Loading...
HomeMy WebLinkAboutContract 32569 City of Fort Worth, Texas Water Department EAGLE MOUNTAIN WATER TREATMENT PLANT PRASE III EXPANSION PROJECT P164-060164052003 JULY 2005 VOLUME 1 OF 3 PREPARED BY. cm ........... I 4k* IN ASSOCIAMN WrrH: *•J.•DAN.SHANON Carollo Engineers, Inc. �' "s" ....,,..... ......., s Chiang,Patel&Yerb , Inc. Flo* 57897 Gupta&Associates,Inc. ���"P���CENJ;�QG`�� �7 Multatech Engineering, Inc. Fm City of Fort Worth Eagle Mountain WTP Phase[[[Expansion FM TABLE OF CONTENTS VOLUME E I PART A - NOTICE TO BIDDERS Notice to Bidders Instructions to Bidders PART B - PROPOSAL(Completed Forms to be submitted with Bid) Proposal Minority and Women Business Enterprise Bid Specifications Prime Contractor Affirmative Steps Certification and Goals(WFD-217) Certification Regarding Debarment, Suspension,and Other Responsibility Matters (SRF--404) PART C - GENERAL CONDITIONS PART Cl - SUPPLEMENTARY CONDITIONS(TO PART C) TEXAS WATER DEVELOPMENT BOARD DOCUMENTS Supplemental Contract Conditions Contractor's Act of Assurance(ED-103) Contractor's Resolution on Authorized Representative(ED-104) PART D - SPECIAL CONDITIONS PART F - BONDS Certificate of Insurance Contractor Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond FPART G - CONTRACT r. PART E - TECHNICAL SPECIFICATIONS DIVISION I -GENERAL REQUIREMENTS 01005 Abbreviations 01010 Summary of Work 01011 Site Conditions * 01025 Measurement and Payment 01035 Control of Work 01040 Construction Sequence 01110 Environmental Protection Procedures 01170 Special Provisions 01171 Electric Motors 01172 Pipe Penetrations 01204 Project Meetings 01300 Submittals TOC.doe TQC-1 07/15105 City of Fort North Eagle Mountain WTP Phase Ill Expansion r. 01315 Progress Schedule and Reports 01410 Testing and Testing Laboratory Services 01455 Special Tests and Inspections 01500 Temporary Facilities 01510 Construction Temporary Controls 01600 Delivery„ Storage and Handling 01610 Material and Equipment 01612 Seismic Design Criteria 01614 Wind Design Criteria 01656 Disinfection of Potable Water Facilities 01665 Trench Safety Requirements 01666 Testing of Pipelines 01680 Water Tightness Test for Hydraulic Structures 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Warranties and Bands DIVISION 2-SITEWORK 02050 Demolition 02100 Site Preparation 02140 Dewatering and Drainage 02200 Earthwork �- 02221 Trenching, Backfilling and Compaction 02230 Granular Fill Materials 02270 Sedimentation and Erosion Control 02271 Riprap 02312 Controlled Low Strength Material 02467 Drilled Concrete Piers 02490 Loaming,Hydroseeding and Erosion Control 02535 Pavement 02605 Precast Reinforced Concrete Pipe Trench w 02613 Concrete Pressure Pipe and Fittings 02615 Steel Pipe and Fittings 02616 Buried Ductile Iron Pipe and Fittings 02640 Buried Valves, Hydrants and Appurtenances 02655 Connections to and Work on the Existing System 02952 Pre-Engineered Steel Pedestrian Bridge DIVISION 3—CONCRETE 03055 Epoxy Bonding Reinforcing Bars and Rods in Concrete -. 03071 Epoxies 03072 Epoxy Resin/Portland Cement Bonding Agent 03102 Concrete Formwork -- 03104 Void Forms 03150 Concrete Accessories 03200 Concrete Reinforcement .. 03300 Cast-in-Place Concrete 03366 Tooled Concrete Finishes TOC.doc TOC-2 t7 7!l 51615 City of Fort Worth Eagle Mountain WTP Phase IN Expansion 03565 Basin Grout 03600 Grouts • 03931 Epoxy Injection System DIVISION 4—MASONRY 04090 Masonry Reinforcement and Accessories 04140 Mortar and Masonry Grout 04220 Concrete Masonry Units 04812 Glass Unit Masonry 04852 Stone Masonry Veneer DIVISION 5—METALS 05120 Structural Steel 05140 Structural Aluminum 052I6 Open Web Steel Joists 05310 Steel Deck 05500 Metal Fabrications 05810 Expansion Joint Cover Assemblies DIVISION 5-WOOD AND PLASTICS 06114 Wood Blocking and Curbing 06410 Custom Cabinets 06415 Solid Surfacing 06611 Fiberglass Reinforced Plastic(FRP)Fabrications VOLUME 2 DIVISION 7-THERMAL AND MOISTURE PROTEC'T'ION 07115 Bituminous Dampproofing 07190 Water Repellents 07212 Board and Batt Insulation 07410 Metal Panel System 07411 Preformed Metal Roof Panels 07550 Modified Bituminous Membrane Roofing 07560 Fluid Applied Roofing 07620 Sheet Metal Flashing and Trim 07840 Firestopping 07900 Joint Sealers n DIVISION 8-DOORS AND WINDOWS 08110 Steel Doors and Frames 08211 FIush Wood Doors 08225 Fiberglass Doors and Frames +• 08331 Overhead Coiling Doors 08417 Metal-Framed Storefronts 08710 Door Hardware TOC.doc TOC-3 02115105 City of Fort worth Eagle Mountain WTP Phase ill Expansion 08800 Glazing 08910 Metal-Framed Curtain Wall DIVISION 9-FINISHES 09206 Metal Lath 09220 Portland Cement Plaster 09264 Gypsum.Board Assemblies 09300 Tile w 09511 Suspended Acoustical Ceiling 09650 Resilient Flooring 09821 Cementitious Finish 09900 Architectural Paints and Coatings 09901 Surface Preparation and Shap Prime Painting 09902 Finish Painting w DIVISION 10—SPECIALTIES 10440 Interior Signage 10523 Fire Extinguishers, Cabinets, and Accessories 10800 Toilet and Bath Accessories DIVISION 11 -EQUIPMENT 11165 Dock Bumpers 11206 Traveling Water Screen 11210 Vertical Turbine Can Pumps 11213 Backwash Pumps 11216 Sump Pumps 11218 Turbine Sample Pumps 11221 Vertical Shaft rapid Mixers 11222 Vertical Shaft Flocculators 11225 Washwater Recovery-Sludge Collection Equipment 11234 Chlorination System 11235 Amrnaniation System 11240 Chemical Metering Pumps 11241 Polymer Feed Systems 11250 Scrubbing Systems 11251 Steel Lime.Slurry Storage Tanks and Mixers 11252 Lime System Pumps 11276 Air Scour Blowers 11281 Sluice Gates 11310 Sample Pumps 11319 Submersible Pumps T 11345 Crosslinked Polyethylene Tanks 11346 Stainless Steel Tanks 11350 Chain and Flight Sludge Collection Equipment TOCaar TQC-4 a rpt Bras r City of Fart Worth Eagle Mountain WTP Phase III Expansion lr DIVISION 12-FURNISHINGS DIVISION 13-SPECIAL CONSTRUCTION M 13122 Metal Building System 13205 Wire and Strand Wrapped Prestressed Concrete Tanks 13221 Filter Underdrain System 13226 Filter Media 13228 Wash Water Troughs 13280 Ozone System-General 13282 Liquid Oxygen System 13294 Ozone Generators and Power Supply Units 13292 Fine Bubble Ozone Diffusion System 13296 Off--Gas Ozone Destruction System VOLUME 3 13300 Process Instrumentation and Controls--General Provisions 13305 Application Engineering Services Attachment A—Process Control Loop Descriptions 13314 Distributed Control System 13311 Network Equipment Table A—Network Equipment Provided 13312 Network Cabling Installation Table A—Networking Infrastructure Cabling and Equipment 13315 Instrumentation Subsystem 1332.0 Fiber Optic Communications Segments 13325 Control Panels and Panel Mounted Equipment 13335 Radio Telemetry Systems DIVISION 14—CONVEYING 14654 Jib Cranes 14904 Monorail and Hoist System DIVISION 15-MECHANICAL 15052 Pipe Testing-General Requirements 15461 Steel Pipe and.Fittings 15063 Copper Pipe and Tubing 15064 Plastic Pipe and Fittings 15066 Stainless Steel Pipe and Fittings 15072 Ductile Iron Pipe and Fittings 15081 Reinforced Concrete Pipe 15100 Valves 15106 Pump Control Valves 15114 Electro Hydraulic Valve Operators 15120 Piping Specialties 15140 Pipe Hangers and Supports 15250 Thermal Insulation Toc-doc TOC-5 07/15/05 City of Fort Worth Eagle Mountain WTP Phase tll Expansion 15414 Domestic Water Piping 15415 Domestic Water Piping Specialties 15420 Sanitary Waste and Vent Piping 15425 Drainage Piping Specialties 15430 Storm Drainage Piping 15440 Plumbing Fixtures 15450 Drinking Fountains and Water Coolers 15485 Electric Water Heaters 15500 HVAC&Plumbing General Provisions 15501 HVAC Motors 15505 Hydronic Piping 15510 HVAC Valves 15513 Condensing Boilers 1552.2 Meters and Gages 15550 Brechings, Chimneys, and Stacks 15585 Hydronic Pumps !` 15594 Fuel Gas Piping 15628 Scroll Water Chillers 15644 Joint Bonding and Electrical Isolation 15641 Corrosion Control Test Stations 15642 Magnesium Anode Cathodic Protection System 15725 Modular Indoor Air-Handling Units 15732 Packaged, Outdoor,Central-Station Air-Handling Units 15815 Metal Ducts 15816 Fiberglass Reinforced Plastic Duct and Dampers Owl 15820 Duct Accessories 15$38 Power Ventilators 15850 Extruded Aluminum Stationary Louvers 15856 Intake and Relief Ventilators 15900 HVAC Instrumentation and Controls 15940 Sequence of Operation 15950 Testing, Adjusting,and Balancing DIVISION 16—ELECTRICAL 16000 Electrical -General Provisions 16050 Electrical Demolition 16110 Raceways,Boxes,Fittings and Supports 16115 Cable Tray 16120 Wires and Cables (600V Maximum) 16121 Medium Voltage Cables 16140 Light Switches and Receptacles 16150 Motors 300 Horsepower and Below 16151 Medium Voltage Vertical Electrical Motors 16174 Metal Framing 16191 Miscellaneous Equipment 16200 Standby Generator Set 16271 Medium Voltage Transformers 16345 Medium Voltage Switchgear 16411 Power System Study 16425 Distribution 480 Volt Switchboards 16470 Panelboards 16480 Motor Control Centers 1OC.doc TOC-6 07/15/05 r City of Fon Worth Eagle Mountain WTP Phase lli Expansion 16481 Medium Voltage Motor Control Centers 16482 Variable Frequency Drive Controllers(PWM) 16485 Medium Voltage Class El Combination Solid State Motor Controllers 16490 OEM-Provided Control Parcels 16500 Lighting System 16502 Lightning Protection System 16600 Underground System 16660 Grounding System 16720 Fire Alarm System 15746 Intra-Plant communications System 16854 Electrical Heat Tracing TWA= TOC-7 07/15/05 PART A NOTICE TO BIDDERS t► City of Fon Wor lr Eagle Mountain WTP Phase HI Expansion w NOTICE TO BIDDERS Sealed proposals for the following: • FOR; EAGLE MOUNTAIN WATER TREATMENT PLAINT PHASE III EXPANSION PROJECT NO. P164-064164052003 will be received at the office of the Purchasing Manager,located on the lower level,Municipal Building,1000 Throckmorton Street,Fort Worth,Texas 76102,until 1:30 P.M.,on August 18,2005. Bids will be publicly opened and read aloud in the City Council Chambers at: 2:00 p.m.,August 18,2005 Contract Documents have been prepared by Camp Dresser&McKee Inc.,(817)332-8727,777 Taylor Street, Suite 1454,Fort Worth,Texas 75102,and may be examined without charge at its office. Contract Documents may be obtained from Camp Dresser&McKee Inc. at the above address for a non-refundable charge of: Set of one-half size Plans and Specifications: $300.00 Set of full-size Plans and Specifications: $400.00 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. This contract is .. contingent upon release of funds from the Texas Water Development Board. For additional information,please contact Mr.Danny Shannon,P.E.,Camp Dresscr&McKce Inc.at (817)332-8727. Publication Dates: July 14, 2005 and July 21, 2005 Pari A doc A-1 7115!65 City of Fort Worth Eagle Mountain WTP Phase M Expansion r (THIS PAGE LEFT BLANK.INTENTIONALLY) Part A.doe A-2 71I5MS aw City of Fort worth Eagle Mountain WTP Phase III Expansion SPECIAL INSTRUCTIONS TO BIDDERS ~' l. SPECIAL PREQUALIFICATION REQUIREMENTS. All contractors submittingbids are required to meet the Fort Worth Water Department special pre-qualification requirements for thispraject prior to submitting bids. Previous re aalification b D the Fort Worth Water e artment will not be conSiderecl as meeting this requirement. This one-time special project-specific process will prequalify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, FF 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 ofbid opening. The Water Department r may request any other documents it may deem necessary. Any additional documents so requested shall be subnnitted 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 ,. clone. 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 C" 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. r Pan A.doe A-3 7115M r City of Fora Worth Eagle Mountain WTP Phase lil Expansion In the event the Bidder on this contract is a Joint Venture,financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or — independent public accountant holding a valid license issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the each joint venturer. The statements must be current and not more than one(1)yeas old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. It is not required that each joint venturer shall have the necessary experience and equipment,rather that combined,the Joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre-qualification submittal. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) The City,in its sole discretion,may reject a bid for failure to demonstrate acceptable performance, experience and/or expertise. c) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. d) The City will attempt to notify prospective bidders whose qualifications(financial orexperience) 4 are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall be a wavier of any necessary pre-qualifications. For additional information contact Chris Harder, Fort Worth Water Department at(817)392-5820 (FALX 817-392-8195). Pre-qualification submittal should be sent to: Mr. Chris Harder,P.E. _ Fort Worth Water Department 1000 T-k ockrnorton Street Fort Worth, TX 75102-6212 2. EXAMINATION OF CONTRACT DOCE_TMENTS 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 Engineer guarantees the accuracy of the data. Before submittinghis Bid each Bidder will,at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. Part A.doc AA 7115105 City of Fort Worth Eagle Mountain WTP Phase III Expansion 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 72"d Session of the Texas legislature and amended by the 73'd 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 4. 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 fumished 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 form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. y 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 he 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 at the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope,marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete Volume 1 of 3 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 mannerthat 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-doc A-5 7115105 City of Fon Wonh Eagle Mountain WTP Phase III Expansion 8. AWARD OF CONTRACT. 8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities,and the right to F' 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 �s comply with the prescribed requirements,and alternates and unit prices if requested in the Bid forms. Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders,proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction. 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 maybe 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%n) 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(I0)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(1110)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 RATES. Not less that the prevailing wage rates established by the City of Fort Worth,Texas,and as set forth in the Contract Documents,must be paid on this project, 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) Part A.doc A-6 7f l5l05 1A City of Foci Worth ` Eagle Mountain WTP Phase III Expansion 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. r "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,tenors 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.T1 e 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. Pan A.doc A-7 7/15/05 rw City of Fort wohil Eagle Mountain WTP Phase 1l1 Expansion 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)ands"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. Information regarding the status of addenda maybe obtained by contacting the Water Department or Design Engineer. 20. PRE-BID CONFERENCE:The pre-bid conference forbidding Contractors will be held by representatives of the Fort Worth Water Department and the Consulting Engineers in the Conference Room at the Eagle Mountain Water Treatment Plant,6801 Bowman Roberts Road,Fort Worth,Texas 76179 on August 2, 2405 at 10:30 a.m. This conference is for the purpose of interpretation for bidding Contractors of Contract Documents,including plans and specifications,for construction of the Project. Only comments addressed in subsequent Addenda will be binding. 21. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS: ■ This contract is contingent upon release of funds from the Texas Water Development Board. ■ Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor aiiy of its dcpartmnents, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. ■ Equal Opportunity in Employment -- All qualified Applicants will receive consideration for employment without regard to race,color,religion,sex,age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246,as amended by Executive Order 11375,and as supplemented in Departmeni of Labor regulations 41 CFR Part 60. ■ This contract is subject to the EPA established Minority Business Enterprise (MBE)/Women's Business Enterprise(WBE)"fair share"goals. TWDB document Guidance for Utilization of Small, AfMo ity and Women Owned Businesses,SRF-52v3 describes the requirements of this program. MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 1 1.5%;EQUIPMENT 5%. WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%; EQUIPMENT 7.6%. END OF SECTION Part A.doc A-g 7115/05 r PART B PROPOSAL City of Fort Worth Eagle Mountain WIT Phase M Expansion PROPOSAL (This Proposal shall be attached to Volume 1 of the Specifications and submitted with appropriate supporting documents.) TO: Charles Boswell City Manager Municipal Office Building 1000 Throckmorton Fort Worth, Texas 76102 F= 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: Eagle Mountain Water Treatment Plant P" Phase 1H Expansion Project No. P164-060164452003 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 Genera] 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 r 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. Ouanti With Unit Bid Price in Words in Figures in Figures ■ l 1 Construction of the Eagle Mountain L.S. Water Treatment Plant—Phase 111 Expansion, complete, excluding Bid Items 2, 3,4, 5, 6 and 7. Forty Million Four Hundred Thousand Dollars and no Cents $40.700.000.00 $40,700,000.00 per Lump Sum 2 3,004 Design,Installation and Removal of L.F. Trench Safety System Ten Dollars and no Cents $ 10.00 $_ 30,000.00 per Linear Foot *:Maximum linearjootage to be determined by Bidder and entered here. Linearfootage shall not be less than j,000 L.F. ~" Part 13(Addendum No.2) B-1 819/05 ve City of Fort Worth Eagle Mountain WTP PIP Phase W Expansion Item Estimated Brief Description of Item Unit Bid Price Amount Njo. Quand With Unit Bid Price in Words in Figures in FiRures 3 12,300 Furnish and Install 30-inch Diameter L.F. Drilled Piers ' Seven Dollars and no Cents 7.00 $ 86,100.00 per vertical L.F. l 4 1,200 Furnish and Install 24-inch Diameter L.F. Drilled Piers Five Dollars and loo Cents � 5.00 $ 6.000.00 per L.F. 5 2,700 Furnish and Install 18-inch Diameter 'M L.F. Drilled Piers Four Dollars and no Cents $ 4.00 100.00 ' per L.F. 6 1 ALLOWANCE for Owner selected L.S. Applications Engineer (AES) work, including PLC and HINT software programming services Four hundred thiM thousand Dollars no Cents per Lump Sum $_430,000.00 S 430.000.00 7 1 ALLOWANCE for Owner selected L.S. Ozonation. System Supplier (OSS) work, including furnishing ozone generator, power supply unit, and associated equipment and services. Two million four hundred fifty-two thousand Dollars S 2,452,000.00 S 2,452,000.00 no Cents per Lump Sum TOTAL BASE BID PRICE (Items i through 7). Forty-Three Million Seven Hundred Fourteen Thousand Nine Hundred Dollars and No Cents (in words) - - r ( )43,714.900.00 (in figures) r 1 Part 13(Addendum No.2) B-2 819105 w City of Fort Worth Eagle Mountain WTP ff Phase M Expansion ADD ALTERNATE BID ITEMS OWNER will evaluate the bids based upon the total base bid amount above plus the bid price(s)of none,one or more of the Add Alternate items presented below. OWNER intends to select Add Alternate items in the order they are listed until the available budget for the project is reached.The OWNER, in its sole discretion, will award the contract based on the base bid alone;the base bid plus Add Alternate A-1;or the base bid plus Add Alternate A-1 and Add Alternate A-2, ma Add Estimated Brief Description of Item Unit Bid Price Amount Alternate Quanti With Unit Bid Price in Words in Figures in ores No. A-1 1 Construction of 3.5 MGal Clearwell L.S. and associated facilities. p. Two Million Eighty Thousand Dollars and no Cents per Lump Sure $2.080,000.00 $2080 O00.00 A-2 I Construction of Entrance Driveway, L.S. Front Gate, and associated facilities. Ten Thousand Dollars and no Cents $ 10.000.00 $ 1 0000,00 per Lump Sum Bidder shall list below the subcontractor frons that will be used on this project as the Process Control System Integrator(PCSI)and the Network Systems Integrator(NSI). The PCSI will be Prime Controls The NSI will be Cyberdyne Within ten(10) days after acceptance of this proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the r' faithful performance of this contract. The attached bid security in the amount a 5%is to become the property of the City of port Worth,Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and general Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant drawings. Part 8(Addendum No.2) B-3 814!05 City of Fort Worth Eagle iV mmtain WTP Phase M Expansion 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 r' are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 Calendar Lays ager issue of the work order, and to complete the contract within 690 Calendar Days, and to meet the Substantial Completion requirements specified in Paragraph.D-15 of the Special Conditions(Part D). (Check A or B as appropriate and fill in blanks where applicable.) A. The principal place of business of our company is in the State of rNonresident bidders in the State of --' our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. OR Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. 4W X B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Addendum No. 1 (Initials) 814105 FR Addendum No. 2 (Initials) 8114105 FR Addendum No. 3 (Initials) 8115105 FR Addendum No. 4(Initials) Respectfully submitted, rBy; Oscar Renda Contracting,Ing. Title: Frank Ren—da Vice President Address: 522 Benson Lane Roanoke,TX 76262 rTelephone: 817-491-2703 (SEAL) If Bidder is Corporation W Date: August 18, 2005 d, r r Pan 13(Addendum No.2) 13-4 8/9/05 FORT WORT YJ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the MIWBE goal is applicable. If the total dollar value of the contract is less than $25,000,the MIWBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MIVIIBE) in the procurement of all goods and services to the City on a contractual basis, All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MIMBE PROJECT GOALS The City's MBEIWBE goal on this project is 19 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MIWBE Ordinance by either of the following I. Meet or exceed the above stated MIWBE goal, or 2. Good Faith Effort documentation,or; 3. Waiver documentation, or; 4, Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5'00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening 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, exclusive 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 MIWBE participation: openin 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: o ening 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. o enin date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at(817)392.6104. Fax sent by 8174911627 OSCAR RENDA CONTRACT 88-25-85 16:21 Pg: 2/6 ATTACHME.rr 1A Page i of 4 FORT WORT City of Fort Worth k R Subcontractors/5ti iters utilization Form FRLME COMPANY NAMIE; Check 4pplicahie block to describe Prime 0--Ocorlei - r't ItiC. PROJXC,T,NAME. ,� } WWIDBE NC*1-WWA)BE L L)6� l o ��.�G� r�'i►f�� �Q� f���• BID BATE � I �5 City s MIWBE Project Goal: Prlmo'e MAYBE Project Utilizations PROD NUMBER Identify all subcontlraetors/suppliers you will use on this project Failure to complete ttii .fofrn, In its entirety with requested dvcurnerafstitin, aril".received by 'the �IAan ging Department on or before;S�Op P rn. five (5) City.