1 3/4 inches wide, hot dipped galvanized after perforations recommended by Glass Block manufacturer. 1. Use stainless steel in corrosion environments as recommended by manufacturer. 2.04 MORTAR MIXING A. Thoroughly mix mortar ingredients in accordance with ASTM C 270 in quantities needed for immediate use. B. Do not use anti-freeze compounds to lower the freezing point of mortar. C. If water is lost by evaporation, re-temper only within two hours of mixing. D. Use mortar within two hours after mixing at temperatures of90 degrees F. 2.05 MIX TESTS A. Testing of Mortar Mix: In accordance with ASTM C 780. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings are ready to receive work. 3.02 PREPARATION A. Clean glass units of substances that my impair bond with mortar or sealant. B. Establish and protect lines, levels, and coursing. C . Protect elements surrounding the work of this section from damage and disfigurement. D. Verify that (channels), (panel anchors) have been provided at head and jambs for the purpose of providing panel support within the opening. E. Mix all mortar components to a consistency that is drier than mortar for ordinary masomy. Re-tempering the mortar after it has taken its initial set shall not be permitted. Do not use antifreeze compounds or accelerators. 3.03 INSTALLATION A. Cover sill area with a heavy coat of crystalline waterproofing. Allow to cure per manufacturer's recommendation before placing mortar. vwc 04812 04812-4 3/11 City of Fort Worth Rolling Hills WTP Phase 5-Chem ical Facilities Improvements B. Where panel anchors are used at jambs and heads in lieu of channel or chase surrounds, install panel anchors in the same joints( 16 inches o.c. maximum starting after first course) where panel reinforcing will be laid. Panel anchors are to be embedded a minimum of 12 inches into the mortar joints. C. Place or adhere expansion strips to jambs and head. Make certain expansion strip extends to sill and covers leg of panel anchor that is attached to jambs and head. D. Set a full mortar bed joint, applied to sill. E. Set lower course of block. Maintain a uniform joint width of 1/4 to 3/8 inch plus or minus 1/8 inch. All mortar joints must be full and not furrowed. Steel tools must not be used to tap blocks into position. (Place a rubber crutch tip on end of trowel to tap block into position.) Do not realign, tap or otherwise move block after initial placement. Typical mortar joint is 3/8 inch. Special spacers that provide a 3/8 inch thick mortar joint are available from block manufacturer. F. Install panel reinforcing every 16 inches o.c. maximum, vertical, (starting after the first course) in the horizontal mortar joints and in joints immediately above and below all openings within panels. Run reinforcing continuously from end to end of panels. Lap reinforcing not less than 6 inches whenever it is necessary to use more than one length. NOTE: in corrosive atmospheres (i.e. saline air, chlorine air, etc.), the use of stainless steel channels, reinforcing and panel anchors should be considered. Consult local building codes in coastal areas. Do not bridge expansion joints with reinforcing. Install reinforcing as follows: 1. Place lower half of mortar in bed joints. Do not furrow. 2. Press panel reinforcing into place. 3. Cover panel reinforcing with upper half of mortar bed and trowel smooth. Do not furrow. G. Place full mortar bed for joints not requiring panel reinforcing -do not furrow. Maintain uniform joint width. H. Set succeeding courses of block. Spaces at head of panel and jambs must remain free of mortar for caulking with sealant. I. Use only wooden or rubber tipped tools when tapping glass blocks into place. J. Strike joints smooth while mortar is still plastic and before fmal set. Remove surplus mortar from faces of glass blocks and wipe dry. (See Section 3.04). Tool joints smooth and concave before mortar takes final set. At this time, remove and clean out all excess mortar from jambs, head and other locations. K. After final mortar set ( approximately 24 hours), install packing tightly between glass block panel and jamb and head locations. Leave space for sealant. L. Apply sealant evenly to the full depth of recesses as indicated on the drawings and in accordance with the manufacturers' published application manual and instructions. M. All exterior glass block panels shall be well sealed to prevent water entry. vwc 04812 04812-5 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Fac ilities Improvements N. Maximum Variation from Plane of Unit to Adjacent Unit: 1/32 inch. 0. Maximum Variation of Panel from Plane: 1/8 inch. 3.04 CLEANING A. Remove swplus mortar from the faces of the glass block at the time joints are struck or tooled. Mortar should be removed while it is still plastic using a clean, wet sponge or an ordinary household scrub with stiff bristles. B. Do not use harsh cleaners, acids (of any strength), abrasives or alkaline materials while cleaning glass block. Never use a wire brush to remove mortar from glass block surfaces. C . Final mortar removal is accomplished with a clean, wet sponge or cloth. Rinse sponge or cloth frequently in clean water to remove abrasive particles that could scratch glass surfaces. Allow any remaining film on the block to dry to a powder. D. After all sealants, caulking, etc., have been applied, remove excess caulking materials with commercial solvents such as xylene, toluene, mineral spirits or naphtha and follow with normal wash and rinse. Be careful not to damage caulking by overgenerous application of strong solvents. Comply with solvent manufacturers' printed directions on label for toxicity and flammability warnings. E. Final cleaning of glass block panels is accomplished after they are completely installed. Wait until panels re not exposed to direct sunlight. Start at the top of the panel and wash with generous amounts of clean water. Dry all water from the glass block surface. Change cloth :frequently to eliminate dried mortar particles or aggregate that could scratch the glass surface. To remove the dry powder from the glass surfaces, use a clean, dry, soft cloth. For stubborn or hard to remove powder or stains, the use of an "extra fine" steel wool (grades 000 or 0000) is suggested. Try this first in an unobtrusive area. 3.05 PROTECTION OF FINISHED WORK A. Maintain protective boards of exposed external comers. Provide protection without damaging completed work. END OF SECTION vwc 04812 04812-6 3/11 DIVISION 5 METALS City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 05500 METAL FABRICATIONS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: l . Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Loose bearing and leveling plates. 4. Steel weld plates and angles for casting into concrete not specified in other Sections. 5. Miscellaneous steel trim. 6. Metal bollards . 7. Abrasive metal nosings, treads and thresholds. B. Products furnished, but not installed, under this Section include the following: 1. Anchor bolts, steel pipe sleeves, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. C . Related Sections include the following: 1. Division 3 Section "Cast-in-Place Concrete" for installing anchor bolts, steel pipe sleeves, wedge-type inserts and other items indicated to be cast into concrete. 2. Division 5 Section "Metal Stairs." 3. Division 5 Section "Pipe and Tube Railings ." 4. Division 5 Section "Gratings ." F30429S05500.iloc 05500-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.03 PERFORMANCE REQUIRE1\.1ENTS A. Thermal Movements: Provide exterior metal fabrications that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connec- tions, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. 1.04 SUBMITTALS A. Product Data: For the following: 1. Metal nosings and treads. 2. Paint products. B. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. fuclude plans, elevations, sections, and details of metal fabrications and their connec- tions. Show anchorage and accessory items . 2 . Provide templates for anchors and bolts specified for installation under other Sections. 3. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their prepa- ration. C. Samples for Verification: For each type and finish of extruded nosing and tread. D. Mill Certificates: Signed by manufacturers of stainless-steel sheet certifying that products furnished comply with requirements. E. Welding certificates. 1.05 QUALITY ASSURANCE A . Welding: Qualify procedures and personnel according to the following: 1. A WS D 1.1, "Structural Welding Code--Steel." 2 . AWS Dl.2, "Structural Welding Code--Aluminum." 3. AWS Dl.3, "Structural Welding Code--Sheet Steel." 4. AWS Dl.6, "Structural Welding Code--Stainless Steel." F30429S05500 .doc 05500 -2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.06 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating metal fabrications without field measurements. Coordinate wall and other contiguous construction to ensure that ac- tual dimensions correspond to established dimensions. 2. Provide allowance for trimming and fitting at site. 1.07 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, tem- plates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. De- liver such items to Project site in time for installation. B. Coordinate installation of steel weld plates and angles for casting into concrete ~at are speci- fied in this Section but required for work of another Section. Deliver such items to Project site in time for installation. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be in- corporated into the Work include, but are not limited to, products specified. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers offer- ing products that may be incorporated into the Work include, but are not limited to, man- ufacturers specified. 2.02 :METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indi- cated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.03 FERROUS :METALS A. Steel Plates, Shapes, and Bars: ASTM A 36. B. Stainless-Steel Sheet, Strip, Plate, and Flat Bars: ASTM A 666, Type 316L. F30429S05500.doc 05500-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements C. Stainless-Steel Bars and Shapes: ASTM A 276, Type 316L. D. Steel Tubing: ASTM A 500, cold-formed steel tubing. E. Steel Pipe: ASTM A 53, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. F . Slotted Channel Framing: Cold-formed metal channels with continuous slot complying with MFMA-3. 1. Size of Channels: 1-5/8 by 1-5/8 inches, minimum, or as indicated. 2. Material: Galvanized steel complying with ASTM A 653, structural steel, Grade 33, with G90 coating; 0 .108-inch nominal thickness. 2.04 NONFERROUS METALS A. Aluminum Plate and Sheet: ASTM B 209, Alloy 6061-T6 . B. Aluminum Extrusions: ASTM B 221, Alloy 6063-T6 . C. Aluminum-Alloy Rolled Tread Plate: ASTM B 632, Alloy 6061-T6. D. Aluminum Castings: ASTM B 26, Alloy 443.0-F. E. Bronze Plate, Sheet, Strip, and Bars: ASTM B 36, Alloy UNS No. C28000 (muntz metal, 60 percent copper). F. Bronze Extrusions: ASTM B 455, Alloy UNS No. C38500 (extruded architectural bronze). G. Bronze Castings: ASTM B 584, Alloy UNS No. C83600 (leaded red brass) or No. C84400 (leaded semired brass). H. Nickel Silver Extrusions: ASTM B 151, Alloy UNS No. C74500. I. Nickel Silver Castings: ASTM B 584, Alloy UNS No. C97600 (20 percent leaded nickel bronze). 2.05 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners. Provide stainless-steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts and, where indicated, flat washers; ASTM F 593 for bolts and ASTM F 594 for nuts, Alloy Group 1. C . Eyebolts: ASTM A 489. D. Machine Screws: ASME B18.6.3. F30429S05500.doc 05500-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements E. Lag Bolts: ASME B18.2.l . F. Wood Screws: Flat head, ASME B18.6.1. G. Plain Washers: Round, ASME B18.22.1. H. Lock Washers: Helical, spring type, ASME B18.21.l. I. Cast-in-Place Anchors in Concrete: Anchors capable of sustaining, without failure, a load equal to four times the load imposed, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 27 cast steel. Provide bolts, washers, and shims as needed, hot-dip galva- nized per ASTM A 153. J. Expansion Anchors : Anchor bolt and sleeve assembly with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Material for Anchors: Alloy Group 1 stainless-steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. 2.06 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to A WS specifications for metal alloy welded . B. Shop Primers: Provide primers that comply with Division 9 painting Sections. C. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 20 . D . Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187 . 2.07 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible . Disassemble units only as necessary for shipping and handling limitations . Use connections that maintain structural value of joined pieces . Clearly mark units for reassembly and coordinated installa- tion . B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on ex- posed surfaces. C. Form bent-metal comers to smallest radius possible without causing grain separation or oth- erwise impairing work. D . Form exposed work true to line and level with accurate angles and surfaces and straight edges. F30429S05SOO.doc 05500-5 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2 . Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4 . At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F . Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) screws or bolts, unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate . H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchor- ing devices to secure metal fabrications rigidly in place and to support indicated loads . 1. Where units are indicated to be cast into concrete or built into masonry, equip with inte- grally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6-inch embed- ment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.08 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adja- cent construction retained by framing and supports. Cut, drill, and tap units to receive hard- ware, hangers, and similar items. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts if units are installed after concrete is placed. C. Galvanize miscellaneous framing and supports where indicated. 2.09 LOOSE BEARING AND LEVELING PLATES · A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete con- struction. Drill plates to receive anchor bolts and for grouting. B. Galvanize plates after fabrication. F30429S05500 .doc 05500-6 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.10 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with not less than two integrally welded steel strap anchors for embedding in concrete. 2.11 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation · with other work. 1. Provide with integrally welded steel strap anchors for embedding in concrete or masonry construction. C. Galvanize exterior miscellaneous steel trim and interior miscellaneous steel trim, where indi- cated. 2.12 METALBOLLARDS A. Fabricate metal bollards from Schedule 40 steel pipe, unless indicated otherwise. B. Fabricate bollards with 3/4-inch thick steel baseplates for bolting to concrete slab. Drill base plates at all 4 corners for 3/4-inch anchor bolts. 1. Where bollards are to be anchored to sloping concrete slabs, angle baseplates for plumb alignment of bollards. C. Fabricate internal sleeves for removable bollards from Schedule 40 steel pipe or 1/4-inch wall-thickness steel tubing with an OD approximately 1/16 inch less than ID of bollards. Match drill sleeve and bollard for 3/4 inch steel machine bolt. 2.13 ABRASIVE MET AL NOSINGS, TREADS AND THRESHOLDS A. Cast-Metal Units: Cast aluminum, with an integral abrasive finish consisting of aluminum oxide, silicon carbide, or a combination of both. Fabricate units in sizes and configurations indicated and in lengths necessary to accurately fit openings or conditions. 1. Available Manufacturers: a. American Safety Tread Co., Inc. b. Balco Inc. c. Barry Pattern & Foundry Co., Inc. d. Granite State Casting Co. e. Safe-T-Metal Co. f. Wooster Products Inc. 2. Nosings: Cross-hatched units, 4 inches wide with 1/4-inch lip, for casting into concrete steps. F30429S05500.doc 05500-7 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3 . Nosings: Cross-hatched units , 1-1/2 by 1-1/2 inches, for casting into concrete curbs . 4 . Thresholds: Fluted-saddle-type units, 5 inches wide by 1/2 inch high, with tapered edges. 5. Thresholds: Fluted-interlocking-(hook-strip-) type units, 5 inches wide by 5/8 inch high, with tapered edge. 6. Thresholds: Plain-stepped-(stop-) type units, 5 inches wide by 1/2 inch high, with 1/2- inch step. B. Extruded Units: Aluminum, with abrasive filler consisting of aluminum oxide, silicon car- bide, or a combination of both, in an epoxy-resin binder. Fabricate units in sizes and configu- rations indicated and in lengths necessary to accurately fit openings or conditions. 1. Available Manufacturers : a. ACL Industries, Inc. b . American Safety Tread Co., Inc . C. Amstep Products. d. Armstrong Products, Inc. e. Balco Inc. f. Granite State Casting Co. g. Wooster Products Inc . 2. Provide ribbed units, with abrasive filler strips projecting 1/16 inch above aluminum ex- trusion. 3. Provide solid-abrasive-type units without ribs. 4. Nosings: Square-back units, 3 inches wide, for casting into concrete steps. 5. Nosings: Two-piece units, 3 inches wide, with subchannel for casting into concrete steps. C . Provide anchors for embedding units in concrete, either integral or applied to units, as stan- dard with manufacturer. D. Drill for mechanical anchors and countersink. Locate not more than 4 inches from ends and not more than 12 inches o.c., evenly spaced between ends, unless otherwise indicated. Pro- vide closer spacing if recommended by manufacturer. 1. Provide 2 rows of holes for units more than 5 inches wide, with 2 holes aligned at ends and intermediate holes staggered. E . Apply bituminous paint to concealed bottoms, sides, and edges of cast-metal units set into concrete. 2.14 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. F30429S05500.doc 05500-8 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.15 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below : 1. ASTM A 123, for galvanizing steel and iron products. 2. ASTM A 153, for galvanizing steel and iron hardware . B . Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with min- imum requirements indicated below for SSPC surface preparation specifications and envi- ronmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone lB): SSPC-SP 6/NACE No . 3, "Commercial Blast Cleaning." 2. Interiors (SSPC Zone lA): SSPC-SP 3, "Power Tool Cleaning." C . Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, sprayed-on fireproofing, or masonry, unless otherwise indicated . Comply with SSPC-PA 1, "Paint Application Specifi- cation No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 1. Stripe paint comers, crevices, bolts, welds, and sharp edges. 2.16 STAINLESS-STEEL FINISHES A. Remove tool and die marks and stretch lines or blend into finish. B. Grind and polish surfaces to produce uniform, directionally textured, polished finish indi- cated, free of cross scratches. Run grain with long dimension of each piece. C. Dull Satin Finish: No. 6. D. When polishing is completed, passivate and rinse surfaces. Remove embedded fore ign mat- ter and leave surfaces chemically clean . 2.17 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B . As-Fabricated Finish: AA-MIO (Mechanical Finish: as fabricated, unspecified). C . Class I, Clear Anodic Finish: AA-Ml2C22A41 (Mechanical Finish: nonspecular as fabri - cated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 2.18 COPPER-ALLOY FINISHES A. Finish designations for copper alloys comply with the system established for designating copper-alloy finish systems defined in NAAMM's "Metal Finishes Manual for Architectural and Metal Products." F30429S05500.doc 05500-9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. · Cast-Bronze Finish: M12 (Mechanical Finish: matte finish, as fabricated). C. Extruded-Bronze Finish: Ml 1 (Mechanical Finish: specular, as fabricated). D . Bronze Plate, Sheet, Strip, and Bar Finish: MlO (Mechanical Finish: unspecified, as fabri- cated). PART 3 -EXECUTION 3.01 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications . Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level , plumb, true, and free of rack; and measured from established lines and levels. B . Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limita- tions. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize d istortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4 . At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows !lfier finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fa- brications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws, and other connectors. E . Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with a heavy coat of bituminous paint. 3.02 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. 3.03 INSTALLING BEARING AND LEVELING PLATES F30429S05500.doc 05500-10 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to im- prove bond to surfaces. Clean bottom surface of plates . B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use nonshrink grout, nonmetallic. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain . 3.04 INSTALLING PIPE BOLLARDS A. Anchor bollards to existing construction with adhesive anchor bolts . Provide four 3/4-inch bolts at each bollard, unless otherwise indicated. 1. Embed anchor bolts at least 7 inches in concrete . B. Anchor bollards in concrete in formed or core-drilled holes not less than 8 inches deep and 3/4 inch larger than OD of bollard. Fill annular space around bollard solidly with nonshrink, nonmetallic grout; mixed and placed to comply with grout manufacturer's written instruc- tions. Slope grout up approximately 1/8 inch toward bollard. C. Anchor bollards in place with concrete footings . Center and align bollards in holes 3 inches above bottom of excavation . Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. D . Anchor internal sleeves for removable bollards in place with concrete footings . Center and align sleeves in holes 3 inches above bottom of excavation . Place concrete and vibrate or tamp for consolidation . Support and brace sleeves in position until concrete has cured. E . Fill bollards solidly with concrete, mounding top surface to shed water. 1. Do not fill removable bollards with concrete. 3 .05 INST ALLING NOSINGS, TREADS, AND THRESHOLDS A. Center nosings on tread widths . B. For nosings embedded in concrete steps or curbs, align nosings flush with riser faces and lev- el with tread surfaces. C . Seal thresholds exposed to exterior with elastomeric sealant complying with Division 7 Sec- tion "Joint Sealants " to provide a watertight installation. 3 .06 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and ab- raded areas. Paint uncoated and abraded areas with the same material as used for shop paint- ing to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by bmsh or spray to provide a minimum 2.0-mil dry film thickness. F30429S05500.doc 05500-11 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovernents B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and ab- raded areas of shop paint are specified in Division 9 painting Sections . C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION F30429S05500.doc 05500 -12 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Fac ilities Improvements PART I -GENERAL 1.01 RELATED DOCU1v1ENTS SECTION 05511 JMET AL ST AIRS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A. This Section includes the following: 1. Industrial-type stairs with steel grating treads. 2. Railings attached to metal stairs . 3 . Handrails attached to walls adjacent to metal stairs. B . Related Sections include the following: 1. Division 5 Section "Metal Fabrications" for nosings not installed in metal stairs . 2. Division 5 Section "Pipe and Tube Railings " for pipe and tube railings. 3. Division 5 Section "Pipe and Tube Railings" for pipe and tube railings not attached to metal stairs or to walls adjacent to metal stairs. 1.03 PERFORMANCE REQUIREJMENTS A. Structural Performance of Stairs: Provide metal stairs capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indi- cated: l. Uniform Load: 100 lbf/sq. ft. 2. Concentrated Load: 300 lbf applied on an area of 4 sq. in. 3. Uniform and concentrated loads need not be assumed to act concurrently. 4 . Stair Framing: Capable of withstanding stresses resulting from railing loads in addition to loads specified above . 5. Limit deflection of treads, platforms, and framing members to L/240 or l/4 inch, whi- chever is less. B. Structural Performance of Railings: Provide railings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indi- cated: 1. Handrails: F30429S0551 l .doc 05511 -1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements a. Uniform load of 50 lbf/ ft. applied in any direction . b. Concentrated load of 200 lbf applied in any direction. c. Uniform and concentrated loads need not be assumed to act concurrently. 2. Top Rails of Guards: a. Uniform load of 50 lbf/ ft. applied in any direction. b. Concentrated load of 200 lbf applied in any direction. c. Uniform and concentrated loads need not be assumed to act concurrently. 3 . Infill of Guards: a. Concentrated load of 50 lbf applied horizontally on an area of 1 sq. ft. b. Uniform load of 25 lbf/sq. ft. applied horizontally. c . Infill load and other loads need not be assumed to act concurrently. C. Seismic Performance: Provide metal stairs capable of withstanding the effects of earthquake motions determined according to ASCE 7, "Minimum Design Loads for Buildings and Other Structures": Section 9, "Earthquake Loads ." 1.04 SUBMITT ALS A. Product Data: For metal stairs and the following: 1. Abrasive nosings. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Provide templates for anchors and bolts specified for installation under other Sections. 2. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their prepa- ration. C. Samples for Initial Selection: For products involving selection of color, texture, or design . D. Samples for Verification : For the following products, in manufacturer's standard sizes : 1. Grating treads. 2 . Abrasive nosings. E. Welding certificates. F . Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for stairs and railings. 1. Test railings according ASTM E 894 and ASTM E 935 . 1.05 QUALITY ASSURANCE A. Installer Qualifications: Fabricator of products. F30429S055 l l .doc 05511-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. NAAMM Stair Standard: Comply with "Recommended Voluntary Minimum Standards for Fixed Metal Stairs" in NAAMM AMP 510, "Metal Stairs Manual," for class of stair designat- ed, unless more stringent requirements are indicated. 1. Industrial-Type Stairs: Industrial class. C. Welding: Qualify procedures and personnel according to the following: 1. AWS Dl.1, "Structural Welding Code--Steel." 2. AWS Dl.2, "Structural Welding Code--Aluminum." 3. A WS D 1.3, "Structural Welding Code--Sheet Steel." 1.06 COORDINATION A. Coordinate installation of anchorages for metal stairs. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry . Deliver such items to Project site in time for installation. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be in- corporated into the Work include, but are not limited to, products specified. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers of- fering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.02 :METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indi- cated. For components exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.03 NONFERROUS :METALS A. Aluminum Extrusions: ASTM B 221, Alloy 6063-T6. B. Aluminum Castings: ASTM B 26, Alloy 443.0-F. 2.04 ABRASIVE NOSINGS F30429S055 l l .doc 05511 -3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. Cast-Metal Units: Cast aluminum, with an integral abrasive finish consisting of aluminum oxide, silicon carbide, or a combination of both. Fabricate units in sizes and configurations indicated and in lengths necessary to accurately fit openings or conditions. 1. Available Manufacturers: a. American Safety Tread Co., fuc. b . Balco fuc. c. Barry Pattern & Foundry Co., fuc. d. Granite State Casting Co. e. Safe-T-Metal Co. f. Wooster Products fuc . 2. Configuration: Cross-hatched units, 3 inches wide without lip. 3. Configuration: Cross-hatched angle-shaped units, same depth as bar-grating treads and 1 to 1-1/2 inches wide. B. Extruded Units: Extruded-aluminum units with abrasive filler consisting of aluminum oxide, silicon carbide, or a combination of both, in an epoxy-resin binder . Fabricate units in sizes and configurations indicated and in lengths necessary to accurately fit openings or conditions. 1. Available Manufacturers: a. ACL fudustries, fuc. b. American Safety Tread Co., fuc. C. Amstep Products. d. Armstrong Products, fuc . e. Balco fuc . f. Granite State Casting Co. g. Wooster Products fuc. 2. Provide ribbed units, with abrasive filler strips projecting 1/16 inch above aluminum ex- trusion. 3. Provide solid-abrasive-type units without ribs. 4. Nosings: Square-back units, 3 inches wide, without lip . 5. Nosings: Two-piece units, 3 inches wide, with subchannel for casting into concrete. C. Provide anchors for embedding units in concrete, either integral or applied to units, as stan- dard with manufacturer. D. Apply bituminous paint to concealed bottoms, sides, and edges of cast-metal units set into concrete. 2.05 FASTENERS A. General: Unless indicated otherwise, provide Type 316 stainless steel fasteners. Select fas- teners for type, grade, and class required. F30429S055 l l .doc 05511-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts, and, where indicated, flat washers; ASTM F 593 for bolts and ASTM F 594 For nuts, Alloy Group 1. C. Machine Screws: ASivIE B18.6.3. D. Lag Bolts: ASivIE B18.2.l. E. Plain Washers: Round, ASivIE B 18.22.1. F. Lock Washers: Helical, spring type, ASivIE Bl8.21.l. G. Expansion Anchors: Anchor bolt and sleeve assembly with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Material for Anchors: Alloy Group 1 stainless-steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. 2.06 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.07 FABRICATION, GENERAL A. Provide complete stair assemblies, including metal framing, hangers, struts, railings, clips, brackets, bearing plates, and other components necessary to support and anchor stairs and platforms on supporting structure. 1. Join components by welding, unless otherwise indicated. 2. Use connections that maintain structural value of joined pieces. 3. Fabricate treads and platforms of exterior stairs so finished walking surfaces slope to drain. B. Preassembled Stairs: Assemble stairs in shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated . Remove sharp or rough areas on ex- posed surfaces. D. Form bent-metal comers to smallest radius possible without causing grain separation or oth- erwise impairing work. E. Form exposed work tme to line and level with accurate angles and surfaces and straight edges. F30429S055 l l .doc 05511 - 5 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F. Weld connections to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Weld exposed comers and seams continuously, unless otherwise indicated. 5. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. G. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) screws or bolts unless otherwise indicated. Locate joints where least conspicuous. H. Fabricate joints that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 2.08 STEEL-FRAMED STAJRS A. Available Manufacturers: 1. Alfab, Inc. 2. American Stair, Inc . 3. Sharon Companies Ltd. (The). B. Stair Framing: 1. Fabricate stringers of steel channels. a. Provide closures for exposed ends of channel stringers. 2. Construct platforms of steel channel headers and miscellaneous framing members as needed to comply with performance requirements. · 3. Weld or bolt stringers to headers; weld or bolt framing members to stringers and head- ers. If using bolts, fabricate and join so bolts are not exposed on finished surfaces. C. Glass-Fiber-Reinforced Plastic Grating Stairs: Treads shall comply with glass-fiber- reinforced plastic gratings per Section 05530, Gratings. 2.09 STEEL TUBE RAILINGS A. General: Fabricate railings to comply with requirements indicated for design, dimensions, details, finish, and member sizes, including wall thickness of tube, post spacings, and anchor- age, but not less than that needed to withstand indicated loads. 1. Configuration: 1-5/8-inch-diameter top, bottom, and intermediate rails and 1-1/2-inch- diameter posts. Space intermediate rails less than 12 inches clear. F30429S055 l l .doc 05511 - 6 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 2 . Gates: Form gates from steel tube of same size and shape as top rails, with infill to match guards. Provide with spring hinges for fastening to wall and overlapping stop with rubber bumper to prevent gate from opening in direction opposite egress. B. Welded Connections: Fabricate railings with welded connections. Cope components at con- nections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings . C. Form changes in direction of railings as follows : 1. By bending or by inserting prefabricated elbow fittings . 2. By flush bends or by inserting prefabricated flush -elbow fittings. 3. By radius bends of radius indicated or by inserting prefabricated elbow fittings of radius indicated . D. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout en- tire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components. E. Close exposed ends of railing members with prefabricated end fittings. F. Provide wall returns at ends of wall-mounted handrails, unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch or less . G. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, end closures, flanges, mis- cellaneous fittings, and anchors for interconnecting components and for attaching to other work. Furnish inserts and other anchorage devices for connecting to concrete or masonry work. 1. Connect posts to stair framing by direct welding, unless otherwise indicated. 2. For nongalvanized railings, provide nongalvanized ferrous-metal fittings, brackets, fas- teners, and sleeves, except galvanize anchors embedded in exterior masonry and con- crete construction . H. Fillers: Provide fillers made from steel plate, or other suitably crush-resistant material, where needed to transfer wall bracket loads through wall finishes to structural supports. Size fillers to suit wall finish thicknesses and to produce adequate bearing area to prevent bracket rota- tion and overstressing of substrate . 2.10 ST AIR RAILINGS A . Comply with applicable requirements in Division 5 Section "Pipe and Tube Railings" for rail- ings and as follows : 1. Rails may be bent at comers, rail returns, and wall returns, instead of using prefabricated fittings. 2. Connect posts to stair framing by direct welding, unless otherwise indicated. F30429S055 l l .doc 05511 -7 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.11 FINISHES A . Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal stairs after assembly. PART 3 -EXECUTION 3.01 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where neces- sary for securing metal stairs to in-place construction. Include threaded fasteners for concrete and masonry inserts, through-bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal stairs. Set units accurately in location, alignment, and elevation, measured from estab- lished lines and levels and free of rack. C . Install metal stairs by welding stair framing to steel structure or to weld plates cast into con- crete, unless otherwise indicated. D. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. E. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limita- tions. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. F. Field Welding : Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 3.02 INSTALLING STEEL TUBE RAILINGS A. Adjust railing systems before anchoring to ensure matching alignment at abutting joints. Space posts at spacing indicated or, if not indicated, as required by design loads. Plumb posts in each direction. Secure posts and rail ends to building construction as follows : · 1. Anchor posts to steel by welding directly to steel supporting members. 2. Anchor handrail ends to concrete and masonry with steel round flanges welded to rail ends and anchored with post installed anchors and bolts . F30429S055 I I.doc 05511 -8 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Attach handrails to wall with wall brackets. Provide bracket with 1-1/2-inch clearance from inside face of handrail and finished wall surface. Locate brackets as indicated or, if not indi- cated, at spacing required to support structural loads. Secure wall brackets to building con- struction as follows: 1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt. 2. Use type of bracket with predrilled hole for exposed bolt anchorage. 3. For concrete and solid masonry anchorage, use drilled-in expansion shields and hanger or lag bolts. 4. For hollow masonry anchorage, use toggle bolts. 5. For wood stud partitions, use hanger or lag bolts set into wood backing between studs. Coordinate with carpentry work to locate backing members. 6. For steel-framed gypsum board assemblies, use hanger or lag bolts set into wood back- ing between studs . Coordinate with stud installation to locate backing members. 7. For steel-framed gypsum board assemblies, fasten brackets directly to steel framing or concealed steel reinforcements using self-tapping screws of size and type required to support structural loads. END OF SECTION F30429S055 I I .doc 05511 -9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 05521 PIPE AND TUBE RAILINGS A. Drawings and general provisions of the Contract, including General and Supplementary Con - ditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Aluminum pipe and tube railings. B. Related Sections include the following: 1. Division 5 Section "Metal Stairs" for steel tube railings associated with metal stairs. 1.03 PERFORMANCE REQUIREMENTS A. General: In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following: 1. Aluminum: The lesser of minimum yield strength divided by 1.65 or min imum ultimate tensile strength divided by 1.95. B. Structural Performance: Provide railings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Handrails: a. Uniform load of 50 lbf/ ft. applied in any direction. b. Concentrated load of 200 lbf applied in any direction. c. Uniform and concentrated loads need not be assumed to act concurrently . 2 . Top Rails of Guards: a . Uniform load of 50 lbf/ ft. applied in any direction . b. Concentrated load of 200 lbf applied in any direction. c. Uniform and concentrated loads need not be assumed to act concurrently. 3. Infill of Guards: a. Concentrated load of 50 lbf applied horizontally on an area of 1 sq. ft. b . Uniform load of 25 lbf/sq. ft. applied horizontally. c. Infill load and other loads need not be assumed to act concurrently . C. Thermal Movements: Provide exterior railings that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by pre- venting buckling, opening of joints, overstressing of components, failure of connections, and F30429S0552 l .doc 05521 -1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. D. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 1.04 SUBMIT!' ALS A. Product Data: For the following: 1. Manufacturer's product lines of mechanically connected railings. 2. Grout, anchoring cement, and paint products . B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their prepa- ration. C. Samples for Initial Selection: For products involving selection of color, texture, or design. D. Samples for Verification: For each type of exposed finish required. 1. Sections of each distinctly different linear railing member, including handrails, top rails, posts, and balusters. 2. Fittings and brackets. 3. Assembled Sample of railing system, made from full-size components, including top rail, post, handrail, and infill. Sample need not be full height. a. Show method of connecting members at intersections. E. Welding certificates. F. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, according to ASTM E 894 and ASTM E 935. 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain each type of railing through one source from a single manufac- turer. B. Welding: Qualify procedures and personnel according to the following: 1. AWS Dl.2, "Structural Welding Code--Aluminum." 1.06 PROJECT CONDITIONS F30429S0552 l .doc 05521 -2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. Field Measurements: Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Draw- ings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating railings without field mea- surements. Coordinate wall and other contiguous construction to ensure that actual di- mensions correspond to established dimensions . 2. Provide allowance for trimming and fitting at site . 1.07 COORDINATION AND SCHEDULING A. Coordinate installation of anchorages for railings . Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. PART 2 -PRODUCTS 2 .01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the follow - ing: 1. Aluminum Pipe and Tube Railings: a . AlumaGuard Corp . b. ATR Technologies, Inc. c. Blum, Julius & Co., Inc. d. Braun, J. G ., Company; a division of the Wagner Companies . e. CraneVeyor Corp. f. Hollaender Manufacturing Company. g . Moultrie Manufacturing Company . h. Pisor Industries, Inc . i. Sterling Dula Architectural Products, Inc. j . Superior Aluminum Products, Inc. k. Thompson Fabricating, LLC. I. Tubular Specialties Manufacturing, Inc. m. Tuttle Aluminum & Bronze. n . Wagner, R & B, Inc.; a division of the Wagner Companies. 2.02 METALS, GENERAL F30429S0552 l .doc 05521 - 3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. Metal Surfaces, General : Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated. 2 .03 ALUMINUM A. Aluminum, General : Provide alloy and temper recommended by aluminum producer and fi- nisher for type of use and finish indicated, and with not less than the strength and durability properties of alloy and temper designated below for each aluminum form required. B. Extruded Bars and Tubing: ASTM B 221, Alloy 6063-T5/T52. C. Extruded Structural Pipe and Round Tubing: ASTM B 429, Alloy 6063-T6. 1. Provide Standard Weight (Schedule 40) pipe, unless otherwise indicated. D. Drawn Seamless Tubing: ASTM B 210, Alloy 6063-T832 . E. Plate and Sheet: ASTM B 209, Alloy 6061-T6. F . Die and Hand Forgings : ASTM B 247, Alloy 6061-T6 . G. Castings: ASTM B 26, Alloy A356.0-T6. 2.04 FASTENERS A. General: Provide the following : 1. Aluminum Railings: Type 316 stainless-steel fasteners . B. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of con- struction indicated and capable of withstanding design loads. C. Fasteners for Interconnecting Railing Components: 1. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless exposed fasteners are unavoidable or are the standard fasten- ing method for railings indicated. 2. Provide square or hex socket flat-head machine screws for exposed fasteners , unless oth- erwise indicated. D. Anchors : Provide torque-controlled expansion anchors , fabricated from corrosion-resistant materials with capab ility to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 2.05 MISCELLANEOUS MATERIALS F30429S0552 l .doc 05521 - 4 May 2011 City of Port Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 1. For aluminum railings, provide type and alloy as recommended by producer of metal to be welded and as required for color match, strength, and compatibility in fabricated items. B. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.06 FABRICATION A. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. B. Assemble railings in the shop to greatest extent possible to minimize field splicing and as- sembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain struc- tural value of joined pieces. C. Cut, drill, and punch metals cleanly and accurately . Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on ex- posed surfaces. D. Form work true to line and level with accurate angles and surfaces. E. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep hol6s where water may accumulate. F. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. G. Connections: Fabricate railings with either welded or nonwelded connections, unless other- wise indicated. H. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately . 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. I. Welded Connections for Aluminum Pipe: Fabricate railings to interconnect members with concealed internal welds that eliminate surface grinding, using manufacturer's standard sys - tem of sleeve and socket fittings. F30429S0552 I .doc 05521 -5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements J. Nonwelded Connections : Connect members with concealed mechanical fasteners and fit- tings . Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. 1. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method. K. Form changes in direction as follows: 1. By bending or by inserting prefabricated elbow fittings . 2 . By flush bends or by inserting prefabricated flush -elbow fittings. 3 . By inserting prefabricated elbow fittings or flush-elbow fittings. L. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout en- tire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components. M. Close exposed ends of railing members with prefabricated end fittings. N . Provide wall returns at ends of wall-mounted handrails, unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch or less. 0. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fit- tings, and anchors to interconnect railing members to other work, unless otherwise indicated. P. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. Q. For railing posts set in concrete, provide steel sleeves not less than 6 inches long with inside dimensions not less than 1/2 inch greater than outside dimensions of post, with steel plate forming bottom closure . R . For removable railing posts, fabricate slip-fit sockets from stainless-steel tube or pipe whose ID is sized for a close fit with posts; limit movement of post without lateral load, measured at top, to not more than one-fortieth of post height. Provide socket covers designed and fabri- cated to resist being dislodged. 1. Provide chain with eye, snap hook, and staple across gaps formed by removable railing sections at locations indicated. Fabricate from same metal as railings. S. Toe Boards: Where indicated, provide toe boards at railings around openings and at edge of open-sided floors and platforms. Fabricate to dimensions and details indicated. 2.07 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products " for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, tem- porary protective covering before shipping. F30429S0552 l .doc 05521 -6 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable varia- tions in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. D. Provide exposed fasteners with finish matching appearance, including color and texture, of railings. 2.08 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. Mechanical Finish: AA-M12 (Mechanical Finish: nonspecular as fabricated). PART 3 -EXECUTION 3.01 INSTALLATION, GENERAL A. Fit exposed connections together to form tight, hairline joints. B. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of railing components that have been coated or fi- nished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet. 3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet. C. Corrosion Protection: Coat concealed surfaces of aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. D. Adjust railings before anchoring to ensure matching alignment at abutting joints. E. Fastening to In-Place Construction: Use anchorage devices and fasteners where necessary for securing railings and for properly transferring loads to in-place construction. 3.02 RAILING CONNECTIONS A. Nonwelded Connections: Use mechanical or adhesive joints for pennanently connecting rail- ing components. Use wood blocks and padding to prevent damage to railing members and fittings. Seal recessed holes of exposed locking screws using plastic cement filler colored to match finish of railings. F30429S0552 l .doc 05521 -7 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements B. Welded Connections: Use fully welded joints for permanently connecting railing compo- nents. Comply with requirements for welded connections in Part 2 "Fabrication" Article whether welding is performed in the shop or in the field. C. Expansion Joints: Install expansion joints at locations indicated but not farther apart than re- quired to accommodate thermal movement. Provide slip-joint internal sleeve extending 2 inches beyond joint on either side, fasten internal sleeve securely to 1 side, and locate joint within 6 inches of post. 3.03 ANCHORING POSTS A. Use steel pipe sleeves preset and anchored into concrete for installing posts. After posts have been inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonme- tallic grout or anchoring cement, mixed and placed to comply with anchoring material manu- facturer's written instructions. B. Form or core-drill holes not less than 5 inches deep and 3/4 inch larger than OD of post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout or anchoring cement, mixed and placed to comply with anchoring material manufacturer's written instructions. C. Leave anchorage joint exposed; wipe off surplus anchoring material; and leave 1/8-inch buil- dup, sloped away from post. D. Anchor posts to metal surfaces with oval flanges, angle type, or floor type as required by conditions, connected to posts and to metal supporting members as follows: 1. For aluminum pipe railings, attach posts using fittings designed and engineered for this purpose. E. Install removable railing sections, where indicated, in slip-fit metal sockets cast in concrete. 3.04 ANCHORING RAILING ENDS A. Anchor railing ends to concrete and masonry with round flanges connected to railing ends and anchored to wall construction with anchors and bolts. B. Anchor railing ends to metal surfaces with flanges bolted to metal surfaces and welded to railing ends or connected to railing ends using nonwelded connections. 3.05 ATTACHING HANDRAILS TO WALLS A. Attach handrails to wall with wall brackets. Provide brackets with 1-1/2-inch clearance from inside face of handrail and finished wall surface. 1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt. 2. Use type of bracket with predrilled hole for exposed bolt anchorage . B. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. F30429S0552 l .doc 05521 -8 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Secure wall brackets to building construction as follows: 1. For concrete and solid masonry anchorage, use drilled-in expansion shields and hanger or lag bolts . 3.06 ADJUSTING AND CLEANING A. Clean aluminum by washing thoroughly with clean water and soap and rinsing with clean wa- ter. 3 .07 PROTECTION A. Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of Sub- stantial Completion. B. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make re- quired alterations and refinish entire unit, or provide new units. END OF SECTION F30429S0552 l .doc 05521 -9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 05530 GRATINGS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Glass-fiber-reinforced plastic gratings. 2. Metal frames and supports for gratings. B. Related Sections include the following: l. Division 5 Section "Metal Stairs" for grating treads and landings of steel-framed stairs. 2. Division 5 Section "Pipe and Tube Railings" for metal pipe and tube handrails and rail- ings. 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance of Gratings: Provide gratings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indi- cated: 1. Floors: Uniform load of 100 lbf/sq. ft. 2. Walkways and Elevated Platforms: Uniform load of 100 lbf/sq. ft. 3. Limit deflection to L/180 or 3/8 inch, whichever is less. 1.04 SUBMITTALS A. Product Data: For the following: 1. Glass-fiber-reinforced plastic gratings. 2. Clips and anchorage devices for gratings. B. Shop Drawings : Include plans, elevations, sections, details , and attachments to other work. 1. Provide templates for anchors and bolts specified for installation under other Sections. 2. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their prepa- ration. F30429S05530.doc 05530 -1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1.05 QUALITY ASSURANCE A. Metal Bar Grating Standards : Comply with NAAMM MBG 531, "Metal Bar Grating Ma- nual" and NAAMM MBG 532, "Heavy -Duty Metal Bar Grating Manual." 1.06 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with gratings by field measurements before fabrication and indicate measurements on Shop Draw- ings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating gratings without field mea- surements. Coordinate wall and other contiguous construction to ensure that actual di- mensions correspond to established dimensions . 2. Provide allowance for trimming and fitting at site. 1.07 COORDINATION A. Coordinate installation of anchorages for gratings, grating frames , and supports. Furnish set- ting drawings, templates, and directions for installing anchorages , including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry . Deliver such items to Project site in time for installation . PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, prov ide products by one of the fol- lowing: 1. Glass-Fiber-Reinforced Plastic Gratings: a . Creative Pultrusions, Inc. b. Enduro Systems Inc .; Composite Products Division. c. Fibergrate Composite Structures Inc . d. Fisher & Ludlow. e. IKG Industries; a Harsco Company. f. Seasafe, Inc. g. Strongwell. 2 .02 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36. 2 .03 FASTENERS F30429S05530 .doc 05530 -2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners. Provide stainless-steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts, and, where indicated, flat washers; ASTM F 593 for bolts and ASTM F 594 for nuts, Alloy Group 1. C. Anchors: Provide chemical or torque-controlled expansion anchors with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 1. Material for Anchors in Exterior and Interior Locations: Alloy Group 1 stainless-steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. 2.04 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. 2.05 FABRICATION A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges to a ra- dius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. D. Fit exposed connections accurately together to form hairline joints. E. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space the anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads. 2.06 GLASS-FIBER-REINFORCED PLASTIC GRATINGS A. Molded Glass-Fiber-Reinforced Gratings: Bar gratings made by placing glass-fiber strands that have been saturated with thermosetting plastic resin in molds in alternating directions to form interlocking bars without voids and with a high resin content. 1. Configuration: 1-1/2-inch-square mesh, thickness as required to comply with structural performance requirements. 2. Resin: Vinylester. Resin shall be UV inhibited and the composite shall include a veil on all exposed surfaces. F30429S05530.doc 05530-3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements a. Flame-Spread Index: Class 1 rating of 25 or less when tested according to ASTM E 84 and meets the self-extinguishing requirements of ASTM D 635. 3. Color: Yellow. 4. Traffic Surface: Permanently bonded grit, baked epoxy, anti-skid surface. B. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. 2.07 GRATING FRAMES AND SUPPORTS A. Frames and Supports for Glass-Fiber-Reinforced Plastic Gratings: Fabricate from glass- fiber-reinforced plastic shapes of sizes, shapes, and profiles indicated and as necessary to re- ceive gratings . Miter connections for perimeter angle frames. Cut, drill, and tap units to re- ceive hardware and similar items. 1. Unless otherwise indicated, use shapes made from same resin as gratings. 2. Equip units indicated to be cast into concrete or built into masonry with integral anchors. PART 3 -EXECUTION 3.01 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where neces- sary for securing gratings to in-place construction. Include threaded fasteners for concrete and masonry inserts, through-bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from estab- lished lines and levels and free of rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete or masonry. D. Fit exposed connections accurately together to form hairline joints. 1. Weld connections that are not to be left as exposed joints but cannot be shop welded be- cause of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. 3.02 INSTALLING GLASS-FIBER-REINFORCED PLASTIC GRATINGS A. Comply with manufacturer's written instructions for installing gratings. Use manufacturer's standard stainless-steel anchor clips and hold-down devices for bolted connections. 3.03 ADJUSTING AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. F30429S05530 .doc 05530-4 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F30429S05530.doc END OF SECTION 05530 -5 May2011 DIVISION 7 THERMAL AND MOISTURE PROTECTION City of Fort Worth Rolling H ills WTP Phase 5-Chem ical Facilities Improvements PART 1 GENERAL 1.01 SECTION INCLUDES SECTION 07162 CRYSTALLINE WATERPROOFING A . Crystalline waterproofing of top surface of slabs on grade , on newly placed concrete . 1.02 RELATED SECTIONS A . Section 04812 -Glass Block Assemblies 1.03 REFERENCES A . ASTM C 494/C 494M -08a Standard Specification for chemical Admixtures for Concrete 1.04 SUBMITT ALS A. See Section 01300 -Administrative Requirements for submittal procedures. B . Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations . 2. Storage and handling requirements and recommendations. 3 . Installation methods. C . Certificates: Product certificates signed by manufacturer certifying that: 1. Materials comply with specified performance characteristics and physical requirements . 2 . Installer is qualified and approved by manufacturer. D . Manufacturer's report on field inspection of substrates, prior to installation. E . Close Out: Executed warranties . 1.05 QUALITY ASSURANCE A . Manufacturer Qualifications: A firm with not less than 10 years experience manufacturing crystalline waterproofing of the type specified , able to provide test reports showing compliance with specified performance characteristics, and able to provide on-site technical representation to advise on installation . B . Installer Qualifications: Experienced in work of the type specified in this section and approved in writing by waterproofing manufacturer. C . Pre-installation Meeting: Prior to starting work, conduct a meeting with the waterproofing installer, installers of adjacent work, and waterproofing manufacturer's representative to verify project requirements, substrate conditions, manufacturer's installation instructions, and manufacturer's warranty requirements; notify the Owner and Architect/Engineer at least one week in advance of meeting. vwc 07162 07162-1 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Faci li ties Improvements 1.06 DELIVERY, STORAGE, AND HANDLING A . Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. B . Store products in manufacturer's unopened packaging until ready for installation. C . Store materials protected from exposure to harmful weather conditions and at temperature conditions recommended by manufacturer. 1.07 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. 1.08 WARRANTY A . Refer to Division I for additional warranty B. Provide manufacturer's standard warranty document executed by authorized company official. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Xypex Chemical Corp., www.xypex .com B . Kryton International, Inc. www.kryton .com C. Requests for substitutions will be considered in accordance with provisions of Section O 1600. 2.02 MATERIALS A. Xypex Concentrate, surface applied, single coat crystalline waterproofing manufactured by Xypex Chemical Corp. PART 3 EXECUTION 3.01 EXAMINATION A . Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. C. Obtain waterproofing manufacturer's approval of substrates; submit field inspection report. D. Do not install unless substrate and ambient air temperatures are within range acceptable to waterproofing manufacturer. 3.02 PREPARATION AND INSTALLATION A . All work shall comply with manufacturer's instructions and recommendations, including Product Data technical bulletins, catalog installation instructions, and product carton instructions. vwc 07162 07162-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Newly placed concrete should be free of bleed water and be able to support the weight of a power trowel. Apply a rough wood float or broom finish. 3.03 CLEANING AND PROTECTION A. Clean spillage and over-spray from adjacent surfaces using appropriate cleaning agents and procedures . B. Protect installed product from damage during construction; do not allow traffic on unprotected waterproofed surfaces. C . Do not backfill against waterproofed surfaces for at least 36 hours after installation; use moist backfill material when backfilling occurs less than 7 days after installation. D. Do not apply paint or other coatings for at least 21 days; before applying coatings neutralize waterproofed surface as recommended by waterproofing manufacturer. Touch-up, repair or replace damaged products before Substantial Completion . END OF SECTION vwc 07162 07162-3 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Im provemcnts SECTION 07185 FL urn APPLIED TRAFFIC MEMBRANE PART 1 GENERAL 1.01 SECTION INCLUDES A. Fluid-applied vehicular traffic coating system, base flashings, edge flashings and counter flashings over new concrete surfaces. 1.02. RELATED SECTIONS A. Section 01741 -Special Warranty-Elastomeric Membrane Roof. B. Section 03300 -Cast-in-Place Concrete C. Section 07900 -Joint Sealers 1.03 REFERENCES A. ASTM C957 -06 Standard Specification for High-Solids Content, Cold Liquid-Applied Elastomeric Waterproofing Membrane with Integral Wearing Surface B. ASTM D412 -06ae2 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers -Tension C. ASTM EI08 -07a Standard Test Methods for Fire Tests of Roof Coverings 1.04 SUBMITT ALS A . See Section 01300 -Administrative Requirements, for submittal procedures . B. Project Reference List: Submit list of projects as required by this specification. C. Samples: Submit samples of specified vehicular traffic coating system . Samples shall be construed as examples of finished color and texture of the system only. D. Applicator Approval: Submit letter from manufacturer stating applicator is approved to install the vehicular traffic coating system. E. Warranty: Submit executed copy of owner's warranty on manufacturer's letter head. 1.05 QUALITY ASSURANCE A. Applicator Qualifications: Applicators shall provide written documentation as licensed and approved by the respective manufacture to install each specified system. C. Requirement of Regulatory Agencies: vwc 07185 1. The vehicular traffic coating system shall be rated Class "A" by Underwriters Laboratories (ASTM E 108/UL 790). Containers to bear Underwriters Laboratories labels. 07185-1 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Impro vements 2 . Materials used in the vehicular traffic coating system shall meet existing Federal, State and local voe regulations . 1.06 DELIVERY, STORAGE AND HANDLING A . Delivery: Materials shall be delivered in original sealed containers, clearly marked with supplier's name, brand name and type of material. B . Storage and Handling: Recommended material storage temperature is 75°F. Handle products to avoid damage to container. Do not store for long periods in direct sunlight. 1.07 JOB CONDITIONS A. Environmental Conditions: 1. Do not proceed with application of materials when deck temperature is less than 40°F . 2. Do not apply materials unless surface to receive coating is clean and dry, or if precipitation is imminent. 1.08 WARRANTY A. See Section 01780 -Closeout Submittals, for additional requirements. B . Provide completed Special Membrane Warranty. PART 2 PRODUCTS 2.01 MANUFACTURER A . NEOGARD® Division of JONES-BLAIR® Company, P .O. Box 35286, Dallas, TX 75235, Toll Free (800) 321-6588, Fax (214) 357-7532, www .neogard.com. · 2.02 MATERIALS AND ACCESSARIES A . Fluid Applied Vehicular Traffic Coating Material: AUTO-GARD ®. B. All accessories, flashings, aggregate, primer, and sealants shall be provided and/or approved by membrane manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A . Concrete: Verify that the work done under other sections meets the following requirements: I. That the concrete deck surface is free of ridges and sharp projections. If metal forms or decks are used they should be ventilated to permit adequate drying of concrete on exterior exposed deck. vwc 07185 2. That the concrete was cured for a minimum of 28 days . (Minimum of 4,000 psi compressive strength). Water-cured treatment of concrete is preferred. The use of 07185-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements concrete curing agents, if any, shall be of the sodium silicate base only; others require written approval by NEOGARD®. 3 . That the concrete was finished by a power or hand steel trowel followed by soft hair broom to obtain light texture or "sidewalk" finish. 4 . That damaged areas of the concrete deck be restored to match adjacent areas. Use 100% solids epoxy and sand for filling and leveling. 3.02 PREPARATION A. Surface Preparation: 1. Cleaning: Surfaces contaminated with oil or grease shall be vigorously scrubbed with a power broom and a strong non-sudsing detergent. Thoroughly wash, clean, and dry. Areas where oil or other contaminants penetrate deep into the concrete may require removal by mechanical methods . 2. Shot Blasting: Required surface preparation method for remedial construction, is also the preferred method for new construction. Mechanically prepare surface by shot blasting to industry standard surface texture (ICRl's CSP3-4) without causing additional surface defects in deck surface. Shot blasting does not remove deep penetrating oils, grease, tar or asphalt stains. Proper cleaning procedures should be followed to insure proper bonding of the deck coating. Note: If shot blasting is not practical, treat concrete surfaces with 10% to 15% solution of muriatic acid to remove laitance and impurities. After acid has stopped foaming or boiling, immediately rinse thoroughly with water. Re-rinse as required to remove muriatic acid solution. Acid etching does not remove deep penetrating oils, grease, tar or asphalt stains. Proper cleaning procedures should be followed to insure proper bonding of the deck coating. 3. Cracks and Cold Joints: Visible hairline cracks (up to l/16 11 in width) in concrete and cold joints shall be cleaned, primed as required and treated with liquid flashing a minimum distance of 2 11 on each side of crack to yield a total thickness of 3 0 dry mils. Large cracks (over 1/16 11 in width) shall be routed and sealed with sealant. Sealant shall be applied to inside area of crack only, not applied to deck surface. Detail sealed cracks with liquid flashing a distance of 2 11 on each side of crack to yield a total thickness of 30 dry mils. 4. Control Joints: Seal secondary control joints with sealant. Sealant shall be applied to inside area of joint only, not applied to deck surface. Detail sealed joints with liquid flashing a distance of 2 11 on each side of joint to yield a total thickness of 3 0 dry mils . 5. Flashing Tape: Install flashing tape where indicated on the drawings prior to the application of elastomeric coating. 6. Surface Condition: Surface shall be clean and dry prior to coating. 3.03 APPLICATION A. Seed and Lock Method vwc 07185 I. Primer: Where required, apply 1/3 gallon per 100 square feet (300 sf/gal) to all concrete surfaces in strict accordance with procedures outlined by NEOGARD. Within 24 hours of application of primer, base coat must be applied. If base coat cannot be applied 07185-3 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilitie s Improvements within 24 hours, re-prime . 2. Base Coat: Apply 1-2/3 gallons per 100 square feet (60 sf/gal) of elastomeric base coat to deck surfaces in strict accordance with procedures outlined by NEOGARD. Extend base coat over cracks and control joints which have received treatment. 3 . Wearing Surface Coat: Apply 2/3 gallon per 100 square feet ( 150 sf/gal) of elastomeric topcoat in strict accordance with procedures outlined by NEOGARD and immediately broadcast aggregate , evenly distributed, into wet coating at the rate of IO to 15 pounds per 100 square feet. 4. Finish Coat: When dry, remove excess aggregate and recoat surface with 1 gallon per 100 square feet ( l 00 sf/gal) of elastomeric topcoat in strict accordance with procedures outlined by NEOGARD. Total system coating thickness averages 40 dry mils exclusive of aggregate . 5 . Double-Texturing: Double-texturing is required . Apply double-texture as follows : After the wearing surface coat to receive aggregate has cured and loose aggregate removed, apply 1 gallon per 100 square feet ( 100 sf/gal) of elastomeric topcoat in strict accordance with procedures outlined by NEOGARD and immediately broadcast additional aggregate, evenly distributed, into wet coating at the rate of 10 to 15 pounds per 100 square feet. When dry, remove excess aggregate and recoat surface with I gallon per I 00 square feet (I 00 sf/gal) of elastomeric topcoat in strict accordance with procedures outlined by NEOGARD®. Double-textured areas will yield an average of 52 dry mils exclusive of aggregate . 6 . Provide edge condition detailing as recommended by membrane manufacturer. 3.04 CLEANING A. Remove debris resulting from completion of coating operation from the project site. 3.05 PROTECTION A. After completion of application, do not allow traffic on coated surfaces for a period of at least 48 to 72 hours at 75°F. and 50% R.H., or until completely cured . END OF SECTION vwc 07185 07185-4 3/11 City of Fort Worth Rolling Hills WTP Phase 5-Chemical Facilities Improvements PART 1: GENERAL 1.01 SUMMARY A. Section Includes SECTION 07840 THROUGH-PENETRATION FIRE SYSTEMS 1. Through-penetration fire-stopping systems for penetrations through fire-resistance-rated including both empty openings and openings containing penetrating items. 2 . Fire-resistive joint systems for head-of-wall joints . 1.02 PERFORMANCE REQUIREMENTS A. Through-penetration Fire-stop Systems 1. For penetrations through fire-resistance-rated constructions, including both empty and openings containing penetrating items, provide through-penetration fire-stop that are produced and installed to resist spread of fire according to requirements resist passage of smoke and other gases, and maintain original fire-resistance rating construction penetrated. 2. Rated Systems: Provide through-penetration firestop systems with the following ratings fined per ASTM E 814: a. F-Rated Systems: Provide through-penetration firestop systems with F-ratings required but not that equaling or exceeding fire-resistance rating of constructions penetrated. b . T-Rated Systems: For the following conditions, provide through-penetration fire-stop systems T-ratings required, as well as F-ratings, where systems protect penetrating items exposed to potential contact with adjacent materials in occupiable floor areas: I . Penetrations located outside wall cavities . 2. Penetrations located outside fire-resistive shaft enclosures. 3. For through-penetration fire-stop systems exposed to view, traffic, moisture, and physical Ige, provide products that, after curing, do not deteriorate when exposed to these conditions during and after · construction . a. For piping penetrations for plumbing and wet-pipe sprinkler systems, provide moisture- resistant penetration fire -stop systems. b. For penetrations involving insulated piping, provide through-penetration firestop systems not removal of insulation. B . Fire-Resistive Joint Systems: I. General: Provide fire-resistive joint systems that are produced and installed to resist spread of fire according to requirements for joint, resist passage of smoke and other gasses and maintain original fore-resistance rating of assembly in which fire-resistive joint systems are installed. 07840 - vwc 07840 3/11 C ity of Fort Worth Roll ing Hills WTP Phase 5 -Chemica l Facilities Improvements 2. Joint Systems in and between Fire-Resistance-Rated Constructions: Provide systems with assembly ratings equaling or exceeding the fire -resistance rata determined by UL 2079 . C . Fire-stop Systems Exposed To View I. Where fire-stop systems are required to have same Class A finish finishes in which fire-stop systems are installed, provide products with flame-spread and smoke developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84 . 2. At interior locations provide paintable sealant material. 3. At exterior locations provide material matching exterior mortar color and/or color of the exterior material, if not masonry. 1.03 SUBMITT ALS A . Product Data l. For each product required . B. Shop Drawings l. For each fire-stop system: a. Submit documentation, including illustrations, from a qualified testing and inspection agency, showing each type of construction condition, relationships to adjoining construction type of fire-stop item . C. Field Quality-Control Test Reports 1.04 QUALITY ASSURANCE A. Installer Qualifications l. A firm that has been approved by FMG according to FMG 4991, "Approval of Fire-stop Contractors." B . Installation Responsibility I. Assign· installation of through-penetration fire-stop systems and fire-resistive joint systems in project to a single qualified installer. C. Fire-Test-Response Characteristics l. Provide fire-stop systems that comply with the following requirements and those specified in Part 1 "Performance Requirements" Article. a. Fire-stopping tests are performed by a qualified testing and inspecting agency . A qualified testing and inspecting agency is UL or another agency performing testing and follow-up inspection services for fire-stop systems acceptable to authorities .having jurisdiction. 07840 - vwc 07840 b . Through-penetration fire -stop systems are identical to those tested per testing standard referenced in "Part I Performance Requirements" Article . Provide rated 2 3/11 City of Fort Worth Roll ing Hills WTP Phase 5 -Chem ical Facilities Improvements systems bearing classification marking of qualified testing and inspecting agency. c. Fire-resistive joint systems are identical to those tested per methods in "Performance Requirements" Article and comply with the following : 1. Fire-resistive joint system products bearing classification marking of qualified testing and inspecting agency; 2. Fire-resistive joint systems correspond to those required by referencing system designations of the qualified testing and inspecting agency. D. Coordination 1. Coord inate construction of joints, openings and penetrating items to ensure that fire-stop systems fled according to requirements specified by fire-stop system manufacturer. E. Concealed Installations 1. Do not cover up fire-stop systems installations that will become concealed behind other construction until inspecting agency and building inspector of authorities having jurisdiction have examined each installation. PART 2: PRODUCTS 2.01 FIRE-STOPPING A. Products 1. Subject to compliance with requirements, select and provide fire-stopping products for each fire-rated construction ind icated and in accordance with "Part I Performance " Article . B . Compatibility A. Provide fire-stop systems that are compatible with one another; with joint substrates, with the forming openings; and with the items, if any, penetrating through-penetration fire-stop under conditions of service and application, as demonstrated by through-penetration system manufacturer based on testing and field experience. C . Accessories 1. Provide components for each fire-stop system , including primers and forming materials , that are to install fill materials and to comply with Part I "Performance Requirements" Article . ly components specified by fire-stop system manufacturer and approved by qualified find inspecting agency for fire -stop systems required . PART 3: EXECUTION 3.01 INSTALLATION A. Through-Penetration Fire-stop Systems 1. General: Install through-penetration firestop systems to comply with Part I "Performance Requirements" Article and with fire-stop system manufacturer's written installation instructions and 07840 - vwc 07840 3 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements published drawings for products and applications required . 2. Install forming/damming/backing materials and other accessories of types required to support materials during their application and in the position needed to produce cross-sectional shapes and depths required to achieve fire ratings indicated . a . After installing fill materials and allowing them to fully cure, remove combustible forming materials and other accessories not indicated as permanent components of fire-stop systems. 3. Install fill materials for firestop systems by proven techniques to produce the following results: a. Fill voids and cavities formed by openings, forming materials, accessories,. items as required to achieve fire-resistance ratings indicated. b. Apply materials so they contact and adhere to substrates formed by openings items . c. For fill materials that will remain exposed after completing Work, finish to uniform surfaces that are flush with adjoining finishes. 4. Identification: Identify through-penetration fire-stop systems with preprinted labels. Attach labels permanently to surfaces adjacent to and within 6 inches of fire-stop systems so that labels will be visible to anyone seeking to remove penetrating fire-stop systems. Use mechanical fasteners for metal labels. Include the following information on labels : a . The words "Warning -Through-Penetration Fire-stop System -Do Not Disturb Notify Building Management of Any Damage ." b. Contractor's name, address, and phone number. C. inspecting agency. Through-penetration fire-stop system designation of applicable testing and d. e. f. Date of installation. Through-penetration fire-stop system manufacturer's name . Installer's name. B. Fire-Resistive Joint Systems 1. Install fire-resistive joint systems to comply with Part I "Performance Requirements" Article and fire-resistive joint system manufacturer's written installation instructions for products and applications required. 07840 - 2 . For fill materials that will remain exposed after completing Work, finish to produce uniform surfaces that are flush with adjoining finishes. vwc 07840 4 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.02 FIELD QUALITY CONTROL A . Inspecting Agency 1. Engage a qualified independent inspecting agency to inspect fire-stops. Independent inspecting agency shall comply with ASTM E 2174 requirements including those related qualifications conducting inspections, and preparing test reports . B . Testing Services 1. Inspecting of completed installations of fire-stopping systems shall take place in successive stages as installation of fire-stopping systems proceeds. Do not proceed with next area until inspecting agency determines completed work shows compliance with requirements. a. Inspecting agency shall state in each report whether inspected fire-stop systems comply with or deviate from requirements. 2. Remove and replace fire -stop systems where inspections indicate that they do not comply with the specified requirements. 3. Proceed with enclosing fire-stop systems with other construction only after inspection reports are issued and fire-stop systems comply with requirements. END OF SECTION 07840 - vwc 07840 5 3/11 City of Fort Worth Rolling Hills WTP Phnse 5-Chemical Facilities Improvements PART I: GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 REFERENCES SECTION 07900 JOINT SEALERS A. ASTM C 920 -08 Standard Specification for Elastomeric Joint Sealants B . STM C 1193 -09 Standard Guide for Use of Joint Sealants C. ASTM D 1667 -05 Standard Specification for Flexible Cellular Materials-:Vinyl Chloride Polymers and Copolymers (Closed-Cell Foam) 1.03 SUBMITT ALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. C. Samples : Submit two samples, 1/2 x 6 inch in size illustrating sealant colors for selection . D . Manufacturer's Installation Instructions: Indicate special procedures. 1.04 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum fifteen years documented experience . C. Applicator Qualifications 1. Company specializing in performing the work of this section with minimum ten years experience. 2 . Applicators shall provide written documentation as licensed and approved by the respective manufacture to install each specified system. 1.05 ENVIRONMENT AL REQUIREMENTS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. VWC07900 07900-1 3/11 City of Fort Wo rth Rolling Hills WTP Phase 5 -Chem ica l Fac ili ties Improvements 1.06 WARRANTY A . See Section O 1780 -Closeout Submittals, for additional warranty requirements . B. Correct defective work within a five-year period afte r Date of Subs tantial Completion . C . Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exh ibit loss of adhesion or cohesion, or do not cure . PART2: PRODUCTS 2.01 MANUFACTURERS A. Silicone Sealants : I . Dow Coming Corp : 756 SMS -www .dowcorning .com 2 . Substitutions: See Section O 1600 -Product Requirements . B . Polyurethane Sealants: 1. Bostik: www .bostik.com . 2 . Pecora Corporation : www.pecora .com. 3 . Sonneborn Building Products, ChemRex, Inc : www.chemrex.com . 4 . Tremco, Inc : www.tremcosealants .com. 5 . Substitutions: See Section 01600 -Product Requirements. C. Butyl Sealants: 1. Bostik: www.bostik.com. 2 . Pecora Corporation: www.pecora.com. 3. Tremco, Inc: www.tremcosealants.com. 4. Substitutions: See Section 01600 -Product Requirements. D . Preformed Compressible Foam Sealers: 1. Emseal Joint Systems, Ltd:. www.emseal.com a. DSM System 2 . Illinois Products Corporation www.illinoisproducts.com 3. Substitutions: See Section O 1600 -Product Requirements . VWC07900 07900-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.02 SEALANTS A. General Purpose Exterior Sealant: Polyurethane; ASTM C 920, Grade NS, Class 25, Uses M, G, and A; single component. I. Color: Standard colors matching finished surfaces. 2. Applications: Use for: a. Control, expansion, and soft joints in masonry. b. Joints between concrete and other materials -except with traffic membrane .. c. Joints between metal frames and other materials. d . Other exterior joints for which no other sealant is indicated. B. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, non-skinning, non- curing. I . Applications: Use for: a . Concealed sealant bead in sheet metal work. b. Concealed sealant bead in siding overlaps. C. Interior Floor Joint Sealant: Polyurethane, self-leveling; ASTM C 920, Grade P, Class 25, Uses T, Mand A; single or multi-component. 1. Approved by manufacturer for wide joints up to 1-1 /2 inches. 2. Color: Standard colors matching finished surfaces. 3. Applications: Use for: a. Expansio:o. joints in floors. D. Concrete Paving Joint Sealant: Polyurethane, self-leveling; ASTM C 920, Class 25, Uses T, I, Mand A; single or multi-component. 1. Color: Gray. 2. Applications: Use for: a. Joints in sidewalks and vehicular paving. G. Silicone Sealant: ASTM C 920, Type S, Grade NS, Classes 25 and 50, Uses NT, A, G, M, O; elastomeric, single component, pre-pigmented, neutral-cure, non-sagging, non-staining, fungus resistant, non-bleeding. 1. Color: Standard colors matching finished surfaces. 2. Movement Capability: Plus and minus 25 percent. 3. Service Temperature Range: -65 to 180 degrees F . VWC07900 07900-3 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 4 . Shore A Hardness Range: 15 to 35. 5. Applications: Use for: a . Between glass block and concrete walls -Class 25. b . Concrete expansion joint with Traffic Membrane -Class 50. 2.03 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application . B . Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application . E. Expansion Joint Filler at Traffic Membrane -EM SEAL DSM System F. Joint Filler for Glass Block -Illinois Products Reverex Hard. PART 3: EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A . Remove loose materials and foreign matter which might impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C . Perform preparation in accordance with manufacturer's instructions and ASTM C 1193 . D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C 1193. VWC07900 07900-4 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C . Measure joint dimensions and size joint backers to achieve the following, unless otherwise indicated: I. Width/depth ratio of2:l. 2. Neck dimension no greater than 1/3 of the joint width. 3. Surface bond area on each side not less than 75 percent of joint width . D. Install bond breaker where joint backing is not used . E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges . G. Tool joints concave . H . Pre-compressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and intersections; install with face 1/8 to l/4 inch below adjoining surface. 3.04 CLEANING AND PROTECTION A. Clean adjacent soiled surfaces . B. Protect sealants until cured. END OF SECTION VWC07900 07900-5 3/11 DIVISION 8 DOORS AND WINDOWS City of Fort Worth Rolling H ills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SECTION INCLUDES SECTION 08131 STAINLESS STEEL FRAME SYSTEMS A. Stainless steel frames. 1.02 RELATED SECTIONS A. Section 03300 -Cast-In-Place Concrete. B. Section 04200 -Unit Masonry. C. Section 07900 -Joint Sealers D . Section 08710 -Door Hardware 1.03 REFERENCES A . ANSI A250.8, SDI-100 Recommended Specifications for Standard Steel Doors and Frames; 1998 (Revision and Re-designation of ANSI/SDI 100-91 ). B. ASTM A 167 -Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. C. ASTM E 152 -Standard Methods of Fire Tests of Door Assemblies. 1.04 SUB MITT ALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's original printed product data indicating characteristics of products specified. Photocopies will not be accepted . C . Shop Drawings: 1. Plans: Indicate location of each door assembly in project. 2 . Elevations: Dimensioned elevation of each type door assembly in project; indicate sizes and locations of door hardware, and lights and louvers, if specified . 3. Details: Installation details of each type installation condition in project; indicate installation details of glazing, if specified . 4. Schedule: Indicate each frame assembly in project; cross-reference to plans, elevations, and details. D. Selection Samples: Manufacturer's standard color chips . E . Verification Samples: Two samples to verify color match . F. Manufacturer's Printed installation instructions for frame assemblies . G. Warranty Documents : Manufacturer's standard warranty documents, executed by manufacturer's representative, countersigned by Contractor vwc 08131 08131-1 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.05 DELIVERY, STORAGE, AND HANDLING A. Package assemblies in manufacturer's standard containers. B . Store assemblies in manufacturer's standard containers, on end, to prevent damage to face corners and edges . 1.06 WARRANTY A. See Division 1, for additional warranty requirements. B. Manufacturer's ten (10) year warranty against failure due to corrosion from specified environment. Warranty all stainless steel frames on material and workmanship for a period of 10 years, including warp or separation. PART2: PRODUCTS 2.01 MANUFACTURER A. Next Door Company; www .nextdoorco.com B. Stainless Steel Doors Incorporated www.stainlessdoors.com C . Provide frames from a manufacturer who has specialized (dedicated facility, tooling, equipment, etc.) in the manufacture of commercial stainless steel door frames for not less than 15 years. 2.02 MATERIALS A. Products for the section shall be equal in every way with those manufactured by the Next Door Company. B. Anchors: Manufacturer's standard stainless steel expansion anchors for existing openings, and stainless steel masonry tee anchors for new construction. C. Fasteners: Stainless steel. D. Steel: ASTM A 167, commercial quality type #316 stainless steel, 16 gauge. E. Finish: US 32D PART 3: EXECUTION 3.01 EXAMINATION A. Verify that openings are correctly prepared to receive frames and are correct size and depth in accordance with shop drawings. B . Installer's Examination: vwc 08131 1. Have installer examine conditions under which construction activities of this section are to be performed and submit written report if conditions are unacceptable. 2. Transmit two copies of installer's report to Engineer within 24 hours of receipt. 3. Beginning construction activities of this section before unacceptable conditions have 08131-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chem ical Facilities Improvements been corrected is prohibited. 4 . Beginning construction activities of this section indicates installer's acceptance of conditions. 3.02 INSTALLATION A. Install door opening assemblies in accordance with shop drawings, ANSI A250.8, and manufacturer's printed installation instructions, using installation methods and materials specified in installation instructions. B . Locate, secure, and brace frames prior to construction of adjacent walls and partitions. Remove shipping spreader before installation of frame . Provide temporary supports, and remove only after anchoring frames to permanent construction . C. Ensure that doors and frames are installed plumb and true , free of warp or twist, within tolerances specified in referenced standards . 3.04 CLEANING A. Clean surfaces of door assemblies and exposed door hardware in accordance with manufacturer's maintenance instructions . B . Restore slight blemishes in finishes in accordance with manufacturer's instructions to match original finish . Remove and provide new frames where repairs are not acceptable to the Architect. 3.05 PROTECTION A. Protect door assemblies and door hardware from damage by subsequent construction activities until final inspection and acceptance . END OF-SECTION VWC08131 08131-3 3111 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 08221 FIBERGLASS REINFORCED DOOR SYSTEMS PART 1: GENERAL 1.01 SECTION INCLUDES A. Fiberglass reinforced plastic (FRP) doors . 1.02 RELATED SECTIONS A . Section 08131 -Stainless Steel Frames B. Section 08710 -Door Hardware C . Section 08800 -Glazing. 1.03 REFERENCES A. ANSI A250.8, SDI-100 Recommended Specifications for Standard Steel Doors and Frames; 1998 (Revision and Re-designation of ANSI/SDI 100-91). B. ASTM D 523.08, Standard Test Method for Specular Gloss . C. ASTM D 635.06, Standard Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position. D. ASTM E 84 .09c, Standard Test Method for Surface Burning Characteristics of Building Materials. 1.04 SUBMITT ALS A. See Section 01300 -Administrative Requirements, for submittal procedures . B. Product Data: Manufacturer's original printed product data indicating characteristics of products specified . Photocopies will not be accepted. C. Shop Drawings: 1. Plans: Indicate location of each door assembly in project. 2. Elevations: Dimensioned elevation of each type door assembly in project; indicate sizes and locations of door hardware, and lights and louvers, if specified . 3 . Details: Installation details of each type installation condition in project; indicate installation details of glazing, if specified. 4 . Schedule: Indicate each door assembly in project; cross-reference to plans, elevations, and details. D. Selection Samples : Manufacturer's standard color chips. E . Verification Samples : Two samples to verify color match. F. Manufacturer's Printed installation instructions for door assemblies . VWC -08221 08221-1 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements G. Warranty Documents: Manufacturer's standard warranty documents, executed by manufacturer's representative, countersigned by Contractor. 1.05 DELIVERY, STORAGE, AND HANDLING A. Package door assemblies in manufacturer's standard containers . B. Store door assemblies in manufacturer's standard containers, on end, to prevent damage to face corners and edges. 1.06 WARRANTY A. See Division 1, for additional warranty requirements . B. Manufacturer's ten (10) year warranty against failure due to corrosion from specified environment. Warranty all fiberglass doors and frames on material and workmanship for a period of 10 years, including warp, separation or delimitation, and expansion of the core . PART 2: PRODUCTS 2~1 MANUFACTURERS A . FIB-R-DOR Division of Advance Fiberglass, Inc.; P .O. Box 13268, Maumelle, AR 72113; Tel: (800) 342-7367, Fax: (501) 758-9496. www.fibrdor.com. B. Chem-Pruf Door Ltd. P.O. Box 4560 Brownsville, Texas 78523; Tel: (800) 444-6924, Fax (956) 544-7943, www.chem-pruf.com. C. Corrim Company; 3331 County Road A, Oshkosh, Wisconsin 54901-1414; Tel: (920) 231-2000, Fax (920) 231-2238 . 2.02 DOORS A. Products for the section shall be equal in every way with total composite series manufactured by the Chem-Pruf Door Co. Ltd. B . Anchors: Manufacturer's standard stainless steel expansion anchors for existing openings, and stainless steel masonry tee anchors for new construction. C. Fasteners: Stainless steel. D. Glazing: Type specified in Section 08800; factory installed or as recommended by the approved door manufacturer. E. Minimum flame spread of 25, when tested in accordance with ASTM E 84-09a; self extinguishing when tested in accordance with ASTM D 635-06. 2.03 HARDWARE A. See Section 08710 B. Due to the special nature of all FRP door materials, all related hardware as specified is to be furnished and installed by the door manufacturer. C. Maximum flame spread 25, when tested in accordance with ASTM E 84; self- extinguishing, when tested in accordance with ASTM D 635. VWC-08221 08221-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.04 GLAZING A. Safety Glass : Clear; fully tempered with horizontal tempering . B. Refer to Section 08800 -Glazing . PART 3: EXECUTION 3.01 EXAMINATION A. Verify that openings are correctly prepared to receive doors and frames and are correct size and depth in accordance with shop drawings. B. Installer's Examination: I. Have installer examine conditions under which construction activ ities of this section are to be performed and submit written report if conditions are unacceptable. 2 . Transmit two copies of installer's report to Engineer within 24 hours of receipt. 3 . Beginning construction activities of this section before unacceptable conditions have been corrected is prohibited. 4. Beginning construction activities of this section indicates installer's acceptance of conditions . C. Verify that glazing has been factory-installed . 3.02 INSTALLATION A. Install door opening assemblies in accordance with shop drawings, ANSI A250.8, and manufacturer's printed installation instructions, using installation methods and materials specified in installation instructions. B. Installation Tolerances: Maintain plumb and level tolerances specified in manufacturer's printed installation instructions . 3.03 ADJUSTING A. Adjust doors in accordance with door manufacturer's maintenance instructions to swing open and shut without binding, and to remain in place at any angle without being moved by gravitational influence. 3.04 CLEANING A . Clean surfaces of door assemblies and exposed door hardware in accordance with manufacturer's maintenance instructions . B. Restore slight blemishes in finishes in accordance with manufacturer's instructions to match original finish. Remove and provide new doors where repairs are not acceptable to the Architect. VWC-08221 08221-3 3/11 City of Fort Worth Rolling Hills WTP Phase S -Chemical Facilities Improvements 3.05 PROTECTION A. Protect door assemblies and door hardware from damage by subsequent construction activities until final inspection and acceptance. END OF SECTION VWC-08221 08221-4 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PARTl: GENERAL 1.01 SECTION INCLUDES SECTION 08710 DOOR HARDWARE A . Hardware for fiberglass reinforced plastic doors and stainless steel frames. B. Door Bottom Seals. C. Smoke seals and door gaskets . D. Modifications to existing frames to accept new hardware 1.02 RELATED SECTIONS A. Section 08220 -Fiberglass Reinforced Door and Stainless Steel Frame Systems. 1.03 REFERENCES A . American National Standards Institute: 1. ANSI A 156.1 (2006) -Butts and Hinges. 2. ANSI A 156.2 (2006) -Bored and Pre-assembled Locks and Latches. 3 . ANSI A 156.3 (2001) -Exit Devices . 4 . ANSI A 156.4 (2004) -Door Controls -Closers. 5 . ANSI A 156.7 (2009) -Template Hinges Dimensions. 6 . ANSI A 156.18 (2006) -Materials and Finishes C. DHI {LOCS) -Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames; Door and Hardware Institute; 2004. D . NFPA 80 (2010) -Fire Doors and Windows. 1.04 SUBMITT ALS A. See Section O 1300 -Administrative Requirements, for submittal procedures . B. Product Data: vwc 08710 1. Manufacturer's original cut sheets for each hardware item. Photo copies will not be accepted. 2 . Details for type strike plates, length of spindle, hand, backset and bevel of locks, hand and degree of opening for closers and other functions of mechanisms. 3 . Installation instructions and maintenance information. 4. 6 Copies of final hardware schedule reflecting changes made during construction . 08710-1 3/11 City of Fort Worth Roll ing Hills WTP Phase 5 -Chemical Facilities Im provemcnts B . Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams . Coordinate the final Door Hardware Schedule with doors, frames and related work to ensure proper size, thickness, hand, function and finish of door hardware. I. Organization: Organize Door Hardware Schedule in to door hardware sets including complete designations of every item required for each door or opening and the same order as in the Door Hardware Schedule. 2. Content: Include the following information: a. Type, style, function, size, label, hand, and finish of each door hardware item. b . Manufacturer of each item. c. Fastenings and other pertinent information. d. Location of each door hardware set, cross-referenced to Drawings, both on plans and in door and frame schedule. e . Explanation of abbreviations, symbols and codes contained in schedule. f. Mounting locations and heights of hardware. q. Door and frame sizes and materials . h . Templates: Furnish templates and accepted finish hardware schedule to door and frame manufacturers for use in fabrication. i. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention. C. Keying Schedule: Coordinate keying requirements. I. Keys: Deliver with identifying tags to Owner by security shipment direct from hardware supplier. D. Samples: I. Provide Architect one sample of each item of finish hardware to be furnished for Project. Samples will be held by Architect until completion of Project. 2 . Upon completion of Project, Architect will return samples to Supplier. E. Project Record Documents: Record actual locations of installed cylinders and their master key code. F. Certifications: Upon request of Architect, submit hardware manufacturer's letter of compliance that products meet ANSI requirements and have been tested and are grades required by specification. G. Operation and Maintenance Data: Provide manufacturer's partslists and maintenance instructions for each type of hardware supplied and necessary wrenches and tools required for proper maintenance of hardware. H. Warranty: Submit manufacturer's warranty and ensure that forms have been completed in City vwc 08710 08710-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements of Fort Worth's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A . General: All hardware shall meet the requirements of applicable Federal, State and Local codes having jurisdiction. B. Installer Qualifications: An experienced installer who has completed door hardware installations similar in material, design and extend to that indicated for this Project and whose work has resulted in construction wit ha record of successful performance. C. Supplier Qualifications: Door hardware supplier with warehousing facilities in Project's vicinity and who is or employs a qualified Architectural Hardware Consultant, available during the course of Work to consult with Contractor, Architect and Owner about door hardware and keying. 1. Scheduling responsibility: Preparation of door hardware and keying schedules. D . Keying Conference (When Applicable): The supplier shall meet with the Owner to finalize keying requirements and obtain final instructions in writing. Conduct conference at Project Site to comply with requirements in Section 1300 -Administration Requirements. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including, but not limited to, the following: 1. The meeting shall include the review of all lock functions; 2. Function of space and/or building, flow of traffic, purpose of each area, degree of security required, and plans for expansion. 3 . Preliminary key system schematic diagram . 4 . Requirements of key control system. 5 . Address for delivery of keys. E. Pre-installation Conference: Conduct conference at Project site .. F. All hardware to be commercial, heavy duty industrial grade stainless steel, ANSI 630 or equivalent. 1.06 DELIVERY, STORAGE, AND PROTECTION A. Package hardware items separately with necessary screws, bolts, miscellaneous parts, instructions, and where necessary, installation templates for installation. Clearly label packages to identify contents and finish location in building. B. Deliver hardware required for shop application to shop, mill or factory in ample time to not impede progress of work. · C . Receive hardware when delivered. Provide dry, secure lock-up for hardware delivered to project, but not yet installed. Provide space for unpacking, sorting, checking and storage of finished hardware . D. Control handling and installation of hardware items which are not immediately replaceable so completion of work will not be delayed by hardware losses, both before and after installation. vwc 08710 08710-3 3/1 I City of Fort Worth Roll ing H ills WTP Phase 5 -Chemica l Facilities Improvem e nts E . Contractor and hardware supplier shall jointly inventory. 1.07 COORDINATION A. Obtain and distribute to the parties involved templates for doors, frames and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements . B. Verify all existing conditions and accommodate with proper adjus tments to schedule and components . C. Coordinate the work with other directly affected sections involving manufacture or fabrication of internal reinforcement for door hardware. D Furnish templates for door and frame preparation. E Sequence installation to ensure utility connections are achieved in an orderly and expeditious manner. F Coordinate City of Fort Worth's keying requirements during the course of the Work. G Manufacturer, style, line; and finish shall match owner's and building's standards. 1.08 WARRANT¥ A. See Division I , for additional warranty requirements. B. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to,, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents . C . Special Warranty: Written warranty, executed by manufacturer agreeing to repair and/or replace components of door hardware that fail in materials or workmanship within specified warranty period . Failures to include, but not be limited to , the following: I. Structural failure including excessive deflection, cracking, or breakage. 2. Faulty operation of operators and door hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. D . Warranty Period: I. Locks and Latch Sets : Five (5) year limited warranty. 2. Door Closer: Ten (10) year limited warranty from date of Acceptance 3. Three years from date of Acceptance, unl~ss otherwise indicated. 1.09 MAINTENANCE PRODUCTS A . Provide special wrenches and tools applicable to each differe nt or special hardware component. B . Provide maintenance tools and accessories supplied by hardware coml'onent manufacturer. vwc 08710 08710-4 3/11 C ity of Fort Worth Rolling H ills WTP Phase 5 -Chemical Fac ili ti es Improvements PART2: PRODUCTS 2.01 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements of this section. l . Door Hardware Sets: Provide quantity, item size, finish or color indicated ; B. Designation: Requirements for design, grade, finish, size and other distinctive qualities of each type of door hardware type are indicated in the Door Hardware Schedule at the end of 3 .0 Execution. Products are identified by using door hardware designations , as follows: l. Named Manufacturer's Products: Product designation and manufacturer are listed for each door hardware type required for the purpose of establishing minimum requirements . 2 . References to BHMA Standards: Provide products complying with these standards and requirements for description , quality and function. 2.01 MANUFACTURERS A . Continuous Hinges (Type 1) 1. Ives Hardware Co : www .professional.iveshardware.com 2 . Roton Geared Hinges: www.hagerco.com 3. us 320 B . Door Pull and Plate 1. Rockwood Manufacturing -www .rockwoodmfg.com 2 . 111 x 70B with matching 70B push plate. 3. us 320 C. Closer (Type 1) l. LCN: www.lcnclosers.com 2. 4040 Parallel Arm -Mount on Pull Side 3. us 260 D. Closer (Type 2) 1. LCN : www.lcnclosers.com 2. 4040 Parallel Arm -Mount on Pull Side 3 . us 260 4. Provide appropriate amenities and accessories for 90° stop and hold open. vwc 08710 08710-5 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements E . Smoke and Sound Seals I. National Guard Products, Inc. www .n gpinc .com 2 . 5060B 17 -Gray for stainless steel frame F . Kick Plates I. Rockwood Manufacturing -www.rockwoodmfg .com 2. K-1125 32"W X 34"H Heavy Duty Kick Plate 3. US 32D G . Lever Extension Flush Bolts I. Rockwood Manufacturing -www.rockwoodmfg .com 2 . 557 Heavy Duty Flush Bolts top and bottom 3 . US 26D H . Threshold (Type I) I. Zero International, Inc . www.zerointernational.com 2 . 556A -Set in full bed of sealant. I. Threshold (Type 2) I. Zero International, Inc . www .zerointernational.com 2. 545A -Set in full bed of sealant. J . Silencers 1. Rockwood Manufacturing -www .rockwoodmfg .com 2. 6B -Gray for Stainless Steel Frames K. Sill Protection Sweep I. Zero International, Inc . www.zerointernational.com 2. 39A L. Weatherstrip 1. Zero International, Inc. www.zerointernational.com 2. 31AA M . Astragal I. National Guard Products, Inc. www .ngpinc.com vwc 08710 08710-6 3/11 City of Fort Worth Roll ing Hills WTP Phase 5-Chcmical Facilities Improvements 2. 9125 SET 3. US26 D N. Door Stop 1. Rockwood Manufacturing -www.rockwoodmfg.com 2 . 442 · 3 . US 26D 0. Exit Device 1. Von Duprin 2 . 98-F/99F -BE-F with 992L -DT -Lever Trim with Type 03 .Lever 3 . US 32D P. Cylinder Lock 1. Schlage Lock Co ., www.schlage.com 2. Match building system. 