�uslness days after bid.9piening, qxplusive.of.bicl :vlaenigq date, wiz! result 1n the bid 17emqgon�ldered.rton-responsive to bid specifications., = , {•- `- � , i The undersigged ,qfe,r.,igre�s.4o enter •into .e •formal.,agreemept wKhAhe..N&BE t'arm�s} listed in -this, utilization schedule,'-_'AMoned uppn execution of a contract with the City .bf:Fort;VVbrth." The -intentional and/or knowing misrepreSentatlan of facts is group'ds for consideration of.4 Ualification and W111 result in the bid being considered non--responsive to bid specifications WWBEs listed toward meeting the proicct goal must be located in the nine (9) county inarketplace or curren ly.doing bustne4s in the marketplace at the time of bid_ Marketplace is the geographic area.of Tarrant,Parker,lohnsoa, Coll" Dallas, Dayton,Ellis,Kgwfrnan and Rockwall counties, Identify each'Fier level. Tier is the level of subcontracting below the prime contractor, 1-e•,a direct payment from the prime contractor to a subcontractor is considered I"tier, a payment by a subcontractor to its slipplier is considered 2a1 tier ALL MIWBEs MUST BE CERTMED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplaoe, that have been determined to be bonafide minority or women businessm,by the North Central Texas Regional Certification Agenc} (NCTRCA),or. the Texas Department of Transportation (TX DOT'), highway division. Disadvantaged Business Enterprise.(DBE) is synonymous with Mizxority/Women Businesa Enterprise OAMBE). 1 Cf/hauling servioes are txtilEi ,the prime will be given credit as long as the W4/W4/"P-/" listed owns and operates at least /vane fully licensed 'and operational truck to be used on the contract, The MIWBE may lease trucks from another \VWBE firm, including NVWBE owner-operators,and receive fill/NUWBE credit. The MlVVBE may.lease trucks from non-M/WBEs, iricluding owner-operators, but will only receive credit fvr the fees and commissions earned by the M/WBE as outlined in the lease ti eement. Rev_5130103 _ �� 5� y Uy C]1fY711bG( OSCAR RENDA CONTRACT 0$-25-95 16:21 Pg: 3/6 ATTACHMENT 1A ass Wo H - Page 2 of 4 Primes are required to idenUfy ALL subcontra,ctorslsuppliem,regardless of status;i.e.,Minority,Women and non-MIWBi4. Please list MIWHE flank first,use additional sheets if necessary. Csrtifl 2don N (check one) ° � SUBCONTRACTOR/SUPPUER T r = Company Name l N III Detail Address e M W O X M Subcontracting Work Supplies Purchased Dollar Amoiunt Telephone/Fax r B B T D W E E R 4 8 C T E n. A 9&01-r serv1Qes 113a0 G'I tmct-n ?U oao.c)o �Or+ W0Y.+h, 7 j'`iia 19 (6'31-7, 1-4�5-L 4D3 .F��v7-H-33� SNi$ rr>P Czr1 if-ac*'rn,Vcz. QM a - &;lq- 141; ee!5 Pe-'O" Inc- 6U01 mo 00 1*111 aayT'�L�a- L47 3D s�-f5 ?fir $19-7j000i 00 1r n Roan 'Rom �P)54z-- -ay5L1 i�ockr Of-A FL.J ed . F)�i-�- asp- -ic3l A,111 ��q �► 35' god }gyp-- %3-009t) }qLfo-?23- 009-7 Rev.5130103 Y'a,x sent by iii-14vilbZY OSCAR RENDA CONTRACT 08-/-b-Ob ie-ZI ry . ATTACHMENT IA FORTWORTH Page 3 of 4 = i " r Prim caut mquirod to identify A_LL suhconaumrslsupplids,regardless of status;i.e.,Minority,Women and non-NMBEs. Please fist MIWBE firms first,use additional streets if necessary. F - Cerdficailon (cheek one) t SUBCONTRACTORISUPPLIER T r Company Nama 1 N T f�etafl Detail Address e M wC X ! Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax -. r s g T D 1r s E R a E C T. f A q-7Lt r dorm fa 5�" �--� qq A t-01 �J .o- box a-I-7 5ee4�A n . ,ell'er, 3X �r1ClkJ, 7X `i�v t , DOD' 00]C� � '!r dw �l i�-15D -.931te cit n CC�`��+#�-� • _ Zln �pr,r EPol`3 j Ft stun -sta Pjarmw t-n Pea DOC� "���y Lon e&' bk I rt(Ik b t-71q vt-Z-3'l Rear-5/30103 rax SenT by t5It9y11bL( OSCAR BENDA CONTRACT 0$-25-05 16:21 pq: 5/6 ATTACMM EN7 IA Page 3 of 4 y Primes arc required to identify AU subcontracwrs+suppiia-s,ngardless ofsta=:i,e.,Minority,Women and uoi-MIWBE& Please list MfWBE firms first,use additional Sheets if necessary. Certificatlon I (check aneJ SUSCOHTFACTQR/BUPPLIER T V Company Name ; H T Dttell Detail Address a w 'C x Subcontractlna Work Supplies Purchased Dollar Annount Telephone/Fax r e s T 01 E c T 1 A C7 t17i11Q+1 4r ri�C.�tUI Gr T_)aLWst-"K 71, ;LI'I X Yof 14-5 7 7 lLt —S0Ij- 0440 4tmpera rj -pa'. DCS 1)[ ftr-OnUrlLe i LR7s'" RAJ if 60dI000 -00 e4 L, 58jgtjfy L -79'454 oi 4 (0 W, ` Me k, A I 1 A s4'.s`�- PIP►" t 211•5L. - 0LFq-0 pne>E P+P-t- c V'I-o Rev.513= rax sent by UIY4911627 OSCAR RENDA CONTRACT 08-25-05 16:22 Pg: 6/6 -_ ATTACHMENT iA Page 4 of 4 Total Dollar Amount of M1WBE Subcontractors/Suppliers Total Dollar Amount of Non-M1WBlE 5ubcontractorsrSuppbers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 74 , 000. 00 rv�;,,�a '�' � .i l-y.�': +t' ��R � 1 ,Y..i M .•.r'.:? i f u `'s 'fir: '� tii110 $rl¢ _ � ttitt , W, F 'fkcorcl ��fc the:IN +�� s r1akme. Ct71� f�7 W . Cd7lTliY�ILw4 w4"i 5 1 r 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 PW 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 subco=actors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MAV/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating die 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 parricipatng in City work for a period of time not less than one (i)year. "��"n e-"-- NIL qA _ A orized Signdtute Printed S19natuare U(1'5� pt-t-sqj��� Title Cni ti l Name/Ti le(ltdurerenntt) Company None Telephane mndi©r Fax rren F—man Address fin n YAC o Tt 762, � $ �� &,r- rCIFYI%atemp Date r Rev_9MI03 ATTACHMENT t B FORT Wow H Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: {Check applicable block to describe prime PROJECT NAME: MAWDBE NON-M/W/DSE RID DATE City's MAVRE Project Coals PROJECT NUMBER If both answers to this form are YES,do not complete ATTACHMENT IC(Good Faith Effort Form). All questions on(his form must be completed and a detailed explantation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT IC. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5.00g,rm.,five (5)City business days after bid opening,exclusive of the bid opening date,will result in the bid being considered non- responsive to bid specifications. l Will you perform this entire contract without subcontractors? YES 1 If yes,please provide a detailed explanation that proves based on the size and scope of this project,this is Na 1 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 ibis 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 MIWBE(s) on this contract, the payment therefore and any proposed changes to the original MfWBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address w. CitylState/Zip Date Rev.51=03 t� ATTACHMENT IC Page 7 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME. MIWIDBE NON-MAW/DBE BID DATE a City's M/w$E Project Goal; PROJECT NUMBER oda If you have failed to secure MIWBE participation and you have subcontracting and/or supplier opportunities or if your DISE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MfWBE 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 G below, shall satisfy the Good .. Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a "BE or non-MIWBE. D� O NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2'd tier. (Use additional streets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I ! No 3.) Did you solicit bids from MIWBE 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 M1WB£mail listing to include name of firm and address and a dated ropy of letter trailed.) No 4.) Did you solicit bids from MIWBE 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 (Ifves,attach fist to include name ofMfWBE firm, cp rson contacted,phone number and dale and time of contact.) No MOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBF was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential hi-camera access to and inspection of any relevant documentation by City personnel. Please use adelilional sheets,if►iecessa ",and attach. Company Name Telephon Contact Person Scope of Work Reason for e Rejection Rev.05/30/03 ATTACHMENT IC Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE 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 MIWBE(s) listed in Attachment 1C wiIl be contacted and the reasons for not using them will be verified by the City's MIW BE 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.05/30103 Joint Venture Page 1 of 3 T FORT WOPTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions rrursr be answered,•rise"NA"f applicable. Name of City project: A joint venture form must be completed on each project ' RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please atrach extra sheers ifadditional space is required tri provide detailed explanations of ivorA to be erformed l+y eachTrm comprising the alar 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.Scope of work performed by the Joint Venture: Describe the scope of work of the MIWBE: Describe the scope of work of the non-M/WBE: Rev. 5/301/03 Joint Venture Page 2 of 3 3. What is the percentage of MIWBE 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 nor couiplele 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: T Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------- b. Marketing and Sales -------------------- c. Hiring and Firing of management personnel - d. P - - urchasing 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 MJWBE percentage applied toward the goal for the project listed on this form. DOTE: 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 MNVBE 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 MNVBE Ordinance. Rev 51301103 Joint Venture Page 3 of 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 undersigrxed shall agree to provide to the joint venture the stated scope of work, decision-snaking 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 boobs, 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 andior Local laws/ordinances concerning false statements_or willful misTpresentation of facts. _--__......._-_____._._.._�.__—_�._—._.�-----�..-------___—.� Name of MfWBE firm Mame of non-MIWBE firm Printed Name of Owner Printed Name of Owner Signature of Owner signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner I"ills "rifle Dale 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 (sear) Rev-5!30/103 I PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WR❑-217) To be completed by Prime Contractor and submitted to TVVDB by Applicant/Entity. (&1-ao) A. TWDB B. Applicant) Entity Project No. Name I C. PROGRAM TYPE (Check One) DRiNKJNG WATER SRF(DWSRF) Z CLEAN WATER SRF(CWSRF) [� City of Fort Wortd COLONIA WASTEWATER(CWTAP) L7 Other(Describe)❑ + D. PRIME CONTRACTOR: E. Contract Amount: Oscar Renda Contracting, Inc. $42,000,000.00 F. Street Address, City, State,Zip code: 522 Benson Lane, Roanoke, Texas 76262 G.GOOD FAITH EFFORT "• I understand that it is my responsibility to comply with all state and federal regulations and guidance in Utilization of Small,Minority 8.Women-Owned Businesses in Procurement. i certify that I will make a "good faith effort"to afford opportunities for SBE, MBE, WBE and SBRA participation by: 1. including qualified SBEs,MBEs, WBEs and SBRAs on solicitation lists; 2. soliciting potential SSEs,MBEs, WBEs and SBRAs; 3, making efforls to divide total requirements, when economically feasible, into small tasks or quantities to permit maximum participation of SBEs,MBEs, WREs and SBRAs; 4, making efforts to establish delivery schedules, where the requirements of the work permit; which will encourage participation by SSEs,MBEs,WSEs and SBRAs; 5.making efforts to use the services and assistance of fhe Small Business Administration and the Minority Business Development U.S.Department of Cammerce,as appropriate;and �Agency, 6.submitting documentation to the Applicant demonstrating "good faith"efforts. I H. Subcontract Participation -Estimates 1. Number of Subcontracts: 2. Procurement 3. MBE Awards 4.WBE Awards Category Total Amount Amount Percent Amount Percent 1.Construction 15 ,000,000.00 300,C00-00 27 150,000.001 1 x. Supplies 20,000,000,00 400,GOO.00 2% 400,000.00 2% .. 3. Equipment 5,000,000.00 4. Services 2,000,000.00 0 I.Signature Prime Contractor J.Title K. pate Vice President 8!'18105 L. Signature ApplicanVEntity Authorized Representative M. Title N. Date O. FOR TWDB USE ONLY 1. Completion Check by: Review Engineer Signature: Date: I 2. SMWBE Review by: SMWBE Coordinator Signature: + Date: f SMWBE COORDINATOR COMMENTS- WP-D-70-IC Revised 2-213-20V Appendix P 17 ! SP r-404 (5/1319[] SRF Number r■ CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS i The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery. falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this applicationlproposal had one or more public transactions(Federal, State, or local)terminated for cause or default. r I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Frank Renda,Vice President tvpeName thorized Representative .. 8118105 Signature of Authorized Representative Dalc I am unable to certify to the above statements. My explanation is attached. l WU-259 3/20/❑2 VENDOR COMPLIANCE WITH RECIPROCITY ON NQN- Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non- resident bidder must bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. A non- resident bidder is a contractor whose corporate offices or principal place of business is outside of �r* the state of Texas.This requirement does not apply to a contract involving Federal funds. The appropriate blanks in Section A :rust be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to A do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident vendors in (give state),our principal place of business, are 40 required to be percent lower than resident bidders by state law. A copy of the statute is attached. rNon-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: X 1 r BIDDER: Oscar Renda Contracting. Inc. Company 522 Benson Lane,Roanoke Texas 76262 City State Zip 10 Frank Renda By: (please print) Signature Vice President 'title: (please print) THIS FORM MUST BE RETURNED WITH THE BID WRD-255 091121{31 BIDDER'S CERTIFICATIONS Project Name Ea le Mountain Water Treatment Plant—Phase 3 Project Number P164-060164052003 Contract For City of fort Wrth. oEagle Mountain Water Treatment Plant—Phase 3 Expansion Project The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPROTUNITY; (X) I have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. (X) I have participated in previous contract(s)or subcontract(s)subject to the equal opportunity clause under Executive Orders 11.246 and 11375. 1 have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( )I have not participated in previous contracts(s)subject to the equal opportunity clause under Executive Orders 11246 and 11375. ( )I will obtain a similar certification from any proposed subcontractor(s),when appropriate. B. NONSEGREGATED FACILITIES: (X) I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained;and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding$10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Frank Renda, Vice President Typed Name&Title of Bidder's Authorized Representative ye,��o�-- - 8118/05 Signature of Bidder's Authorized Representative Date rOscar Renda Contracting,Inc. 1 522.Benson Lane,Roanoke,TX 76262 Name&Address of Ridder 1 PART C ' ' GENERAL CONDITIONS a PANT C GENERAL CONDITIONS SECTION C1-1 DEFINITIONS C1-1.1 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: C1-1.2 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 - NOTICE TO BIDDERS WHITE PART B - PROPOSAL WHITE PART C - GENERAL CONDITIONS YELLOW PART D - SPECIAL CONDITIONS GREEN PARTE - SPECIFICATIONS WHITE PART F - BONDS WHITE PART G - CONTRACT 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 FART B - PROPOSAL PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITSIEASEMENTS _ PART F - BONDS PART G CONTRACT PART H - PLANS (Usually bond separately) C1-1.3 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 G I General Conditions G I�--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. C1-1.5 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. - C1-1.6 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. CI-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. CI-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 specifcations, regulations,requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BOND: The bond or bonds are the written guarantee or security famished by the Contractor for the prompt and faithful performance of the contract and shall include the following: A. Performance Bond(See paragraph C3-3.7) B. Payment Bond (See paragraph C3-3.7) C. Maintenance Bond(See paragraph C3-3.7) D. Proposal of Bid Security(See Special Instructions to the Bidders, Part A and C2-2.6) C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions made by the Owner's representative showing in detail the location, dimension, and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, Fort Worth Water Department C-2 General Conditions working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein, C1--1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by charter vested in the City Manager. Terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tern of the City of Fort Worth,Texas. CI-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. CI-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. C1--1.18 DBRECTOR, 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. C1-1.19 ENGINER: The Director of Public Works, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials, or only labor, for work at the site of the project. C 1-1.21 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 Waith Water Department C-3 General Conditions 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. C1-1.23 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. C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City Employees as follows: New Year' Day January 1 M.L. King,Jr.Birthday Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Thanksgiving Friday Fourth Friday in November Christmas Day December 25 Such other days in lieu of holidays as the City Council may deterrnine 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. C1-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents,the intent and meaning shall be as follows: AASHTO American Association of State Highway Transportation Officials ASCE American Society of Civil Engineers _ LAW In Accordance With ASTM American Society of Testing Materials AWWA American Water Warks Association ASA American Standards Association HI Hydraulic institute Asph. Asphalt Ave. Avenue Blvd. Boulevard CI Cast Iron Fort Worth Water Department 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 G.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 C1-1,27 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. C1-1.28 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 C1-1.29 UNPAVED STREETS AND ALLEYS: An unpaved street, alley, roadway, or other surface is any area, except those defined above for"Paved Streets and Alleys". CI-1.30 CITY STREETS: A city street is defined as that area between the right of way lines as the street is dedicated. Fart Worth Water Department C- 5 Genera}Conditions C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four(4') feet back of the average edge of pavement where no curb exists. _ C1-1.32 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. w Fort Worth Water Department C-6 General Conditions SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record", "Equipment Schedule", and "Financial Statement", all of which must be properly executed and Fled with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are being received, and such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any For Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that,he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION QF 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 ractual 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 ongznal Contract Documents. Fort Worth Water Department C-7 General Conditions Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, borings, and by such other means as may be necessary to gain a complete knowledge of the conditions which may be encountered during the construction of the project. They must judge for themselves the difficulties o=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 fiill 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 clue 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 farm shall be correctly filled in and the Bidder shalt 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 RUECTION 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 Corrditions C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security"of the character and in the amount indicated in the"Notice to Bidders" and the "Proposal". The Bid security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will, within the required time, execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the"Notice to Bidders". It is the Bidders sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the work "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening the proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals,provided such telegaphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the written signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within the forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his duly authorized representative at the time and place indicated in the "Notice to Bidders". All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions-not Fort worth Water Department C-9 General Conditions called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering of a proposal after the closing hour is an F_ irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reason: A. Reasons for believing that collusion exists among bidders B. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. D. The bidder being in arrears on any existing contract or having defaulted on a previous contract. E. The bidder having performed a prior contract in an unsatisfactory manner. F. Lack of competency as revealed by the financial statement, experience of record, equipment schedule, and such inquiries as the Owner may see fit to make. Cr. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. H. The bidder not fling with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part"A"— Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. Fort Worth Water Department C- 10 General Conditions SECTION C3-3 AWARD 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 ENTERPRISEIWOMEN 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 (5) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45)days after the date on which the proposals were opened. C3-3.5 AWARD 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- 1 l General Conditions The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished by the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: - A. Performance Bond: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution Of the work and performance of the contract, and for the protection of the Owner and all other persons against the damage by reason of negligence of the Contractor, or improper execution of the work or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until the provisions as above stipulated are accomplished and final payment is made on the project by the city. B. Maintenance Bond: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. Payment Bond: A good and sufficient payment bond, in an amount not less than. 104 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 56"'Legislature, Regular Session, 1959, effective April 27, 1959, andlor 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. For!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.