3. US 32D Q. Wall Stop (Type 1) 1. Rockwood Manufacturing -www.rockwoodmfg.com 2. 402 3. US 26D R . Wall Stop (Type 2) 1. Rockwood Manufacturing -www.rockwoodmfg.com 2. 475 3 . US 26D S . Kick-Down Door Stop I . Rockwood Manufacturing -www .rockwoodmfg.com 2. 460 3 . US 26D 2.02 GENERAL REQUIREMENTS FOR DOOR HARDWARE PRODUCTS A. Provide products that comply with the following: vwc 08710 08710-7 3/11 City of Fort Worth Rolling Hills WTP Phase S-Chemical Facilities Improvements l. Applicable provisions of Federal, State, and local codes . 2 . Stainless steel to resist severe corrosion conditions . B. Finishes: Identified in schedule at end of section and elsewhere are those listed in Materials and Finishes Standard 130 l BHMA. 2.03 KEYING (WHEN APPLICABLE) A. Door Locks: Grand master keyed . l . Include construction keying. 2. Key to existing keying system. B. Supply keys in the following quantities: 1. 5 master keys. 2. 5 grand master keys . 3. 5 great grand master keys. 4. 10 construction keys. 5. 3 control keys and 3 extra cylinder cores. 6 . 2 change keys for each lock. 2.04 HARDWARE FINISHES A. Match finish of each hardware unit at each door or opening. Reduce differences in color and textures as much as possible where base metal or metal forming process is different for individual units of hardware exposed at same door opening. B. Architect will determine acceptability of match with samples and other hardware at each door. Units will be judged when held 2'-0" apart at 3'-0" distance. C. Finish designations used in schedules and elsewhere are those listed in Materials and Finished Standard 1301 by BHMA . PART 3 EXECUTION 3.01 PREPARATION A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings. B. Hardware schedule should include thicknesses of door, hand and back-set of hardware items, method of fastening and other detail requirements . C. Check Drawings and door schedule and provide requirements hardware for openings. Provide required hardware for labeled opening to conform to NFPA 80 and applicable building codes . D. Coordinate with door and frame manufacturers. vwc 08710 08710-8 3/11 C ity of Fort Worth Roll ing H ill s WTP Pha se 5 -Chem ical Fac ili ties Imp rovements E. Trim un-designated openings with hardware of equal quality and design to that specified for similar opening. F . Verify all existing field conditions prior to ordering hardware. Items in the Hardware Schedule should be adjusted and modified with the exact field conditions for each and every opening. Preparation to include the stripping away of paint and finishes, applied to the existing frames, to discover and determine the necessary and appropriate adjustments . Coordinate all changes and modifications with the Owner's representative. 3.02 INSTALLATION A . Install finish hardware plumb, level and true to line in accordance with manufacturer's printed instructions, job conditions and applicable codes. B . Locate hardware to comply with NBHA standards . C. Install finish hardware to template. D. Cut and fit substrate avoiding damage or weakening. Reinforce attachment substrates as necessary for installation and operation. E . Completely cover cutouts with hardware item. F. Mortise work to correct location and size without gouging, splintering or causing irregularities in exposed finish work. G. Use templates provided by hardware item manufacturer. H. Mounting heights for hardware from finished floor to center line of hardware item : As listed in Schedule, unless otherwise noted : I. For steel and FRP doors and frames: Comply with DHI "Recommended Locations for Architectural Hardware for Steel Doors and Frames." I. Surfaces for paint or other finish: I. Where cutting and fitting is required on substrate to be painted or similarly finished, install, fit and adjust hardware prior to finishing . 2. Remove hardware and place in original packaging . 3 . Reinstall hardware after finishing operation is complete. J. Install hardware items affixed to concrete with machine screws arid threaded expansion shields. 3.03 FIELD QUALITY CONTROL A. Provide an Architectural Hardware Consultant to inspect installation and certify that hardware and installation has been furnished and installed in accordance with manufacturer's instructions and as specified. B . Instruct Owner's designated personnel in proper adjustment and maintenance of hardware and finishes at time of final hardware adjustment. vwc 08710 08710-9 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.04 ADJUSTING A. Check and adjust each operating hardware item to ensure proper operating function of unit under provisions of Section 01700. · B. Lubricate moving parts as recommended by hardware manufacturer. Use graphite type lubrication if none other is recommended . C . Repair or replace defective materials or units which cannot be adjusted and lubricated to operate freely and smoothly. Reinstall items found improperly installed. D . Prior to Final Acceptance date, readjust and re-lubricate as necessary. 3.05 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section O 1700. B. Do not permit adjacent work to damage hardware or finish . 3.06 MAINTENANCE A. Continued Maintenance Service: Approximately six months after acceptance of hardware in each area: I. Re-adjust every item of hardware to restore proper function of doors and hardware . 2. Consult with and instruct Owner's personnel in recommended additions to maintenance procedures. 3. Clean and lubricate operational items wherever installed. 4. Replace hardware items which have deteriorated or failed due to faulty design, materials or installation of hardware units. 3.07 SCHEDULE A . Set #1 (Door 1) Provide the following: EA. 2 2 2 2 4 1 DESCRIPTION Continuous Hinges Pull and Push Plate Sets Closers (Type 2) Floor Stops secured to a 3"x3"x3" Aluminum Angles secured to the grating by the grating manufacturer. Kick Plates. Set of Door Silencers B . Set #2 (Door 2) EA. DESCRIPTION I Continuous Hinge 1 Exit Device and Pull Set 1 Closer (Type 2) 2 Kick Plates 1 Set of Weatherstrip 1 Threshold vwc 08710 08710-10 3/11 City of Fort Worth Rolling Hills WTP Phase 5-Chemical Facilities Improvements 1 Wall Stop C . Set #3 (Door 3) EA. DESCRIPTION 2 Continuous Hinges 2 Pull and Push Plate Sets 2 Closers (Type 1) 2 Kick Plates 2 Wall Stop (Type 2) 2 Kick-down Door Stop 1 Astragal 1 Set of Smoke Seals 1 Threshold (Type 2) I. Sill Protection Sweep D. Set #4 (Door 4) EA. DESCRIPTION 1 Continuous Hinge 1 Exit Device and Pull Set 1 Closer (Type 2) 1 Kick Plate on Push Side 1 Wall Stop (Type 1) 1 Set of Smoke Seals 1 Threshold (Type 2) 1 Sill Protection Sweep END OF SECTION vwc 08710 08710-11 3/1 1 City of Fort Worth Rolling Hills WWTP Phase 5 -Chemical Facilities Improvements PARTl:GENERAL 1.01 SECTION INCLUDES A. Glass. SECTION 08800 GLAZING B . Glazing compounds and accessories. C. Insulated Metal Window Panels 1.02 REFERENCES A . ASTM C 864 -05 Standard Specification for Dense Elastomeric Compression Seal Gaskets . B. ASTM C 920 -08 Standard Specification for Elastomeric Joint Sealants . C. ASTM C 1048 -04 Standard Specification for Heat-Treated Flat Glass--Kind HS, Kind FT Coated and Un-coated Glass . D. ASTM C 1193 -09 Standard Guide for Use of Joint Sealants . E. ASTM E 330-02: Structural Performance of Exterior Windows, Curtain F. ASTM D 1781-2004: Climbing Drum Peel Test for Adhesives . G. ASTM D 3363-05: Method for Film Hardness by Pencil Test. H. ASTM D 2794-04: Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact) I. ASTM D3359 -09 : Method for Measuring Adhesion by the tape test J. GANA (GM) -GANA Glazing Manual; Glass Association of North America; current. K . GANA (SM) -FGMA Sealant Manual; Glass Association of North America; current. 1.03 PERFORMANCE REQUIREMENTS A . Provide glass and glazing materials for continuity of building enclosure vapor retarder and air barrier: 1. To maintain a continuous air barrier and vapor retarder throughout the glazed assembly from glass pane to heel bead of glazing sealant. vwc 08800 08800 - 1 3/11 City ofFort Worth Rolling Hills WWTP Phase 5 -Chemical Facilities Improvements 1.04 SUB MITT ALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Glass and Glazing I . Product Data on Glass Types: Provide structural, physical and environmental characteristics, size limitations, special handling or installation requirements . 2. Product Data on Glazing Compounds: Provide chemical, functional, and environmental characteristics, limitations, special application requirements . Identify available colors. C . Window Panels I. Panel makeup - 2 samples - IO"xlO" 2 . Two samples of each color and finish texture -3"x5" 3 . Submission Drawings: a. Indicate thickness, dimension and components of parts. b . Detail glazing methods, framing and tolerances to accommodate thermal movement. c . Affidavit certifying materials meet all requirements as specified. d. 4 original copies of manufacturer's standard literature for specified material. Photocopies will not be accepted. 1.05 QUALITY ASSURANCE A. Glazing : I. Perform Work in accordance with GANA Glazing Manual and FGMA Sealant Manual for glazing installation methods. 2. Installer Qualifications : Company specializing in performing the work of this section with minimum three years documented experience. B. Window Panels vwc 08800 I. Field measurements shall be taken prior to completion of manufacturing and cutting. 2. Maximum deviation from vertical and horizontal alignment of installed panels is 1/8" (3mm) in 20' (6m) non-commutative. 08800 - 2 3/11 City of Fort Worth Rolling Hills WWTP Phase 5 -Chemical Facilities Improvements 1.06 ENVIRONMENT AL REQUIREMENTS A . Do not install glazing when ambient temperature is less than 50 degrees F. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds . 1.07 DELIVERY, STORAGE AND HANDLING A . Protect finish and edge in accordance with panel manufacturer's recommendations . B . Store materials in accordance with panel manufacturer's recommendations . PART2: PRODUCTS 2.01 FLAT GLASS MATERIALS A. Manufacturers : 1. AFG Industries, Inc. 2. PPG Industries, Inc. 3. Visteon Glass Systems. 4. Substitutions: Refer to Section O 1600 -Product Requirements. B . Safety Glass : Clear; fully tempered with horizontal tempering. I. Comply with ASTM C 1048, Condition A un-coated, Type I, transparent flat, Class l, Quality glazing select. 2. 1/4 inch minimum thick. 2.02 GLAZING COMPOUNDS A. Manufacturers: l. Dow Corning Corp: www.dowcorning.com . 2. GE Plastics : www.geplastics.com . 3. Pecora Corporation: www .pecora .com. 4. Substitutions: Refer to Section 01600 -Product Requirements . B . Polyurethane Sealant: Single component, chemical curing, non-staining, non-bleeding ; ASTM C 920, Type S, Grade NS, Class 25, Uses M, A, and G ; Shore A Hardness Range 20 to 35 ; color as selected. vwc 08800 08800 - 3 3/11 City of Fort Worth Rolling Hills WWTP Phase 5 -Chemical Facilities Improvements 2.03 GLAZING ACCESSORIES A . Manufacturers: l. Norton Performance Plastics Corp. 2. Pecora Corporation : www .pecora.com . 3. Tremco, Inc : www .tremcosealants.com. B. Setting Blocks: Neoprene, 80 to 90 Shore A durometer hardness , ASTM C 864 Option I. Length of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet space minus 1/16 inch x height to suit glazing method and pane weight and area. C. Spacer Shims: Neoprene, 50 to 60 Shore A durometer hardness, ASTM C 864 Option I. Minimum 3 inch long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face . PART 3: EXECUTION 3.01 EXAMINATION A. Verify that openings for glazing are correctly sized and within tolerance . B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions that may impede moisture movement; weeps are clear, and ready to receive glazing. 3.02 PREPARATION A . Clean contact surfaces with solvent and wipe dry. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C . Prime surfaces scheduled to receive sealant. D. Install sealants in accordance with ASTM C 1193 and FGMA Sealant Manual. 3.03 INSTALLATION -EXTERIOR WET/DRY METHOD (PREFORMED TAPE AND SEALANT) A. Cut glazing tape to length and set against permanent stops, 3/16 inch below sight line . Seal comers by butting tape and dabbing with butyl sealant. B. Apply heel bead of butyl sealant along intersection of permanent stop with frame ensuring full perimeter seal between glass and frame to complete the continuity of the air and vapor seal. C. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners. D . Rest glazing on setting blocks and push against tape and heel bead of sealant with sufficient pressure to attain full contact at perimeter of pane or glass unit. vwc 08800 08800 - 4 3/11 City of Fort Worth Rolling Hills WWTP Phase 5 -Chemical Facilities Improvements E. Install removable stops, with spacer strips inserted betw een glazing and applied stops, 1/16 inch below sight line. Place glazing tape on glazing pane or unit with tape flush with sight line. F . Fill gap between glazing and stop with sealant to depth equal to bite of frame on glazing, but not more than 3/8 inch below sight line . G . Apply cap bead of sealant along void between the stop and the glazing, to uniform line, flush with sight line. Tool or wipe sealant surface smooth . 3.04 INSTALLATION -INTERIOR WET/DRY METHOD (TAPE AND SEALANT) A. Cut glazing tape to length and install against permanent stops, proj ecting I /16 inch ( 1.6 mm) above sight line . B. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners. C. Rest glazing on setting blocks and push against tape to ensure full contact at perimeter of pane or unit. D . Install removable stops , spacer shims inserted between glazing and applied stops at 24 inch intervals, 1/4 inch below sight line . E . Fill gaps between pane and applied stop with sealant to depth equal to bite on glazing, to uniform and level line. F. Trim protruding tape edge . 3.05 INSTALLATION -WINDOW PANELS A. Panel surfaces shall be free from defects prior to installation. B. Erect panels plumb, level and true. C. Glaze panels securely and in accordance with approved shop drawings and manufacturers instructions to allow for necessary thermal movement and structural support. D. Do not install panels that are observed to be defective including warped, bowed , dented , scratched and delaminating components . E . Weatherseal all joints as required using methods and materials as previously specified . F . Separate dissimilar metals using gasketed fasteners and blocking to eliminate the possibility of electrolytic reaction . VWC 08800 08800 -5 3/11 City of Fort Worth Rolling Hills WWTP Phase 5 -Chemical Fac ilities Improvements 3.05 CLEANING A . Remove glazing materials from finish surfaces . B . Remove labels after Work is complete . C. Clean glass and adjacent surfaces . D . Remove masking film as soon as possible after installation. Maskin g intentionally left in place after panel installation will be the responsibility of the contractor 3.06 PROTECTION OF FINISHED WORK A . After installation, mark pane with an 'X' by using removable plastic tape or paste; do not mark heat absorbing or reflective glass units . END OF SECTION vwc 08800 08800 - 6 3/11 DIVISION 9 FINISHES City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 09901 SURFACE PREPARATION AND SHOP PRIME PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required for the surface preparation and application of shop primers on ferrous metals, excluding stainless steel and galvanized steel, as specified herein and as shown on the Drawings. 1.02 RELATEDWORK A. Architectural Painting is included in Section 09900. B. Field painting is included in Section 09902. 1.03 SUBMITT ALS A. Submit to the Engineer for review in accordance with Section 01300 complete shop drawings, manufacturer's specifications, and data on the proposed primers and detailed surface preparation, application procedures, and dry mil thickness. 1.04 REFERENCE SPECIFICATIONS A. Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 -Solvent Cleaning 2. SSPC-SP-2 -Hand Tool Cleaning 3. SSPC-SP-3 -Power Tool Cleaning 4. SSPC-SP-6 -Commercial Blast Cleaning 5. SSPC-SP-7 -Brush Blast 6. SSPC-SP-10 -Near-White Metal Blast Cleaning F30429S0990 l .doc 09901 -1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 2: PRODUCTS 2.01 MATERIALS A . Ferrous Metals submerged or subject to splashing : 1. Tnemec 1 Coat:69-BJ45 Gray Epoxy Primer (4.0 -6.0 DFf) or 1 Coat: 140-1255 PotaPox Plus (6-8 DFf per coat) for potable water 2. Carboline 1 Coat: Carboguard 890 (3.5 -4.5 DFf) 3. ICI Paints 1 Coat: Intergard 7 50HS or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 -4.5 DFf) 4. Sherwin-Williams 1 Coat: Hi -Solids Catalyzed Epoxy (5.0 -6.0 DFf) or Copoxy Epoxy Primer (3 .0-5 .0 DFf) 5 . PPG Industries 1 Coat: DTR 97-148 Series (5 - 7 DFf) B . Structural Steel, Loose Steel Lintels and Other Ferrous Metals (i.e., Mechanical Equipment, Piping, etc .): 1. Tnemec 1 Coat: 66-BJ45 Gray Epoxy Primer (4.0 -6.0 DFf) 2. Carboline 1 Coat: Carboguard 890 (3.5 - 4 .5 DFf) 3. ICI Paints 1 Coat: lntergard 750HS (3 .5 - 4 .5 DFT) or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3 .5 -4.5 DFf) 4 Sherwin-Williams 1 Coat: Recoatable Epoxy Primer (3.5 -4.5 DFf) 5 . PPG Industries 1 Coat:DTR 97-148 Series (5 - 7 DPT) F30429S0990 l.doc 09901 -2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Nonprimed Surfaces: 1. Gears, bearings surfaces, and other similar surfaces that are not to be painted shall be given a heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be maintained as necessary to prevent corrosion during all periods of storage and erection and shall be satisfactory to the Engineer up to the time of the final acceptance test. D. Compatibility of Coating Systems: 1. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with their corresponding primers and finish coats specified in Section 09902 for use in the field and which are recommended for use together. E. Masonry: See Section 09902. F. Plastic pipe: See Section 09902. G. Metal surfaces above 250 Deg F: See Section 09902. H. Insulated pipe (non-metallic insulation and building insulation): See Section 09902. I. Repair of cut edges and damage to galvanized steel: 1. Tnemec 1 Coat: 90-97 Tnemec Zinc (2.5 -3 DFT) 2. Carboline 1 Coat: Galvanox (2.5 -3 DFT) 3. ICI Paints 1 Coat: lnterzinc 308 (2.5 -3 DFT) or 1 Coat: Glid-Guard Organic Zinc Rich Coating 5513 (2.5 -3 DFT) 4. Sherwin-Williams 1 Coat: Zinc Clad 4 (2.5 - 3 DFT) or Corothane I Galvapac Zinc Primer(3.0-4.0 DFT) 5. PPG Industries 1 Coat: 97-670 (2.5 -3 DFT) J. Primers containing lead will not be allowed. F30429S0990 I .doc 09901-3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART3: EXECUTION 3.01 APPLICATION A. Surface Preparation and Priming: 1. Nonsubmerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-6 "Commercial" immediately prior to priming. Submerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-10 "Near White," immediately prior to priming. 2. All surfaces shall be dry and free of dust, oil, grease, dirt, rust, loose mill scale, and other foreign material before priming. 3. Shop prime in accordance with approved paint manufacturer's recommendations. 4. Surface preparation for field painting unprimed surfaces or for touch up shall be the same. 5. Plastic pipe surfaces shall be lightly sanded before painting. 6. Wood surfaces shall be dry and sanded to a smooth surface. 7. Bituminous-coated pipe shall not be used in exposed locations. Pipe to be exposed in the finished work shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. 8. All primed or previously painted surfaces and nonferrous surfaces shall be cleaned prior to application of successive coats. All nonferrous metals shall be cleaned in accordance with SSPC-SP-1. Test galvanized steel for treatment or any passivation and handle as required. 9. Shop-coated surfaces shall be protected from damage and corrosion before and after installation. Damaged areas shall be repaired immediately upon detection. Abraded or corroded spots shall be cleaned and touched up with the same materials as the shop coat. All shop coated surfaces which are determined to be faded or discolored or which require more than minor touch-up, shall receive new surface preparation and be repainted. Cut edges of galvanized steel and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves shall be solvent cleaned in accordance with SSPC-SP-1 and primed. Verify compatibility of shop prime coatings with proposed finish painting system prior to application. If systems are non-compatible, propose alternative system for approval or strip and re-prime the surface. 10. Galvanized steel and stainless steel smfaces shall be cleaned in accordance with SSPC-SP-7. Such surfaces designated not to be painted shall be cleaned to this standard. 11. Aluminum embedded or in contact with concrete shall be painted with one coat of epoxy as scheduled in Section 09902. 12. Surface temperature and all other application conditions shall be in accordance with approved primer manufacturer's recommendations. Enclosures and auxiliary heat shall be utilized as necessary to achieve compliance. F30429S0990 I .doc 09901-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 13. Priming of edges, comers, indentions, etc. shall be performed by stripe coating. 3.02 FABRICATED AND MANUFACTURED EQUIPMENT A. Unless otherwise indicated, all fabricated and manufactured equipment shall be shop primed. Initial finish coats may be shop or site applied. AU further coats shall be site-applied. In all cases, final coat shall be site-applied. B. Wherever equipment is required to be sandblasted, Contractor shall protect all motors, drives, bearings, gears, nameplates, and any other parts not required to be painted, from sandblasting and from the entry of grit. Any equipment found to contain grit shall be disassembled, cleaned and reassembled. END OF SECTION F30429S0990 l .doc 09901-5 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 09902 FINISH PAINTING A. The work of this section consists of furnishing all materials, labor, equipment, and incidentals required and performing all the finish painting necessary to complete this Contract in its entirety as described herein. B. It is the intent of these Specifications to paint all interior concrete where scheduled, exposed miscellaneous metal, pipe, fittings, supports, valves, equipment, and all other work obviously required to be painted unless otherwise specified. Minor items omitted in the schedule of work shall be included in the work of this Section where they come within the general intent of the specifications as stated herein. C. In addition to the new structures, all renovated portions of existing structures are to be prepared for painting and painted. This includes all items in these existing areas including exterior, interior and submerged. The paint systems to be used on all existing surfaces are as scheduled for the new structures. All pipes are to be painted to conform to the pipe color code in this Section. Colors are to be consistent throughout the new and existing structures. Surface preparation and shop priming shall conform to Section 09901. E. The following surfaces or items are NOT required to be painted: 1. Portions of metal , other than aluminum, embedded in concrete. This does not apply to the back face of items mounted to concrete or masonry surfaces which shall be painted before erection. Aluminum to be embedded in or in contact with concrete or masonry shall be coated to prevent electrolysis. 2. Stainless steel. 3 . Fencing. 4. Concealed surfaces of pipe or crawl spaces. 5. Acoustical ceilings. 6 . Tile. 7. Exterior concrete, unless otherwise specified, and heavy duty concrete topping. 8. Finish hardware, except door closers that are not finished. 9. Manhole frames and covers. 10. Fiberglass other than piping. F30429S09902 .doc 09902-1 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 11 . Packing glands and other adjustable parts, and nameplates and data plates of mechanical equipment 12. PVC Piping 13. Galvanized Stee l -Repair cut or damaged galvanized steel in accordance with Section 09901. 14 . Aluminum conduit (except within office or storage areas. Conduit should be painted in these areas.) 1.02 RELATED WORK A. Surface Preparation and Shop Prime Painting are included in Section 09901 . B. Architectural Painting is included in Section 09900. C. Waterproofing and Dampproofing are included in Division 7 . D. Signage is included in Division 10. 1.03 REFERENCES A. American Association of State. Highway and Transportation Officials (AASHTO) B. American Society for Testing and Materials (ASTM) 1. ASTM C150 -Specification for Portland Cement 2. ASTM D4258 -Practice for Surface Cleaning Concrete for Coating C . National Sanitation Foundation (NSF) 1. Standard 61 D. Occupational Safety and Health Act (OSHA) 1. Air Pollution Control Rules 2 . Color Coding E . Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 -Surface Preparation Specification -Solvent Cleaning 2. SSPC-SP-2 -Surface Preparation Specification -Hand Tool Cleaning 3 . SSPC-SP-3 -Surface Preparation Specification -Power Tool Cleaning 4. SSPC-SP-6 -Commercial Blast Cleaning 5. SSPC-SP-7 -Brush Blast F30429S09902 .doc 09902-2 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities hnprovements 6. SSPC-SP-10 -Near White Metal Blast Cleaning 1.04 SUBMITTALS A. Submit to the Engineer for review in accordance with Section 01300 shop drawings, working drawings, and product data including manufacturer's specifications and data on the proposed paint systems and detailed surface preparation, application procedures and dry film thickness. Certify that the systems submitted meet all applicable volatile organic carbon regulations. Equivalent systems are to be submitted at no additional costs to meet any new regulations. B. Furnish to the Engineer for review one 8-in by 4-in by 16-in concrete block with one coat of the proposed surfacer and two coats of the proposed epoxy finish in a color selected by the Engineer. Furnish additional samples until one is approved. This sample, when approved by the Engineer, shall establish the quality of the painted surface where this application is indicated. C. Submit to the Engineer for review in accordance with Section O 1300 color cards, including standard and special colors, for initial color selections. D. Schedule of Painting Operations: Submit to the Engineer for review a complete Schedule of Painting Operations within 90 days after the Notice to Proceed. This Schedule is imperative so that the various fabricators may be notified of the proper shop prime coat to apply. Properly notify and coordinate the fabricators' surface preparation and painting operations with these Specifications. This Schedule shall include for each surface to be painted, the brand name, the percent volume of solids, the coverage and the number of coats the Contractor proposes to use in order to achieve the specified dry film thickness, and color charts. When the Schedule has been approved, apply all material in strict accordance with the approved Schedule and the manufacturer's instructions. Wet and dry paint film gauges shall be made available to the Engineer to verify the proper application while work is in progress. 1.05 SPAREMATERIAL A. Furnish one unopened gallon can of each type and each color of paint used. 1.06 PRE-PAINTING CONFERENCE A. Well in advance of commencement of painting operations, but after major equipment has been delivered, a pre-painting conference shall be held. All parties with an interest in the painting work shall attend, including the Contractor, the Manufacturer, the Owner, the Engineer, and the painting subcontractor. The Contractor shall contact each party and arrange the meeting . B. The conference shall include an inspection of the areas to be painted by all parties and a discussion of the conformance of each area with the specifications. Important issues such as environmental conditions, climate control systems, original primer, dry film thickness, and monitoring the number of coats that have been field applied shall be discussed and problems shall be resolved. C. A written record of the meeting shall be submitted to the Engineer. F30429S09902.doc 09902-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 2: PRODUCTS 2.01 MATERIALS A. All painting materials shall be fully equal to those manufactured by the Tnemec Company Inc., Carboline Company, !CI-Devoe Coatings, Sherwin-Williams Company, Ameron Paint Company, and PPG Industries. The painting schedule has been prepared on the basis of Tnemec, Carbo line, !CI-Devoe Coatings, Sherwin-Williams, Ameron, and PPG Industries products and recommendations for applications. No brand other than those named will be considered for approval unless the brand and type of paint proposed for each item in the following schedule together with sufficient data substantiated by certified tests conducted at no expense to the Owner, to demonstrate its equality to the paint(s) named, is submitted in writing to the Engineer for approval within 30 days after the signing of the Notice to Proceed. The type and number of tests performed shall be subject to the Engineer's approval. Color availability to match those colors specified will also be considered as an important property for equality. B. All painting materials shall be delivered to the mixing room in unbroken containers, bearing the manufacturer's brand, date of manufacture and name. They shall be used without adulteration and mixed, thinned, and applied in strict accordance with manufacturer's directions for the applicable materials and surface and with the Engineer's approval before using. C. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with the finish paints to be used. Refer to Section 09901 for special primers. D. No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. E. Work areas will be designated by the Engineer for storage and mixing of all painting materials. Materials shall be in full compliance with the requirements of pertinent codes and fire regulations. Proper containers outside of the buildings shall be provided and used for painting wastes, and no plumbing fixture shall be used for this purpose. F. All recommendations of the paint manufacturer in regard to the health and safety of workmen shall be followed. 2.02 PAINTING SYSTEMS A. All colors will be selected by the Engineer from color charts submitted by the Contractor. B. The following surfaces shall have the types of paint scheduled below applied at the dry film thickness (DFT) in mils per coat noted. Some colors will require an additional coat from what is listed to get the proper color coverage. 1. Interior nonsubmerged concrete and precast concrete wans and ceilings: a. Tnemec 2 Coats: 66-Color Hi-Build Epoxoline (4 - 6 DFT per coat) b. Carboline 2 Coats: Carboguard 890 (6 DFT per coat) c. ICI -Devoe Coatings F30429S09902 .doc 09902-4 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 2 Coats: 224HS High Build Epoxy (4 -6 DFT per coat) d. Sherwin-Williams 2 Coats: Sher-Tile Hi Solids ~poxy, B67 Series (4 DFf) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats : High Build Aquapon7 97-130/139 2. Exterior Exposed Masonry ( other, siloxanes and silanes by the listed manufacturers are acceptable) a. Sherwin-Williams 2 Coats: HB -100 Water Repellent (200-250 sf/gal per coat) 3. Exterior Masonry -Anti-graffiti coating a. Tnemec 1 Coat: 130-6602 Masonry Filler (75-80 sf/gal) 1 Coat: 66 Hi-Build Epoxoline (4-6 mils DFT) 1 Coat: 75 Endura-Shield (3-5 mils DFT) b. Carboline 1 Coat: Carboline Sanitile CB Base (80 sf/gal max) 1 Coat: Carboline 890 (5 mils DFT) l Coat: Carboline 133HB (4 mils DFT) c. ICI -Devoe Coatings 1 Coat: Bloxfil 4000 HD Acrylic (50 -75 sf/gal) 2 Coats: Dev-Thane 378 Semi-Gloss (2-3 mils DFT per coat) d. Sherwin-Williams 1 Coat: Heavy Duty Block Filler B42W46 2 Coats: SWD Invisi -Shield B65 series (2 mils DFT per coat) e. Ameron 1 Coat: Amerlock 400 BF 1 Coat: Amercoat 385 (5 mils DFT per coat) 1 Coat: Amershield Graffiti Control coating (5 mils DFT) 4. Interior Exposed Masonry a. Tnemec 1 Coat: 130-6602 Enviro-Fill @ 75 -85 sq ft/gal 2 Coats: 66-Color Hi-Build Epoxoline (4 -6 DFT per coat) F30429S09902 .doc 09902-5 May 2011 City of Fort Worth Rolling Hills Wl'P Phase 5 -Chemical Facilities hnprovements b. Carboline 1 Coat: Tm-Glaze 4010 Waterproofing Base Coat & Filler (60 -80 sqft/gal) 2 Coats: 224HS High Build Epoxy (4-6 DFf per coat) · c. ICI -Devoe Coatings 1 Coat: lnterlac 895 (60 -80 sq ft/gal) 2 Coats: Intergard 760HS (5 DFf per coat) or 1 Coat: Glid-Tile Basecoat 5512 (75 sq ft/gal) 2 Coats: Glid-Guard HS Epoxy 5430 Series (4 -6 DFf per coat) d. Sherwin-Williams 1 Coat: Heavy Duty Block Filler B42 W46 (50 -88 sq ft/gal) 2 Coats: Sher-Tile Hi Solids Epoxy, B67 Series (3 -4 DFf per coat) e . Ameron 1 Coat: Amerlock 400 BF 2 Coats: Amercoat 385 (5 DFf per coat) f. PPG Industries 1 Coat: Epoxy Block Filler 97-685/686 1 Coat: High Build Aquapon7 97-130/139 5. Ferrous metals submerged or subject to splashing. Any coatings applied to materials submerged within water bearing structure shail be coated with NSF approved coatings for potable water. a. Tnemec 2 Coats: 69-Color Hi-Build Epoxoline II (a) (6 -8 DFf per coat) or 2 Coats: 140-Color Pota-Pox Plus (6-8 DFf per coat) for potable water b. Carboline 2 Coats: Carboguard 890 (6 DFf per coat) c. ICI -Devoe Coatings 2 Coats: Bar-Rust 236 Multi-Purpose Epoxy Coating (6 -8 DFf per coat) or 2 Coats: Bar-Rust 233H Multi-Purpose Epoxy Coating (6 -8 DFf per coat) d. Sherwin-Williams 2 Coats: Tank Clad HS (5.0-8.0 DFf per coat) e. Ameron 2 Coats: Amercoat 385 (7 DFf per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series F30429S09902.doc 09902-6 May20Il City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 6 . Exterior nonsubmerged ferrous metals: a. Tnemec 1 Coat: 69-Color Hi-Build Epoxoline II (4 - 6 DFT) 1 Coat: 75-Color Endura-Shield (3 - 5 DFT) b. Carboline 1 Coat: Carboguard 890 ( 4 DFT) 1 Coat: 133HB (3 -4 DFT) c. !CI-Devoe Coatings 1 Coat: 224HS High Build Epoxy (4 - 6 DFT) 1 Coat: Devthane 379 Aliphatic urethane Gloss Enamel (3 - 4 DFT) d . Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (5 DFT) 1 Coat: Hi Solids Polyurethane, B65 Series (2.5 DFT) e. Ameron 1 Coat: Amercoat 385 (4 DFT) 1 Coat: Amercoat 450 HS (2.5 .DFT) f. PPG Industries 1 Coat: Direct To Rust 97-114/149 series 1 Coat: High Build Pitthane7 97-840/UC55575 7 . Interior nonsubmerged ferrous metals: a Tnemec 2 Coats: 69-Color Hi-Build Epoxoline II (4-6 DFT per coat) b . Carboline 2 Coats: Carboguard 890 ( 4 - 6 DFT per coat) c. ICI -Devoe Coatings 2 Coats: 224HS High Build Epoxy (4 - 6 DFT per coat) d. Sherwin-Williams l Coat: Recoatable Epoxy Primer, B62 Series (4 -6 mils) 1 Coat: Sher-Tile Hi-Solids Epoxy, B67 Series (4 DFT) e. Ameron 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series F30429S09902 .doc 09902-7 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 8. Flexible Coating Concrete or Masonry: a. Tnemec 2 Coats: 156 Enviro-Crete (4 - 8 OFT per coat) b. Carboline 2 Coats: Flexxide ( 4 - 8 DFT per coat) c. ICI Paints 1 Coat: ICI 3030 Bond-prep Interior/Exterior Waterborne Pigmented Bonding Primer (1.5 -2.0 OFT per coat) 2 Coats: ICI 2221 Ultra-hide Buildtex High Build Acrylic (6 - 8 OFT per coat) d. PPG Industries 1 Coat: Alkali Resistant Primer 6-3 1 Coat: Pitt-Flex? 4-110 e. Sherwin-Williams 2 Coats: Conflex XL High Solids (Smooth 6-7 OFT per coat, 100-125 sq.ft/gal) 9. Metal surfaces exposed to temperatures above 250F to 400F: a. Tnemec 2 Coats: 39-1261 Silicone Aluminum (0.7 -1.5 DFT per coat) b. Carboline 2 Coats: 1248 (1 -1.5 DFT per coat) c. ICI -Devoe Coatings 2 Coats: HT4 High Heat Coating (1.5 - 2 .0 DFT per coat) d. Sherwin-Williams 2 Coats: Silver Brite Aluminum Paint-B 5952 (1 DFT per coat) e. Ameron 2 Coats: 878 Hi Best Silicone Aluminum (1.5 DFT per coat) f. PPG Industries 2 Coats: Aluminum Paint 6-230 10. Insulated Pipe: (Block Insulation: Same systems only 3 coats at 2 - 3 DFT per coat). a. Tnemec 2 Coats: 6-Color Tneme-cryl (2 -3 DFT per coat) b . Carboline 2 Coats: 3359 (3 DFT per coat) F30429S09902 .doc 09902-8 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements c. ICI -Devoe Coatings 2 Coats: Lifemaster-Pro 4216 High Perfonnance Waterborne Acrylic (2 - 3 DFf per coat) or 2 Coats: Lifemaster Pro HB Acrylic Coating 5440 (2 - 5 DFf per coat) d. Sherwin-Williams 2 Coats: DTM Acrylic Gloss or Semi-Gloss, B66 Series (2 -3 DFf per coat) e. Ameron 2 Coats: Amerguard 220 (3 DFf per coat) f . PPG Industries 1 Coat: Pitt-Tech? DTM 90-712 1 Coat: Pitt-Tech? DTM 90-Line (satin/gloss) 11. Aluminum in contact with dissimilar materials: a. Tnemec 2 Coats: 66-Color Hi-Build Epoxoline (2 DFf per coat) b. Carboline 2 Coats: Carboguard 890 (3 DFf per coat) c. ICI -Devoe Coatings 1 Coat: Devran 205 Universal epoxy (4-6 DFf) 1 Coat: 224HS High Build Epoxy (4-6 DFf) d. Sherwin-Williams 2 Coats: Macropoxy HS (3 - 6 DFf per coat) e. Ameron 2 Coats: Amercoat 385 (5 DFf per coat) f. PPG Industries 2 Coats: Direct to Rust 97-144/149 12. Interior Drywall and Plaster-Industrial Areas a. Tnemec 1 Coat: 66 Hi-Build Epoxoline (thin 20%) (2 - 3 DFf) 1 Coat: 66 Hi-Build Epoxoline (3 - 4 DFf) b. Carboline F30429S09902 .doc 1 Coat: Multi-bond 120 (2 DFf) 1 Coat: 890 (3 - 4 DFf per coat) 09902-9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements c. ICI -Devoe Coatings 1 Coat: ICI 2310 Ultra-Hide Aquacrylic Gripper Stain Killer Primer Sealer (1.5 -2.0 DFT) 1 Coat Tm-Glaze 4508 Chemical Resistant Epoxy (3 - 4 DFT) d. Sherwin-Williams 1 Coat: PIM 200 Latex Wall Primer (1 DFf) 1 Coat: Sher-Tile Hi-Solids Epoxy (3 - 4 DFf per coat) e. Ameron 2 Coats: 385 (3 DFT per coat) f. PPG Industries 2 Coats: High Build Aquapon7 97-130/139 g. PPG Industries 1 Coat: Alkali Resistant Primer 6-3 1 Coat: Pitt-Flex7 4-110 13. Interior Drywall and Plaster-Office Areas (i.e., Operations Control Buildings) a. Tnemec 1 Coat: 51-792 PV A Sealer ( 1.5 DFT) 1 Coat: 113 Tufloat (4 DFT per coat) b. Carboline 2 Coats: 3359 (2 DFT per coat) c. ICI -Devoe Coatings 1 Coat: 767 Latex Primer Sealer (1 DFf) 1 Coat: Intercryl 530WB (2 DFT) or l Coat: Spred Ultra Latex Primer-Sealer 5111 (1.4 DFT) 1 Coat: Ultra-Hide Latex Low Lustre Enamel 5825 Series (1.3 DFT) d. Sherwin-Williams 1 Coat: ProMar 400 Latex Wall Primer (1 DFT) 1 Coat: ProMar 400 Latex Egg Shell Enamel (1.2 DFT) e. PPG Industries 2 Coats: Aquapon7 WB 98-line 14. Parking Stall lines on asphalt pavement: Approved reflective pavement marking paint, white in color, conforming to AASHTO standards for materials and installation. a. PPG Industries 1 Coat: Traffic and Zone Marking Paint 11-3 15. Wood Doors and Trim: Clear finish three coats approved polyurethane varnish, non-gloss satin finish -sand between coats. F30429S09902.doc 09902-10 May20Il City of Fort Worth Rolling Hills wrP Phase 5 -Chemical Facilities Improvements C. Any surfaces not specifically named in the Schedule and not specifically excepted shall be prepared, primed and painted in the manner and with materials consistent with these Specifications. The Engineer shall select which of the manufacturer's products, whether the type is indicated herein or not, shall be used for such unnamed surfaces. No extra payment shall be made for this painting. 2.03 COLOR CODING FOR PIPES AND EQUIPMENT A. When color coding ·is specified, it shall consist of color code painting and identification of all exposed conduits, trough items, and pipelines for the transport of gases, liquid, and semi-liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and all operating accessories which are integral to be whole functional mechanical pipe and electrical conduit system. Colors shall be as noted in the Paint and Color Coding Schedules attached at the end of this Section. B. All hangers and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports. Stainless steel supports shall not be painted. The system shall be painted up to, but not including, the flanges attached to the mechanical equipment nor the flexible conduit connected to electrical motors. When more than one pipe system is supported on the same bracket, the bracket shall be painted the same color as the adjacent wall or ceiling. Colors shall be as noted in the Paint and Color Coding Schedule. C. All systems which are an integral part of the equipment, that is originating from the equipment and returning to the same piece of equipment, shall be painted between and up to, but not including, the fixed flanges or connections on the equipment. D. The color code establishes, defines, and assigns a definite color for each category of pipe. Pipelines which are not listed on the Schedule of Color Code Paints shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. E. Banding for pipes shall be as specified in the Paint and Color Coding Schedule. Bands shall be 2- in wide and located on each end of the pipe title, at 2-ft from the title bands, and at wall penetrations. 2.04 LETTERING OF TITLES A. The name of the materials in each pipeline and alongside this an arrow indicating the direction of flow of liquids, shall be indicated on each pipe system. Titles shall be determined by the Engineer. Titles shall not be located more than twenty (20) linear feet apart and shall also appear directly adjacent to each side of any wall the pipe breaches, adjacent to each side of the valve regulator, flow check, strainer cleanout, and all pieces of equipment. B. Titles shall identify the contents by complete name. Identification title locations shall be determined by the Engineer, but in general they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead. Title should be clearly visible from operating positions, especially those adjacent to control valves. C. Numbers and letters shall be pressure-sensitive vinyl markers which conform to ANSI A13.l requirements. Markers may be of the pre-printed type. Adhesive and finish surface shall be protected with one piece removable liners. Color shall be white or Engineer approved equal to provide contrast with respective pipe painting. F30429S09902.doc 09902-11 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements D. Letter size shall be as indicated in the following table: OUTSIDE DIAMTER OF PIPE SIZE 3/4-in to 1-1/4 in SIZE OF LEGEND LETTERS OR COVERING 1/2-in 1-1/2-in to 2-in 3/4-in 2-1/2-in to 6 -in 1-1/4-in 8-in to 10-in 2-1/2-in Over 10-in 3-1/2-in E. The system for preparation and application of letters shall be ASI/LTV Series by Architectural Signing, Inc., Marina Del Rey, CA, Architectural Graphics Inc., Norfolk, VA, Carlton USA, LaGrange, TX, or approved equal. Letter type shall be Helvetica Medium, upper case . Grid 2 spacing shall be employed. Arrows shall be standard Helvetica Medium . Arrow shall match type size. The instructions of the manufacturer shall be as followed in respect to storage, surface preparation and applications of letters. 2.05 TITLES FOR EQUIPMENT A. Titles shall be provided on all equipment, including pumps and blowers using 1-in high Helvetica Medium upper case, Grid 2 spacing, white in color, except as otherwise noted on the Drawings in these specifications. Titles shall include both the equipment tag number and name, as shown in the Drawings, or as otherwise indicated by the Engineer. Titles shall be mounted at eye level on machines where possible or at the uppermost broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, the items shall be numbered consecutively as indicated on the Mechanical Drawings or as directed by the Engineer; for example Pump No. 1, Pump No. 2, etc. B. Titles shall be sized, proportioned, arranged and located to be easily readable. It may be required by the Engineer that some equipment be labeled in two or more places, in which case, the Contractor shall comply with no additional cost to the Owner. C . The Contractor shall submit for Engineer's approval in accordance with Section 01300 a listing of all equipment's labeling: 1. Size and color of letters to be used. 2 . Location(s) of labels . 3. Formation of label, e.g.: FERRIC SULFATE METERING PUMP NO. 1 (FEMP-01) D. It is the intent of these specification that all equipment items be labeled and that such labeling allow easy identification of the item of equipment from the direction(s) that it will most normally be viewed. To satisfy this intent, all equipment shall be labeled as directed by the Engineer. F30429S09902.doc 09902-12 May 20ll City of Fort Worth Rolling Hills WI'P Phase S -Chemical Facilities Improvements E. Hazardous Materials Signs 1. Signs shall be pressure-sensitive backed vinyl panels by Seton Name Plate Co., or equal, and complying with NFPA No. 704. 2. Provide 20 signs for chemical storage and feed areas, numbers and symbols as directed by the Engineer. Size of sign shall be 7 1/2 inches each side, with 3-inch numbers and symbols. 2.06 METAL TAGS A. For pipelines smaller than 2-in in diameter, securely fasten metal tags, 22-in by 2-in, of Birmingham or Stubs, 17 gauge brass with lettering etched and filled with enamel. Tags shall be approved by the Engineer. 2.07 FABRICATED EQUIPMENT A. Unless otherwise indicated all fabricated equipment shall be shop primed and shop or field finished. B. All items to be shop primed shall be thoroughly cleaned of all loose material prior to priming. If, in the opinion of the Engineer, any prime coating shall have been improperly applied or if material contrary to these Specifications shall have been used, that coating shall be removed by sandblasting to white metal and reprimed in accordance with these Specifications . C . All shop prime coats shall be of the correct materials and applied in accordance with these Specifications. Remove any prime coats not in accordance with these Specifications by sandblasting and apply the spec ified prime coat at no additional cost to the Owner. D. Shop primed surfaces shall be cleaned thoroughly and damaged or bare spots retouched with the specified primer before the application of successive paint coats in the field. E. Be responsible for and take whatever steps are necessary to properly protect the shop prime and finish coats against damage from weather or any other cause. F . A shop finish coat shall be equal in appearance and protection quality to a field applied finish coat. If, in the opinion of the Engineer, a shop finish coat does not give the appearance and protection quality of other work of similar nature, prepare the surfaces and apply the coat or coats of paint as directed by the Engineer to accomplish the desired appearance and protection quality. Submit to the Engineer substantial evidence that the standard finish is compatible with the specified finish coat. G. Wherever fabricated equipment is required to be sandblasted, protect all motors, drives, bearings, gears, etc ., from the entry of grit. Any equipment found to contain grit shall be promptly and thoroughly cleaned . FJ0429S09902.doc 09902-13 May2011 . City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities hnprovements PART 3: EXECUTION 3 .01 PREPARATION OF SURFACES A. All surfaces to be painted shall be prepared as specified herein or in Section 09901 and shall be dry and clean before painting. Special care shall be given to thoroughly clean interior concrete and concrete block surfaces of all marks before application of finish. B. All metal welds, blisters, etc., shall be ground and sanded smooth in accordance with SSPC-SP-10 . All pits and dents shall be filled and all imperfections shall be corrected so as to provide a smooth surface for painting. All rust, loose scale, oil, grease , and dirt shall be removed by use of approved solvents, wire brushing, or sanding . C. Concrete surfaces shall have been finished as specified in Division 3. Report unsatisfactory surfaces to the Engineer. Concrete shall be free of dust, oil, curing compounds , and other foreign matter, conforming to ASTM D4258. D. All submerged concrete shall be prepared as specified in Division 3 . E. Concrete block surface shall be smooth and cleaned of all dust, efflorescence, chalk, loose mortar, dirt, grease, oil, tar, and other foreign matter, conforming to ASTM D4258 . F . Wood surfaces shall be dry. Sand to obtain a smooth surface . All encrustations shall be removed . G. Exposed Pipe: Bituminous coated pipe shall not be used in exposed locations . Pipe which shall be exposed after project completion shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. After installation all exterior, exposed flanged joints shall have the gap between adjoining flanges sealed with a single component polysulfide sealant to prevent rust stains. H . Primed or Previously Painted Surfaces and Nonferrous Surfaces: All coated surfaces shall be cleaned prior to application of successive coats. All nonferrous metals not to be coated shall be cleaned. This cleaning shall be done in accordance with SSPC-SP-1, Solvent Cleaning. I. Shop-Finished Surfaces : All shop-coated surfaces shall be protected from damage and corrosion before and after installation by treating damaged areas immediately upon detection. Abraded or corroded spots on shop-coated surfaces shall be "Hand Cleaned" and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored, or which require more than minor touch-up in the opinion of the Engineer shall receive new surface preparation before being repainted. Cut edges of galvanized sheets and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves, that are not to be finished painted, shall be "Solvent Cleaned" and primed with zinc dust-zinc oxide metal primer. J. Aluminum embedded or in contact with concrete must be painted according to the schedule for aluminum in contact with dissimilar materials. F30429S09902.doc 09902-14 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3 .02 WORKMANSHIP A. General 1. Primer (spot) and paint used for a particular surface shall , in general, be as scheduled for that type of new surface. Confirm with the paint manufacturer that the paint proposed for a particular repaint condition will be compatible with the existing painted surface. Sample repainted areas on the actual site will be required to insure th is compatibility. Finished repainted areas shall be covered by the same guarantee specified for remainder of work. 2. At the request of the Engineer, samples of the finished work prepared in strict accordance with these Specifications shall be furnished and all painting shall be equal in quality to the approved samples. Finished areas shall be adequate for the purpose of determining the quality of workmanship. Experimentation with color tints shall be furnished to the satisfaction of the Engineer where standard chart colors are not satisfactory. 3 . Protection of furniture and other movable objects , equipment, fittings and accessories shall be provided throughout the painting operations . Canopies of lighting fixtures shall be loosened and removed from contact with surface, covered and protected and reset upon completion. Remove all electric plates, surface hardware, etc., before painting, protect and replace when completed. Mask all machinery name plates and all machined parts not receiving a paint finish. Dripped or spattered paint shall be promptly removed . Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damage during the operation and until the finished job is accepted. 4. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mil thickness required . If material has thickened or must be diluted for application by spray gun, the coating shall be built up to the same film thickness achieved with undiluted material. One gallon of paint as originally furnished by the manufacturer shall not cover a greater area when applied by spray gun than when applied unthinned by brush. Deficiencies in film thickness shall be corrected by the application of an additional coat(s). On masonry, application rates will vary according to surface texture; however, in no case shall the manufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate or by applying additional coats of paint. 5 . Paints shall be mixed in proper containers of adequate capacity . All paints shall be thoroughly stirred before use and shall be kept stirred while using. No unauthorized thinners or other materials shall be added to any paint. 6 . Only skilled painters shall be used on the work and specialists shall be employed where required. B. Field Priming 1. Steel members, metal castings, mechanical and electrical equipment, and other metals that are shop primed before delivery at the site will not require a prime coat on the job. All piping and other bare metals to be painted shall receive one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule . F30429S09902.doc 09902-15 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 2. Equipment which is customarily shipped with a baked-on enamel finish or with a standard factory finish shall not normally be field painted unless the prefinished equipment is specifically color selected and unless the finish has not been damaged in transit or during installation . Surfaces that have been shop painted and have been damaged, or where the shop coats or coats of paint have deteriorated, shall be properly cleaned and retouched before any successive painting is done on them in the field. All such field painting shall match as nearly as possible the original finish. C. Field Painting 1. All painting at the site shall be designated as Field Painting. 2. All paint shall be at room temperature before applying, and no painting shall be done when the temperature is below 50°F, in dust-laden air, when rain or snow is falling, or until all traces of moisture have completely disappeared from the surface to be painted. 3. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. 4. Finish surfaces shall not show brush marks or other irregularities . Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back-primed before installation. 5 . Painting shall be continuous and shall be accomplished in an orderly manner so as to facil itate inspection. All exterior concrete and masonry paint shall be performed at one continuous manner structure by structure. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 6 . All materials shall be brush painted unless spray painting is specifically approved by the Engineer. The Contractor shall be responsible for all damage caused by overspray or drifting. 7. All surfaces to be painted as well as the atmosphere in which painting is to be done shall be kept warm and dry by heating and ventilation, if necessary, until each coat of paint has hardened. Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions . 8. Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. 9. Any pipe scheduled to be painted and having received a coating of a tar or asphalt-compound shall be painted with two coats of Kap-Coat's lnertol Tar Stop, ICI -Devoe Coatings' Tarset Standard 7000 or equal before successive coats are applied per the schedule. Tnemec recommends using 69 Hi-Build Epoxoline II over tar, but a test patch must be run initially to test the paint's compatibility with the tar. F30429S09902 .doc 09902-16 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 3.03 CLEANUP A. The premises shall at all times be kept free from accumulation of waste material and rubbish caused by employees or work. At the completion of the painting remove all tools, scaffolding, surplus materials, and all rubbish from and about the buildings, and leave work "broom clean" unless more exactly specified. B . Upon completion, remove all paint where it has been spilled, splashed, or splattered on all smfaces, including floors, fixtures, equipment, furniture, etc ., leaving the work ready for inspection. 3.04 PAINT A. General Notes and Guidelines 1. All color numbers and names herein refer to master color card. Colors of specified equal manufacturers may be substituted with approval of the Engineer. 2. Pipelines, equipment, or other items which are not listed here shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. 3. When color coding is specified or directed by the Engineer, it shall consist of color code painting and identification of all exposed conduits, through lines and pipelines for the transport of gases, liquids, or semi-liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and any operating accessories which are integral to a whole functional mechanical pipe and electrical conduit systems. 4. The colors of the Finish Schedule shall be interpreted as follows: Colors Tnemec# ICI -Devoe Coatings# Carboline# White WHOl 4550White S800 Orange SC03 Safety Orange 4444 Yellow BW56 [SC02] Medium Yellow 6666 Dark Yellow BX36 Robotic Yellow N625 Green SC07 Safety Green 2383 Light Green AM52 Parrot 6361 Dark Brown AF12 Warm Brown 9218 Dark Green X Crylight Green 90GY 10/250 4372 Tan AF32 Bellows 3216 Ivory AF82 Seashell 3848 Light Grey BG62 C731 Medium Grey 2047 20YY 43/083 (Scroll Beige) 0746 Dark Grey BK33 Silver Grey 2525 Red SC09 Safety Red 5555 Blue SC06 Safety Blue S150 F30429S09902 .doc 09902-17 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements Colors Tnemec # ICI -Devoe Coatings # Carboline # Dark Blue 2042 70BG 10/214 A183 Medium Blue 2041 70BG 23/276 0118 Light Blue 2040 70BG 67/126 7107 Aqua AX42 Turquoise Green 82GG 33/374 4132 International Orange SC04 International Orange N498 Dark Bronze BM07 Architectural Brown 2277 Tank Blue BB42 ?OBG/40/284 8155 Blue Green AX22 Blue Lagoon 81GG 10/276 A337 Magenta BP14 30RB 11/250 S585 5. All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Orange #CA26. 6. All safety equipment shall be painted in accordance with OSHA standards. 7. All inline equipment and appurtenances not assigned another color shall be painted the same base color as the piping. The pipe system shall be painted with the pipe color up to, but not including, the flanges attached to pumps and mechanical equipment assigned another color. Tanks shall be painted the color of the piping system that they serve, unless the tank is fiberglass and levels are monitored through the tank. 8. Conduit to be painted shall be painted to match its background surface. 9. Building surface colors shall be painted as scheduled in the Finish Schedule or as selected by the Engineer. 10. Control panels shall be factory finished. 3.05 PAINT AND COLOR CODING SCHEDULE A. All colors shall be selected by the Engineer and Owner at the time of shop drawing review . END OF SECTION F30429S09902 .doc 09902-18 May20Il I I . DIVISION 10 SPECIAL TIES City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 10523 FIRE EXTINGUISHERS, CABINETS AND ACCESSORIES PART 1: GENERAL 1.01 Summary A. Section Includes: 1. Fire extinguishers and cabinets; trim and accessories; and location drawings, B. Work included: 1. As part of Bidding, General Conditions require field investigations of existing conditions as related to the Work of this Section. 2. The Contract Drawings and Key Notes delineate the type and extend to the Work for this Project. C. Description of Work 1. Provide new extinguishers and cabinets (as applicable) at locations indicated on the drawings and/or -as required by the Local Fire Marshal. 2. Provide all work in accordance with applicable NFPA Standards. 1.02 QUALITY ASSURANCE A. Provide portable fire extinguisher and accessories by one single manufacture. B. Cabinet and cabinet work (as applicable) shall conform in every way with the requirements of ASTM E814 2009. Fire Extinguisher shall conform in every with the requirements of NFPA 10 2010 . C. FM-Listed Products -Provide new portable fire extinguisher which are approved by Factory Mutual Research Corporation for type, rating and classification of extinguisher. Indicate and carry appropriate FM markings. 1.03 SUBMITT ALS A. Comply with the requirements of Section 01300 -"Submittal Requirements". B. Product Data: Submit manufacturer's original literature, technical data and installation instructions for all fire extinguisher and cabinets to be provided with color selection chart and sample. Photocopies will not be accepted. VWCI0523 10523 - 1 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Shop Drawings: 1. Provide floor plans indicating the locations of all the devices and items. 2. Indicate cabinet physical dimensions; graphics, paint color and mounting methods and requirements. 3. Indicate location of signage above individual extinguishers mounted without cabinets . D. Product Data: Provide extinguisher operational features. E. Maintenance Data: Include test, refill or recharge schedules and re-certification requirements. 1.04 DELIVERY, STORAGE, AND HANDLING A. Accept extinguishers and cabinets on site on pallets; inspect for damage. B. Store unopened cartons of extinguishers and cabinets in a clean, cool, dry area. C. Protect opened cartons of extinguishers and cabinets against windblown rain or water run-off with tarpaulins or plastic covering. 1.05 ENVIRONMENTAL REQUIREMENTS A. Do not install extinguishers when ambient temperature may cause freezing of extinguisher ingredients. · PART 2: PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: 1. Subject to compliance with requirements, fire extinguisher, cabinet and accessories will be manufacture by J. L. Industries. B. Acceptable Manufacturers: I. JL Industries -www.jlindustries.com 2. Larsen's Mfg. Co. -www.larsensmfg.com 3. Potter Roemer -www.potterroemer.com VWC10523 10523 - 2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.02 FIRE EXTINGUISHERS A. Abbreviations for Multi-Purpose Dry Chemical Type units are indicated below. This is only to identify extinguisher types related to U . L. Classifications and rating system not necessarily to the type and amount of extinguishing material contained in individual units . 1. Class A , B, and C type fires -U. L. Rated 4A-60BC@ 10 LB . Nominal capacity in an enameled steel container -Cosmic 1 OE . 2 . Bracket to be a surface mounted type . 2.03 FIRE EXTINGUISHER CABINETS -WHEN APPLICABLE A . Cabinets shall be Recessed, Semi-Recessed, or Surface Mounted as practical and as indicated on the drawings as directed by the Owner's Representative. 1. Products subject to the requirements specified and equal in every way to "Panorama 1815- P42 -White Epoxy Trim" -J. L. Industries . B , Factory Finishing shall comply with NAAM "Metal Finishes Manual" to provide uniformly finished products. Provide color as selected. The entire cabinet inside and outside shall have a baked enamel finish . C . Coordinate with other trades to provide appropriate conditions fo r mounting. PART 3: EXECUTION 3.01 INSTALLATION A. All work shall be in accordance with manufacturer's directions for type of mounting required at height and locations indicated, or if not indicated, to comply with applicable local ordinances. 3,02 IDENTIFICATION A. Identify Fire Extinguisher: VWC I0523 1. In a cabinet with lettering spelling "FIRE EXTINGUISHER" printed on the door by silkscreen process, as selected by the Architect from the manufacturer's standard lettering, sizes, styles, colors, and layouts. 2. Surface Mounted Fire Extinguisher on Bracket shall have an identification sign above the bottle spelling "FIRE EXTINGUISHER" printed on the sign by silkscreen process, as selected by the Architect from the manufacturer's standard lettering. END OF SECTION 10523 -3 3/11 DIVISION 11 EQUIPMENT City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1: GENERAL 1.01 SECTION INCLUDES SECTION 11165 DOCK BUMPERS A. Reinforced laminated dock bumpers. 1.02 RELATED SECTIONS A. Section 03100 -Concrete Forms and Accessories: Placement of bumper anchors into concrete. 1.03 REFERENCES A. ASTM D 624 -Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers; 2000. B. ASTM D 2632 -Standard Test Method for Rubber Property--Resilience by Vertical Rebound; 2001. 1.04 SUBMITT ALS A. See Section 01300 -Administrative Requirements for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 1.05 DELIVERY, STORAGE, AND HANDLING A. Package dock bumpers in manufacturer's standard containers. B. Store all materials manufacture's original containers and keep inside and away from water and/or rain. 1.05. WARRANTY A. Warranty: Provide manufacturer's 5 year warranty unless otherwise specified. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Durable Corp.,Toll Free Tel: 866-399-5334 or 800-537-1603, www.durablecorp.com B. Beacon Technology 800 454-7159 www.beacontechnology.com C. Rite Hite 800 456-0600 www.dockresource.com VWClll65 11165-1 3/11 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 2.02 DOCK BUMPERS A. Bumpers: Durable Laminated Rubber Dock Bumper; Fabric reinforced rubber pads laminated between structural steel angles and secured with 3/4 inch (19 mm) steel supporting rods . 1. Projection from Wall: 6 inches (152 mm). 2. Vertical Height: 12 inches (305 mm); 4 inch (102 mm) bolt hole centers. 3 . Length: 24 inches (610 mm). 4. Finish for Exposed Metal: Powder coated black. PART 3: EXECUTION 3.01 EXAMINATION A . Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Position bumpers, spaced as indicated on drawings. C. Secure angle end frames to dock face of steel angle embedded in concrete. 3.04 PROTECTION A. Protect installed products until completion of project. B . Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION VWClll65 11165-2 3/11 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 11212 END-SUCTION PUMPS A. Furnish all labor, materials, equipment and incidentals required and install, complete and ready for operation two (2) horizontal end-suction, magnetic-drive centrifugal type pumps as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete work and the installation of anchor bolts are included in Division 3; however, anchor bolts for these units as recommended by the pump manufacturer shall be furnished by the Contractor under this Section. B. Field painting is included in Section 09902. C. Electrical work except as hereinafter specified is included in Division 16. D. Valves, mechanical piping and appurtenances and pipe hangers and supports are included in Division 15. E. Instrumentation and controls, other than those specified herein, are specified under their respective Sections of Division 13. 1.03 SUBMITIALS A. Submit, in accordance with Section 01300, copies of all materials required to establish compliance with this Section. Submittals shall include the following: 1. Certified shop and erection drawings showing all important details of construction, ' dimensions and anchor bolt locations. 2. Descriptive literature, bulletins, and/or catalogs of the equipment. 3. Data on the characteristics and performance of the pump. Data shall include guaranteed performance curves, based on actual shop tests of duplicate units, which show that they meet the specified requirements for head, capacity, efficiency, and horsepower. Curves shall be submitted on 8-1/2-in by 11-in sheets. 4. The total weight of the equipment including the weight of the single largest item. 5. A complete total bill of materials for all equipment. 6. A list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. Include gaskets, packing, etc, on the list. List bearings by the bearing manufacturer's numbers only. F30429Sl 1212 .doc 11212-1 May 20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Fac ilities Improvements 7. Complete data on motors B. Upon receipt of submitted material, provide six certified prints and one reproducible tracing of all Drawings as specified in Section 01300 . Provide equipment warranty per Section 01740 C . Operation and Maintenance Data 1. Copies of an operating and maintenance manual for the pump shall be furnished to the Engineer as provided for in Section 01730. The manuals shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions that are required to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 REFERENCE STANDARDS A. Design, manufacture and assembly of elements of the equipment herein specified shall be in accordance with, but not limited to, published standards of the following, as applicable: 1. American Gear Manufacturers Association (AGMA) 2. American Institute of Steel Construction (AISC) 3. American Iron and Steel Institute (AISI) 4 . American Society of Mechanical Engineers (ASME) 5. American National Standards Institute (ANSI) 6. American Society for Testing Materials (ASTM) 7. American Welding Society (A WS) 8. Anti-Friction Bearing Manufacturers Association (AFBMA) 9. Hydraulic Institute (HI) 10. Institute of Electrical and Electronics Engineers (IEEE) 11. National Electrical Code (NEC) 12. National Electrical Manufacturers Association (NEMA) 13 . Occupational Safety and Health Administration (OSHA) 14. Steel Structures Painting Council (SSPC) 15. Underwriters Laboratories, Inc. (UL) B . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. F30429Sll2l2.doc 11212-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Faciliti es Improvements 1.05 QUALITY ASSURANCE A. To assure unity of responsibility, the motors, and base plates shall be furnished and coordinated by the pump manufacturer. The Contractor and manufacturer shall assume responsibility for the satisfactory installation and operation of the entire pumping system including pumps, motors, and base plates as specified. B. The equipment covered by these specifications is intended to be standard pumping equipment of proven ability as manufactured by concerns having extensive experience in the production of such equipment similar to the applications stated in Paragraphs 1.01 and 1.06. Units specified herein shall be furnished by a single manufacturer. The equipment furnished shall be designed, constructed and installed to operate satisfactorily when installed as shown on the Drawings . C . The pump manufacturer shall be fully responsible for the design, arrangement and operation of all connected rotating components, of the assembled pumping unit mounted on a fabricated steel baseplate, to ensure that neither harmful nor damaging vibrations occur at any speed within the specified operating range. D. A manufacturer's factory representative who has a complete knowledge of the proper startup, installation, and operation and maintenance shall be provided as noted below: Service Provided By Factory Representative 1. Inspect and approve installation and supervise initial adjustment 2 . Supervise field testing 3 . Instruct Owners and Engineer Representatives in proper startup andO&M Minimum No. Trip 1 1 1 Minimum Time On Site (8 hr working days) 1 1 1 E. The pumps shall be K+ Series per ANSIMAG Pumps of Arvada, Colorado; or approved equal. 1.06 SYSTEM DESCRIPTION A. The pumps (Tag Nos. SHRP-01 and SHRP-02) shall be installed in Chemical Feed Building and shall be used to circulate sodium hydroxide solution from and back to sodium hydroxide storage tanks (Tag Nos. SHTK-01 and SHTK-02) as shown on the Drawings . The concentration of sodium hydroxide solution stored in the tank will be up to 50%. 1.07 DELIVERY, STORAGE AND HANDLING A. All parts shall be properly protected so that no damage or detedoration will occur during a prolonged delay from the time of shipment until installation is completed and the unit and equipment are ready for operation . B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. The Contractor shall store equipment in accordance with the manufacturer's instructions . F30429SI 1212 .doc 11212-3 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements C. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. D. The finished surfaces of all exposed flanges shall be protected by wooden or equivalent blank flanges, strongly built and securely bolted thereto . E . Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. F. No shipment shall be made until approved by the Engineer in writing. G. For protection of bearings during shipment and installation, the bearing shall be properly processed. Anti-friction bearings , if pre-lubricated, shall be protected in accordance with the bearing manufacturer's recommendations against formation of rust during a long period of storage while awaiting completion of installation and start-up of the machine in which they are used. Anti-friction bearings which are not pre-lubricated shall be properly treated in accordance with the bearing manufacturer's recommendation against formation of rust during a long period of storage, while waiting completion of installation and start-up, by the application of Exxon Rust-Ban No. 392, or equal treatment. 1.08 MAINTENANCE A. One set of all special tools required for normal operation and maintenance shall be provided. All such tools shall be furnished in a suitable steel tool chest complete with lock and duplicate keys . 1.09 WARRANTY A. Refer to Section O 17 40 for requirements and conditions associated with the required manufacturer's warranty period and conditions associated with the equipment specified herein . PART 2 PRODUCTS 2.01 GENERAL A. The pumping units shall all be supplied by one manufacturer and shall be complete including pumps, motors, stainless steel mounting arrangement and appurtenances . B. Pump base shall be rigidly and accurately anchored into position, precisely leveled and aligned, so that the completed installation is free from stress or distortion. All necessary foundation bolts, plates, nuts and washers shall be furnished and installed and conform to the recommendations and instructions of the equipment manufacturer. Anchor bolts, nuts and washers shall be of Type 316 stainless steel. Grouting under bases after the equipment is set is included as work under this Section. C. Brass or stainless steel nameplates giving the name of the manufacturer, the rated capacity, head, speed and any other pertinent data shall be attached to the pump. D. Brass or stainless steel nameplates giving the name of the manufacturer, serial number, model number, horsepower, speed, voltage, amperes and all other pertinent data shall be attached to the pump motor. F30429Sl 1212 .doc 11212-4 May 2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities hnprovements E. The nameplate rating for the motor shall not be exceeded, nor shall the design service factor be reduced when its pump is operating at any point on its characteristic curve at maximum speed. 2.02 CONDITIONS OF SERVICE A. The pumps shall be designed and manufactured as specified for the conditions of service listed below. 1. Liquid Pumped: Sodium hydroxide solution with concentration up to 50% 2. Capacity-50 gpm (design) 3. Total dynamic head -37 ft (design) 4. Minimum efficiency at design point -45 percent 5. Suction and discharge size -1 1/2-in/1 1/2-in 6. Drive -Constant speed horizontal electric motor, TEFC, 1.25 service factor, 460V, 3 phase, 60Hz 7 . Pump speed -1800 rpm 8. Maximum motor horsepower -5 HP 2.03 PUMP CONSTRUCTION A. The pumps shall be of the horizontal end-suction, closed coupled, centerline discharge type. The pump shall have a synchronous drive, magnetically coupled for sealless, zero linkage applications. Pump and motor drive shall be positioned as shown on the Drawings and as specified herein. All wetted parts shall be non-metallic to handle liquid pumped without corrosion. B. Casing shall be one piece, close-grained Grade 30, ASTM A-48 or A-278 cast iron of sufficient thickness and sufficiently reinforced to withstand all stresses at full pressure. The casing shall be lined with a layer of 0.125-in thick rotomolded ETFE (Ethylene-Tetra-Fluoro-Ethlene) fluoropolymer . Volute shall have smooth fluid passages large enough at all points to pass any size solid which can pass through the impeller and provide smooth unobstructed flow. Machined fits for these pats shall ensure accurate alignment. Suction and discharge connections on casing shall be ANSI/ASME B16.5 Class 150 standard flat face flanges. Each suction and discharge flange shall be drilled and tapped for gauge connections. The casing shall be tapped for vent and drain connection, with removable plugs. The casing shall be close coupled to motor drive by a bracket constructed of the same material as that of the casing. Flange connection of bracket shall meet ANSI/ASME B73.l standard. C. Magnetic coupling shall consist of two magnet assemblies, one outer assembly (the driver magnet) and one inner assembly (the driven magnet). The outer assembly shall be connected to drive motor and the inner assembly shall be attached to the pump impeller. The magnetic coupling shall be constructed of neodymium iron boron for maximum torque and shall be designed for zero slippage and zero losses. F30429Sl 1212 .doc 11212-5 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D . Impeller of the pump shall be single-suction enclosed type, one piece construction manufactured with carbon fiber filled ETFE fluoropolymer. Impeller shall be coupled to inner magnets by oversized polygon with axial lock mechanism . The magnets shall fully encapsulated by ETFE fluoropolymer. Main bushing on impeller shall be replaceable and shall be carbon/graphite. E. Shaft of the pump shall be one piece, constructed of sintered silicone carbide (SiC). The shaft shall be fully supported at both ends utilizing front shaft support and rear casing as specified below . F . Rear Casing shall be constructed of injection molded carbon fiber filled ETFE fluoropolymer backed by non-metallic reinforcement. The rear casing shall have integral carbon fiber filled PTFE back thrust ring . Flange connection of rear casing shall meet ANSI/ ASME B 73 .1 standard. 2 .04 PUMP DRNE SYSTEM A. The pump shall be driven by a horizontal single speed solid shaft squirrel cage induction electric motor with a maximum horsepower and speed as specified under Section 2 .02, Paragraph A, and with TEFC enclosure and shall meet all the requirements of Section O 1171 . B. The motor shall be connected to pump casing via a close coupled bracket as specified above. 2.05 BASE PLATES A. The pump and driving motor shall be mounted on an extended fabricated stainless steel base plate. The stainless steel base shall be anchored to the level surface of a concrete pad with suitably sized 316 stainless steel anchor bolts. 2.06 SHOP TESTING A. Certified copies of both hydrostatic and performance tests are required for each pump and in accordance with both the referenced ANSI and Hydraulic Institute Standards. 2.07 SURFACE PREPARATION AND SHOP PRIMING A. Each combined pedestal mounted pumping unit, including pump, motor and baseplate shall be prepared and shop-primed as specified in Section 09901. The shop primer shall be compatible with the finish paint. Field painting is included in Section 09902 . PART 3 EXECUTION 3.01 PREPARATION A. Coordinate with other trades, equipment and systems to the fullest extent possible. B . The Contractor shall take all necessary measurements in the field to determine the exact dimensions for all work and the required sizes of all equipment under this contract. All pertinent data and dimensions shall be verified by the Contractor. F30429Sll212.doc 11212-6 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 3.02 INSTALLATION A. Installation shall be in strict accordance with the manufacturer's instructions and recommendations in the locations shown on the Drawings. Anchor bolts shall be set in accordance with the manufacturer's recommendations and setting plans. B. Supply all anchor bolts, temporary lift equipment, power, water, labor and all other incidentals required for the proper installation of the pumps. C. Connection of piping to pumps shall be done ip. presence of the Engineer. All piping connections to the pump shall be done without bending and/or twisting the piping to mate with the pump flange connections. D. A certificate from each equipment manufacturer shall be submitted stating that the installation of his/her equipment is satisfactory, that the equipment is ready for operation and that the operating personnel have been suitably instructed in the operation, lubrication and care of each unit. 3.03 FIELD TESTS A. The equipment manufacturer shall furnish the services of a competent and experienced representative who has complete knowledge of proper operation and maintenance of the equipment for a period of not less than 1 days to inspect the installed equipment, supervise the initial test run and to provide instructions to the plant personnel. These services may be combined with those provided under Paragraph 1.05 D above. B. After installation and as soon as conditions permit full speed operation, the Contractor, in the presence of the Engineer, shall have vibration tests performed on each of the units to (a) prove compliance with specified limitations and (b) prove that there are no field installed resonant conditions due to misalignment, the foundation, or the connecting piping and its supports, when operating at any speed within the specified operating range. C. If required, the Contractor shall take corrective action and the units shall be retested to ensure full compliance with the specifications. All costs associated with the field tests or any required corrective action shall be borne by the Contractor . D. The pump and motor shall be designed and constructed to avoid the generation of objectionable heat, noise, or vibration. The sound pressure level at full load shall not exceed 90 (A Scale) decibels above 300 cycles, when measured at a point not exceeding 3-ft from the motor. Mufflers or external baffles will not be accepted. When operating at any point between no-load and full -load, the vibration measured in a horizontal plane above the pump and motor shall not exceed the limits recommended by the Hydraulic Institute Standards. END OF SECTION F30429SI 1212.doc 11212-7 May201 I City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 11216 SUMP PUMPS A. Furnish all labor, material, equipment, and incidentals required and install, complete and ready for operation, eight (8) sump pumps as shown on the Drawings and as specified herein. 1.02 RELATED WORK A . Piping and appurtenances are included in Division 15 . B . Instrumentation and controls are included in Division 13. C. Electrical is included in Division 16. 1.03 SUBMITI ALS A. Submit to the Engineer in accordance with Section O 1300 certified shop drawings and literature describing the equipment and showing all important details, including pump and motor characteristics and performance. B . Operating and maintenance instructions shall be furnished to the Engineer in accordance with Section 01730. 1.04 DESCR1PTION OF SYSTEM A. The sump pumps shall be installed as shown on the Drawings and as schedule herein. The locations of the sump pumps and equipment tag numbers shall be as follows: Location of Tag Number Voltage Pump Installation · T~ee No. Chemical Feed SP-01 480 2 Building SP-02 Chemical Storage SP-03 120 1 Area Ferric Sulfate SP-04 120 1 Storage Area North Ferric Sulfate SP-05 120 1 Storage Area South Chemical Pipe SP-06 120 1 Chase Fluosilicic Acid SP-07 120 1 Storage Area Chemical Building SP-08 480 2 Basement B. All sump pumps listed in Paragraph 1.04.A_shall meet the following design performance conditions. F30429S 112 I 6.doc 11216-1 May 2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements Pump Type No. 1 -Hydromatic SP050H Maximum Speed Maximum HP Power Supply <1> Power Operation, Switch Type Pump Construction Minimum Shut-off Head 3450 rpm 1/2-HP 120V, 1ph , 60 Hz Manual/Automatic (as described herein) Tilt Bulb Cast Iron 48-ft The sump pump shall operate over a pump curve that will meet the following operating conditions: Flow (gpm) 21 48 90 Pump Type No. 2 -Hydromatic SP01 OOH Maximum Speed Maximum HP Power Supply <1> Power Operation, Switch Type Pump Construction Minimum Shut-off Head TOH (ft) 3450 rpm 1-HP 40 30 16 480V, 3ph. 60Hz Automatic (as described herein) Tilt Bulb Cast Iron 60-ft The sump pump shall operate over a pump curve that will meet the following operating conditions: Flow (gpm) 29 75 120 TOH (ft) 50 37 20 C. Each sump pump shall be the noted model listed above as manufactured by Hydromatic Pump , or approved equal as furnished by ITT-Flygt. If an alternative is proposed and approved, which requires alternative electrical power supply or motor horsepower, manufacturer shall be responsible for any costs associated with modifications to the electrical design as currently specified and shown on the Drawings to accommodate the proposed pumps . 1.05 QUALITY ASSURANCE A. The sump pumps and associated appurtenances shall be designed, constructed and installed in accordance with the best practices and methods. 1.06 WARRANTY A. Refer to Section O 17 40 for requirements and conditions associated with the required manufacturer's warranty period and conditions associated with the equipment specified herein . F30429Sll2l6.doc 11216-2 May20 ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 2: PRODUCTS 2.01 PUMP A. Each sump pump shall have the following characteristics. 1. The submersible motor shall be constructed with open winding and operate in clean dielectric oil for cooling winding and lubricating bearings. Motor shaft shall be sealed with mechanical shaft seal, having lapped seal rings of carbon and ceramic. Integral motor and pump shaft shall be stainless steel. 2. Pump and motor housing shall be cast iron; impeller shall be cast iron of the non-clog type, passing at minimum 3/4-inch solids. Discharge connection shall be 2" NPT. No suction strainers or screens shall be used. Fasteners shall be 18-8 stainless steel. 3. Level switches for control of sump pumps shall be tilt-bulb type, as specified in. Paragraph 1.04.B and as shown in the associated electrical schematics drawings. Diaphragm pressure switches shall not be used. 4. Tilt bulb switches shall be as specified in Division 13. B. Refer to the Drawings for conditions of the sump pits. C. Piping and valves shall be as shown on the Drawings. As a minimum each pump shall have a check valve and an isolation ball valve on the pump discharge whether shown on the Drawings or not. 2.02 SUMP PUMP CONTROLS A. Control of the sump pumps shall be designed as shown in the associated electrical schematics drawings . Pump Type No. l, as described in Paragraph 1.04B, shall be turned on manually but automatically shut off by the level switch based on the liquid level ( one level switch for low liquid level) in the associated sump pit. Pump Type No. 2 shall operate automatically based on liquid level (two level switches for low and high liquid level) in the associated sump pit. All necessary components for providing the functions for each sump pump shall be furnished. All equipment shall comply with the requirements of Division 16. 2.02 SHOPP AINTING A. Surface preparation and shop painting (prime and finish) shall be according to the manufacturer's recommendations for the specific sump pump application. PART 3: EXECUTION 3.01 INSTALLATION A. Pump supplier shall inspect and review each pump installation to verify conformance with the manufacturer's instructions and recommendations and these specifications and details shown on the Drawings. B. Discharge piping shall be routed as noted or shown on the Drawings. F30429Sl 1216 .doc 11216-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.02 FIELD PAINTING A . The only field painting required shall be touch-up to repair damage incurred during shipment and installation. Pump manufacturer shall provide instructions and recommendations regarding touch- up to and compatibility of shop applied coatings. This painting shall be according to the manufacturer's instructions . 3.03 INSPECTION AND TESTING A . Pump manufacturer shall witness in the presence of the Engineer, pump performance and operational tests as are necessary to indicate that pump performance and discharge conform to the Specifications. The Contractor shall supply all electric power and water to complete the field tests. B. If the pump performance does not meet the Specifications, corrective measures shall be recommended by the pump manufacturer. Related corrective work will be performed by taken by the Contractor. Or, if needed due to operational and performance failure, the pump manufacturer shall remove and replace the pump and/or control panel which satisfies the conditions specified. END OF SECTION F30429Sll2l6.doc 11216-4 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 11240 CHEl'vilCAL METERING PUMPS AND APPURTENANCES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals necessary and furnish, test, and install ready for operation, ten (10) chemical metering pumps, including pumps, and associated motors and drives, as shown on the Drawings and specified herein B. All necessary accessory equipment and auxiliaries, whether specifically mentioned in these Specifications or not, shall be furnished and installed as required for a complete and operating system. Coordinate the interface and controls for the chemical metering pumps with the plant-wide instrumentation and control system. 1.02 RELATED WORK A. Concrete work is specified in Division 3. B. Field painting is specified in Section 09902. C. Chemical storage tanks are specified in Section 11245. D. Instrumentation and controls, other than those specified herein, are included in Division 13. E. Piping, valves and appurtenances are specified in their respective sections in Division 15. F. Piping supports, hangers and anchorage are specified in Section 15140. G. Electric motors are specified in Division 16 : H. Electrical work not specified herein is specified in Division 16 and Electrical Drawings. I. Warranties and Bonds are included in Section 01740. 1.03 SUBMITI ALS A. Submit, in accordance with Section 01300, complete shop drawings showing details of fabrication and installation of all materials, equipment and the system to be installed under this Section. B. Submit at least the following information, in addition to that requested in Section 01300, prior to installation: 1. Descriptive literature, bulletins, or catalogs of the equipment. 2. Manufacturer's standard data sheets for each metering pump, which confirms compliance with specified capacity, discharge pressure, and strokes per minute . 3. A complete bill of materials. F30429S 11240.doc 11240-1 May201 I City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 4. Certificate of corrosion resistance as specified in paragraph 2.01. 5 . Certified shop and erection drawings showing all details of construction, dimensions, and anchor bolt locations. 6 . A list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. 7. Recommended pressure settings for all backpressure valves, discharge pressure switches, and external pressure relief valves. 8. Schematic electrical control diagram of control system with notes showing complete brand and part identification and description of operation. 9. Complete data on motors, as specified in Division 16. 10. Control panel layout drawings of the interior and exterior of all panels, showing all components, conduit access points, and terminal block locations . 11. Data sheets on all components used in the control panels. 12. Description of surface preparation and paint. 13. Evidence of qualifications of pump manufacturer, as required by Paragraph 1.05.A. C. Submit, in accordance with Section O 1730, complete set of start-up, operating, and maintenance instructions for each piece of equipment and the system . The instructions shall be prepared specifically for this installation and shall include all cuts, drawings, equipment lists, descriptions, etc. that are required to instruct operating and maintenance personnel unfamiliar with such equipment. D. Submit, in accordance with paragraph 1.05.F., installation certification. E. Submit, in accordance with paragraph 3.03, certified copies of result,; for all field tests. 1.04 REFERENCE STANDARDS (NOT USED) A. National Electrical Manufacturers Association (NEMA). B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The chemical metering pumps shall be the product of a single manufacturer who has a minimum of ten (10) years experience in the design and manufacture of chemical metering pumps of the type specified herein. The pump manufacturer/supplier shall have the sole responsibility for the proper functioning of all equipment furnished. The chemical metering pumps shall be the products as manufacturer by Milton Roy, Ivyland, PA, or Pulsafeeder, Inc., Rochester, NY. F30429S 11240.doc 11240-2 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. The chemical feed equipment and appurtenances as specified herein shall be supplied by and be the responsibility of a single supplier. The supplier shall be either the equipment manufacturer directly or a manufacturer's representative normally engaged in chemical feed system design and service. Equipment for which a single supplier shall take responsibility shall include, but not be limited to the following, as shown on the Drawings and specified herein: 1. Metering pumps and motors. 2. Calibration columns. 3. Pressure gauges. 4. Backpressure valves. 5. Pressure relief valves. 6. Pressure switches. 7. Strainers. 8. Pulsation dampeners. 9. SCR controllers. 10. Metering pump control panels. 11. Miscellaneous (i.e., true union ball valves, diaphragm valves, ball check valves, unions, etc.). C. Materials and equipment shall be free from all defects that might affect serviceability of the finished product. No used equipment or materials will be allowed. D. Should equipment which differs from the Specifications be offered and determined to be equal to that specified, such equipment shall be acceptable only on the basis that any revisions in the layout and construction of the structures, piping and appurtenant equipment, electrical work, etc. required to accommodate such a substitution shall be made at no additional cost to the Owner and be as approved by the Owner's Representative. E. Pump head, drive unit, and motor shall be furnished by the pump manufacturer and be factory- mounted on a common base plate of cast iron or fabricated steel. F. A manufacturer's factory representative who has complete knowledge of proper start-up, installation, and operation and maintenance (O&M) of the equipment furnished under this Section shall be provided as noted in Table 1 below: F30429Sl 1240.doc 11240-3 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 1. 2. 3. 4. {I) (Z) (l) (4) (S) 1.06 A. TABLE 1 MANUFACTURER'S REPRESENTATIVES' DUTIES Services Provided by Factory Representative Supervise Installation Inspect and Approve Installation c2> Supervise Testing Instruct Owner's and Engineer's Representatives in proper start-up and operations and maintenance Minimum <1> No. of Trips 1 1 (3) 2 (4) 1 (5) Minimum Time CI) On Site (8 hr. working days) 2 days 1 day 2day 1 day The manufacturer's factory representative shall be present at frequent enough intervals to ensure proper installation, testing and initial operation of the equipment. The manufacturer's representative shall provide to the Engineer a written certification that the system has been installed in accordance with the manufacturer's recommendations . May be done directly following completion of Item 1 if acceptable to the Engineer. May be done directly following completion of Item 2 if acceptable to the Engineer. This instruction may be given following completion of Item 3, provided that the test is successful and the operation and maintenance manuals have been approved. SYSTEM DESCRIPTION General 1. Each chemical metering pump shall meet the design and performance criteria listed in Table 2 below: TABLE2 CHEMICAL 1\.1:ETERING PUMP DESIGN AND PERFORMANCE CRITERIA Maximum Minimum Minimum Approx. Chemical Number Pump Design Design Discharge NPSHA Motor (Concentration) of Tag Capacity Capacity Pressure (feet) Horsepower Pumps Number Rating ( si) (HP) FEMP-01 Ferric Sulfate FEMP-02 lOOgph 9 gph 5 FEMP-03* 150 >10 1 (50%) FEMP-04 (6,308 mllmin) (568 mllmin) FEMP-05 Sodium Hydroxide SHMP-01* 25 gph 1.5 gph 3 SHMP-02 150 >10 1/2 (20%-50%) SHMP-03 (1,577 mllmin) (95 mllmin) Fluosilicic Acid 2 FLMP-01 45 gph 1.6 gph 150 >10 3/4 (25%) FLMP-02* (2839 mllmiu) (65mllmin) *Designated standby metering pump. 2. Each pump shall be equipped with a variable speed drive (SCR) to enable the pumping rate to be controlled by a remote 4-20 mA pacing signal. Voltage 1 phase 240VAC 1 phase 240VAC 1 phase, 240VAC F30429S 11240.doc 11240-4 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 3. Control panels shall be furnished for the chemical metering pumps by the pump manufacturer/supplier. Control panels shall comply with the requirements of Paragraph 2.04 of this Section, Division 16, and Electrical Drawings. 1.07 DELIVERY, STORAGE AND HANDLING A. Equipment and materials provided under this Section shall be delivered, stored, and handled in compliance with Section 01600. 1.08 WARRANTIES, PERFORMANCE GUARANTEES AND PERFORMANCE .PENALTIES A. The chemical metering pump and appurtenances shall be warranted for a period of two (2) years, commencing at the time of final acceptance by the Owner, in accordance with Section 01740. PART2: PRODUCTS 2.01 GENERAL A. The pumps, pump diaphragms and appurtenances shall be constructed of corrosion-resistant materials suitable for the chemicals indicated at a maximum temperature of 125 degrees F and as listed in Table 3 below. Wetted parts of all chemical metering pumps and appurtenances specified herein shall be confirmed by the Manufacturer to ensure optimum corrosion and erosion-free operation for the chemicals involved. The pump manufacturer shall provide written certification that the equipment and materials have been selected for the chemicals being pumped. TABLE3 CHEMICAL METERING PUMP MATERIALS OF CONSTRUCTION Materials of Construction Chemical (Concentration) Diaphragm Diaphragm Port Ball Ball Ball Head · Connection Seat Check Guide Ferric Sulfate PVC P1FE PVC PVC Ceramic PVC (50%) Sodium Hydroxide PVC P1FE PVC PVC Ceramic PVC (20%-50%) Fluosil icic Acid PVC P1FE PVC PVC Ceramic PVC (25%) B. The equipment, including pump bases, shall be rigidly and accurately anchored into position and all necessary foundation bolts, plates, nuts and washers shall be furnished and installed . Anchor bolts shall be Type 316 stainless steel. Each pump shall be provided with a flat base. C. Stainless steel nameplates giving the name of the manufacturer, model number and serial number, capacity, and other pertinent data shall be attached to each item of equipment. Pump nameplates shall include equipment tag numbers, capacity, pressure, speed, and any other pertinent information. Motor nameplates shall include horsepower, speed, voltage, amperes, service factor, and any other pertinent data. F30429S 11240.doc 11240-5 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements D. Nameplates giving the name and tag number of each pump or item of equipment shall be rigidly fastened to all control panels furnished under this Section. All pushbuttons, selector switches, and lights shall be properly labeled so the function of each component is clearly identified. 2.02 CHEMICAL MEIBRING PUMPS A. Chemical metering pumps shall be non-lost motion hydraulically actuated positive displacement diaphragm type. The pump shall have a volume-measuring piston that reciprocates within a cylinder and forces the hydraulic fluid to flex the diaphragm. The diaphragm shall be returned by hydraulic means. Solenoid-driven, packed plunger, and mechanically-actuated diaphragm pumps shall not acceptable. B. Capacity adjustment shall be accomplished by varying the radius of eccentricity of the plunger drive mechanism. This adjustment shall vary the stroke length of the plunger so the flow characteristics are sinusoidal at any capacity setting. The pump shall be capable of manual capacity adjustment from 0 to 100 percent while in idle or under operating condition. "Lost motion" type capacity adjustment mechanisms shall not be accepted. The stroke rate of the pump at maximum motor speed shall not be greater than 85 percent of Manufacturer's maximum rated stroking speed. C. The pump's moving parts shall be enclosed with no opportunity for moving parts to be exposed during operation. All pump drive mechanisms shall be submerged in lubricating oil during operation. The lubricating oil shall be non-toxic food grade suitable for use in potable water systems. D. Each pump shall have a simplex pumping head. The metered liquid shall enter the metering head at the bottom and exit at the top through the check valves. Pump suction and discharge heads shall be provided with single or double ball check valves. Check valves shall be free seating ball-type valves with replaceable knife-type contact seats and 4-point guided to control vertical and horizontal movement. Spring-loaded check valves are not acceptable. Each pump shall be of simplex type. E. The pump shall be capable of pumping with a net positive suction head available as low as 3 psia and operating under a completely dry or starved suction condition. F. Internal safety relief valve shall limit pump discharge pressure capability. The valve shall return hydraulic fluid back to the pump reservoir. The valve shall be adjustable and set in accordance with manufacturer recommendations. G. The hydraulic reservoir and gear reduction lubrication systems shall be totally separate. The hydraulic system shall be positively vented on each stroke of the pump. H. Each metering pump shall have a rated capacity of not less than the design capacity listed in Paragraph 1.06. and not more than 130 percent of the design capacity. I. Pumps shall comply with the following performance requirements at stroke length settings between 1 O percent and 100 percent of full stroke and at speed settings between 10 percent and 100 percent of full speed: 1. Steady-state accuracy: 2. Linearity: 3. Flow repeatability: F30429S 11240.doc Plus or minus 2 percent of rated capacity Plus or minus 2 percent of rated capacity Plus or minus 2 percent of rated capacity 11240-6 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Compliance with the above performance requirements shall be demonstrated by field testing (as described in Paragraph 3.03). J. The pump material of construction and configuration shall be as scheduled in paragraph 2.01 above . All pump housings shall be cast iron. Aluminum or plastic housings shall not be acceptable. 2 .03 l\.1ISCELLANEOUS EQUIPMENT AND APPURTENANCES A. Calibration Standpipes 1. The pump manufacturer shall provide one (1) calibration standpipe for the discharge pipe of each pump as shown on the Drawings. The calibration standpipe shall be as manufactured by Pulsafeeder, fuc., Milton Roy Co., or Engineer-approved equal 2. Material of the calibration standpipe shall be compatible with intended chemical use and shall be pyrex, plexiglass acrylic, butyrate or Schedule 40 clear PVC pipe with Schedule 80 fittings. 3. Equip each calibration standpipe with threaded connection to suction piping, and end cap fitted with ball valve for air venting, as indicated on drawings. Provide all fittings of socket weld type . 4. The calibration standpipe shall have a height and diameter so that the measurable capacity of the standpipe is approximately 30 seconds discharge of each pump at maximum pumping capacity. Permanently calibrate each standpipe in milliliter. 5. Provide valve and connection fitting for each pump suction pipe for installation of the calibration standpipe. fustall pump suction and discharge piping so as not to interfere with location and use of the calibration standpipe. B. Backpressure Valves 1. The pump manufacturer shall provide one (1) backpressure valve for the discharge pipe of each pump as shown on the Drawings . The backpressure valve shall be of the size and pressure setting (40 psi minimum) as recommended by the pump manufacturer. Valve body, seat, and bonnet shall be PVC construction and the diaphragm shall be Teflon. The valve shall be field adjustable between 15 and 100 psi using an external adjusting screw . Valves shall be rated for 170 psi at 110 degrees F. Backpressure valves shall be as manufactured by Milton Roy Co., Pulsafeeder, fuc., or Engineer-approved equal. C. Strainers 1. The pump manufacturer shall furnish one (1) Y-type in-line strainer for the suction pipe of each pump as shown on the Drawings. The strainer shall be of all-plastic construction compatible with intended chemical use. Provide removable basket strainer of approximately 1/16-in perforations. Provide threaded end cap for installation of blowdown valve F30429Sl 1240.doc 11240-7 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Pressure Relief Valves 1. The pump manufacturer shall furnish one (1) pressure relief valve for the discharge pipe of each pump as shown on the Drawings . The pressure relief valve shall be of PVC construction; spring-operated type with a Teflon diaphragm, and shall be field adjustable between 25 and 100 psi using an external adjusting screw . Initial setting of the valve, as recommended by the pump manufacturer, shall be set at the factory, but shall be at least 10 psi higher than the setting of the pressure switch as specified below. Valves shall be rated for 170 psi at 110 degrees F. Pressure relief valves shall be as manufactured by Milton Roy Co., Pulsafeeder, Inc., or Engineer-approved equal. E. Pressure Switches 1. The pump manufacturer shall furnish two (2) adjustable pressure switches, one for high pressure and one for low pressure for the discharge pipe of each pump as shown on the Drawings. Each pressure switch shall be provided with an isolation diaphragm and valve for installation. The pressure switch shall initiate an annunciator alarm and shut down the pump in the event of excessive and/or low discharge pressure. The high pressure switch setting shall be at least 10 psi higher than the setting of the backpressure valve as specified above. The pressure switch shall meet the requirements as specified in Division 13 of the Specifications. F. Pressure Gauges 1. The pump manufacturer shall furnish pressure gauges for the suction and discharge pipe of each pump as shown on the Drawings. Each pressure gauge shall be provided with an isolation valve and isolation diaphragm or annular seal, as shown on the Drawings and depending on applications, for a complete installation . The pressure gauges and associated accessories shall meet the requirements as specified in Division 13 of the Specifications. G. Pulsation Dampeners 1. Chemical metering pump manufacturer shall provide one (1) bladder type pulsation dampener for the discharge pipe of each pump. Each pulsation dampener shall be complete with an air charging connection valve and glycerin filled pressure gauge. The pulsation dampener shall be sized to ensure that the pressure in the pipe remains within the range of 5 percent above or below the mean operating pressure. The pulsation dampener shall be provided with suitable chemical-resistant brackets to support the dampener assembly without stressing the piping. Pulsation dampeners shall be as manufactured by Milton Roy Co., Pulsafeeder, Inc., or Engineer-approved equal. H. It shall be the responsibility of the chemical metering pump manufactyurer/supplier, acting through the Contractor, to check the installation requirements and provide properly sized backpressure valves, pressure relief valves, pressure switches, pulsation dampeners, and other appl.l[t~nances as shown on the Drawings and as necessary. The pump manufacturer/st1ppHer shall notify the Owner's Representative through the Contractor of any recommended changes in pump suction and discharge pipe sizes, addition of pulsation dampening devices (in suction pipe of the metering pumps), or other such modifications as may be necessary to provide a satisfactory operating installation. Any modifications required to adapt the equipment shall be provided at no additional cost to the Owner. M. The chemical metering pump manufacturer/supplier shall be responsible for the initiai setting of the backpressure valves, pressure relief valves, pressure switches, and other appurtenances. F30429S 11240.doc 11240-8 May2011 City of Fort Worth Rolling Hills WI'P Phase 5 -Chemical Facilities Improvements 2.03 PUMP MOTORS AND SCR CONTROLLERS A. The drives for the chemical metering pumps shall be variable-speed motors driven through enclosed gear reduction units. Constant speed diaphragm metering pumps shall not be used. Each variable speed drive shall be an integrally-mounted, shunt wound direct current (DC) motor operated from a remote mounted silicon controlled rectifier (SCR) output. B. Gear reduction shall be oil-immersed helical or worm gears running on anti-friction bearings. Each pump and drive, including coupling and guard, shall be factory mounted on a common base. C. DC motors shall be standard totally enclosed fan cooled (TEFC) units and of the frame size selected by the manufacturer to prevent overheating. Motors shall not overheat excessively when operated over a long period of time at ten percent speed and constant torque load. A thermal switch shall be furnished in each drive motor to stop motor on high winding temperature. Each motor shall have a minimum horsepower rating as indicated in Paragraph 1.06. D. The motors shall be engineered for sound reduction to 86 dB when running at any speed. E. An integrally mounted tachometer shall be provided for speed control of each SCR controller. An isolated analog output of 4-20 mA, proportional to O to 100 percent motor speed, shall be provided for remote speed indication. A run contact shall also be provided at each controller for remote monitoring. A high winding temperature switch shall be furnished in each drive motor and wired to stop the motor on high winding temperature. F. Each SCR controller shall be a completely solid state unit consisting of an electric switching amplifier, SCR full wave rectifier, and associated circuitry. The SCR unit shall be of the heavy-duty type to handle full current rating of motor and brief acceleration currents. Circuit design shall provide constant torque output. G. Bridge and gate trigger circuitry shall employ printed circuit boards with plug-in modules. The SCR unit shall be mounted on heat sinks but electrically insulated. Circuitry shall be stable over an ambient operating temperature range from 35 degrees F to 100 degrees F. All units shall be individually fused on primary and secondary side of controller. The SCR unit shall be factory mounted in enclosure. H. All SCR controllers for the variable speed pumps shall be adjusted by either a locally mounted manual potentiometer or a remotely generated 4-20 mA signal. The 4 -20 mA signal shall represent zero to maximum speed or zero to maximum capacity, as applicable. Controllers shall have an L-0- R (Local-Off-Remote) switch. In Local mode, the pump can only be started from the Start/Stop pushbutton on the controller and the speed can be adjusted using the manual potentiometer. In Remote mode, the pump can only be started from a start/stop contact from the plant control system and the speed can be adjusted from the remote 4-20 mA signal. I. Each controller shall incorporate a current-to-current transducer of solid-state design; The transducer input shall be 4-20 mA, and the output shall be an isolated 4-20 mA signal to match the impedance of the manufacturer's equipment. Accuracy shall be 0.25 percent of span. The transducer shall be designed for rear panel mounting . The input signal shall be wired in series with the transducer. The output signal shall be wired to the "remote" side of the selector switch. F30429S 11240.doc 11240-9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements J. Each SCR controller shall be designed to operate from the available power supply. Refer to Paragraph 1.06 .A and the Drawings for voltage and phase of power supply. An isolation transformer shall be provided to control voltage to the circuits. Impedance matching and control signal isolation shall be provided under this Section . Controllers shall be by Reliance Electric Co ., or Engineer- approved equal. 