$ 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 BEGINNEVG WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the"Work Order"or"Proceed Order', it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. Fort Worth water Department C 13 General Conditions C3-3.11 INSURANCE. The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents = for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. r A. Compensation Insurance: The Contractor shall maintain, during the life of this contract, Workers Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub- contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. B. Comprehensive General Liability Insurance. The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance(Public Liability and Property Damage Insurance) in the amount not less than$500,000 covering each occurrence on account of bodily injury, including death,and in an amount _ not less than $500,000 covering each occurrence on account of property damage with$2,000,000 umbrella policy coverage. C. Additional Liability: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability(covers General Contractor's Liability for acts of sub-contractors.) 2. Blasting, prior to any blasting being done. 3. Collapse of building or structures adjacent to excavation(if excavations are to be performed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builders risk(where above-ground structures are involved) 6. Contractual Liability(covers all indemnification requirements of Contract). Fort Worth Water Department C- 14 General Conditions D. Automobile Insurance—Bodily Injury and Property Damage: The Contractor shall procure and maintain, during the life of the Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account on one accident, and automobile property damage insurance in an amount not less than $100,000. E. Scope of Insurance and Special Hazard: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. F. Proof of Carriage of Insurance: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. All insurance requirements made upon the Contractor shall apply to the sub- contractor, should the Prime Contractor's insurance not cover the sub- contractor's work operations. rG. 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 duty qualified one upon whom service of process may be had, and must have the atithority 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 rof the agent or agents shall be set forth on all of such bonds and certificates of insurance. rC3-3.12 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 1P Fort worth water Department C_ 15 General Conditions furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posed in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however,posting and protection of the wage rates shall be the responsibility of the Contractor. _ C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons,partnership, company, firm, association, corporation, or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities,will have or shall establish a fully operational business office within the Fort Worth—Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office(or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise, and as such shall be empowered, thus delegated and directed, to settle all material, labor, or other expenditures, all claims against the work or any other matter associated with such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable,by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed directly by local authority. This same requirement is imposed on insurance surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his discretion, stop all work until a new local authority satisfactory to the Engineer, is assigned. No credit of working time sill be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. Fort Worth Water Department C- 16 General Conditions SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all tabor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by the General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such"Special Provisions"shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the " improvements at any time when as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items or work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other part be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for"Extra Work". No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable t insure completion in the most satisfactory manner,provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. Fort Worth Water Department C- 17 General Conditions C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as"Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: A. Unit bid price previously approved B. An agreed lump sum. C. The actual reasonable cost of(1) labor, (2)rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the project, and (4) actual cost of insurance,bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10%of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation, to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to "Extra Work". No "Change Order" shall become effective until it has been approved and signed by each of the contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve"Extra Work"for which lie should receive compensation, he shall make written request to the Engineer for written orders authorizing such "Extra Work", prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual and reasonable cost thereof as provided under method (Item Q. Claims for"Extra Work"will not be paid unless the Contractor shall file his claim with the Owner within five (5) before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. Fort Worth water Department C- IS 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. 0446 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 %" x I I"sheets and at least five black or blue prints shall b e furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER.PLANT FACILITES: R Within ten (Ia) 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 A. Milestone dates and final project completion dates shall be developed to conform to time constraints,sequencing requirements, and completion time. S. The construction process shall be divided into activities with time durations of approximately fourteen(14)days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the Contract shall not be accounted for within the duration of each activity. D. One critical path shall be shown on the construction schedule. E. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. F. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall be identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and pre-acceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods 3. Shop fabrication and delivery 4. Erection or installation 5. Transmittal of manufacturer's operation and maintenance manuals b. Installed equipment and materials testing 7. Owner's operation instruction(if applicable) 8. Operational testing 9. Final inspection Fort worth Water Department C-20 General Conditions If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. Fort Worth Water Department C-21 General Conditions SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between the Contractor and Owner under the Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall. be a condition of the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 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. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which,taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimensions shall govern over scaled dimensions,plans shall govern over specifications, special conditions shall govern over general conditions, and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event that the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications,or other portions of the Contract _ Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. Fort Worth water Department C- 22 General Conditions C5-5.4 COOPERA'T'ION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every way possible. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English—speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent,to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be a subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICA'T'ION 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 1 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 perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the material or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment and to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however,be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, not to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor,or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents,provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. Fort Worth Water Department C-24 General Conditions C5-5.9 INSPECTOR: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work,but should the work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent, defective, or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.14 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 pians, except as herein specifically provided, or any Extra Work done without written authority, wiII be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause the defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective work or unauthorized work shall not constitute acceptance of such works. C5-5.11 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 Department C- 26 General Conditions It shall be the Contractors responsibility to verify the locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all existing utility companies at least forty- eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: rA. 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: I. Notify the Water Department as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to time and schedule of interruption of their service, or ' 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in composition,an in large bold type shall say: NOTICE Due to Utility Improvement in Your neighborhood, your(water) (slower) service Will be interrupted on between the hours of and This inconvenience will be as short As possible. Thank You, Contractor 116 Address Phone Fort Worth Water Department G 27 General Conditions F B. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but in-anediate. 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. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four(24) hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action,plus 25%of such costs, shall be deducted from monies due or to become due to the Contractor.. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus or discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean,polished, and new appearing condition. No extra compensation will be made to the contactor for any clean-up required on the project. C5-5.18 FINAL ACCEPTANCE: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within ten(10)days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. Fort Worth Water Department C-28 General Conditions SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances, and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea 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 perfonned under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay for reason of such infringement at any time during the prosecution of the work,provided, however, that the Owner will assume the responsibility to defend any and all suits brought for infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to the cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation or a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. Fort Worth Water Department C-29 General Conditions C6-6.5 PUBLIC SAFETY AND CONVENIENCE. Materials or equipment stored about T 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 riot to iinpair the safety or convenience 0fthe 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 perforin 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 r 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 PRI VELEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT OF WAY: For performance o f the contract, the Contractor shall be permitted to use and occupy such portions of the public streets and alleys, or other public places or other right- of-ways as provided for in the ordinances of the City, as shown in the Contract Documents, or as may he 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 night-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+6741d Veron's Civil Statutes,pertinent sections being Nos. 27, 29, 34, 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 sura prices are requested in the Proposal. - C6-6.9 USE OF EXPLOSPVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives,drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner,not less than twenty-four(24) hours in advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Construction Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four(24) hours prior to commencing and Fort Worth water Department C-32 General Conditions shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored, or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES"and shall be under the care of a competent watchmen at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. Cb-5.10 WORK W1TH1N EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work are shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, and to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along or adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least forty-eight (48)hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in ]and 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 Genera]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 constniction of this project shall be restored to the original condition or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts provided at the permanent easement limits,before the fence is cut. Temporary fencing shall be erected in place of fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures, and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon forty-eight(48)hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild,or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6,11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent,servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons perforining 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 CLANS: Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, agents, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatever kind or character, whether real or asserted, arising out of Fort Worts 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 I 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 (3 0) days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: A. The claim has been settled and a release has been obtained from the claimant involved, or Fort Worth Water Department C-35 General Conditions B. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (A) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (B) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the Director may recommend that final payment be made if all other work has been performed and all other obligations to the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting 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 utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that-nay be necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer _ lines have to be taken up or removed,the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service Fort worth Water Department C-36 General Conditions and maintained under the Contract, 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 Port Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-1.2 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--6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work,or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. Fort worth Water Department C-37 General Conditions The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract _ Documents. C6-6.20 PERSONAL LIABILITY OF PLT3LIC OFFICIALS: In carrying out the f provisions of these Contract Documents or in exercising any power or authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX.: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04(H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said - exemption certificate to comply with the State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right of way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04(H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Limited Sale, Excise, and Use Tax permits and information can be obtained from: Comptroller of Public Accounts T Sale Tax Division Austin, Texas Fort Worth Water Department C- 38 General Conditions SECTION C7-7 PROSECUTION AND PROGRESS C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with assistance of workman under his immediate superintendence, work of a value of not Iess than fifty{SO} percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees and workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times,when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTR-ACT: 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. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Fort Worth Water Department C-39 General Conditions Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion"of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public right of way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on the additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor if available. The Contractor may bring in from outside the City of Fort Worth his key man and his superintendent. All other workmen, including equipment - operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the - Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress, All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1.23 "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 CI-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 Generai Conditions on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should rewire 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 s_ 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 terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination is to become effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. Contractor Action: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination. 2. Place no further orders or subcontracts for materials, services,or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated. Fast worn Water Department C-46 General Conditions 1 Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination.. 4. Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer, a. The fabricated or un-fabricated part, work in process, completed work, supplies, and other material produced as part of, or acquired in connection with, the performance of the work terminated by the notice of termination. b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished by the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination. 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to the quantity and quality of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list, as submitted, shall be made prior to final settlement. C. Termination Claim: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60 day period or authorized extension thereof, any an all such claims shall be conclusively deemed waived. D. Amounts: Subject to the provision if Item C7-7.16, the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as Fort Worth Water Department C-47 General 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 Ate: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of work on the basis of information available to it, the amount, if any,due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. Deductions: In arriving at the amount due the contractor(under this section, there shall be deducted (a)all un-liquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion - of this contract; (b) an y claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies, or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. 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 c-ontract when said contract does not contain an ` established contract price for such continued portion. H. No Limitation of Rights: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. Fort Worth Water Department C-48 General Conditions F 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. r r r r r r Fort Worth Water Department C-49 General Conditions SECTION C8-8 MEASURMENT AND PAYMENT 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 s condition of operation. C8-8.3 LUMP SUM: When in the Proposal a"Lump Sum"is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or form the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in Paragraph C5-5.14) for all risks of { whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements or patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew,or replace at his own and proper expense, any defects Fort Worth Water Department C-50 General 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 1$t 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 10"'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 famished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work,which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed.(such payment will be allowed on a basis of 85% of the net invoice value thereof) The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimates rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable Fort Worth water department 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 reconunend final acceptance of the project and final payment thereof as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: prior submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or Property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project,provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said _ requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. Fort Worth Water Department C-52 General Conditions C8-8.16 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 160 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. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents, or the Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation, and clean-up are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications,plans, addenda, modifications, shop drawings, and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. Fort Worth Water Department C-53 General Conditions PART Cl SUPPLEMENTARY CONDITIONS PART C 1 SUPPLEMENTARY CONDITIONS TO PART C—GENERAL CONDITIONS A. GENERAL These Supplementary Conditior_s 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 C 1-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: ?b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items.- PART tems:PART A - NOTICE TO BIDDERS (Advertisement) White SPECIAL INSTRUCTION TO BIDDERS White PART B - PROPOSAL (Bid) White M/WBE BID SPECIFICATIONS Golden Rod PART C - GENERAL.CONDITIONS Canary Yellow PART CI - SUPPLEMENTARY CONDITIONS Green PART D - SPECIAL CONDITIONS Green PARTE - TECHNICAL SPECIFICATIONS White PERMITS/EASEMENTS White PANT F - BONDS AND INSURANCE White PART G - CONTRACT White PART H - PLANSIFIGURES (may be bound separately) White C. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: Delete entire Paragraph CI- 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 Department of the City of Fort Worth, or his duly authorized representative,assistant,or agents. D. DIRECTOR OF ENGINEERING: Add the following paragraph after C 1-1.17 and before C1- 1.18: C1-1.17A 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. Part C Q Cl-1 E. ENGINEER: Delete entire Paragraph C1-1.19, 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 02- 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 I3,ITERPRETATION AND PREPARATION OF PROPOSAL.,Page C2-2 (4)exchange paragraphs C2-2.7,C2-2.8 and.C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security,to the Purchasing Manager or his representative at the official location and stated time set forth in the"Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the"Notice to Bidders." The envelope shall be addressed to the Purchasing Manager,City of Fort Worth Purchasing Division,P.Q.Box 17027,Fort Worth,Texas 76 102. 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 v 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 Pari C1 Cl-2 I IH. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISEIWOMEN-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 corrimission 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 r than negligent misrepresentation)and/or corrunission 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. rI. C3-3.5 AWARD 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." rJ. C3-3.7 BONDS (CITY LET PROJECTS3- Reference Part C, General Conditions,dated November 1, 1987; (City let projects)make the following revisions: r1.Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read; p 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, rin its sole discretion,will determine the adequacy of the proof required herein.. 2. Pg. C3-3(5)Paragraph C3-3.11 INSURANCE delete subparagraph"a. TCOMPENSATION INSURANCE". 3.Pg, C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR rfNSURANCE AND BONDING- -r T Part C_I T K. INSURANCE. Change the following portions of C3-3.1 1 Insurance as shown below: 1. INSURANCE FOR SUBCONTRACTORS: At the end of the first paragraph of Section C3-3.11,after"and for all subcontractors", insert the following sentence: "The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.11 are met for all subcontractors. Failure of the OWNER to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor' liability shall not be limited to the specified mounts of insurance required herein." 2. INSURANCE LIMITS. In Section C3-3.11,after the word 'occurrence", add "laggregate". 3. COMPENSATION INSURANCE. Add the following to the end of Paragraph 0-3.1 la: R "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 C3-3.1lb- 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 C3-3.1 le, 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$1,000,000 per occurrence and 52,000,000 annual aggregate.The Environmental Impairment Liability(EEL)must contain coverage for sudden and accidental contamination or pollution,liability for gradual emissions, and clean-up costs. The EEL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s)." pancl C1-4 6. AUTOMO$Q,E INSURANCE LIMITS: Revise Paragraph C3-3.11 d so that the insurance limit are as follows: Bodily Injury $250,000 each person Bodily Injury $500,000 aggregate Property Damage $100,000 aggregate 7. PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3.1 1f by 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.I i g, delete entire paragraph beginning"Local Agent for Insurance Bonding". 9. DEDUCTABLE LIMITS: Add the following Paragraph 0-3.1 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 C3-3.1 l Lh: "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:'VH"or equivalent measure of financial strength and solvency." 11. NOTIFICATION: Add the following Paragraph C3-3.1 Li. "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 4'artel Cl-5 contracted project. b. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. c. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice ` of cancellation,non-renewal,and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City, g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups.The City must approve in writing any alternative coverage. h. Workers" compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. �— j, Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery, k. In the course of the project, Contractor shall report, in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. 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 RESPONSrBILITiES. 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 I�N'SURED Ali insurance policies for this project except"Worker's Compensation shall be written with the City of Fort Worth, Camp Dresser&McKee Inc., and Freese and Nichols, Inc. listed as additional insured." Part C) Cl-6 L. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the n„ following: (a)The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, N including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b)The contractor shall, for a period of three(3)years following the date of acceptance of the work,maintain records that show(i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L.Right to Audit(Rev. 9/30/02)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government T Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. M. INCREASED OR DECREASED QUANTITIES:_ Part C-General Conditions, Section C4-4 SCOPE OF WORK,Page C 4-4 (1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. N. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4.5c)- 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%. P3rl C i 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 reimburscd 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 O. TESTING COSTS: Section 5-5.12,revise the first sentence to read as follows: "Where, as called for in the Contract Documents,tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." P. LAWS TO BE OBSERVED: Section C6-6.1,delete"or which may be enacted later". After the word "exist"add"at the time of the Contract or may be hereafter exist during the performance of s the Contract." Q. 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 ,F 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 06- 6.12, and replace with the following: "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect,and their personnel at the project site for the Contractor's sole negligence. In addition,the Contractor covenants and agrees to indemnify,hold harmless and defend at its own expense, the Owner, its officers, agents, servants, and employees,from and against all claims or suits for property loss, property damage,personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors, licensees or invitees, whether or not arty such M&M damage or death is caused, ill yvlioie or in par,I by the nal genre of the Owner, its officers, agerris, 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 anE such injury or damage is caused, in whole or ill Part C 1 Cl-8 A part, by the negligence or alleged negli,-euee of the Q:vner, its officers, agents,servants, or emplo"e s. 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 1. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. 2. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F)of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11,enacted August 15, 1991. All such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor,consumable material and other construction costs and costs of material incorporated into the project construction prior to execution of this contract. .� 3. At the time of execution of the Contract Documents by the Contractor,the Contractor shall complete the"Statement of Materials and Other Charges"which identifies the project costs anticipated in the Project into"Materials Incorporated into the Project"and "All Other Charges". The Contract shall be a "Separated Contract". 4. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. 5. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." U. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: 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 Parl Cl C1-9 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, mperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct The same as provided herein. V. $-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85%of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent(5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from * the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the -- Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part CI C1-10 W. C8-8,10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in-.he 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 C8-8 MEASUREMENT AND PAYMENT,Page C8-8 (5), add the following: -- C8-8.14 RIGHT TO AUDIT: a. Contractor agrees that the City shall,until the expiration of three(3)years after.final payment under this contract,have access to and the right to examine and photocopy any directly pertinent books,documents,papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. b. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall,until the expiration of three(3) years after final payment Under 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. pane C1-11 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 far each page thereafter. Y. SCHEDULE OF COSTS: Add the following to Section C8-8: C8-8.15 SCHEDULE COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment,the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HVAC systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codes which will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System,and will not be considered in preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the price bid. The Contractor will also provide a projected payment schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION panni CI-12 PART D SPECIAL CONDITIONS City of Fort worth Eagle Mountain IWTP Phase III Expansion PART D SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — GeneraI Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C—General 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: EAGLE MOUNTAIN WATER TREATMENT PLAINT PRASE III EXPANSION PROJECT NO. P164-060164052003 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally,but not necessarily, follow the guidelines listed below: -- 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above, The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained,the Fort Worth Water Department's General Contract Documents and General Specifications,with latest revisions,are made a part of the General Contract Documents for this project. The Plans,these Special Contract Documents and the rules,regulations,requirements,instructions, drawings or details referred to by manufacturers name,or identification include therein as specifying,referring OF 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 Port Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications,which general specifications shall govern performance of all - such work. CITY � Ck U aI Qres n � �R Part❑Special Condkions.doc D-1 !s , d+fit� City of Fort Wonh Eagle Mountain WTP Phase ill Expansion This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH -� 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS �- Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications maybe purchased at the office of the Transportation and Public Works Director, 1000 Throckinorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown,then applicable published specifications in either of these documents maybe followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division I of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as"non-responsive"and rejecting bids or voiding contract as appropriate as determined by the City Engineer.. D-2 LOCATION AND DESCRIP'T'ION OF PROJECT The Eagle Mountain Water Treatment Plant site is located at 6501 Bowman Roberts Road,Fort Worth, Texas,76179. This Contract consists of the furnishing of all the material, equipment, labor and supervision necessary for the construction of the Eagle Mountain Water Treatment Plant—Phase III Expansion as shown on the plans and as described herein. The Eagle Mountain Water Treatment Plant consists of the original plant facilities (Phase I)constructed in 1992 and the Phase II Expansion constructed in 2000. The existing plant has a 70-mgd treatment capacity and consists of a raw water screen structure;ozonation facilities,including ozone contact basins(3), liquid oxygen(LOX)storage tanks(2), LOX vaporizers(3), ozone generators and power supply units (2),off-gas destruct units(2), and associated appurtenances,piping, valves, and instruments; rapid mix basins(4); three stage flocculation basins (16);sedimentation basins(6); filters(14)and associated backwash pumps (4)and air scour blowers(2); wastewater recovery basins(2)and associated recycle pumps(4); chemical storage and feed facilities; chlorine and ammonia storage,feed,and scrubbing facilities; clearwell storage reservoirs(2);high service pump station, including Northside II pumps (6) and Northside III pumps(5); and associated instrumentation and control system. This project will increase the plant capacity by 35 mgd to a total of 105 mgd. The scope of work for this project, presented in greater detail in Section 01010,includes construction of. a raw water screen structure; two ozone contact basins; a treatment process complex consisting of two rapid mix basins,eight flocculation basins,three sedimentation basins,and six filters;a washwater recovery tank; chemical storage and feed facilities;a chlorine and ammonia building;a 3.5 mgal precast concrete clearwell; a high service pump station; an electrical building; an expanded instrumentation and control system;miscellaneous modifications to the existing plant facilities; and appurtenant piping, equipment,pavement, and facilities. Part D Special Conditions.doc D-2 07115/05 City PT Fort WoTth Eagle Mountain WT? Phase III Expansion D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: I. Certification of coverage("certificate"). A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83, or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, _ leasing companies,motor carriers,owner operators,employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation, 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 govenunental entity prior to being warded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing _ extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. Part a Special Conditions.doc D-3 07/15105 City of Fort worth Eagle Mountain WT? Phase ID Expansion G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten(10)days after the contractor knew or should have known„of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: L Provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; 2. Provide to the Contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 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 whore it contracts, and provide to the Contractor: a.) A certificate of coverage,prior to the other person beginning work on the project; and — b.) A new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year A 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 fled 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 Part D Special Conditions doc D-4 07/15105 C4 of Fm Worth, Eagle Mountain WTP Phase 111 Expansion 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 contractby 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,or to report an employer's failure to provide coverage". D-4 PROJECT DESIGNATION SIGNS A project sign is required for this project. It shall be in accordance with the attached Figure 30(dated 9-18-96) presented at the end of the Special Conditions, The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4'x 8'project signs,project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30,except that they shall be 1'-0"by 2'-0"in size. The information box shall have the following information: For Questions on this Project Call: (8 17) 871-8306 M-F 7:30 am to 4:301 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. Part D Special Conditions.doc D-5 07115/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion D-5 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth,Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. This project is also subject to Federal Wage rates. In no event shall less than the prevailing wage rates, as attached to the end of Part D,be paid. When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict,the higher wage will be used. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However,the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,service lines,or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables,utility services,water mains,sanitary sewer lines,electrical cables,drainage pipes,and all other utilities and structures both above and below ground during construction. The Contractor is liable for all dannages 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 Iines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans,at his own cast and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface,fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility,such property shall not r be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner ofpublic utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be matte necessary by performance of this contract. ` The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best — information available at the time of design,from the owners of the utilities involved and from evidences found on the ground. Pars D Special Conditions doc D-6 07/M05 r City of Fort Worth Eagte Mounlain WTP Phase III Expansion D-7 EXPLORATORY EXCAVATIONS In addition to those areas as maybe designated on the Drawings, it shall be the Contractor's responsibility to excavate and locate existing utilities which may affect construction of the facilities. All exploratory - excavations shall occur for enough in advance to permit any necessary relocation to be made with minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the total price bid for the project. D_g SUBSTITUTIONS The specifications for materials set out the minimum standard of quality,which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material,which has been specified. Where the term "or equal",or"or approved equal"is used,it is understood that if a material,product,or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term"or equal",or"or approved equal"is not used in the specifications,this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However,the Contractor shall have the full responsibility of proving that the proposed substitution is,in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to"substitutions"shall be applicable to all sections of these specifications. D-9 DISPOSAL OF SPOILf7F'ILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department,acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"),of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Adrrunistrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit,including any necessary Engineering studies,shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. Part D special Conditions doe D-7 47115!45 City of Fort Worth Eagle Mountain WTP Phase 111 Expansion D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins,fiber mats,jute netting,temporary seeding,straw mulch,asphalt mulch,plastic liners,rubble liners, .� baled-fray retards,dikes,slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way,clearing and grubbing,the surface area of erodible-earth material exposed by excavation,borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams,other water courses, lakes,ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features,but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way,clearing and grubbing,excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic,temporary soil-erosion-control measures shall be performed as directed �- by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. Z. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other .� structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work,piling,debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels,oils,bitumen,calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. — C. MEASUREMENT AND PAYMENT: All work,materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Part D Special Conditions doc D-8 47115/05 City of Fort'North Eagle Mountain WTP Phase W Expansion D-11 UTILITIES The Contractor shall at his expense provide all utility services,including water, electricity, gas, telephone, etc.,as may be required by him and during the construction and testing period. The City may be able to make provisions for connections to the existing utilities provided that adequate service is available at appropriate points within the plant site;however, the Contractor shall make all necessary arrangements, furnish materials, and perform all labor and services for connections and metering. For utility services �. received by connections to utility lines owned by the City within the plant, the Contractor will be billed by the City each month. D-12 SUBSIDIARY WORK Any and all work specifically governed by documentary requirements for the project,such as conditions imposed by Plans,the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the proposal,shall be considered as a subsidiary item of work,the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-13 RIGHT OF ACCESS Representatives of the Texas Commission on Environmental Quality(TCEQ),Occupational Safety and Health Administration(OSHA), and City Code Inspectors shall have access to the project wherever and whenever it is in preparation or progress,and the Contractor shall provide proper facilities for such access. D-14 OSHA STANDARDS All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration(OSHA). 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 perfonn 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 Ail work under this contract shall be completed within 690 calendar says. Interim completion dates for various facilities shall be met as outlined in Section 01040. Liquidated damages will be assessed the Contractor for failure to complete necessary work to meet these interim completion dates. Substantial Completion of the project is defined as completion of all process structures,pipelines, and equipment,including electrical and instrumentation,having been installed, tested, and commissioned with approval by the Owner and Engineer, allowing the plant to produce 105 million gallons per day(mgd)of potable water, store 10.5 million gallons of treated water, and to pump 105 mgd to the tree distribution system pressure planes fed from the plant. Substantial Completion shall be met within 577 calendar days from the Notice to Proceed and if such date is not met,liquidated damages shall be assessed the Contractor as stated herein. Part D Special Conditions.doc D-9 07/15/05 City of Fart Ww.h Eagle Mountain WTP Phasc III Expanwn The time period between Substantial Completion and Final Completion shall be scheduled for completion of ancillary items that have no impact on the treating, storage, or pumping of water, such as finish grading and paving,painting,and architectural finish work. In the event the Contractor fails to meet the individual interim completion dates of the Project,as outlined in Section 01040,the Owner may withhold money permanently from the Contractor's total compensation at a rate of$3,500.00 per calendar day as liquidated damages until each interim date is met,including added -- expenses for pumping potable water from Holly and Rolling Hills Water Treatment Plants to the Eagle Mountain Water Treatment Plant service area. In the event the Contractor fails to meet the Substantial Completion date of the Project,the Owner may withhold money permanently from the Contractor's total compensation at a rate of$5,000.00 per calcndar day as liquidated damages until Substantial Completion is met,including added expenses for pumping potable water from.Holly and Rolling Hills Water Treatment Plants to Eagle Mountain Water Treatment Plant service area,and added expenses for engineering and inspection services. 