2 .04 CONTROL PANELS A. The chemical metering pump manufacturer shall furnish a separate wall-mounted control panel for each metering pump as shown on the Drawings and specified herein. The control panel shall be NEMA 4X stainless steel construction and shall be furnished with fabricated stainless steel mounting brackets as manufactured by the enclosure manufacturer. B. Each control panel shall include, but not be limited to, the following components : 1. SCR controller. 2. Calibrated speed indicator. 3. Manual potentiometer for local speed control. 4 . Selector switch: Local-Off-Remote. 5 . "RESET" pushbutton. 6 . Green "STOP" and red "ST ART" pushbuttons . 7. Push-to-test green "STOP" and red ''RUN'' indication lights. 8. Push-to-test amber "IDGH PRESSURE ALARM" indicating light. 9. Push-to-test amber "LOW PRESSURE ALARM'' indicating light. 10 . Push-to-test amber "HIGH TEMP ALARM" indicating light. 11. Push-to-test amber ''LOW TANK LEVEL ALARM" indicating light. 12. Equipment running contact for remote run indication. 13. Common system malfunction output contact for remote alarm . 14. Contacts for remote Start/Stop control. 15. Contact for "Low Tank Level" signal. 16. Contact for remote indication of ''Pump High Discharge Pressure". 17. Contact for remote indication of "Pump Low Discharge Pressure". 18 . 4-20 rnA analog signal output for remote speed indication . 19 . 4-20 mA analog signal input for remote speed adjustment. F30429S 11240 .doc 11240-10 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 20. Extra set of contacts on the local mode of the local -off-remote switch. 21. Main circuit breaker or disconnect. C. The control panel shall be completely factory assembled and wired such that field wiring shall consist only of connection to terminals. All panel equipment shall be mounted and wired on or within the cabinet. Wiring shall comply with ANSI Cl National Electrical Code. All wiring within the panel shall be grouped together with harnesses or ducts and secured to the structure. All wiring shall be tagged and numbered at both ends . Wiring and connection diagrams shall comply with ISA S5.4 Instrument Loop Diagrams and shall be submitted by the Manufacturer as part of the shop drawings for review. All aspects of the electrical components and construction shall comply with the requirements as specified in Divisions 13 and 16 of the Specifications . D. A nameplates shall be provided for each control panel. The nameplate shall be approximately I-inch by 3-inch constructed of black and white laminated, phenolic material having engraved letters approximately 1/4-inch high, extending through the black face into the white layer. Nameplates shall be beveled and attached to panels by two-part weather proof epoxy. E. The power input to the control panel shall be 120V, 1-phase . F . Each control panel shall have the following: 1. 4-20 mA signal isolation module for isolating incoming pacing or indicating signal. 2. Isolation relay for isolating remote on/off contact closure. 3. See Drawings for additional requirements to interface with other equipment. 2.05 SHOPP AlNTING A. Surface preparation and shop painting is included as part of the work of this Section and shall be as specified in Division 9. PART 3: EXECUTION 3.01 INSTALLATION A. The pumps shall be installed in compliance with Manufacturer's instructions and recommendations in the locations shown on the Drawings. Prior to field testing the equipment, Manufacturer shall certify in writing that the installation is approved. Installation shall include furnishing the required hydraulic oil and grease for initial operation. Hydraulic oil for diaphragm liquid end shall be food grade suitable for use in potable water in case of accidental leakage due to diaphragm rupture. The grades of oil shall be in compliance with the recommendations of the Manufacturer. Anchor bolts shall be set in compliance with the shop drawings . 3.02 INSPECTION A. Furnish the services of a factory representative who has complete knowledge of proper operation and maintenance to inspect the installation , as specified in Paragraph 1.04.F. F30429S 11240.doc 11240-11 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.03 FIELD INSPECTION, TESTING AND CORRECTION OF DEFICIENCIES A. After installation is complete and approved by the Manufacturer's representative and in the presence of the Owner's Representative and under the supervision of the representative, perform field tests on the installed equipment to prepare calibration curves for each pump and to verify compliance with the performance requirements specified in Paragraph 2.02.H for one representative pump. B. The tests shall be performed by operating the pump at various stroke and speed settings as specified below and the delivered flow rate at each setting shall be determined by measuring the delivered volume using a calibration column and the elapsed time using a stopwatch. The calibration column shall be located on the suction side of the pump and shall be sized to hold two (2) minutes of pumpage at maximum flow rate. If necessary, a temporary calibration column shall be provided by the Contractor for test purposes. Tests shall be performed using water. C. Calibration curves shall be prepared for each pump head by running a test of not less than two (2) minutes duration at each setting for a minimum of eight (8) settings evenly spaced between O percent and 100 percent of rated capacity . Calibration tests shall be performed at 100 percent speed. The stroke graduation setting and measured flow rate in gallons per hour (gph) for each point shall be plotted on graph paper. A regression analysis shall be performed on the test points and the line of best fit (least squares line) shall be drawn on the graph . Calibration graphs shall be furnished for each pump and shall be drafted on paper and sealed in clear plastic . D. In addition to the calibration graphs, a performance test shall be performed on one of the pumps as selected by the Owner's Representative. The selected pump shall be operated for not less than two (2) minutes duration at each of the stroke and speed settings as follows: Sequence Stroke Setting Speed Setting Sequence Stroke Setting Speed Setting Nwnber (percent) (percent) Nwnber (percent) (percent) 100 100 24 100 100 2 80 100 25 100 80 3 60 100 26 100 60 4 50 100 27 100 50 5 40 100 28 100 40 6 30 100 29 100 30 7 20 100 30 100 20 8 IO 100 31 100 IO 9 20 100 32 100 20 10 30 100 33 100 30 11 40 100 34 100 40 12 50 100 35 100 50 13 60 100 36 100 60 14 80 100 37 100 80 15 100 100 38 100 100 16 80 100 39 100 80 17 80 100 40 100 80 18 80 100 41 100 80 19 80 100 42 100 80 F30429Sl 1240.doc 11240-12 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements Sequence Stroke Setting Speed Setting Number (percent) (percent) 20 100 100 21 80 100 22 60 100 23 80 100 E. The test data shall be analyzed as follows: Sequence Number 43 44 45 46 Stroke Setting (percent) 100 100 100 100 Speed Setting (percent) 100 80 60 80 1. Steady-state accuracy for stroke adjustment. Test sequences 16 to 19 are examined for steady state accuracy. The range is calculated as the maximum flow rate of the four tests minus the minimum flow rate of the four tests. The acceptable value of this range is 2 percent (plus or minus 1 percent) of the rated capacity . 2. Linearity for stroke adjustment. Test sequences 1 to 23 are examined for linearity. A regression analysis shall be performed on the 23 points to determine the line best fit (stroke graduation setting versus measured flow rate). The linearity is acceptable if, for each and every one of the 23 stroke settings, the absolute value of the estimated flow rate (from the line of best fit) minus the measured flow test is less than or equal to 2 percent of rated capacity. 3. Flow repeatability for stroke adjustment. Test sequences 16, 21, and 23 are examined for flow repeatability. The range is calculated as the maximum flow rate of the three tests minus the minimum flow rate of the three tests. The acceptable value of this range is 4 percent (plus or minus 2 percent) of the rated capacity. 4. Steady-state accuracy for speed adjustment. Test sequences 39 to 42 are examined for steady state accuracy. The range is calculated as the maximum flow rate of the four tests minus the minimum flow rate of the four tests. The acceptable value of this range is 2 percent (plus or minus 1 percent) of the rated capacity. 5. Linearity for speed adjustment. Test sequences 24 to 46 are examined for linearity. A regression analysis shall be performed on the 23 points to determine the line of best fit (speed setting versus measured flow rate). The linearity is acceptable if for each and every one of the 23 speed settings the absolute value of the estimated flow rate (from the line of best fit) minus the measured flow rate is less than or equal to 2 percent of rated capacity. 6. Flow repeatability for speed adjustment. Test sequences 42, 44, and 46 are examined for flow repeatability. The range is calculated as the maximum flow rate of the three tests minus the minimum flow rate of the three tests. The acceptable value of this range is 4 percent (plus or minus 2 percent) of the rated capacity . F. If the pump performance does not meet the Specifications, corrective measures shall be taken by the Contractor, or the pumps shall be removed and replaced with pumps which satisfy the conditions specified. END OF SECTION F30429SJ 1240.doc 11240-13 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 11241 POLYMER FEEDERS A. Furnish all labor, materials, equipment and incidentals required to install, complete and ready for five (5) pre-engineered polymer feeders and electrical controls as shown on the Drawings and as specified herein. B. All necessary accessories, equipment, and auxiliaries, whether specifically mentioned in these Specifications or not, shall be furnished and installed as required for a complete .and operating system. Coordinate the polymer feeder interface and controls with the plant-wide instrumentation and control system. 1.02 RELATED WORK A. Concrete work is included in Division 3. B. Painting is included in Division 9. C. Instrumentation and controls, other than those specified herein, are specified under their respective Sections of Division 13. D. Piping, valves and appurtenances are included in the respective Sections of Division 15. E. Piping supports, hangers and anchorage are specified in Section 15140 F. Electrical work, except as specified herein is included in Division 16. G. Warranties and Bonds are included in Section 01740. 1.03 SUBMITT ALS A. Submit, in accordance with Section 01300, copies of all materials required to establish compliance with this Section. Submittals shall include the following: 1. Certified shop and erection drawings showing all important details of construction, dimensions, and anchor bolt locations. 2. Descriptive literature, bulletins and/or catalogs of the equipment. 3. The weight of each item. 4. A complete bill of materials for all equipment. 5. A list of the manufacturer's recommended spare parts with the manufacturer's current price for each item. F30429S 11241.doc 11241 -1 May2011 City of Fort Worth Rolling Hills WfP Phase 5 -Chemical Facilities Improvements 6. Data on the characteristics and performance of polymer metering pumps. 7. Complete data on motors as described under Part 2. Control schematic diagrams and control panel layout. A complete detailed list of hardware used inside the control panels. 8. Complete wiring diagrams and suitable outline drawings showing such details as are necessary to locate conduit stubups and field wiring . Standard preprinted sheets or drawings simply marked to indicate applicability to this Contract will not be acceptable. 9. Results of shop testing as described in Part 2. 10. Results of field testing as described in Part 3. 11. Description of surface preparation and paint. 12. Certificate of corrosion resistance as specified in Part 2. 13. Installation certification and field test reports as noted in Part 3. B. Operation and Maintenance Data 1. Operating and maintenance instructions shall be furnished to the Engineer. The instructions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions that are required to instruct operating and maintenance personnel unfamiliar with such equipment. C. In the event that it is impossible to conform with certain details of this Section, describe completely all non-conforming aspects. 1.04 REFERENCE ST AND ARDS A. American National Standard Institute (ANSI) B . Occupational Safety and Health Administration (OSHA) C. National Electrical Manufacturers Association (NEMA) D. National Electrical Code (NEC) E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A. All of the polymer feeders under this Section shall be furnished by a single manufacturer who is fully experienced, reputable and qualified in the manufacture of the system components to be furnished. The manufacturer will be considered qualified upon examination of credentials and confirmation of satisfactory operation of similar installations over the past ten years. The polymer feeders shall be Polyblend M Series by Stranco/Siemens, of Bradley, Illinois or Dynablend system by Fluid Dynamics, Inc. of Boulder, CO. F30429S 11241.doc 11241-2 May20Il City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. The equipment shall be designed, constructed and installed in accordance with the best practices and methods. Materials and equipment shall be free from all defects that might affect serviceability of the finished product. No used equipment, parts, or materials will be allowed. C. A manufacturer's factory representative who has a complete knowledge of the proper startup, installation, and operation and maintenance shall be provided as noted below: TABLE 1 MANUFACTURER'S REPRESENTATIVES' DUTIES Services Provided by Factory Representative 1. Supervise Installation 2. Inspect and Approve Installation c2i 3. Supervise Testing 4. Instruct Owner's and Engineer's Representatives in proper start-up and operations and maintenance Minimum co No. of Trips 1 1 (3) 2 (4) 1 (5) Minimum Time CJ> On Site (8 hr. working days) 2day 1 day 2day 1 day (2) The manufacturer's factory representative shall be present at frequent enough intervals to ensure proper installation, testing and initial operation of the equipment. (3) (4) CS) The manufacturer's representative shall provide to the Engineer a written certification that the system has been installed in accordance with the manufacturer's recommendations. May be done directly following completion of Item I if acceptable to the Engineer. May be done directly following completion of Item 2 if acceptable to the Engineer. This instruction may be given following completion of Item 3, provided that the test is successful and the operation and maintenance manuals have been approved . The manufacturer's factory representative shall be present at frequent enough to insure proper installation and testing of the equipment. 1.06 SYSTEM DESCRIPTION A. Cationic polymer will be used as coagulant aid polymer (CAP) and fed into raw water at the rapid mix basins as shown on the Drawings. Cationic polymer with an active content of 20% to 40% and approximate specific weight of 8.5 pounds per gallon will be supplied in liquid emulsion form and stored in bulk storage tanks. C. Each polymer feeder shall have the ability to automatically and accurately meter and activate liquid emulsion polymer and feed polymer solution. D. Each polymer feeder shall be equipped a metering pump with variable speed drive and controller capable of flow pacing operation. The polymer feeder equipment manufacturer shall provide a control panel for each polymer feeder. The control panel shall comply with the requirements as specified herein, Divisions 13 and 16, and shown on Electrical Drawings. 1.07 WARRANTY A. Refer to Section 01740 for requirements and conditions associated with the required manufacturer's warranty period and conditions associated with the equipment specified herein. F30429Sl 1241.doc 11241-3 May 20ll City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements PART 2 PRODUCTS 2.01 GENERAL A. All polymer feeders and appurtenances shall be constructed of certified corrosion resistant materials suitable for both emulsion and solution polymer at a maximum temperature of 100 degrees F. B. All components of the polymer feeder shall be mounted on a frame structure constructed with 304 stainless steel. The frame structure shall be rigidly and accurately anchored into position on a concrete equipment pad as specified and shown on the Drawings . All necessary foundation bolts, plates, nuts, and washers shall be furnished and installed. Anchor bolts shall be Type 304 stainless steel. C . Stainless steel nameplates giving the name of the manufacturer, model number and series number, rated capability, and other pertinent data shall be attached to each piece of equipment. 1. Pump nameplates shall include capability, head, and any other pertinent information. 2. Motor nameplates shall include horsepower, speed, voltage, amperes, service factor, and any other pertinent data. D. Engraved laminated nameplate giving the name and equipment tag number of each polymer feeder shall be furnished and rigidly fastened to the control panel furnished for the polymer feeder . All pushbuttons, selector switches, and lights in the control panel shall be properly labeled so the function of each component is clearly identified. 2.02 BLENDING-TYPE POLYMER FEEDERS A. Each polymer feeder shall be an integrated equipment package designed to automatically meter and mix (activate) liquid emulsion polymer with utility water, and feed polymer solution to the application points as shown on the Drawings. The system shall maintain high, non-damaging mixing energy over the full range of the dilution water flow in order to assure high performance over the full operating range. Each polymer feeder shall meet the following design conditions: TABLE2 POL VMER FEEDER DESIGN AND PERFORMANCE CRITERIA Number Tag Application of Number Units CAPPM-01 CAPPM-02 Coagulant Aid 5 CAPPM-03* CAPPM-04 CAPPM-05 *Designated standby polymer feeder. **Based on 0.5% polymer solution F30429Sl 1241.doc Range of Neat Range of Dilution Polymer Feed Water Flow Rate** (gph) 1.0 -15.0 gph (63 -946 mUmin) 200-3,000 11241-4 Voltage 1 phase 120VAC May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B . Each polymer feeder shall include a positive displacement, diaphragm type metering pump. Output volume shall be adjustable, from zero to the maximum capacity as described in Table 2 above, while the pump is in operation. The metering pump shall have variable stroke frequency and stroke length for manual adjustment and shall be capable of accepting a 4-20 mA analog signal for flow pacing operation from a control module furnished with the feeder unit as specified herein . The pump shall be mounted to the stainless steel frame with stainless steel bracket for the polymer feed system. C. Neat polymer and dilution water shall be mixed in a chamber designed to maximize the dilution and activation of liquid polymer. Mixing energy shall be by a motor-driven stainless steel impeller or a multi-bladed turbine . The impeller shall rotate on a stainless steel shaft supported by stainless steel bearings and seals. All metallic materials of construction shall be 304 stainless steel or electrodeless nickel-plated brass. The mixing chamber shall include two baffle plates to promote mixing and a check valve at polymer inlet. The mixing chamber shall be constructed of clear material to provide visual indication of polymerfeed and mixer performance. D. Each polymer feeder shall have two dilution water inlet connections, one at the mixing chamber for primary dilution and mixing chamber outlet pipe (polymer solution pipe) for secondary dilution. Each dilution water pipe shall include a propeller flow meter sensor and rate-adjusting valve. Dilution water flow shall be monitored by the control system of the polymer feeder, as specified herein, so that when water flow has been interrupted for any reason, the system will place the polymer feed pump on standby and will restart it automatically when flow is restored. The polymer feeder shall also include an NEMA 4X rated solenoid valve in the dilution water header for "ON/OFF'' control of total dilution water flow. E. Each polymer feeder shall be designed for operation on a 120 volt, 60 Hertz, single phase power supply. The mixing motor on each polymer feeder shall be provided with a manually resettable thermal overload protector. Each polymer feeder shall be interfaced to the safety devices as described under system control requirements below. 2.03 MISCELLANEOUS EQUJPMENT AND APPURTENANCES A. The polymer feeder Manufacturer shall provide the following items for each polymer feeder: 1. One (1) calibration cylinder of a minimum one 1,000-milliliter capacity. The cylinder shall be calibrated in milliliters and constructed of translucent material suitable for solution polymer with calibration marks on the outside and an air bleed on the top. 2. Provide one (1) pressure relief valve of the size and pressure setting as recommended by the Manufacturer for the discharge pipe of each polymer feeder as shown on the Drawings. Pressure relief valves shall be PVC construction; spring-operated type, and shall be field adjustable between 25 and 100 psi using an external adjusting screw. Valves shall be rated for 170 psi at 110 degrees F. The pressure relief valve shall meet the requirements as specified in Division 13. 3. Provide one (1) adjustable pressure switch with isolating diaphragm and isolation valve for the discharge pipe of each polymer feeder as shown on the Drawings. The pressure switch shall initiate an annunciator alarm and shut down the polymer feeder in the event of excessive discharge pressure due to an incorrect valve closure or other fault. The pressure switch shall meet the requirements as specified in Division 13. F30429S 11241.doc 11241-5 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities hnprovements 4. Provide one (1) pressure gauge with isolation diaphragm and isolation valve for the discharge pipe of each polymer feeder as shown on the Drawings. The pressure gauge shall meet the requirements as specified in Division 13. 5. The polymer feeder manufacturer shall be responsible for the initial settings of the pressure relieve valves, flow switches, pressure switches, and other appurtenances. It shall be the responsibility of the manufacturer to verify that the appurtenances are properly sized for optimum and full range operation of each polymer feeder. If for any reason an appurtenance is of incorrect size or material, the manufacturer shall replace the faulty appurtenance at no cost to the Owner 2.04 INSTRUMENTATION AND CONTROLS A. Each polymer feeder shall be operated with a control unit. .The control unit shall have a polycarbonate touch pad with LED readout. Enclosure shall be nonmetallic and of waterproof design. The LED display shall indicate: 1. Low Flow Set Point. 2. Primary Dilution Water Flow 3. Secondary Dilution Water Flow 4. Polymer Feed Rate 5. Make-up Solution Concentration in Mixing Chamber 6. Discharge Solution Concentration B. The control unit shall be capable of pacing polymer metering pump based on operator programmed data or based on a 4-20 mA analog input signal. Operator shall be able to determine mode of operation at touch pad, internal or external: 1. Internal mode shall allow for automatic polymer feed pump based on programmed "make- up concentration" set point. The control unit shall computer a ratio of polymer to water from primary dilution water flow rate signal generated by the flow sensor. As dilution water flow changes, set point concentration shall be automatically maintained by the control unit. The make-up concentration shall be user-configurable. 2. External mode shall allow for automatic polymer feed pump pacing based on a 4-20 mA analog input signal. C. The control unit shall automatically shut off polymer flow if dilution water flow falls below a pre-set flow rate. The unit shall automatically restart when the proper flow rate is resumed. An integral timer shall monitor loss of dilution water flow and energize contacts indicating alarm after 15 seconds of continuous loss. The unit shall also include a general alarm and a run status indicators.· D. The pressure switch in the discharge pipe of the polymer feeder as specified above and shown on the Drawings shall be used to shut down the polymer feeder in the event of excessive discharge pressure. F30429SI 1241.doc 11241-6 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F. The control unit shall automatically shut off the polymer metering pump if the chemical level in the polymer storage tank(s) is below the low level set point. G. The control unit shall have pre-programmed auto flush cycle which shall disable polymer metering pump yet allow dilution water to flow through system for a pre-set period of time at each shutdown. H. The control unit shall be powered through an ON-OFF-REMOTE circuit. In the remote mode, the unit shall accept a remote switch . The unit shall be manually powered in ON mode. I. The polymer feeder manufacturer shall provide a control panel each polymer feeder with the functions as specified here in and shown on the Drawings. The control panel shall be NEMA 4X stainless steel construction. All electrical components shall be in accordance with Division 16 of the Specifications. The control panel shall be furnished with an integral main power circuit breaker/disconnect mounted on door. 1. The control panel shall include, but not limited to, the following components/functions: a. Control ~nit as described above. b. Controller for the polymer metering pump. c. Power ON-OFF switch d. LOCAL-OFF-RRMOTE selector switch e. Mixing pump ON-AUTO switch f. Push-to-test amber "Low Tank Level Alarm" indicating light g. Push-to-test amber "High Discharge Pressure Alarm" indicating light h. Push-to-test amber "Common Alarm" indicating light i. Push-to -test red "Run" indicating light j. Alarm "Reset" pushbutton F30429SI 124 1.doc k. Contact for mixing pump running for remote indication I. Contact for "Low Tank Level" signal m. Contact for "High Discharge Pressure" signal n. 4-20 mA analog signal input for remote metering pump speed adjustment o. Main circuit breaker or disconnect 11241-7 May2011 City of Fort Worth Rolling Hills W1'P Phase 5 -Chemical Facilities Improvements 2. The control panel shall provide the following interface signal outputs to the Plant SCADA System for monitoring purposes: a . System running (dry contact) b . Common system malfunction alarm (dry contact) c. System in remote (dry contact) d. Pump speed ( 4-20 mA analog signal) e. Mixing Pump in Auto (dry contact) f. System High Discharge Pressure (dry contact) 3 . While in remote control mode the control panel shall accept the following signals from the Plant SCADA System for remote control of the system: a . Start/Stop ( dry contact) b . Metering pump speed setpoint (4-20 mA analog signal) 4. The control panel shall accept the following signals from the Plant SCADA System: a. Low tank level lockout (dry contact) 2.05 SHOP PAINTING A. Surface preparation and shop painting is included as part of the work of this Section and shall be as specified in Division 9. 2.06 SHOP TESTING A. All polymer feed systems shall be tested at the factory to confirm compliance with the specified capacity and discharge pressure. Results of the tests shall be submitted to the Engineer prior to shipment of the units. PART 3 EXECUTION 3.01 INSTALLATION A. Each polymer feed system shall be installed in compliance with the manufacturer's instructions and recommendation in the locations shown on the Drawings. Prior to field testing the equipment, manufacturer shall certify in writing that the installation is approved. Installation shall include furnishing the oil and grease for initial operation. The grades of oil and grease shall be in compliance with the recommendations of the manufacturer. Anchor bolts shall be set in compliance with the Shop Drawings . F30429SI 1241.doc 11241-8 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3.02 INSPECTION A. The following shall be done by a qualified serviceman of the manufacturer of the equipment and accessories supplied. 1. Supervision: Checking the installation of all components before power is applied. 2. Check out: Placing the equipment into operation and making necessary adjustments. 3.03 FIELD TESTING A. Following installation, the equipment shall be operated for a minimum one hour break-in period to make final adjustments for proper operation. A factory representative of the manufacturer shall supervise this work. B. After completion of the break-in period, an acceptance test shall be conducted by the manufacturer in the presence of the Engineer to determine that the requirement is in compliance with the Specification. The performance tests for the PPMs shall consist of eight hours of operation at various demand conditions. All units shall be calibrated at 25, 50, 75 and 100 percent speed. The contractor shall provide all labor, power, water, chemicals and miscellaneous special equipment required for the test. C. Should the equipment fail to perform in compliance with these Specifications, the Contractor shall, at his own expense, make such modifications as are necessary to provide satisfactory performance and retest the equipment. END OF SECTION F30429SI 1241.doc 11241-9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements SECTION 11245 FIBERGLASS REINFORCED PLASTIC TANKS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, equipment, materials, tools, supplies, fittings, and appurtenances required for the fabrication , support, installation, anchorage, hook-up, and testing of fiber reinforced plastic (FRP) tanks, and all appurtenant work, for a complete installation as shown on the Drawings and as specified herein. B. Fiberglass tank refers to the bulk storage tank, nozzles, fittings, and accessories required for bulk chemical storage . All necessary and desirable accessory equipment and auxiliaries whether specifically mentioned in this Section or not shall be furnished and installed as required for an installation incorporating the highest standards for this type of service. Also included shall be supervisory services during installation and field testing of each unit and instructing the regular operating personnel in the proper care, operation and maintenance of the equipment. 1.02 RELATED WORK A. Chemical Metering Pumps and Polymer Feeders are included in Sections 11240 and 11241, respec tively. B. Instrumentation and control work, except as specified herein, is included in Division 13. SCADA input and output signal requirements for monitoring/control are further defined in the P&ID Drawings, Instrumentation Drawings, and Division 13. C. Process piping, valves and appurtenances and pipe hangers and supp01ts are included in Division 15 . D. Electrical work, except as specified herein is included in Division 16. 