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$2,500.00 per calendar day as liquidated damages,including added expenses for engineering services,inspection, loss of revenue, etc., in connection with the Project. Delete the schedule of Liquidated Damages in Section C&-7.10 of the General Conditions. D-Yb 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. Wlieruver in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish,workmanship,or other qualities of similar kind cannot,because of their nature,be specifically and briefly described and are customarily described in general terms,the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words,terms,or clauses. D-17 TERMINATION It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor,in whole or from time to time in part, whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his R 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. Part D Special Conditions.doc D-10 07115/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion 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 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION Prior to the final inspection being conducted for the project,the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. The Construction Manager along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. Payment for substantial completion inspection,as well as final inspection, shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time w of final inspection. Final inspection shall be in conformance with general condition item"C5-5.18 Final Inspection"of PART C-GENERAL CONDITIONS. D-19 FINAL ACCEPTANCE After construction work is satisfactorily completed, the Owner shall make a final inspection of the project. The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with the Plans and Specifications and issue a written statement of final acceptance in accordance with Section C8-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After final acceptance,the Contractor shall provide a two-year Guaranty in accordance with Section C 3-3.7 BONDS and C&8.10 GENERAL GUARANTY, of the General Conditions, commencing the date of final acceptance. D-20 COOPERATION OF CONTRACTORS AND CITY .. It is expected that during various phases of the construction of this Project,other contract work, Eagle Mountain Raw Water Pipeline Projects Communications Tower and Building Project;and Security Improvements Project,will also be in progress at the Eagle Mountain Water Treatment Plant site. Each Contractor shall be required to cooperate to the fullest,each with the other, in coordinating work, eliminating conflicts with work or personnel at all times. In case of conflicts, the Engineer shall determine the responsibility or priority of work and his decisions shall be final. The estimated construction schedules for the other construction contracts are presented in Section 01035. D-21 INTERPRETATION OF REQUIREMENTS a. Interpretation:Any question as to interpretation of drawings and specifications or any questions arising after examination of prernises must be referred to the Engineer in writing. No interpretation nor instructions given verbally by any persons will be considered valid. b. Lack of Understandin> : Lack of understanding of Drawings and Specifications or failure to secure information concerning all conditions will not justify any claims,and extra compensation will not be made simply because of lack of such knowledge. Part D Special Conditions.doc D-1 1 07115105 City of Fort worth Eagie Mountain WTP Phase III Expansion D-22 HAZARDOUS AND TOXIC MATERIALS Insofar as permitted by law,the Owner shall indemnify and gold 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 linxited 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 6252-1.9,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 Cite 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 disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provision and any other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. D-25 (NOT USED) D-26 fNOT USED) Part D Special Conditions.doc D-12 47/15/05 City of Fort Worth Eagle Mountain WT Phase M Expansion 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, Iightning,flood, collapse,windstorm,hail,explosion,riot, civil commotion, smoke,aircraft, land vehicles, vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the Builder's Risk Policy shall be filed with the Owner and shall include a thirty(30)day notice of cancellation of policy provision. D-28 TRENCH SAFETY SYSTEM Information, data,typical design schemes included on the Drawings and Specifications, Section 01665 connection with the trench safety system is for general guidance to the prospective bidders(and Contractor)and shall not be construed to instruct the Contractor nor specify to the Contractor the design or method of implementing a trench safety system. The Contractor shall be solely responsible for all his activities as set forth in Paragraph C6-6 of the General Conditions. The Contractor shall indemnify the Owner and the Engineer from any claim related to trench safety. Insurance coverage shall comply with these requirements. The prospective bidders(and Contractor)shall make such explorations, analyses and other investigations as they deem necessary to inform themselves of the actual conditions to be encountered in performing the work required by the Contract Documents, including,but not limited to, information necessary to develop a trench safety program to comply with all requirements of OSHA,federal, state,and local laws,rules and regulations. Compliance with these laws, rules and regulations,including,but not limited to,IIB 662 and -. HB 665 as adopted by the 72nd Session of the Texas Legislature,shall rest solely with the Contractor. D-29 PUMPING AND DEWATERING OPERATIONS Work to be performed will require draining,pumping and dewatering, and certain cleaning operations necessary to complete the work as specified and as indicated on the Drawings. It is the intent of these specifications that such draining,pumping and dewatering,and cleaning operations shall be the obligation of the Contractor. The existing structures,piping, and valves may leak and the Owner does not guarantee a dry site. The Contractor shall provide all necessary pumping, as required by the excavation work specification,to remove all surface water, groundwater, leakage, and water from other sources from excavations. D-30 CONSTRUCTION MANAGER The General Conditions,Section C-1.19 ENGINEER defines various persons who maybe designated as the Engineer. For the prosecution of this Contract,the term Engineer shall mean the Construction Manager as designated by the Director of the Fort Worth Water Department, together with members of the staff of the Construction Manager who are assigned to the Project. Any contacts the Contractor may wish - to make with any City personnel or consulting engineers, shall be arranged through the Construction Manager. The Contractor shall not act upon any requests or instructions he may receive from any City personnel or consulting engineers nor shall he give instructions or directions to such persons without the approval or consent of the Construction Manager. Part D special Conditions.doc D-13 07115/45 City of Fort Worth Eagle Mountain WTP Phase 111 Expansion 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 will be allowed for delays caused by the replacement of a resident representative. The Contractor shall submit resumes for the Electrical and Instrumentation superintendents listing qualifications and experience records prior to the award of contract for approval by the Owner. All requirements for assignment and replacement of resident superintendents shall'apply equally to Electrical * and instrumentation Superintendents. D-32 CONSTRUCTION MANAGER'S FIELD OFFICE Contractor shall fumish a new(2005)trailer office(approximately 24' x 50')utilizing the basic module construction method as employed by Acton Mobile Industries. or equal, as modified herein. The trailer office shall remain the property of the Owner upon completion of construction. Within ten(10)days after .} notice of contract award,the successful contractor shall submit for approval of the owner a floor plan with the elevations and sections showing details of construction with the type and sizes of materials of construction. The trailer office shall include three(3)private office spaces(approximately 12' x 12'); a reception area ^ f near the front door,a large conference room, a restroom and break area. Refer to drawings attached to the end of Part D for the basic floor plan and specifications. Contractor shall construct a porch and steps at each exterior door,complete with a parch roof. Porch and steps shall be of weather treated lumber. Contractor shall provide a concrete pad of the same general size of the porch. Steps shall have not less than three stringers and steps and porch shall have a wood railing along each exposed side to conform to OSHA and local code requirements. Contractor shall also construct a handicap ramp accessible from the concrete handicap parking area shown on the drawing. Water piping shall be copper and shall be factory installer)to fixture. Provide a gate valve cutoff and valve box at grade and extend to water connection point. All water piping shall be insulated. Contractor shall install a 2"copper service from the building connection to the nearest existing water main within the plant - site. The connection to the existing water main will be as shown on the Drawings,so as to not interrupt water service to the plant. The contractor will provide a 2"water meter and box. Contractor shall obtain water meter from the Fort Worth Water Department, 1000 Throckmorton Street,City Municipal Building, Part D special Conditions.doc D-14 47115/45 C_ily of Fort worth Eagle Mountain WTP Phase III Expansion and pay all applicable fees. Water service shall be installed in accordance with all applicable ordinances, codes and regulations of the City of Port Worth. Contractor shall provide two telephone outlets in each office, a minimum of 6 in the reception-conference area with eight (8)push button hand sets; one telephone shall be a key unit capable of receiving and transferring incoming calls. Telephone system shall have six outside lines (3 local and 2 metro for telephone stations and 1 metro for the fax machine). Contractor shall provide an answering machine to receive calls while the engineer is out of the office. Contractor shall provide furniture of the quantity and description in accordance with the Business Interiors schedule attached to the end of Part D. The contractor is to provide and install the Wide Area Network(WAN)computer connection installation and setup equipment. Contractor will install and provide the following list of material necessary for installation and setup,no or equal will be allowed due to the necessity to coordinate with the owner's WAN System: 1. 1-Nortel Networks Baystack 450-24 Switch,Model No. L2AL22012E24 2. 1-100 MSPS fiber-optics module, Model No. AL2033002(Trailer Side) 3. 1-Lancast 100 MBPS fiber to copper transceiver. (Network Race Side) 9^ 4. 2-Cat5 cable runs to the offices in the construction Trailer. 5. 1-19"rack,4-foot minimum height requirement. (Trailer Side) 6. 1-1000 VA UPS for Rack. — T 1-Tripp Lite Rack mountable surge-protector, Model No. IBAR 12. (Standard for the City of Fort Worth Water Department Network Racks) Fiber optics will be installed and provided by the contractor from the existing computer room to computer equipment rack in the trailer. Contractor to remove trailer equipment and temporary conduit from the trailer to the electrical building at the end of construction. The FWVJD instrumentation group will assist the contractor in installing the WAN programming and startup in the construction office(computer by FWWD). After approval of the submitted floor plans and details by the owner,the contractor, within 30 days after notification,shall deliver,assemble, and locate the office with equipment on the site of the work as directed by the resident engineer;the completed unit shall be leveled,blocked and anchored to withstand wind velocity of 60 miles per hour and have all utilities connected ready for occupancy. When accepted by the Construction Manager,it shall become the property of the owner. The contractor shall,at his expense, pay for all water,sewer,electrical, and non-long distance telephone ' required for the Construction Manager's Trailer. Long distance telephone cost will be reimbursed to the contractor at the end of construction by Change Order. The contractor shall provide weekly janitorial services for the Construction Manager's trailer, D-33 CONTRACTOR'S OFFICE The Contractor shall furnish necessary construction field office trailers for the Contractor's and subcontractors' use. These facilities shall be located within Construction Field Office area as shown on the Drawings. This area,to be constructed by the Contractor, shall also house the permanent field office for the City's Construction Manager, described in D-32. Contractor shall provide temporary utilities(water, Part D Special Condilions.doc D-15 07115/05 City of Fon Worth Eagle Mountain WTP Phase Ill Expansion 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. Contractor shall obtain temporary power from TXU to feed the construction trailer area. Contractor shall coordinate with TXU to obtain power from the existing feeder along the north side of the plant property. .. D-34 (NOT USED) D-35 SANITARY FACILITIES FOR WORKMEN R 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 (3 113 %) Percent of the total contract amount. Demobilization shall equal one half(!!2) 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. The construction schedule shall be prepared in accordance with Sections 01040 and 01315. D-38 CONSTRUC'T'ION LAYOUT The Owner will provide at the site of the work horizontal control in the form of grid reference points and vertical control in the form of bench marks. From the controls established by the Owner, the Contractor shall be responsible for the complete layout of the work and for establishing lines and elevations as needed during construction. The Contractor shall furnish at his own expense labor, including the services of competent personnel,equipment, including accurate surveying instruments,stakes,templates,platforms, tools, and materials as may be required for laying out any and all parts of the work. The Engineer will be available for assistance in an advisory capacity. D-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. Part D Special Conditions.doc D-16 07/15/05 City of Fort Worth Eagle Mountain WTP Phase Ill Expansion All warranty certificates or manufacturer's guarantees, for equipment purchased by the Contractor shall be issued in the name of the City of Fort Worth. D-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. When such extra compensation is claimed,a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall,however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his Performance Bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. D-41 PROGRESS PHOTOGRAPHS A The Contractor shall take photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. Photographs shall be taken with a quality digital camera with date back capability,with lenses ranging form wide angle to 135mrn. Photographs t, shall be taken at locations designated by the Engineer. Two glossy color,3" x 5" prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name, date and time, location,direction of exposure,and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately. Floppy disks with each of the digital photographs stored shall also be provided. The Contractor shall provide forty-eight(48)photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, twenty-four(24)monthly photographs shall be taken to accurately record the work that has progressed during that period. Photographs are to be submitted with the monthly Partial Pay Request in 3-ring plastic binders. ,After the project has been completed and all construction trailers, materials etc. have been removed,the Contractor shall employ a professional photographer approved by the Engineer to photograph the project. Twenty-four(24)photographs are to be taken. Two(2) eight by ten (8" x 10")glossy color prints and negatives are to be provided for each photograph. Negatives shall be of a quality to permit enlargements. Contractor shall also produce a preconstruction videotape of the site, including all areas in the vicinity of and to be affected by construction. This videotape shall be provided to the Owner. Part D Special Conditions.doc D-17 07/15/05 City of Fon Worth Eagle Mountain WTP Phase 111 Expansion D-42 SUBMITTALS The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure that the values,material,equipment,or method of work shall be as described in the submittal. All submittals must be stamped by the Contractor, indicating that they have been checked by the Contractor for compliance with Contract Documents and approved by the Contractor, or contain certifications as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications will be returned to the Contractor without processing. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer of each ease where the proposed change may affect the work of another Contractor or Owner. The Contractor shall ensure coordination of submittals among the related crafts and Subcontractors. Submittals will not be accepted from Subcontractors or suppliers. The Contractor shall assign a number to each submission provided to the Engineer to allow each submittal to be tracked while processing through the review — procedures. Submittals shall be accompanied by the Submittal Transmittal Form provided by the Engineer. A separate form shall be used for each specific item,class of material, equipment, and items specified in separate discrete sections, etc., for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package, or are so functionally related that they should be checked as a unit. ` Assignment of numbers shall be by means of a letter prefix,a sequence number, and letter suffix to indicate resubmittals. Refer to Section 01300 for detailed submittal requirements. Applicable Prefixes are: CO - Change Order CMR - Contractor's Modification Request CTR - Certified Test Report EIR - Equipment Installation Report FO - Field Order MIS - Miscellaneous Submittals NBC Notifications by Contractor OM - Operation and Maintenance Manual PCM - Proposed Contract Modifications PE - Periodical Estimate for Partial Payment RFI - Request For Information PP - Progress Photographs RD - Record Drawing SD - Shop Drawing R SCH Schedule of Progress The sequence number shall be issued in chronological order for each type of submittal. Resubmittals shall — be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the Engineer for processing. As an example, a submittal with the number RD-025 indicates that he submittal is the 25th item of Record Data submitted. Pan 17 Special Conditions doc D-18 07/15/05 City of Fon.Worth Eagle Mountain WTP Phase III Expansion 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. Deliverv: Record Drawings shall be delivered to the Engineer in good condition upon completion and acceptance of the work and before final payment is made. c. requirements: Record Drawings shall be required for all work performed as a part of this project. DA4 SHOP DRAWINGS Equipment and material covered in PART E- SPECIFICATIONS shall have Shop Drawings and Operation and Maintenance Manuals submitted in accordance with Sections 01300 and 01730; regardless if reference is or is not made to Sections 01300 or 01730 within the section of the specification under which the equipment or material is purchased. D-45 RE VEST 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. Part D Special Conditions.doc D-19 03015105 City of Fort Waith Eagle Mountain WTP Phase 111 Expansion 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 bequest 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, ar 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, DA7 RECORD DATA Record Data shall be submitted to provide information as to the general character,style and manufacturer of the equipment to allow the Owner to adequately identify the materials or equipment incorporated into the project. Record Data shall be provided for all equipment and materials of construction. Record Data are not required for items which Shop Drawings and/or Operations and Maintenance manuals are required, Record Data shall be complete to indicate where the material was incorporated into the project,provide schedules of materials and their use,colors,model numbers and other information which would allow this material to be replaced at some future date, Record Data will be received by the Engineer and logged for transmittal to the Owner. Record Data will not be reviewed for comment and no response will be made to the Contractor. D-48 EQUIPMENT INSTALLATION_REPORT A written report shall be submitted by the equipment supplier performing the installation check for ._ equipment as required. This report shall certify that 1)the equipment has been properly installed and lubricated, 2)is in accurate alignment,3) is free from any undue stress imposed by connecting piping, equipment,or anchor bolts,and 4)has been operated under full Ioad 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 Ey 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, .- Part D Special Conditions.doc D-20 07/15/05 City of Fort Worih Eagle Mountain bVTP Phase Ill Expansion �- 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 C445 of the General Conditions. + D-51 UNDER'WRITER'S LABORATORIES LABELING: All electrical materials and equipment to be installed as part of this project shall bear the label of Underwriters' Laboratories,Inc. (UL)or other testing laboratory approved by the City of Fort Worth Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a mechanical equipment package, such as pumps, blowers, etc. The label shall be provided prior to the equipment being shipped to the project site. D-52 STORMWATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality(TCEQ)regulations, a Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required for all construction activities that result in the disturbance of one to five acres(Small Construction.Activity)or five or more acres of total land(Large Construction Activity). The contractor is defined as an"operator"by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnree.state.tK.us/pennitting/water perm/wwpern/construct.htn-A. Soil stabilization and structural practices have been selected and designed in accordance with North.Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized,can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. _ NOTICE OF INTENT(NOI}: If the project will result in a total land disturbance equal to or greater than S acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent(NOI)forth prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a cominitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site.The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required$100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water&General Permits Team; MC-228 P.O. lox 13087 Austin,TX 78711-3087 Part b Special Conditions.doc D-21 07/15105 City of Fort Wonit Eagle Mountain WTP Phase III Expansion A copy of the NO]shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth,TX 76119 NOTICE OF TERMINATION{NOTA: For all sites that qualify as Large Construction Activity,the contractor shall sign,prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Conunission on Environmental Quality Storm Water&General Permits Team;MC-228 P.O. Sox 13087 Austin,TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN(SWPPP). A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. The SWPPP will be prepared by Engineer. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbound copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER.THAN 5 �- ACRES. A Notice of Intent(NOI)form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities.The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP.Deviations from the plan must be submitted to the engineer for approval. i The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination(NOT)form shall be submitted within 30 days atter final stabilization has been achieved on all portions of the site that is the responsibility of the permittee,or,when another permitted operator assumes control over all areas of the site that have not been finally stabilized. w` SMALL CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required_However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion,sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to - assure effective and continuous water pollution control. The controls may include,but not be limited to, silt fences,straw bale dikes,rock berms,diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection,stabilized construction entrances,seeding, sodding,mulching,soil Part D Special Conditions doc D-22 07/15/05 City of Fort Worth Eagle Mountain WTP Phase[if Expansion retention blankets,or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70%as defined by the NCTCOG"BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. END 4F SECTION Fart D Special Conditions doc D-23 07/15/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 -« Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 i. Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving&Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.54 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.49 * Concrete Paving Saw $10.53 Crane, Clamshell,Backhoe, Derrick,Dragline, Shovel(< 1 112 CY) $10.00 Crane, Clamshell,Backhoe,Derrick,Dragline, Shovel 1 1/2 CY) $11.52 * Front End Loader(2 1/2 CY& less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 * Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandern Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 Part D Special Conditions.doc D-24 07/15/05 Cily of Forl Worth Eagle Moumain WTP Phase 111 Expansion CITY OF FORT WORTH BUILDING& CONSTRUCTION TRADE PREVAILING WAGE RATES FOR 2004 HOURLY HOURLY CLASSIFICATION RATE CLASSIFICATION RATE AIR CONDITIONING MECHANIC $15.98 LABORER-COMMON $7.85 AIR CONDITIONING MECHANIC $10.75 LABORER-SKILLED $10.35 HELPER LATHER $14.00 ACOUSTIC CEILING INSTALLER $14.02 LATHER HELPER $11.00 ACOUSTIC CEILING INSTALLER $10.88 METAL BC]ILDING ASSEMBLER $10.00 HELPER METAL BLDG ASSEMBLER $8.70 HELPER ASBESTOS WORKER $10.50 PAINTER $12.83 BRICKLAYER/STONE MASON $17.21 PAINTER HELPER $8.35 BRICKLAYER/STONE MASON $10.16 PIPEFITTER $17.60 HELPER PIPEFITTER HELPER $10.18 CARPENTER $13.92 PLASTERER $16.00 CARPENTER HELPER $10.38 PLASTERER HELPER $11.00 CONCRETE FINISHER $12.68 PLUMBER $16.91 r CONCRETE FINISHER HELPER $9.73 PLUMBER HELPER $9.75 CONCRETE FORM BUILDER $11.97 REINFORCING STEEL SETTER $10.40 CONCRETE FORM BUILDER $9.42 ROOFER $11.87 �- HELPER DRYWALL TAPER $11.33 ROOFER HELPER $8.33 DRYWALL TAPER HELPER $8.00 SHEET METAL WORKER $14.45 ELECTRICIAN JOURNEYMAN $17.46 SHEET METAL WORKER HELPER $9.57 ELECTRICIAN HELPER $11.30 SHEETROCK HANGER $12..45 ELECTRONIC TECHNICLAN $12.50 SHEETROCK HANGER HELPER $9.64 ELECTRONIC TECHNICIAN $8.50 SPRINKLER SYSTEM INSTALLER $16.87 HELPER FLOOR LAYER(CARPET) $17.00 SPRINKLER SYSTEM INSTALLER $10.13 Y FLOOR LAYER(RESILIENT) $16.00 HELPER FLOOR LAYER HELPER $13.50 STEEL WORKER STRUCTURAL. $11.36 GLAZIER $15.02 STEEL WORKER STRUCTURAL $8.80 GLAZIER HELPER $10.90 HELPER INSULATOR $12.04 WELDER $14.70 INSULATOR HELPER $9.40 WELDER HELPER $11.74 HEAVY EQUIPMENT OPERATORS CRANE, CLAMSHELL, BACKHOE, $12.50 FOUNDATION DRILL OPERATOR $13.00 DERRICK, DRAGLFNE, FRONT EMD LOADER OPERATOR $11.22 SHOVEL FORKLIFT OPERATOR $9.63 TRUCK DRIVER $10.31 Part D Special Condilions.doc D-25 07115!05 WAIS Document Retrieval GENERAL DECISION: TX20030045 02/25/2005 TX45 Date: February 25, 2005 General Decision Number: TX20030045 02/25/2005 Superseded General Decision Number: TX020045 State: Texas Construction Types: Heavy and Highway - Counties; Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number Publication Date 0 06/13/2003 1 01/14/2005 2 02/25/2005 SUTX2004-004 11/09/2004 Rates Fringes Air Tool Operator. . . . . . . . . . . . . .$ 10.06 0.00 Asphalt Distributor Operator. . .$ 13.99 0.00 Asphalt paving machine operator$ 12.78 0.00 Asphalt Raker. . . . . . . . . . . . . . . . . .$ 11.01 0. 00 * Asphalt Shoveler. . . . . . . . . . . . . . .$ 8.80 0.00 Batching Plant Weigher. . . . . . . . .$ 14.15 0.00 - Broom or Sweeper Operator. . . . . .$ 9.88 0.00 Bulldozer operator. . . . . . . . . . . . .$ 13.22 0.00 Carpenter. . . . . . . . . . . . . . . . . . . . . .$ 12 .80 0.00 �. Concrete Finisher, Paving. . . . . .$ 12.85 0.00 concrete Finisher, Structures-$ 13.27 0.00 Concrete Paving Curbing Machine Operator. . . . . . . . . . . . .. . .$ 12.00 4.00 Concrete Paving Finishing Maching operator. . . . . . . . . . . . . . .$ 13.63 0.00 Concrete Paving Joint Sealer Operator. . . . . . . . . . . . . . . . . . . . . . .$ 12 .50 0.00 Concrete Paving Saw Operator. . .$ 13.56 0.00 Concrete Paving Spreader Operator. . . . . . . . . . . .$ 14.50 0.00 f Concrete Rubber. . . . . . . . . . . . .$ 10.61 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator. . . . . . . . . . . . . . . . . . . . . . .$ 14.12 0.00 Electrician. . . . . . . . . . . . . . . . . . . .$ 18.12 0.00 Flagger. . . . . . . . . . . . . . . . . . . . . . . .$ 8.43 0.00 Form Builder/Setter, Structures$ 11.63 0.00 Form Setter, Paving & curb. . . . .$ 11.83 0.00 Foundation Drill operator, Crawler Mounted. . . . . . . . . . . . . . . .$ 13.67 0.00 Foundation Drill Operator, Truck Mounted. . . . . . . . . . . . . . . . . .$ 16.30 0.00 Front End Loader Operator. . . . . .$ 12 .62 0.00 Laborer, common. . . . . . . . . . . . . . . .$ 9.18 0.00 Laborer, Utility. . . . . . . . . . . . . . .$ 10.65 0.00 Mechanic. . . . . . . . . . . . . . . . . . . . . . .$ 16.97 0.00 Milling Machine Operator, ral Fine Grade. . . . . . . . . . . . . . . . . . . . .$ 11.83 0.00 Mixer operator. . . . . . . . . . . . . . . . .$ 11-58 0.00 Motor Grader Operator, Fine Grade. . . . . . . . . . . . . . . . . . . . . . . . . .$ 15.20 0.00 Motor Grader Operator, Rough. . .$ 14.50 0.00 oiler. . . . . . . . . . . . . . . . . . . . . . . . . .$ 14 .96 0.00 Painter, Structures. . . . . . . . . . . .$ 13.17 0.00 Pavement Marking Machine Operator. . . . . . . . . . . . . . . . . . . . . . .$ 10.04 0.00 Pipelayer. . . . . . . . . . . . . . . . . . . . . .$ 11.04 0.00 Reinforcing steel Setter, Paving. . . . . . . . . . . . . . . . . . . . . . . . .$ 14.86 0.00 Reinforcing Steel Setter, Structure. . . . . . . . . . . . . . . . $ 16.29 0.00 Roller Operator, Pneumatic, Self-Propelled. . . . . . . . . . . . . . . . .$ 11-07 0.00 Roller operator, Steel Wheel, Flat Wheel/Tamping. . . . . . . . . . . . .$ 10.92 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement. . . . . . . . . . . . .$ 11.28 0.00 Scraper Operator. . . . . . . . . . . . . . .$ 11.42 0.00 Servicer. . . . . . . . . . . . . . . . . . . . . . .$ 12.32 0.00 Slip Form Machine Operator. . . . 0 12-33 0.00 Spreader Box operator. . . . . . . . . .$ 10.92 0.00 Tractor operator, Crawler Type.$ 12 .60 0.00 Tractor operator, Pneumatic. . . .$ 12.91 0.00 Traveling Mixer operator. . . . . . .$ 12-03 0.00 Truck driver, lowboy-Float. . . . .$ 14 .93 0.00 Truck driver, single Axle, Heavy. . . . . . . . . . . . . . . . . . . . . . . . . .$ 11.47 0.00 Truck driver, Single Axle, Light. . . . . . . . . . . . . . . . . . . . . . . . . .$ 10-91 0. 00 Truck Driver, Tandem Axle, Semi-Trailer. . . . . . . . . . . . . . . . . . .$ 11.75 0.00 Truck Driver, Transit-Mix. . . . . .$ 12 .08 0.00 wagon Drill, Boring Machine, Post Hole Driller operator. . . . .$ 14 .00 0.00 welder. . . . . . . . . . . . . . . . . . . . . . . . .$ 13 -57 0.00 Work Zone Barricade Servicer. . .$ 10.09 0.00 ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (2 9CFR 5.5 (a) (1) (i i) ) . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively City of Fort Worth Eagle Mountain WTD' Phase dl[Expansion � F 0 cu � � 11 N Pari D Special Conditions.doc D-27 07/15/05 1 B Q 77ae77,7a��r � a w x lU A U u [n o o x O S � 3 a m Vr o o.� 15 x tom a N 3 LuJ ua Z, �Sa a I 14 G. X 3 5 m 5 T in cc a Y ? Q Ix W � a O u�i �a a�Z5 z a F z 4 y yes EaJ (WGA W o y `ti N 8 ` z D �'f N o Vi o " Ell � �' ❑ Ilj I li IIy -^+u m N W N V W 6. rp x a ¢ o z a s z f11 UZ C G1 ri D nlyI � - EQ n T R a vp 7 o rCJ 4 m�D} aOx U' 7 m 9 er- Z (6 ryt�:. L .. it tV +--• ry 4V v yj F i C.7 ` ® 4 4� O H m i F �x''• 7a V a cc t2 PA z -• m QaSai � x ®o i < d o = 7 z M Ln Uk ul d x � +�ca czoya` Q cc nmtl ` a viiCC 11 6� ry3 : gf = p �r��• �I Y R S' � Z � £] y U v Y S�®tl Lb1 "' -�[.+! 4� m ~ LJ I cc r k Spy U,Of p3 `1, ,qF7 p 6 �Q Z U, 41 LL LL UR 9 Vul❑c. V •_• e ° 14 g 60 Nwa Eno 61 8 CL IL ONO N i.1� d ❑ ' � Fib . Map Fr j LL ©gjti riE R21 I w ui . iPI:prg g2 t EF y ji ya e � uf _ K ��. n i r� 8 . h ail 0 1" ` A A � 1• I-, LL .- �ah I'a rt I I 1 �N� Ijv�Nl� I i I \ I i 1 x 10 ' p i avi N I N o � 2 U N Q I i f MND i 2_ 1 Lt.,.f-yz � I I LL! ' 4 oi ,I n I l,11 (({333 Y _ III I Lry 7 Q L. 0 �� re a = x x x 4ll h 3g W jr LLJ — -------fir � W w LU a .6-,II •.0-14 w o 0 0 - p w C,o 3 � t Quotation BUSINESS INTERIORS" Page 1 of 2 1111 Valley View Lane,Irving,TX 75461 (817)858-ICOR Fax(8'17)850.2020 Quote Quote Customer Order Number Customer Account Proj No Number Date I Number I Representative 123296 7/7/2005 FN120 CANDACE BLACKMON QUOTE TO; Ted Gay / Norma Bailes SHIP TO: Ted Gay / Norma Bailes FREESE AND NICHOLS FREESE AND NICHOLS 4055 INTERNATIONAL. PLABA 4055 INTERNATIONAL PLAZA SUITE 200 SUITE 200 Fort Worth,TX 76109 Fort Worth,TX 76109 P: 817.688.5391 P: 817.688.5391 Terms CASH ACCOUNT Sales Loc. : 82 Express Line quantity Catalog Number!Description Unit Price Extended Amount Thank you for this opportunity to serve you. If you have any questions regarding this quote, please contact: Candace Blackmon @ 817-858-2354 Lead time is 3 to 4 weeks from date ordered. R DELIVERY FEES:All spaces must be free & clear. Based on ground level office space and delivery during normal business hours M-F 8-5. CANCELLATION: All furniture ordered from the manufacturer to meet your specifications is NON-CANCELABLE. 1 5.00 P3262 Metro Classic Double Ped Desk 30D x 60W Select Laminate Finish .W LAM: Walnut Select Paint .L PAINT: Putty 2 5.00 S48ABC Bookcase 4-Shelf 12-5/81) x 34-1/2W x 47H Select Paint .L PAINT: Putty 3 9.00 UTM3012 Metal Utility Table, 300 x 72W Select Laminate Finish W LAM: Walnut Select Paint finish .P PAINT: Black Select Leg finish P PAINTI: Black 4 14.00 314CP 310 Series Vertical File 4 Drawer Legal w/Lock ACCEPTED BY TITLE DATE Quotation BUSINESS INTERIORS' r' Page 2 of 2 1111 Valley View Lane.Irving,TX 78461 (817)858.2000 Fax(817)858.2020 _ Quote Quote Customer Order Number Customer Account Proj No. Number Date Number Representative 123296 7/7/2005 FN120 I CANDACE BLACKMON Line Quantity Catalog Number I Description Unit Price Extended Amount Select Paint .L PAINT: Putty 5 5.00 FCO2 Steel Folding Chair, padded / 4 per carton Frame Options .LBG FRAME: Light Beige folding chairs wlpadded seats 4 chairs per carton $17.00 each 7 5.00 VL601ST11 Executive Desk Chair Black Leather ST11 Pneumatic, Swivel, Tilt, Tilt Tension, Tilt Lock Loop Arms 8 1.00 0187236 36"W x 18"D x 72"H ETA Storage Cabinet Select Paint .L Paint: Putty 9 2.00 9604BL Waste Basket Round/Steel Construction IF Black Finish/6 per carton/$21.50each 23.5 Quart 0 10 1.00 5026 Vertical Filing System Mobile Stand Color: Tropic Sand 11 2.0050026 24" hanging champs for mobile file 6 per carton *******End of Quotation******* ACCEPTED BY TITLE DATA= i B I G Enterprises, Inc. " 9702 East Rush St., So EI Monte, CA 51733-1731 MANUFACTURERS OF ALL-WEATHER, ENCLOSED MODULAR STRUCTURES FOR SECURITY GUARO 6261448-1449 FAX 6261448-3598 STATIONS, TOLL BOOTHS, PARKING ATTENDANTS Web:Www.blgbooth.cpm AND A MULTITUDE OF EXTERIOR AND INTERIOR USES. p Y Email: bigcustom@aol.com Member of N.P.A.-A.S.I.S.-C.S.I.-P.A.C. We Build Your Image LETTER DF TRANSMITTAI- T0-. & YE 3Y, T.NC., D'-a r' : Nov. 6, 2002 i ;lllo TR'b:lrlil-Y E;ILVD. , SUITE 2170 Job hh-talher.. 5,3215 FT. WORTH, TX 7615'57 Att:e nt:i arl s lyl,i k(- ..1x O N,-ame ; F- i;. W01*-th i..iZt el" T)F-jAt.. GLI,2rd k oOL-hsi We Are Sending You —X— Attached Under Separate Craver VIA UPS--Next Day the Following Items : _X... SIIo#•► DrAwings PIall s - Copy Of Letter SaIII PZF S5 F;I--171 t s Specifications Change Order X... St:r' �_}r^t�_Lr~��'t r alr-s iv£7pa.e:.S Da l:I? NO. Descn-i ptzOil 1 SCT i.1 J1271 J /02 TEXAS APPROVED DRnW I NGS/C AI-C:S These Are Transmitted as Checked Below: y --__ I 'ar• AI�I-lrcav�a:l. { F'oI.. Yo�w, Use As Requr-.st2d For- Review and Cnrigit-�ni: REMARKS: `rI-IE: E-N1:1!_ 0GFD TEXAS f-1F=PRUVE:1) DRAWINGS/Effi.-CS ARE FOR YOUR USE AND T MFO RMAT].ON ONLY. SHOULD YOU PIAVE ANY o.Ufa"7`f I f]NS OR REG1LIF c:-S S), Pl_.E nS ' FEEL FREE TO CAI...i.. iYIE. 1)t'1VE l;1ISIG WHARTON & ASSOCIATES OCT 3 � 10130/2002 601 S. MILLIKEN AVE. CF ll ONTA14 RIIO,CA 91761 (949)645-6865 (949)605-6870 FAX •, � •1 • q fees � •• NMN M�N STRUCTURAL CALCULATIONS FOR � 9 � B.I.G. INDUSTRIES GUARDBaOTH 74" x 197" x 86" FORT WORTH, TX WATER DEPT. WIDTH:= 74-IN LENGTH:= 197•IN EAVEMT:= 86-IN ABOVEEAVE 20-IN MATFICAD DEFINED UNITS ARE IN = 1L FT = 12-IN Sl —= IN2 LB = 1M SF= FT 2 KSI = 1000. LB E =29500.KSI IN PSI -- LB PLF — LB PSF - Le Fy:= 55•KSI Cl =— IN IN FT FT DESIGN LOADS PER IBC 2000 TEXAS INDUSTRIALIZED BUILDING CODE COUNCIL GRAVITY This document Is approved pursuant to the Industrialized Ffousing and Bu Wings Act. ROOF LIVE LOAD............ LL:= 30 PSF DRA No. 17 IBC V IRC * ROOF DEAD LOAD......... DL:= 5-PSF Data: I 1 +CSI "z FLOOR LIVE LOAD............LLE:= 50-PSF DRA Si atter . * FLOOR DEAD LOAD......... DLF:= 5-PSF BOOTH DEAD LOAD........,DLB:= 20017•LB APPROX.20 PSF WINDLOADING @'100 MPH,EXPOSURE B FROM TABLE 1609.6.2.1(1) HORIZONTAL(TRANSVERSE) HT:= 15.9-PSF HORIZONTAL(LONGITUDINAL) HL:= 15,9.PSF VERTICAL(ROOF UPLIFT) VU:= -19.1-PSF SEISMIC LOADING r SS:= 0.10 MAX.GROUND MOTION SITE CLASS B(FIG. 1615.1) Fa := 2.5 SITE COE FFICI ENT TABLE 161:5.1.2(1) SMB := Fa SS SMB =0.25 EQ. 16-16 SDS:= 3-SMS SDS = 0-167 EQ. 16-18 R := 4 RESPONSE MODIFICATION COEFF.(TABLE 1617.6)ORD.MOMENT RES. FRAME 1.2-SDSV := 1S V = 0.05 SEISMIC FACTOR FOR BUILDING MATERIAL SPECIFICATIONS: 131G.INDUSTRIES,INC. STEEL: Fy=55,400 PSI 9702 E.RUSK ST. CONCRETE: fc=2500 PSI (NO INSPECTION REQUIRED) S.EL MONTE,CA 9173-5 EXPANSION ANCHORS: HILTI KWIK BOLT 11 PER ICBO ER-4627 +� CHECK FOR BOOTH HOLDOWN AMgRQFS Ms0.= V•EAVEHT��DLB + LL -WIDTH ffVLENGTH ]] Mso 1260.811 FT-LB OT o SISME SETSOAD IIJJti_ ' LL l �A Mwv:= HT•(EAVEHT +ABOVEEAVE)•LENGTH EHT 2 Mwa = 8262.166FT•LB OVERTURNING MOMENT W1 IND GOVERNS SHEAR:a HT'(EAVEHT+ ABOVEEAVE)-LENGTH SHEAR=2305.721 LB D LB y Mr,= 2 (WIDTH -6-IN) Mr= 5666.667 FT-LB BOOTH DEAD LOAD RESISTING MOMENT Mwa - .9-Mr HOLDOWN .- HOLDOWN = 558.029 LB HOLDOWN FORCE REQUIRED PER SIDP WIDTH -6•IN ALLOWABLET 875•LS ALLOWABLE PULLOUT FOR 518" t@ 3"EMBEDMENT 2500 PSI CONCRETE ALLOWABLES 1840•LB ALLOWABLE SMEAR COR 518"Q 3"EMBEDMENT HOLDOWN + SHEAR =0.632 OK C 1.33 ALLOWABLET-2 ALLOWABLES•4 (4) 5/8" HOLDOWNS ARE ADEQUATE CHECK TS 2x2x.083 ROOF JOISTS TO SUPPORT 30 PSF LOAD SPAM:= WIDTH Sx:= .391•IN3 FIS:= 33000-PSI JOIST SPACTNG IS 22 IN. w,= 22.9 N•(LL+ DL) w=64.167 PLF 2 fb:= SPAN •w fb =9361,058 PSI fb =0.284 OIC < 1.0 8•Sx Fb CHECK TS 2x3x.083 ROOF HEADER TEXAS INDUSTRIALIZED BUILDING CODE COUNCIL This document is approved pursuant to the Industrialized Housing and Buildings Act. SPANH := 38.1N Sx:= .681-IN 3 DRA No. 17 IBC ✓ IRC f, WIDTH Date: I1 04 ©z� w •(LL+ DL) w 107.917 PLF 2 ORA Sigriatu SPANH2 fb fb:= w fb =2383.622 PSI -- =0.072 OIC < 1.0 8.Sx Fb CHECK TS 2x3x .083 WALL COLUMNS TO SUPPORT LIVE+DEAD+WIND LOAD Sx.= .696•IN3 AREA:= .821-IN 2 r:- 1,127-IN k, 1.2 9 := EAVEHT COLUMN SPACING IS 38 IN. wH :: HT-SPANH wH = 50.35 PLF fb:= (8FT}2wH fb = 7097.797 PSI 'FIND OK{Fb=33000 PSI 8 Sx B.I.G.INDUSTRIES,INC. ~' 9702 E.RUSH ST. S. EL MONTE,CA 91733 36 10130120( P P:= w SPAN — P = 1996.458 LB AXIAL LOAD fa:= fa= 2431.74 PSI 12 AREA k 1I = 91.571 YIELDS Fa= 13970 PSI, Fa 13970-PSI fa =x.174 OK r Fa COMBINED STRESS IS fa + f b =0.389 OK C 1.33 I� Fa Fb CHECK TS3x3x.083 ENDWALL FRAMES TO RESIST LATERAL LOAD CONSIDER 3x3 CORNER COLUMNS ONLY AT ENDWALLS WITH GLASS PANELS: SHEAR F := F= 1152.85 LB WIND FORCE TO ENDWALL FRAMES 2 FOR WELDED TS 3x3x.083 FRAME MEMBERS Sx:= .916-IN 3 1 := 1.375•IN4 CANTILEVER ARM IS 41"FOR COLUMNS CANT:= 41-IN F-CANT Mcof Mcol =984.735 FT•LB WELDED COLUMN FRAMES TOP/BOTTOM 2�2 fb := Mcol fb = 12904.458 PSI f b = 0.391 OK r 1.33 Sx Fb DEFLECTION: F•(CANT)3 A := A = 0.082 IN < STOIRYDRiFTALLOW:= .025.EAVEHT 12.E-1.2 STORYDRIFTALLOW =2.151N USE FULL THICKNESS 1f8" BUTT WELDS FOR TUBE FRAME CONNECTIONS (ALL AROUND) Moor LB fv 2 75 IN fi IN f„= 716.171 IN fv 0.398 OK < 1.33 3.p 2.75' CENTEA 900•LS •2 LINE WELD IN i9ff# USTRIALIZED BUILDING CODE CO4INOL PLAN VIEW TUBE FRAME SNOWING nt Is approv+3d pursuant HALF OF WELD GROLIPAT MOMENT CONN. Industrialized Nausing and Suildings Act, w�ISC yr IRC YOt v - .��� � B.I.G. IN13CJ�STR1IsS,INC. Signal 9702 E.RUSH ST. S.EL MONTS,CA 9173.3 ��r1 Envelope Compliance Report 2000 IECC COMcbeck-EZ Software Version 2.3 RcIcase I i]ata filename: Untitled TEXAS INDUSTRIALIZED BUILDING CODG COUNCIL This document is approved pursuant to the IndustrWized Housing and Buildings Act. `k x Section 1: Project liifol-11iltion DDA No. 17 16C ✓ ;{ Data: " o x o?- Project Name: port Worth Water Department BIG Guard Bootie DRA Signalu DS614OB-RR Des ignerfContractor BIG Enterprises South EI Monte,CA Document Author: _ George Fink, PC ... Notes: Wall R value is based upon R-I I batt compressed to R-10 effective value. Section 2: General Information Building Location: Pt. Worth,Texas Climate Tone: 6b Heating Degree Days(base 65 degrees P): 2259 , Cooling[degree Days(base 65 dcgrees t•): 2763 Building Use Method ol'Compliance; Activity Type Method Activily�.ypc(s Floor Area Office 99 Project Description(check one): /Ncw Construction __ Addition —Alteration —Unconditioned Shell(File Affidavit) Section 3: 11ega:-icnients Checklist Air Leakage,Component Certification,and Vapor Retarder Regttfrentents Inspection Approved lnilinl Date (YIN) AiI joints anti penetrations are caulked,gasketed, weather-stripped,or otherwise sealed Windows,doors,anti skyli,hts certified as meeting leakage requireniertts _ Component R-Yalues&U-factors lalielcd as certified Vapor retarder not required in this location. lexas 1fIC1L1��Ci^ylxLC� � r �� i�'s�, i13C Building� IRCt; z Ciin)aate-Speeific Req(tireme+its .Gross Cavity Cont, Proposed BtOL;ct Component Nan1Ul-)eseriptio11 Area R-Value R-Value U-I--actur U-Factor Roof 1: Metall Roof without Thermal Blocks 99 19.0 0.0 0.101 0.057 P Exterior Wall I: Metal Frame.24"o.c. 316 10.0 OA 0,126 0,175 Window I: Metal Frame- Double Pane Tinted,shgc 0.58, pf 0.19 50 --- --- 0.490 1.2.30 Door 1: Solid el I --- --- 0.560 0-279 Door 2: Solid 20 --- --- 0.480 0.279 Floor is Unheated Slab-Un-Grade 45 --- --- --- --- (a)Budget U-inctors the used 1isr;soNym-c baseline csalcuiattimis ONI,Y.And wrc nal code rctlnirements, Euveiope PASSES; Design 17%better than code Section a: Compliance Statement 'Flit proposed envelope design represented in this document is consistent with the building plans,specifications and other calculations submit-ted with this hermit application. The proposed envelope system has been designed to meet the 2000 IEC(— requirements in CQMcheck-EZ Versl 2,3 Release 1. 7 Principal Envc',.)pe Desiwner-Name flit; aforej Date e TexaS� In trif!ized `' ^• • r-�` : � Building Cv.,i icil 1BC /. IRU Lighting Compliance Certificate 2000 YGCC COIVIcherk-EZ Software Vcrsion 2.3 Release I Data fjlenaine: Untitled Section 1: Project Inl'orntntion -� Project Name: Fort Worth Writer Dcpartnnent BIG Guard 3ooth DSh 14OB-RR Des it,ner/Con tractor: BIG Enterprises South El Monte,CA Document Author: George pink, ISE Notes: Wall R value is based upoit R-I I batt compressed to R-I{1 enl'ective value. Section 2: Genet•aI Infos-motion Building Location: FI. Worth,Texas Climate Zone: tib Pleating Degree Days(base GS degrees p): 2259 Cooling Degree Clays(base CFS degrees F): 2753 Qttilcline Use Method of Compliance: Activity Type Method Activity Type(s) Floor Area Office ice 99 Project Description(cltieck onc): �ew Construction Addition —Alteration Unconditioned Shell (File Affidavit) Section 3: Requirements Checklist Inspection Approved initiaf Date (YIN) l.on(rols,Switching,and Wiring Independent controls for each space(switch/occupancy sensor) ^r Exceptions: Security lighting.,building lobbylrctrlil storelmail Master switch at entry to hotel/motel gtiest room d I I&I J-1`zed Two switches,dimmer,or occupancy sensor in each space providing But ding Cade Councilr. a uniform illumination pattern Exceptions, Only one luminaire in space; NOV a 12002 An occupant-sensing device controls the area; The area is a corridor,storage, restroom, or lobby APPRO .r D n Ct r, ] '• Photocell/as(ronomical time switch on exterior lights .s� _ 1 F>iceper`nr�s: ��� J;.�J= •'' ! i' L,arae covered areas requiring lighting during daylight hours Tandem wired„ne-Iamp incl three-lamp ballasted luminaires ....... Electronic high-frequency ballastcd luminaires not on same switch yl ._'i''Y ■ Lighting Application Worksheet 2000 IF,CC COMchock-L-L Soft4„are Version 2.3 Release I Section t: Allowed Lighting Power Calculntion A 4 C D Total Floor Allowed Allowed Area Watts Watts Area Category (U) (Watts/112L_LB x C� office 49 1.5 149 Total Allowed Wars- 149 W Section 2: Achard /lighting Powev Calculation 1 A B C » 7, F Fixture Fixture Description 1 Lamps/ /1 of` Fixture ID Limp Description 1 Wattage Per Lamb{Ballast Fixture fixtures Watt. I7�,�C) FP232A guard room/48"T8 32W l Ma,mctic 2 2 64 128 round rest room/Other 1 Magiiet e I 1 20 20 Total Actual Watts= 148 Section 3: Compliance Calculation I f the 716tal lWowed Wans€nlnus the Toto!Aelual!!'alts is greater tlimi or eqt€al to zero, the bvildittl;complies. Total Allowed Watts= 149 Total Actual Watts 148 Project Complit€€ice- I Lighting PASSES: Design 0.3%better than code ry OFTeX 61111 19 Coco C00cil v N NODI Q a 2DO? --I N . Y "17 '! of 'qti •t. Interior Lighting Total aclimal watts grist be less than or equal to tota allowed wilts Allowed Watts Actual Watts Complies(Y[N) 149 143 YFS Exterior Lighting 'rype(s)of exterior lighting sources- Fluorescent Metal FlaiideHigh-pr.Sodium Exceptions: Speclaiized sigua#,directional,and lnarker lighting; lighlin3 highlighting exterior features of historic buildings; advertising signage;srlfety or security Iight'rng.' low-voltage landscape lighting. Section 4: Compliance Statement The proposed lighting design represented in this document is consistent with the building plans,specifical ions and other calculations si3'?miIted with this permit app Iicatinri. The proposed Iighting systein has been designed to incet the 2000 1ECC requirements in COMcheck-EZ Version 2.3 Release I. Al 2 Lam_ _ Principal Lighting Designer-Maine </Stgnl tttr'e Date C,F -rE �� L, D3 AV Texas I ldl�Ltrialiud 4 .� Building Code Council 40" �� � 1Q0 IRC ',:... ....,,... .�x: ..... MeeNinicA Compliance Report 2004 TFCCn � ��, .� COMcheck-EZSoftware Vcrsion 2.3 Release I ���.�,,• ••• �f?��)� Data filename: Untitled Section 1: 1"i-oject Information Booth Project Nance: Wa Tort Werth ter Departnicnt �' '.' ,-. TRIG G 13 t Guard •�� ;- • � ,, •�,�� l]56 14t}E-itR DesisnerlCon.,actor. f3}G Enterprises , '3 South El Moate,CAS Document Author- George Fink, pE Notes: Wall R value is Eased upon R-1 l batt compressed to R-10 effective value, Section z: General Information Texas illdlasidaiized f3uifd}ntr Location: Ft.Worth, Texas BUi�din{g Coda Council Climate zone: 6b �r i Heating Degree flays(base 65 degrees F): 2259 Cooling Degree Days(false 65 degrees r): 2763 -- Buifdin, Use Method of Compliance: Activity Type'Method NOV projec escr:ption(check one): r7 -ROVED �. . ew Construction Addition Alteration Unconditioned shell (Pile Arfidavit) ' t + Section 3: Mecltanical Systems List j uanti System Tyne&Descri tion 1 HVAC Systent 1: Heating.Other,Electric 1 Cooling. Rooftop Package Unit,Capacity<65 kBudli, Air- Cooled Condenser 1 Single Zone Section 4: Requirements Clieciclist Generic Requirements: Must be met fry;911 systems to whicli the requirement is npplicable [ ) I. Load calculations per 1997 ASl-1RAE Fundamentals f ] 2. Plant equipment and system capacity no greater than needed to 111cet loads Exception; Standby equipment automatically off when primary system is operating - Exception: Multiple units controlled to sequence operation as a #'unet ion of load [ ] 3. Minimum one temperature control device per systew [ ] 4. Minimum one humidity control device per installed htnnidiiication/dehtimidificatioii system [ j 5. 