1.03 SUBMITTALS A. Submit to the Engineer shop drawings of all items and accessories in accordance with the requirements of Section 01300 . Any deviations from these Contract requirements shall be indicated. B . Shop drawings shall include detailed design calculations, bill of materials listing all components, resins, catalysts , promoters , ultraviolet light absorbers, agents, reinforcing materials, etc., with manufacturers' name, trade and identification marks. The laminate sequence used for all tanks must either be attached to or included on drawings used by the fabricators' shop personnel. F30429SI 1245 .doc 1. A letter stating that the resin used in the fabrication of the tank is fully compatible with the service and chemicals specified in this specification. The letter shall state that the fabricator has reviewed the MSDS sheets of all the chemical contents that 11245-1 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -C hemical Facilities hnprovements F30429S 11245 .doc will be stored in the FRP tanks including the summary of hazards, and physical and chemical data. 2. Certified ACAD shop and erection drawings showing all dimensions of tanks , fittings, attachments, and anchor bolt locations . 3. Calculations detailing the structural design of the tanks including anchor bolt number, size, and layout. The calculations shall be stamped by a Professional Engineer registered in the State of Texas. 4 . Nozzle schedule including size, mark, thickness, and rating . 5 . Details of all clips and lugs for ladders, platforms, hold down lugs, location of manways, pipe brackets, and anchor bolts, as integral parts of the tank. Pipe supports shall be spaced maximum 3 feet on centers . 6. Wall thicknesses (shell, head, and base). 7. Locations and details of fittings, attachments, and joints. 8. Width and thickness of joint overlays . 9. Details of structural support members. 10 . Orientation of tanks and nozzles 11. Equipment capacity (gallons). 12 . Maximum design specific gravity . 13. Equipment weight, empty and filled . 14 . Laminate sequence of construction and all materials of construction listed . 15 . Specifications for all supplied bolting, gaskets, and accessory items. A letter stating that all of the gaskets and any accessory items are compatible with the contents inside the tank. 16. Name plate: Include the following information as a minimum on each tank. a. Fabricator. b. Capacity in gallons. C. Year fabricated . d. Maximum specific gravity . e. Design pressure and temperature . f. Resin used 11245-2 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 17. Instructions for handling, storage, and installation of tanks and other accessories provided by the tank manufacturer. These instructions shall include bolt torque values and detailed instructions for pipe connections . 18. Certification of Factory Testing. 19. Manufacturer's Certificate of Proper Installation in accordance with manufacturer's written recommendations. C. Drawing Approval 1. Shop drawings shall be approved by the Engineer prior to delivery. Approval of Drawings by the Engineer shall not release the Contractor of responsibility of compliance with this Section. All proposed changes to this Section shall be stated in writing. D. Samples 1. Representative laminate samples of both the cylindrical shell and the heads shall be furnished. These samples shall be from plant production and shall be representative of actual construction, workmanship, appearance and surface hardness of tanks to be furnished. The Engineer may reject any tank which does not meet the standard of the representative samples. E. Inspection and Testing Report 1. Submit all factory and field inspection and testing reports in accordance with Paragraph 2.07 and Part 3 of this specification . 1.04 REFERENCE ST AND ARDS A. American Society for Testing and Materials (ASTM) F30429Sl 1245 .doc 1. ASTM C581 -Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures, Intended for Liquid Service 2. ASTM C582 -Specification for Contact-Molded Reinforced Thermosetting Plastics (RTP) for Corrosion-Resistant Equipment 3. ASTM D635 -Test Method for Rate of Burning and/or Extent and Time of Burning for Self-Supporting Plastics in a Horizontal Position 4 . ASTM D638 -Test Method for Tensile Properties of Plastics 5 . ASTM D648 -Test Method for Deflection Temperature of Plastics under Flexural Load 6. ASTM D695 -Test Method for Compressive Properties of Rigid Plastics 11245-3 May 20II City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Faciliti es Impro vements 7. ASTM D790 -Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 8. ASTM D883 -Definitions of Terms Relating to Plastics 9. ASTM D2563 -Recommended Practice for Classifying Visual Defects in Glass- Reinforced Plastic Laminate Parts 10. ASTM D2583 -Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol lmpressor 11. ASTM D2584 -Test Method for Ignition Loss of Cured Reinforced Resins 12. ASTM D3299-Specification for Filament-Wound Glass Fiber Reinforced Thermoset Resin Chemical-Resistant Tanks 13. ASTM D4097 -Standard Specification for Contact-Molded Glass-Fiber-Reinforced Thermoset Resin Chemical-Resistant Tanks B. ASME 1. ASME Boiler and Pressure Vessel Code Section X -Fiber-Reinforced Plastic Pressure Vessels . C . Occupational Safety and Health Administration (OSHA) D . Other standards may be referenced in the text and/or on the Drawings. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Tanlcs specified herein shall be constructed by a single firm having at least ten years prior experience in construction of similar fiberglass tanlcs. All FRP tanks shall be fabricated in accordance with the applicable fabrication standards listed in Paragraph 1.04. B. Fabricator shall review MSDS of all chemicals that will be stored in the FRP tanlcs. The fabricator shall be responsible for verifying the compatibility of resin, gasket materials and any other accessories that come in contact with the contents of the tanlc. All materials incorporated into the design and manufacture of the tank inclusive of appurtenances supplied (such as gaskets, level meters, valves, etc.) shall be fully compatible with intended service and have an excellent or "A rating" compatibility .. F30429S 11245.doc 11245-4 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.06 SYSTEM DESCRIPTION A. All of the tanks specified herein are intended to be standard tanks for the storage of chemicals including ferric sulfate, sodium hydroxide, and cationic polymer solution. The Contract Drawings indicate the number and location of tanks. For easy reference, the same information is provided herein. B. Even if the tanks are vented to the atmosphere, the minimum design pressure of the tanks shall be plus or minus 6-inches water column. C . Unless noted herein, refer to drawings for orientation of tank accessories such as nozzles, ladders, and manways. D. Material Safety Data Sheets (MSDS) of the proposed chemicals could be obtained from the Owner, if required. E. All tanks shall have domed top with non-skid surface and flat bottom with internal sloped floor. The fiberglass tanks shall be designed to meet the design and performance criteria listed in the following tank schedule: TABLE 1 CHEMICAL STORAGE TANK SCHEDULE Stored Approx. Approx. Stored Chemical Tank Tank Tank TAG No. (Concentration) Chemical Outside Overall Volume Density Diameter Height FETK-01 FETK-02 FETK-03 FETK-04 Ferric Sulfate 11.9 lb/gal 12'-0" 14'-0" 10,000 gal FETK-05 (50%) FETK-06 FETK-07 FETK-08 CPTK-01 Cationic Polymer 8.5 lb/gal 10'-0" 10'-9" 6,000 gal CPTK-02 (40-20%) SHTK-01 Sodium Hydroxide 12.7 lb/gal 10'-0" 10'-9" 6,000 gal SHTK-02 (50%-20%) F. Each tank will normally be used to store the specified chemical at atmospheric pressure, but shall be designed to withstand the hydrostatic head which would result from the tank and fill line being surcharged with the stored chemical to 6-in above the top of the manway cover. G. Top top shall be designed for a minimum 500-lb point load. F30429Sl 1245 .doc 11245-5 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1.07 WARRANTY A. Refer to Section 01740 for requirements and conditions associated with the required manufacturer's warranty period and conditions associated with the equipment specified herein. B. If the equipment fails during the warranty period as specified in Section 01740 due to a defective part(s), it shall be replaced and the unit restored to service at no expense to the Owner. 1.08 DELIVERY, STORAGE AND HANDLING A. Delivery, storage and handling of the fiberglass tanks shall be in accordance with Section 01600 and as specified herein. The Fabricator shall be responsible for packaging to prevent damage during handling of the vessel on loading, transport and unloading. B. The Contractor shall require the manufacturer to assume responsibility for packaging to prevent normal transit and handling damage to the tanks. C. Flange faces shall be protected from damage. Cover all openings less than or equal to 30 inches with securely bolted, wooden blank flanges to prevent the entrance of dirt, water and debris. Cover all larger openings with securely anchored, heavy weight tarps. D. Tanks shall be mounted on skids or protective framework so constructed as to provide for easy handling for fork truck or similar device and/or be provided with lifting lugs, cleats, to permit handling by crane. Nozzles or other fittings shall not be used for lifting. E. Do not ship components or other pieces inside the tanks . Internal cross bracing shall be provided. Provide suitable stiffening members at the opening of open top vessels or portions of vessels to be field assembled. F. Mount vessels on padded cradles contacting 120 degrees of the vessel, if shipped horizontally, or on a suitably padded truck bed or skid if shipped vertically. Secure vessels to the cradle or skid so that there can be no movement of the vessel. G. Load vessels with at least two (2) inches clearance between the vessel including fittings, and the bulkheads or bed of the vehicle. When two or more vessels are shipped at one time, there shall be sufficient clearance or padding between vessels to prevent contact in transit. H . Manufacturer's instructions shall be provided for unloading and installation of the tanks. Manufacturer shall provide a drawing indicating lift points on tank for off loading truck. PART 2: PRODUCTS 2.01 ACCEPT ABLE MANUFACTURERS A. Augusta Fiberglass, Blackville, South Carolina, Belco Manufacturing, Belton, Texas; or Justin Tank, Inc., Georgetown, DE .• A.ny firm named in the last sentence shall be required to meet all of the requirements of this Contract, specification, and related Drawings. F30429Sl 1245 .doc 11245-6 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chem ical Facilities Improvements B. Listing as an acceptable manufacturer in no way relieves compliance with Paragraph 1.05. 2.02 GENERAL A. The use of a manufacturer's name is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials , equipment shall be the end products of one manufacturer in order to provide standardization for appearance, operation, maintenance, spare parts and manufacturer's service . C. Where applicable, design calculations shall include , but are not limited to , the following considerations: 1. Internal pressure 2 . External pressure 3 . Design and upset temperatures 4. Thermal gradient 5 . Static head 6. Accessory loads (mixers, platforms, etc.) 7 . Transportation and erection loads 8 . Stiffener rings 9. Wind, seismic, and snow loading 10. Flange thickness 11. Secondary bond overlays 12. Unsupported span (pipe) 13. Hold-down flanges , lugs, or ring supports 14. Knuckle radius of bottom 15. Compressive loading 16. Thermal expansion stresses 17 . Internal supports 18. Safety harness tie-offs to flange nozzle on top of tank. F30429S l 1245 .doc 11245-7 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Live Loads 1. Minimum live loading and reductions in live loads to be as specified in ANSI A58.1-1982, Section 3. E . Vibration: Where vibration induced by equipment or operation is specified or anticipated, supporting members to be designed to prevent fatigue failure. Natural frequency of member or structure supporting equipment subject to vibration is not to be within range of 0 .70 to 1.40 times exciting frequency. F. Hold down lugs and anchor bolts shall be provided by the manufacturer for each tank. Hold down lugs and anchor bolts shall be constructed of Type 316 stainless steel. The tank manufacturer shall be responsible for the design of tanks, components, attachments, and anchorage in accordance with IBC-2003 requirements. G. FRP tank manufacturer shall not be pennitted to subcontract all or any portion of the FRP tanks specified in this Section except for ladders, railings, platfonns, or nozzles. 2 .03 FIBERGLASS TANKS A. The fiberglass tanks shall be constructed using the hand lay up or filament wound construction in accordance with the applicable governing standard. Tanks shall be capable of storing the chemicals specified above at up to 125°F. Resins used in tank construction shall be compatible with the contents to be stored in the tank. The tank manufacturer shall be responsible for selection of the resin to meet the chemical and physical characteristics of the stored contents . B. Each fiberglass tank shall have flat bottom with dished top. All dimensions, details and accessories shall be as shown on the Drawings and as specified herein . C . Tanks shall be designed so that no external bracing, ribs, hoops, or support wires are required. Top of tank shall be capable of supporting weight of maintenance personnel. D. Provide heat tracing and insulation, as shown on the Drawings and specified herein. E. There shall be no vertical joints (in axial direction) in the cylindrical shell. The entire thickness of the cylindrical shell (inner surface, interior layer, and exterior layer) shall be built up prior to removal of the shell from the mandrel. F. The axial strength of the cylindrical shell shall be at least 25 percent of the hoop strength. Tanks shall be designed using a minimum 10: 1 factor of safety, based on the minimum physical properties provided by the fabricator ; the corrosion resistant layer shall not be counted as a part of this thickness. G. The tank walls shall have the same thickness throughout and shall not be tapered or stepped. H. Regardless of the theoretical design requirements, the minimum total laminate thickness shall not be less than 14 inch without exception. The corrosion resistant layer shall not be considered as part of this thickness . F30429Sl 1245 .doc 11245-8 May2011 City ofFort Worth Rolling Hills WTP Phase 5 -Chemical Facilities bnprovements I. Bottoms shall have a minimum thickness not less than 1/4 inch for all tanks specified herein. The corrosion resistant layer shall not be considered as part of this thickness . J. Heads shall be laminated integrally with the shell or laminated separately. Heads laminated separately shall be molded with an integral skirt. The entire head including knuckle radius and skirt shall be fabricated in one piece. K . Fittings, supports brackets, etc . that are attached to the tank shall be factory molded-in. No field fabrication is allowed. 2 .04 LAMINATE MATERIALS AND FABRICATION A. The laminate shall consist of a corrosion resistant barrier comprised of an inner surface, interior layer, and a structural layer.· B. The inner corrosion barrier shall be a resin rich barrier consisting of 1 layer of C glass on the process side followed by two layers of synthetic surfacing veil with resin applied to maintain a ratio of 90 percent resin to 10 percent glass. The resin rich barrier shall be minimum l 50 mil thick for sodium hydroxide tanks and 50 mil thick for all other tanks specified herein. The synthetic, non hydrophilic polyester surfacing veil shall be Nexus as manufactured by Burlington Industries. 1. The resin shall be a Bisphenol A (epoxy) Vinylester and shall be Derakane 411 45 by Dow Chemical or Hetron 922 by Ashland Chemical, or DION 9102 by Reichhold Chemical unless otherwise specified. For hydrofluosilicic acid tanks, the resin shall be Hetron 980/35 by Ashland Chemical, or DION 9102 by Reichhold Chemical. There shall be no additives in the resins used for the corrosion barrier. The cure system shall be Methyl Ethyl Ketone Peroxide (MEKP). Resins used in the tank construction shall be determined by tank manufacturer based on contents and temperature requirements . 2 . The same premium grade resin shall be used throughout the entire wall section of each tank. Resin shall not contain pigments, dyes, colorants or fillers . 3. Thixotropic agents can be used as recommended by the manufacturer except that no thixotropic agents shall be used in the corrosion barrier. C . All fiberglass reinforcements, catalysts, cure control additives and paraffinic waxes used shall be as recommended by the resin manufacturer, in writing, as consistently giving the best results with the resin being used. Resin binders in chopped strand mats shall be suitable for fabrication of corrosion barrier. D. All joints shall be overlapped a minimum of 2 inches. Overlapped joints shall be staggered to promote structural integrity . In all layers, the veil or glass shall be rolled into the resin with each layer separately rolled out. E. The inner corrosion barrier shall be followed by not less than two layers of 1 1/2 or 2 ounce glass chopped strand mat, ECR (or computer applied) glass mat, minimum 0.086 in . thick with a 25 to 30 percent glass content. Two (2) plies of synthetic fabric reinforcement, instead of glass, shall be used for sodium hydroxide tanks . The resin shall be as described in Paragraph 2.04 B above. F30429Sl 1245.doc 11245-9 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements F. The inner corrosion barrier plus the two mat layers shall have total 0.236 in (for sodium hydroxide tank) and 0 .136 in (for ferric sulfate and cationic polymer tanks) minimum thickness. The entire liner shall be completely cured before the structural layers are applied. This thickness shall not be included in the structural laminate thickness calculations. G. The structural layer shall be of additional fiberglass laminates to achieve the desired thickness using Type E-glass, and shall have a glass content of 35 to 40 percent. The resin shall be a brominated vinylester such as Derakane 510A by Dow Chemical; DION VER 9300FR by Reichhold Chemical, or Hetron FR992 by Ashland Chemical. The structural overwrap of the tanks shall be chop hoop filament wound utilizing interweaving of resin, chopped strand glass, and continuous winding glass. Resin shall have a Class I flame spread rating with the addition of 3 percent antimony trioxide or 7 .5 percent antimony pentoxide. The cure system in the structural layer may be either BPO/DMA or MEKP/CoNap. Care shall be taken to avoid excessive laminate exotherm. I. The structural portion shall consist of alternate layers of resin saturated woven roving and chopped strand mat. The chopped strand mat shall have noncontinuous glass strands with a maximum length of 2.0 in. The use of "Fab Mat" or knitted reinforcements shall not be permitted in any portion of the tank fabrication. H. In addition to the above requirements, the tanks shall have an average glass content of at least 55/35 percent by weight per ASTM D2584. I. The exterior tank surface shall consist of a layer of C glass surfacing veil not less that I 0 mils thick. Outside finish shall be a parafinated topcoat containing an ultra violet absorber. The absorber used shall not inhibit resin cure. The resin shall be as described in Paragraph 2.04 B above and shall be applied to maintain a ratio of 90 percent resin to 10 percent glass. The topcoat shall be clear. J. All exposed edges or ends of fittings, covers, flanges, nozzles, shall be covered with resin finish coat used in the inner corrosion barrier as specified in Paragraph 2.04 B above, and containing parafinate wax. In addition, any exposed joints between the tank walls or top and fittings shall be covered with the same corrosion barrier as described in Paragraphs 2.04 B through F above. K. All tanks and FRP accessories shall be post cured at the manufacturer's facilities per manufacturer's recommendations. The success of the postcure process shall be the responsibility of the manufacturer. The minimum procedural requirements shall meet the following: F30429Sl 1245.doc 11245-10 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 1. Post curing shall be conducted in a hot air convection curing oven such that both the interior and exterior laminate surfaces are exposed to the same hot air temperatures. Placing equipment in sunlight, forcing hot air or steam into the equipment and/or around it while under a tarp, placing the equipment under electric salamanders or heat lamps are not acceptable means of post curing. 2. Post curing ovens/structures shall be equipped with time/temperature recording devices such that the temperatures are logged. A continuous record or chart of curing air temperatures shall be made available for review by the Engineer prior to shipment of the tanks. 3 . Manufacturer shall postcure the equipment at a minimum of 180 degrees F or the operating temperature of the process, whichever is greater. Postcure temperature shall not exceed the Heat Distortion Temperature of the resin or, 250 degrees F, whichever is less. 4. The postcure temperature should be ramped up to and down from the hold period temperature to avoid thermal shock to the laminates being cured. The postcure period, including ramping and holding and time shall be minimum of 4 hours and shall be engineered based upon laminate volume plus laminate thermal properties. The laminate volume calculations shall be made available for review by the Engineer along with the post-curing temperature charts specified. 5. Postcure shall take place prior to final inspection. 6. Any cracking that results from the postcure process shall meet the minimum visual defect levels as specified for the inner surface plus interior and exterior layers of the laminates. 7. The equipment must be properly supported to minimize dimensional changes, such as warping and shrinking, that may result from the process. Dimensional changes are limited to the dimensional tolerances specified. 8. All FRP covers, blinds shall be removed from the tanks during postcure, however, all loose FRP accessories such as the covers and blinds shall also be postcured. 9. All shop repairs or rework shall be performed prior to postcure. 10. Interior and exterior finishes of vessels shall be classified as a Level II visual acceptance level ASTM D 2563 Table-1. 2.05 ACCESSORIES A. Each tank shall be equipped with three Type 316 stainless steel lifting lugs on top of tank and minimum four seismic-rated tank hold-down lugs of Type 316 stainless steel. The tank manufacturer shall review the Drawings and provide all of the tank accessories as required. Coordinate with the General Contractor to identify all of the pipe supports that require anchoring to the tank. B. Each tank shall be provided with flanged nozzles with number and size shown on Table 2 "Tank Nozzle Schedule" below. Nozzles necks and flange faces shall be manufactured by F30429Sl 1245 .doc 11245-11 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements the hand lay-up process with pipe stub integrally molded with flange. Compression molded and resin transfer molded fittings are not permitted. All flange faces shall be flat and true to plus/minus 1/32-in. The manufacturer shall furnish full faced, 1/8-inch thick, PTFE or EPDM gaskets for all nozzle flanges. Tank manufacturer shall confirm gasket material compatibility for intended service for an "excellent" chemical compatibility rating. TABLE 2 TANK NOZZLE SCHEDULE FETK-01 to CPTK-01 SHTK-01 FETK-08 CPTK-02 SHTK-02 Nozzle Type Nozzle Size, inch Nozzle Location Fill 3 3 3 Top of tank Overflow 3 3 3 6" inches below top of tank shell Drain 3 3 3 Bottom of tank U-Vent 4 4 4 Top of tank Outlet 3 3 3 Bottom of tank Level Sensor 6 6 6 Top of tank Service Water --2 Top of tank Recirculation 3 Bottom of tank Pump Suction -- Recirculation 3 Top of tank Pump Discharge -- Spare 3 3 3 Bottom of tank C . All nozzles 4-in diameter and smaller shall be conically gusseted . 1. Unless otherwise specified, nozzles on top or bottom heads shall have flanged faces perpendicular to the radial centerline of the tank and nozzles on side walls shall have flange faces perpendicular to vertical centerlines . Tolerance on angle of flange face with respect to tank centerline is 1/2 degree. F30429Sl1245 .doc 2. Unless otherwise specified, nozzles on top and sides of tanks shall be the flush nozzle installation. 11245-12 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements 3. Overflow nozzles shall be provided for each tank, as shown on the Drawings. Each tank shall be furnished with sufficient number of pipe supports molded to the tank exterior wall to restrain overflow pipe. The number of supports shall be as recommended by the tank manufacturer but shall not be less than two. D. Vent nozzle exposed to the atmosphere shall have type 316 stainless steel 16 mesh insect screen and be U-style orT-style with inlet turned downward. E. Tank outlet nozzles shall be full bottom drain nozzles as shown on the Drawings . F . Level sensor nozzle shall be located not less than 18-in above the maximum liquid level. The centerline of the nozzle shall be at least 24-in from the tank sidewall, fill nozzle, and other obstruction. Level instruments shall be provided under Division 13 . G. Flanges shall have a minimum thickness of 3/4 inch. The area on the back of all flanges around each bolt hole and the diameter of the standard washer shall be flat and parallel to the flange face . This area shall be spot faced if necessary to meet this requirement. H. Mechanical Level Indication -Each tank shall be provided with a mechanical type level indicator. The level indicator assembly shall be complete with an indicator board, sheave elbows, indicator target, float, float cable, guide cable, and all necessary fasteners and anchors . The float shall be constructed of fiber reinforced vinyl ester and the float cable and guide cable shall be Teflon coated 316 stainless steel. The indicator board shall be constructed of 2mm thick aluminum and has a vinyl facing of English units of measure and a length greater than the side wall depth of the tank. All hardware including connection elbows, indicator target, fasteners and anchors shall be 316 stainless steel. The mechanical level indicators shall be the standard product as manufactured by Varec, Shand & Jurs, or approved equal. The contractor shall coordinate installation of level indicator with the FRP tank manufacturer and provide all necessary supports on the tank wall for mounting the level indicator. I. Identification labels and tank numbers (6-inch high lettering). J. Miscellaneous F30429Sl 1245 .doc 1. For anchoring the tank to the anchor supports, a minimum of four, integrally constructed hold-down lugs positioned at 90 degree angles shall be provided . 2. FRP mounting Lugs: Each tank shall be furnished with three universal FRP mounting lugs. Lugs are to be used to fasten electrical junction boxes and shall be installed adjacent to the nozzle locations, at positions acceptable to the Engineer. Contractor shall coordinate mounting lugs with instrumentation devices supplied for tank. Refer to Division 13 for additional information. 3. Pipe support brackets for vertical piping supported from tank sidewall and top including fill, overflow, and related piping as indicated in Table 2 above and shown on the Drawings. Brackets shall include U-bolts, straps, and clamps to match pipe size . Minimum two brackets per pipe. 11245-13 May2011 City of Fort Worth Rolling Hills WTP Pha se 5 -Chemical Facilities Improvements 4 . Furnish and install OSHA-compliant aluminum access ladder, safety cage, and guardrails (with toe) for each FRP tank as shown on the Drawing. Tank manufacturer shall coordinate tank support connections as required. 2.06 HEAT TRACING AND INSULATION A . Cationic Polymer Tanks (CPTK-01 and CPTK-02) and Sodium Hydroxide Tanks (SHTK- 01 and SHTK-02) shall be insulated. 1. Perimeter insulation from bottom to top of each tank including top of tanks shall be 2-inch extruded closed cell foam board with integral h igh density skins of same interval. Insulation materials shall have a K -factor of 75°F and 0.18 at 40°F. Density shall be 1.7 lbs/cu.ft maximum with a compressive strength of 20 psi maximum . Water absorption shall be 0.5 percent max imum with a water vapor transmission of 0.2 perm-in maximum. 2 . Provide a minimum 0.200 inch thick FRP chopped strand protective jacket over insulation. 3. Finish exterior of insulation with gel coat containing UV inhibitor. B. Sodium Hydroxide Tanks (SHTK-01 and SHTK-02) shall be heat traced to maintain a minimum inside temperature of 60 degrees F with an ambient temperature differential of 30 degrees F. The tank manufacture shall be responsible for design of the heat trace system for each of the tanks . The system shall be designed to operate with an 115V, single-phase, 60Hz power supply. The system shall be completed with a thermostat with 30 -150°F calibrated dial, stainless steel capillary bulb, and power relays as required to control heat tracing elements . Mount thermostat in fiberglass NEMA 4X enclosure which shall be mounted on tank shell as shown on the Drawings. Provide back-up thermostat in series with main thermostat to provide over temperature protection in case of main thermostat failure. 2 .07 SHOP INSPECTIONS AND TESTING F30429Sl 1245 .doc 11245-14 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements A. The fiberglass tank manufacturer shall have a quality control procedure to ensure that all fabrication complies with the specified requirements and ensure that all laminates are at least the equal to the reference samples in laminate quality. Quality control shall include a final inspection by the manufacturer and a written record of this final inspection . B. Inspection records shall be made for each tank. Inspection records shall be available to the Engineer. Upon request, manufacturer shall send a copy of his/her inspection records to the Engineer for review prior to inspection by the Engineer. C . The Engineer shall be permitted access to the plant area at all times during fabrication and shall be notified one week prior to the estimated date of tests and/or inspections. Final inspection and approval shall be obtained prior to shipment unless written waiver is obtained. D. Each tank shall be tested for leak. Fill the tank with water to top opening and allowed to stand full for a period of not less than 24 hours. E. Shop repair, if required, must be approved by the Owner. F. Identify and retain all cutouts . Owner may select certain cutouts for testing for physical properties of the laminate. G . Factory Test Reports: Certify, by signature, results of the following: 1. Inspection records . 2. Results of hydrostatic testing. 3 . Test reports of physical properties of standard laminates . H. The manufacturer's inspection records shall provide the following information (in addition to that information specified above): 1. Hardness readings. 2. Thickness measurements . 3. Measurements showing compliance with dimensions and tolerances in diameters, lengths, squareness of ends, angles of fittings and flanges and flatness of flanges. 4. Laminate quality: presence of pits, foreign inclusions, dry spots, air bubbles , pinholes pimples and delamination. I. Final acceptance by the Engineer may be contingent upon satisfactory inspection upon arrival, delivery and installation at the job site. 2.08 SAFETY SIGNAGE A. Furnish and install on all tanks, precautionary labeling as recommended by OSHA, NFP A, and Hazardous Material Information System for chemical storage. F30429SI 1245.doc 11245-15 May2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements B. Provide NFR designation of chemical conforming to the specifications contained in the NFP A 704, Recommendations for Identification of Fire Hazards of Materials. Hazardous materials classification shall include rating for health, flammability, reactivity, and specific hazard. Sign shall measure 18-in by 18-in. The sign shall be mounted on equipment at a height and location clearly visible for all personnel. C. Safety sign shall be shop fastened to be readily visible when tanks are installed. D. Label: Permanently attach label of material resistant to the chemical noted to each chemical storage tank containing the following minimum information: 1. Chemical to be stored including: a. Chemical Name and CAS Number. b. Concentration and common name of chemical (if any). c. Specific gravity. d. Maximum temperature that tank can handle. 2. Design pressure/vacuum. 3. Type of special lines layer and reinforcement. 4. Corrosion-resistant surface veil. 5. Resin and liner information. 6. Tank capacity in gallons. 7 . Manufacturer and date of manufacture. 8. Manufacturer serial number. PART 3: EXECUTION 3.01 INSTALLATION A. Install the fiberglass tanks in accordance with the Drawings and the manufacturer's instructions. B. Tanks shall be installed on five layers of 30-lb roofing felt, or other resilient support as recommended by the manufacturer, on a level, smooth troweled 6-inch tall concrete pad. All debris and protrusions shall be removed before installing felt. For tanks with flush bottom outlets Contractor shall provide tank pad blackout prior to pouring concrete support pad. C. Accurately place anchor bolts using templates furnished by the fabricator, and as specified in Division 5. F30429S 11245 .doc 11245-16 May 2011 City of Fort Worth Rolling Hills WTP Phase 5 -Chemical Facilities Improvements D. Make all pipe and accessory connections to tanks as shown on the Drawings. All connections to the tanks shall follow the manufacturer's instructions furnished as required in Paragraph 1.03 above. E. Following successful completion of the field test and repair of leaks, tanks and support members shall be anchored in their final position according to the manufacturer's recommendations . F. The manufacturer shall provide all materials, labor, equipment and incidentals to install field required modifications to tanks in order to facilitate installation and anchoring of liquid level devices. 3.02 FIELD TESTING AND FUNCTIONAL TESTING A. After installation, and prior to field testing, provide a representative from the tank fabricator to check the installation to ensure that the tanks are installed correctly with no undue stresses. B. Leak Test: After installation and inspection each tank shall be field tested by filling to the over flow with water. The tank and fittings shall hold water without loss, evidence of weeping, or capillary action for a period of 48 hours prior to acceptance. C. Barco! Hardness testing and measurement per ASTM D2583 shall be performed by an independent acoustical testing agency. The testing shall indicate that the hardness of the laminate is equal to or better than the resin manufacturer's published value for hardness . D. Should any defects become evident during inspection, testing, or within the guarantee period, repair or replace the defective tank or fitting as approved by the Engineer at no cost to the Owner. 3.03 CLEANING A. All interior surfaces of the vessel shall be cleaned and decontaminated. This includes all loose or removable FRP accessories. B . Each surface to be cleaned must be cleaned with a mild detergent capable of removing grease, oil, or other residue, no abrasive cleaning agents shall be used. This detergent must then be thoroughly rinsed off with minimum 180 degree F fresh water with a spray mechanism capable of 2,000 psi pressure. Care must be taken in order to prevent any damage to the surface being cleaned. C. This cleaning procedure shall be performed after installation and field testing is completed and before the tanks are filled with chemical. END OF SECTION F30429Sl 1245.doc 11245-17 May 2011