'T'hermostatic controls must have 5 deg. l±deadband - Exception Thermostats requiring nianttaI changeover between heating and cooling 5. Automatic Controls: Setback to 55 deg. F(heat)and 85 deg, F(cool);7-day clock,2-hour occupant override, I0-hour backup —• -Exception: Continuously operating zones - Exception:2 kW demand or less,submit calculations [ ] 7. Automatic slitit-offdampers on exhaust systems and supply systems with airflow X3,000 cf+n E l 8. Outside-air source for ventilation;system capable of reducing OSA to required minimum [ ] 9. R-5 supply and return air duct insulation in unconditioned spaces R-8 supply and return air duct insulation outside the building R-8 insulation betwecn ducts and the building exterior when ducts are part of a building assembly - - Exception: Duck locntcd within equipment Exception: Ducts with interior and exterior tcmperature difference not excecdin=y 15 deg. F, { ] , 10- Ducts sealed - longitudinal scants on rigid ducts; transverse scams on a I I ducts, UL 13 i r1 or 18 I l3 tapes and mastics ( j i t.. Mechanical fasteners and sealants used to connect ducts and air distribution equivalent . .......... [ ] 12. Operation and maintenance manual provided to building owner [ ] 13, Balancing devices provided in accordance with IMC 603.15 Requirements Specitic To: HVAC System i ...I. ..._.°.:. [ j I. Newly purchased cooling equipment will meet the cooling efficiency rcgtsiremeiats � ��e'�=�' � 5.blfl',]K ........ ... .., - Section 5. Requirements Description ,....,�� -� <I. •`J The following section provides a more detailed explanation oFthe requirements listed in Section 4. �. ';i'� •' j� Generic Requirements: Must be met by rill systems to which the requirement is applicable I. Design heating and cooling loads for[lie building must be determined using procedures equivalent to those in Chapters 27 and 28 of the ASHRAE I-lanclbook of Fundamentals or an approved equivalent calculation procedure. 2. All equipment and systems must be sized to be no greater than needed to meet eaiculawl loads. A single Piece oFcquipment providing lath hcating mid cooling must satisfy this provision For one function with the capacity for the other function as small as possible,within available equipment options. -Exception: 3'hc equipment and/or system capacity may be greater than calculated loads for standby purposes.Standby equipment must be automatically controlled to be off when the primary equipment and/or system is operating. Exception: Multiple tants or the same equipment type whose combined eapacilies cxcecd the calculated load are allowed if they are provided.with controls to sequence operation of tiie units as the load increases or decreases, 3. Each heating or cooling system serving a single zone must have its own temperature control device. 4. Each htunidification system must have ils own humidity control device. 5. Thermostats conn-nlling both heating and cooling must be capable of maintaining a 5 degree F deadband(a ran e of temperature where no heating or cooling is provided). -Exception: Deadband capability is not required if the thermostat does not have automatic changeover capability between heating and cooling. 6. The system or zone control must be a programr-cable thermostat or other automatic control meeting the foliovving criteria:a) capable of setting back temperature to 55 degree r during heating and setting up to 85 degree F during coolin,gb) capable or automatically setting back or shutting down systems during unoccupied hours using 7 different day sche(Julesc) have an accessible 2-hour occupant ovrrrided) have a bnttery back-up capable of maintaining programmed settings for gat least 10 hours without power. - Exception: A setbnck or shutoff control is not required on thermostats that control systems serving ureas that operate continuousiy. -Exception: A setback or shuloff control is not required on systems with total enervly demand of 2 kW (6,826 Biiilh)or less. 7. Outdoor-air supply systems with design airflow rates X3,000 cfm of outdoor air and all exhaust systems must have dampers Ihat are automatically closed while the equipment is not operating. 3. The System must supply otttside ventilation air as required by Chapter 4 of the international Mechanical Code. IFit verrtiiation system is designed to supply outdoor-air quantities exceeding minimum required levels, the system must be capable of reducing outdoor-air flow to the minimurn required levels. 9. Air ducts must be insulated to [lie following levels:a) Supply and return air ducts ror conditioned air located in unconditioned spaces(spaces neither heated nor cooled)must be insulated with a minimum of R-5. Unconditioned spaces include attics,crawl spaces,unheated basements,and unheated garagcs.b) Supply and return air ducts and plenurns must be insulated to a minimum of R-8 when located outside the buildings) When ducts are located within exterior components(cg., floors or roofs),minimum R-8 insulation is required only between tate.duct and the building exterior. - Exception: Duct insulation is not required on ducts located within equipment. Cxceptiow Duct insulation is trot required when the design temperature difference bet��e�i[�it�it �el'1c+�;�f �l1i and exterior of the duct or plenum does not exceed 15 degree F. ��li�"lr � U��� crvi,lnd 10. All joints. longitudinal and transverse seams,and connections in ductwork must be securely�leDIV: �Ttu NOV 012002 ' ;tl,1jnent.s; mcch,inical fasteners with suis,,gaskets,or ninstics,mesh and mostic scaling systernis:or tapes. F"..1"cs and 11:15tics must be listed and labeled in accordmice with U1, 131 A or UL 13113. .., 1 4. Mechanical fasteners ned seals, elastics,or 1raskets must be used when connectins,ducts to fele,and other air dwribi-,ion equipmem. inchiding meiltiple-zoite termillal units. 12. Opel;tion and maintenance documentation insist be provided to the owner that includes at least the rA!owing infornmation:ta)•equipitlenGcapacity(irlpul gild output)and required mainfenalnce actiorisb) equipment operation end inaintenalice manualsc) HVAC systeart c(ailtrol maintenance and calibi-ation information. im-hiding wiring dingrains, schematics,and control sequence descriptions-,dcsired or field-determined set points must sac permwiently recorded oil control drawings,at control devices,or, for digital control systems, in lars�;raltnnl€rtgconuucntsd) complete narrative vfhowench system is intended to opernle. 13, Fach mpply air outlot or diffuser and each zone terminal device (such as VAV or mixing,box)deist have its own balancin-device. Aecepmble balancing devices include adjustable dampers located within the ductwork, tr rtt;itial &.-vices.and siirply air diffusers. I,cqu-emellIs Specif-1C Ta: IIVAC System I i, I lie specified coo iing equipment is covered by Federal mininitini eFI icleilcy requirements.Neiv equipment of this type can be assumed to meet or exceed ASi-1RAE 90.1 Code requirenicnts for equipment efficiency. ScO41,1 : Compliance Statement Thr prnposcd inechanicai dcsi�.;il represented in this document is consistent with the building plans,specificaiticins acid other calcillations Sublilitted with this permit application. The proposed nlecha111eal:Systems have been designed t, nlcst elle 1000 1l CC recluirenicnts in COMcheck-CZ Vtrsion 23,Release I. Princip-a! N1ccllanica€ Des,igner-Natnle Sir,ture Date 'MJF 7 luxas 1ndtls�fiaii-zst� y . ' Rr r Buklinfg Code icii 0 12002 APPROVED ` 7 ADC tr r r s r r r i ' TEXAS WATER DEVELOPMENT BOARD ' DOCUMENTS r i t Texas Water Development Board .� SUPPLEMENTAL CONTRACT CONDITIONS For Projects Funded through the Clean 'Water State Revolving Loan Program (Tier 3) ., and Drinking Water State Revolving Loan Program r "'■ WRD-7020 Revised 2-28-2405 Appendix F 26 TWDB SUPPLEMENTAL CONDITIONS �- CWSRF Tier 3, and DWSRF Table of Contents Instructions to Bidders Conditions: �- 1. Minority and Women_-Owned Businesses Enterprise Goals 2. Contingent Award of Contract - -- 3. Equal Employnnent Opportunity and Affirmative Action 4. Debarment and Suspension Certification 5. Bid.Guarantee Forms to be submitted with bids attached • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WIZD-255) • MWBE Afftnnative Steps Certification and Coals (WRD-.217) Construction Contract Supplemental Conditions Conditions: 1. Supersession 2. Privity of Contract 3. Definitions 4. Laws to be Observed MR 5. Review by Owners and TWDB 6. Performance and Payment Bonds 7. Progress PaDnents and Payment Schedule 8. Worlanan's Compensation. Insurance Coverace 9. Changes 10. Prevailing Wage Rates 11. Contract Work Hours Rets uirements(29 GFR 5.1, & 5.6) 12. Equal Employment Upportunity and Affinnative Action (41 CFR 60-1.4, 1.7, 1.8,4.2, and 4.3) 13. Debannent and Suspension (40 CFR 32, Appendix B) .� 14. Minority and Women-Owned Business Enterprise 15. Archeological Discoveries and Cultural Resources 16. Endai7 eyed S ecies .� 17. Hazardous Materials 18. Proie� ct S�1 19. Oneration and Mainteiiance Manuals and Training 20. As-built Dimensions and Drawings Forams to be submitted with executed contracts: • Contractor's Act of Assurance(ED-103) • Contractor's Resolution on Authorized Representative (ED-104) • MWBE Affirmative Steps Solicitation Report(WRD-216) • MWBE Self-Certification (WRD-218) Forms to be submitted during construction: • MWBE Certification and Participation Summary(WRD-373) WRD-7020 Revised 2-28-2005 Appendix F 27 EPA AND TWDB SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. MINORITY AND WOMEN-OWNED BUINESS ENTERPRISE GOALS-This contract is subject to the EPA established Minority Business Enterprise(MBE)/Women's Business Enterprise(WBE)"fair share"goals: MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%; EQUIPMENT 5%. tr' WBE: CONSTRUCTION 5.3%; SUPPLIES 7.6%u; SERVICES 14.5%; EQUIPMENT 7.6%. TWDB document Guidance for Utilization of Small,Minority and Women Owned Businesses, SRF-52v3 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS(WRD-21.7)with the bid,to demonstrate the Prime Contractor's understanding and commitment to taking affirmative steps. The contractor must provide the Owner with the information required for Loan Grant Participation Sumniary, TWDB document SRF-373 and provide sufficient documentation(TWDB WRD-216)that a "good faith effort"was made in offering fair opportunity for participation by qualified SMWBE firms, This information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding of this contract. 2. CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan F or grant from the Texas Water Development Board, and a grant from the United States Environmental u Protection Agency(U.S. EPA.) Neither the State of Texas,or U.S.EPA nor any of its departments, agencies,or employees are or will be a party to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment-All qualified applicants will receive consideration for employment without regard to race,color,religion, sex,age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246,as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. The Bidder's EEOfNSF Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities(WRD-255) must be submitted with the bid. 4. DEBARMENT AND SUSPENSION CERTIFICATION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the provisions the federal Debarment and Suspension requirements of 40 CFR Part 32,including but not limited to Appendix B as follows: Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 4.1.By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. WRD-7020 Revised 2.28-2005 Appendix F 28 4. 2.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4.3.The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4.4.The terms covered transaction,debarred, suspended,ineligible,lower tier covered transaction, participant,person,primary covered transaction,principal,proposal, and voluntarily excluded,as used in this clause,have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 4.5.The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with ^• a person who is proposed for debarment under 48 CFR part 9,subpart 9.4,debarred,suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 4.6.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled"Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 4.7. A participant in a covered transaction may rely upon a certification of a prospective participant in a ]ower tier covered transaction that it is not proposed for debarment under 48 CFR part 9,subpart 9.4, debarred,suspended, ineligible,or voluntarily excluded from covered transactions,unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to,check the List of Parties Excluded. from Federal Procurement and Nonprocurement Programs. 4.8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 4.9. Except for transactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for �. debarment under 48 CFR part 9, subpart 9.4,suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including _. suspension and/or debarment_ Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1)The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency, (2)Where the prospective lower tier participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. E 5. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code. 17.183). If a bid bond is provided, the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1.Bond of Surety Company;Chapter 7 of the Insurance Code. Forms to be submitted with Bid: WRD-7020 Revised 2-28-2045 Appendix F 29 • Rudder's EEO/NSF Certifications regarding Equal Employment Opport mitt'and Non-Segregated Facilities(WRD-255) ■ Prime Contractor Affirmative Steps Certification and Goals(WRD-217) Construction Contract Supplemental Conditions Conditions: 1. The SUPERSESSION Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither -� the State of Texas,nor any of its departments, agencies or employees is, or will be, a parry to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. DEFIMTIONS (a) The term Owner means the local entity contracting for the construction services. j (b)The term"TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perforrn the functions of such Administrator, or the authorized representative thereof. 4. LAWS TO BE OBSERVED In the execution of the Contract,the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor,safety,minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State,and Local laws,ordinances and regulations which in any mariner affect the conduct of the work, and shall indemnify and save harmless the Owner,Texas Water Development Board,and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER, and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall,at all times have access to and be permitted to observe and review all work, materials,equipment, payrolls,personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract,provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 6. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved pians and specifications and in accordance with sound construction principles and practices; and (b) the performance and payment bonds shall be in a penal sum of not less than 140 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. (c)The contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. WRRD-7020 Revised 2-28-2005 Appendix F 30 7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule,showing the proposed dates of starting and completing each of the various sections of the work,the anticipated monthly payments to become due the Contractor,and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN-The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract,so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c)Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the month and submit it, with the required number of copies,to the Engineer for his review. Except as provided in Paragraph(3) of this subsection,the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date,the value of materials properly stored on the site and deducting(1) five percent(5%)of the total amount,as a retainage and(2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement(or cost breakdown approved pursuant to section G.b relating to lump sum bids)and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. -- (3) This clause applies to contracts when the Owner is a Municipal Utility District, or Water Control and Improvement District. The retainage shall be ten percent of the amount otherwise due until at least -, fifty percent of the work has been completed.After the project is fifty percent completed,the District may reduce the retainage from ten percent to no less than five percent. (4)The five percent(5%)retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5%and the Owner is not legally exempted from the condition(i.e certain types of water districts). "r The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. (d) Withholding Payments.The Owner may withhold from any payment otherwise due the Contractor so .� much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by WRD-7020 Revised 2-28-2005 Appendix.F 31 them- The foregoing provisions shall be construed solely for the benefit of the Owner and will not ,■ require the Owner to detennine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in PW no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be trade subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards)and other general and special conditions elsewhere in this contract. (e) Final Payment. (1)Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under,or by virtue of,this contract,except claims which are specifically exempted by the contractor to be set forth ". therein.Unless otherwise provided in this contract,by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or 'w cost breakdown(if lump sum),as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. r (3) The retainage and its interest earnings,if any,shall not be paid to the Contractor until the TW-DB has authorized a reduction in,or release of,retainage on the contract work. e• (4) Withholding of any amount due the Owner,under general and/or special conditions regarding "Liquidated Damages,"shall be deducted from the final payment due the Contractor. 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. (c) A contractor who has a contract that requires workers'compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. '! (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e)In this section: +'r (1)"Building or construction" includes: (A)erecting or preparing to erect a structure, including a building,bridge,roadway,public utility facility, or related appurtenance; ., (B)remodeling,extending,repairing,or demolishing a structure;or (C)otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. CFIANGES WRD-7420 Revised 2-28-2005 Appendix F 32 r (a)The Owner may at any time,without notice:to any surety,by written order,make any change in the work within the general scope of the contract,including but not limited to changes: (1)In the specifications(including drawings and designs); (2)In the time,method or manner of performance of the work; (3)In the Owner-furnished facilities,equipment,materials,services or site,or (4)Directing acceleration in the performance of the work. (5)The original contract price may not be increased under this section by more than 25 percent-The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Government Code 271.060) (b)A change order shall also be any other written order(including direction, instruction, interpretation or determination)from the Owner which causes any change,provided the contractor gives the Owner written notice stating the date,circumstances and source of the order and that the contractor regards the order as a ^� change order. (c)Except as provided in this clause,no order,statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d)If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract,whether or not changed by any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications,no claim for any change under paragraph(a)(2)above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible,the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e)If the contractor intends to assert a claim for an equitable adjustment under this clause,the contractor must, within 30 days after receipt of a written change order under paragraph(a)(1)or the furnishing of a written notice tinder paragraph(a)(2),submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30-day period.The contractor may include the statement of claim in the notice under paragraph(2)of this changes clause. (f)No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under -• this contract. (g)Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. 10. PREVAILING WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. The applicable provisions include,but are not limited to the following: § 2258.021.Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed;and (2)not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b)Subsection (a)does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a ., contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state,or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch. 165, § 18.01,eff. Sept. 1, 1997. §2258.023.Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a)The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or WRt3-7020 Revised 2-28-2005 Appendix F 33 part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 2258.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled to collect a penalty under this section only if the municipality has a population a' of more than 10,000. Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff.Sept. 1, 1995. §2258.024.Records r (a)A contractor and subcontractor shall keep a record showing (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and ..� (2)the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff. Sept. 1, 1995. §225$.025.Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. Added by Acts 1995, 74th Leg.,ch. 76,§ 5.49(a),eff. Sept. 1, 1995- 11. CONTRACT WORK HOURS REQU[RMENTS(29 CFR 5.I,&5.6)-This provision only applies I" to Clean.Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, M* including but not limited to the following. Sec.5.5 Contract provisions and related matters. (a)omitted. (b)Contract Work Hours and Safety Standards Act.The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs(b)(1),(2),(3),and(4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act.These clauses shall be inserted in addition to the clauses required pe by Sec. 5.5(a)or 4.6 of part 4 of this title-As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit A any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of IP forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b)(1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen and guards, employed in violation of the clause set forth in paragraph(b)(1)of this section,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set. forth in paragraph(b)(l)of this section. (3) Withholding for unpaid wages and liquidated damages.The(write in the name of the Federal agency or the loan or grant.Owner)shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such WRD-702C Revised 2-28-2005 Appendix F 34 contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2)of this section_ (4) Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts_The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 'R (b)(1)through(4)of this section. (c)In addition to the clauses contained in paragraph(b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1,the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics,including guards and watchmen,working on the contract. Such records shall contain the name and address of each such employee,social security number,correct classifications,hourly rates of wages paid, daily and weekly number of hours worked,deductions made,and actual wages paid.Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection,copying,or transcription by authorized representatives of the (write the name of agency)and the Department of Labor,and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. IL EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than$10,000. During the performance of this contract,the Contractor agrees as follows: (a)The Contractor will not discriminate against any employee or applicant for employment because 4' of race,color,religion,sex,age,handicap,or national origin.The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race,color, religion, sex,age,handicap,or national origin. Such action shall include,but not be limited to the following: Employment,upgrading,demotion,or transfer; recruitment or recruitment advertising;layoff or termination;rates of pay or other forms of compensation;and selection for training, including apprenticeship.The Contractor agrees to post in conspicuous places, available to employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (b)The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive considerations for employment without regard to race,color,religion,sex,age,handicap,or national origin. (c)The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice to be provided advising the said labor union or workers'representatives of the Contractor's convnitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d)The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A.621 (1985),Executive Order 12250 of November 2, 1980,the Rehabilitation Act of 1973,29 U_S.C.A. 701 et seq. (1985),and of the rules,regulations,and relevant orders of the Secretary of Labor. WRD-702C Revised 2-28-2005 Appendix F 35 r� (e)The Contractor will furnish all information and reports required by Executive Order 11245 of PW September 24, 1955,and by rules,regulations, and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,and orders. (f)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations, or orders,this contract may be canceled,terminated, or CW suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1955,and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (g)The Contractor will include the portion of the sentence immediately preceding paragraph(a)and the provisions of paragraphs(a)through(g) in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965,so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions,including sanctions for noncompliance:PROVIDED,HOWEVER,That in the event a Contractor becomes involved in,or is W threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h)The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause,specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications,as set forth in 41 CFR Part 50-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed.The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract,and in each trade,and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract,the Executive Order,and the regulations in 41 CFR Part 604.The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area.Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers(512)229-5835.The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier,subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13. DEBARMENT AND SUSPENSION-This provisions applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. W-RD-7020 Revised 2-28-2005 Appendix F 36 14. MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. (a) The Contractor shall, if awarding sub-agreements,to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to use minority and women business when possible as sources of supplies,construction,equipment and services by taking the following steps:. (1) Including qualified small,minority,and women's businesses on solicitation lists; (2) Assuring that small, minority,and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements,when economically feasible,into small tasks or quantities to permit maximum participation of small,minority,and women's businesses; (4) Establishing delivery schedules,where the requirements of the work permit, which will encourage participation by small,minority,and women's businesses;and .. (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the.U.S. Department of Commerce,as appropriate- (b)The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in Texas Water Development Board's Guidance for Utilization of Small,Minority& Women-Owned Businesses,SRF-052v3 in procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned Business Participation. 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of ., Texas. The Owner has previously coordinated with the appropriate agencies and impacts to/mown cultural or archeological deposits have been avoided or mitigated. However,the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6-41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun,the Contractor shall immediately cease operations in that particular area and notify the Owner,the TWDB,and the Texas Antiquities Committee,P.O.Box 12276,Capitol Station, Austin,Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWIDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 16. ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act(ESA),and/or the State of Texas Parks and Wildlife Code on Endangered Species,or to destroy or adversely modify the habitat of such species. WRD-702C Revised 2-28-2405 Appendix F 37 If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service,and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing,removal or disposition of hazardous materials on sites owned or controlled by the Owner. 18. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation,and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings,product data, and samples,and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manna: until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three(3)times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirenieuts of terms of Contract. (c) The Contractor shall provide the services of trained,qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating persorrnel in the proper manner of performing routine operation and maintenance of the equipment. (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. (e) Each manual to be bound ui a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. (2) A list of recommended stock of parts, including part number and quantity. w (3) Complete replacement parts list. WRD-702C Revised 2-28-2005 Appendix F 38 (4) Performance data and rating tables. (5) Specific instructions for installation,operation,adjustment,and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS-BUIELT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical)of all facilities. (b) Upon completion of each facility,the Contractor shall furnish Owner with one set of direct prints, marked with red pencil,to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: - (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. - (4) Deletions,additions,and changes to scope of work. (5) Any other changes made. Forms to be submitted with executed contracts: -; • Contractor's Act of Assurance (ED-103) , • Contractor's Resolution on Authorized Representative(1:D-144) • Affirmative Steps Solicitation Report(WRD-216) .., • SMWBE Self-Certification (WRD-218) Form to be submitted during construction: • Loan/Grant Participation Summary_(SRF-373) W D-7020 Revised 2-28-2005 Appendix F 39 ED-103 01!03101 CONTRACTOR'S ACT OF ASSURANCE r STATE OF'TEXAS B COUNTY OF Denton A BEFORE ME, +' ' '� - , a Notary Public duly commissioned and qualified in and for the County of Denton in the State of Texas came and appeared Oscar Renda Contracting, Inc. , as represented byfG the corporation's Ot ce Are r-tAewf- , who declares he/she is authorized to represent Oscar Renda Contracting, Inc. pursuant to provisions of a resolution adopted by said corporation on the— 1-,4 day of , 20 01f (a duly certified copy of such resolution is attached to and is hereby made a part of this docurnent). F-9-AN 1, "WDA , as the representative of Oscar Renda Contracting, Inc. declares that Oscar Renda Contracting,_Inc. assures the Texas Water Development Board that it will construct the Eagle Mountain Water Treatment Plant--Phase III Expansion project at 6801 Bowman Roberts Road, Fort Worth , Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. 7 GIVEN UNDER MY HAND and seal of office this ��� day of 2005- A.D. �, ,�, a°° LISA D.THOMPSON r IIOIARYrrP4M STATE 4F Ib1tAS Ff y ctrat�taM txrtRt;s: , � '4'a AUQUTAT 23.2004 'sem Pnnted Name "� My Commission expires ' 2�a OSCAR ,RENDA *No CONTRACTING UNANIMOUS CONSENT OF DIRECTORS OF OSCAR RENDA CONTRACTING, INC. The undersigned, being all of the Directors of Oscar Renda Contracting, Inc. (the "Company"), a Texas corporation, do by this writing consent to take the following'action in lieu of a meeting of the Directors of the Company. •� This unanimous consent is executed in accordance with the provisions of the Bylaws of the Company. The undersigned direct that this consent be filed with the minutes of proceedings of the Directors of the Company. This unanimous consent is execrated pursuant to Article 9.148 of the Texas Business Corporation r* Act,which authorizes the taking of action, by Directors by unanimous consent without a meeting. WHEREAS, from time to time it would be advantageous to the Company that, in addition to the F- President, one or more Vice ,Presidents be authorized to execute on behalf of the Company contracts and other engagements by and under which the Company will perform its usual and customary services for others, but expressly not to be given the authority to incur debt through loans made to the Company, and the Directors of *" the Company have determined that it would be in the best interest of the Company to adopt resolutions that would confirm the authority of division Vice-Presidents to enter into contracts on behalf of the Company. THEREFORE, BE IT RESOLVED by the Directors of the Company as follows: 1. In addition to the President,as the chief executive officer of the Corporation, the following: Rudolph J Renda Executive Vice-President Frank Renda Vice President - Operations has and shall have the authority,and each is hereby authorized and empowered, to enter into construction contracts, buds, offers, proposals, and the like (herein"contracts") both written and oral, in the name and on " behalf of the Company, upon such terms and conditions as may be agreed upon by him,and the agreement to and execution of all such contracts by him shall be(i) conclusive evidence that he considers the terms and provisions thereof to be proper, and (ii) an express representation that the President, Rudolph J Renda or Frank Renda, as the case may be, has entered into the contract on behalf of the Company pursuant to his duties, powers and authority as granted by these resolutions. 2. Third parties wishing to enter into a contract with the Company may rely conclusively upon the authority of the President, Rudolph J Renda, or Frank Renda,as confirmed by these resolutions. MP 3. Each of the officers of Company is authorized to take such action from time to time as may be necessary,advisable and proper to carry out and perform the obligations of Company under contracts entered into pursuant to these resolutions and to do all things necessary to carry out the intents and purposes of the same. Unanimous Consent of Directors of Oscar Renda Contracting, Inc. Page 1 522 BENSON LAME -- ROANOKE,TEXAS 78262 - 817A91.2703 - FAX 817AOIA483 www.osearrendacontracUng.com P 4. For the action of third parties in reliance hereon, any of the President, a Vice-President, a r Secretary or Assistant Secretary of Company is authorized to deliver a copy of these resolutions, and further these resolutions shall continue in full force and effect until rescinded by formal action of this board and written r notice of rescission delivered to all third parties to whom a copy of these resolutions has previously been given. Dated: As of September 1, 2004. DIRECTORS: � f Oscar Renda Rudolph J Re Vicki L. Renda Unanimous Consent of Directors of Oscar Renda. Contracting,Inc. --Page 2 PW w ED-144 5/19/02 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the Oscar Renda Contracting, Inc. , meeting name of corporalior on the day of September 1 , 2005 ,that Oscar Renda ,_Rudolph J. Renda , _Frank Renda , and be, and hereby is, authorized to act on behalf of Oscar Renda Contracting, Inc. as its name of corporation representative, in all business transactions conducted in the State of Texas and• P u , That all above resolution was unanimously ratified by the Board of}directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect, and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this el` day of-`_r 1;r=� , 2)0 selr4kary (seal) FART F BONDS �D, CERTIFICATE OF LIABILITY INSURANCE 09/22/005 PRODUCER (214)739-4800 FAX (214)987-1955 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION M+ondics Insurance Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8235 Douglas Ave. , Ste 828 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR g ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Gallas, TX 75225 INSURERS AFFORDING COVERAGE NAIL# +SURER Oscar Renda Contracting, Inc. INSURERA. USF Insurance Company 4 522 Benson Lane INSURERS: United States Fire Ins. Co. Roanoke, TX 75262 WSURERC: American Home Assurance Co. INSURER D,. St. Paul Surplus Lines Ins.Co. INSURER E:- COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDINI ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADDII TYPE OF INSURANCE POLICY NUNISER POLICY EFFECTIVE POLICY EXPIRATION LIMA GENERAL LIABIUTY TSR104950 03/01/2005 03/01./7006 EACH OCCURRENCE S 1,000,00( X1 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,00( PRFMISrq IF. CLAIMS MADE I i I OCCUR MED EXP(Any one persani S S,00( Alf� I "' I PERSONAL$ADV INjL9RY S 1,000 1 00 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIµ1T APPLIES PER: PRODUCTS-COMPIOP AGG 5 2,000,000 POLICY X JECT LOC AUTOMOBILELIABfLM 133-720010-1 03/01/2005 03/01/2006 X ANY AUTO EOa amdenlMBINED)fNGLE LIMIT 5 1,000,00 ALL OWNED AUTOS BODILY INJURY B SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY 5 X NON-OWNED AUTOS tear aoddenl) PROPERTY DAMAGE S (Per acddenI) GARAGEUABILITY AUTO ONLY-EA ACCIDENT S ANY ANTU OTHER THAN EA ACC $ AUTO ONLY: AGG S EXCESSIUMBRELLA LIABILITY 01,/01/2005 03/01/2006 EACH OCCURRENCE $ 10,1000,00 X OCCUR ❑CLAIMS MADE Q706825021 AGGREGATE $ 10,000,00 D rod/CompOps S 10,000,00 FDEDUCTIBLE $ X RETENTION A ILO.000 5 WORKERSCOM PENS ATIONAN0 128-42-89 11/01/2004 11/01/2005 X WCSTATU OTH- EN?LOYERS' E.L.EACH ACCIDENT 5 1,000,00 UMITS FIR C ANY PROPRIETORITOR/PAR PARTNERIEXEGUT]YE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMP_OYEE 5 1,000,00( H yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,001 OTHER OESCAWTION Of OPERATIONS)LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E: Eagle Mountain Water Treatment Plant, Phase III Expansion. City of Fort Worth, Camp, ,resser & McKee, Inc., and Freese and Nichols, Inc. are Additional Insureds on the general iability and auto liability. Additional Insured status is provided ander the umbrella policy as the olicy Follows Form. Wainer of Subrogation in favor of same parties applies to the workers' ompensation. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Fort worth 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Engineering Department BUT FAILURE TO MAIL SUCH NOTICE$HALL IMPOSE NO OBLIG 10 RCIk94L4TV- 1000 Throckmorton Street OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENT TIMES. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE John Mondics EDG o� ACORD 25(2001/08) @ACORq COAPORATION 1988 r CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW r Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies that is �► provides worker's compensation insurance coverage For all of its employees employed on City of Fort Worth Project Number Plf4-060164052003 w Oscar Renda Contracting,Inc. _ CONTRACTOR w By. 1--IT c — Title 1P - GS Date ' STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Foom< e*W0,* ,known to me to be the person whose name is subscribed to the foregoing instrumnt,and acknowledged to me that he executed the same as the act and deed of Vt4e-prts4efl 7 for the purpose and consideration therein expressed and in the capacity therein stated. GfVEN UNDER MY HAND AND SEAL OF OFFICE this 1 of 2005. LISA o. THOMPSO OTARY�FUCLIC STALE 4F 1E1fA3 l COMMON EXPIRES: AUGUST 23. 200 otary Public in and for the S to of Texas A 1' M -� Page 1 of l fl w PART G- CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT THIS CONTRACT,made and entered into Qc&— !tn Zz 7-4 a '" by and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part,hereinafter termed "OWNER", and Oscar Renda Contracting,Inc. of the City of Roanoke , County of Denton and State of Texas _ Party of the Second Part, hereinafter termed"CONTRACTOR". WITNESSETH; That for and in consideration of thea ents and agreements p ym hereinafter mentioned, to be made and performed by the Party of the First Part(Owner), said Party of the Second Part(Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain work described as follows: City of Fort Worth, Texas Eagle Mountain Water Treatment Plant Phase III Expansion Project Flo. P 164-060164052003 and all extra work connected therewith, under the terms as stated on the Contract Documents, and at his (their) own proper cost and expense to f raish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps,plats, blueprints and other drawings and printed or written explanatory matter; thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to Substantially Complete and Totally Complete same within the time stated in the Proposal. r The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. G1 z+ IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate in the year and day first above written. ATTEST: City of Fort Worth, Texas (Owner) Loffrst Part MarA. Ott Ansi nrt cty Manager w City Se retary �2-D-1 L [ () COntract but orizs 1013 (SEAL) Date WI S: R r Oscar Renda Contracting, Inc. CONTRACTOR r Approved for Fort Worth City Water Department: Water Director Approved as to Form and Legality: PE City Attorney omm! ROD l CRE G_2 r PERFORMANCE BOND STATE OF TEXAS 1ipRF08792879 COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS That we (1) Oscar Renda Contracting, Inc., a s (2) corporation ' of Denton Count , Zurich American Insurance Company hereinafter called Principal, and (3) Colonial American Casualty and surety Company a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the ,. penal sum of: Forty-Three Million Seven Hundred Fourteen Thousand Nine Hundred r• (S 43,714,900.00) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County,Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the Z5— day of tx.1-6--- , A.D., Zoos— , a copy of which is hereto attached and made a part hereof, for the construction of: Eagle Mountain Water Treatment Plant Phase III Expansion designated as Project No. (s) P164-060164052003, a copy of which contract is hereby attached,referred PP I to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and an construction being hereinafter referred to as the "work". w w I ,r NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform the work in r accordance with the plans, specifications, and contract docUment5 during the original term thereof, and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and he shall satisfy all claims and demands incurred under the contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER that if any lel ai action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FLTRTHER, that the said Surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. I rfN WITNESS WHEREOF, this instrument is executed an eight cowitesparts each one of which shall be deemed an original, this the Z5 day of oc,--u be.- , A.D., 2005. Oscar Renda Contracting, Inc. r ATTEST: PRINCIPAL(4) BY: � � r Frank Rends, VP ' (Principal) Secretary 522 Benson Lane (SEAL) Roanoke, Texas 76262 {Address} Witness as t ri pal Zurich American Insurance Company/ 3 �i7SlxJ �! 1fC� _ ,r American Casualty and Surety Company Address � Sure .ATTEST: BY: (Attorney-in-fact) (5) r Dianne E. Gass (Surety) Wit ss to Surety 2Mondics Insurance Group, Inc. (Address) �, 8235 Douglas Ave. , Suite 828 i Dallas, Texas 75225 (SEAL) NOTE: Date of Bond must not be prior to r date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an re individual, as the case may be Witness as to Surety (3) Correct name of Surety Z Mondics Insurance Group, Inc. (4) If Contractor is Partnership,all Partners 8235 Douglas Ave., Suite 828 should execute Bond (Ad re s) (5) A True copy of Power of Attorney shall Dallas, Texas 75525 be attached to Bond by Attorney-in-fact r r+ Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aaryland,by FRANK E. MARTIN JR.,Vice President,and GREGORY E. MURRAY,Assistant Secreta u 5 thority by by Article Vl,Section 2,of the By-Laws of said Companies,which are se t ; se si f and are hereby certified to be in full force and effect on the date hereof do ,co d oho L.MONDICS, Arnim I.GERSTENMEIER and Dianne E.G ' T , e ° and lawful agent and Attorney-in- Fact,to make,execute,seal and deliver ° i al f act and deed: any and all bonds and undertakings,EXCEPT b d 19 de t t s,Community Survivors and Community Guardians. artd th i" o c s gs in pursuance of these presents,shall be as binding upon said Companies, as fully purposes,as if they had been duly executed and acknowledged by the regularly elected off G icy at its offiee in Baltimore,Md.,in their own proper persons. The said Assistant re does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article Vi, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1" COLONIAL AMERICAN CASUALTY AND SURETY COMPANY *gyp OtPasff CJ1Cl! ,d SEAL �. By: Gregory E. Murray Assistant Secretary Frank E.Martin Jr. Vice President State of Marylandi ss: City of Baltimore S On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for Himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals i" affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. RaaPs R"4'b�� Dennis R. Hayden Nvlary Public My Commission Expires: February 1,2009 POA-F 16"055A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2.The Chairman of the Board,or the President, or any Executive Vice-President,or any of the Senior '* Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,..-and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI,Section 2.The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." •+ CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 14th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made beretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this_—Z5- day of OG k 6rj X05" Ass'istant Ser-retary � i ZURICH AMERICAN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL.MEN BY THESE PRESENTS,that the ZURICH AMERICAN INSURANCE COMPANY,a corporation created by and existing pa under the laws of the State of New York does hereby nominate, constitute and appoint John L. MONDICS, Arnim 1. GERSTENMEIER and Luanne E.LASS,all of Dallas,Texas,EACH its true and lawful Attomeys-In-Fact with power and authority hereby conferred to sign, seal,and execute in its behalf,during the period beginning with the date of issuance of this power, . any arL�nds and undertakings, recognixaoees or other written obligations in the nature thereof,and to bind ZURICH AMERr� E COMPANY thereby, and all of the acts of said Attomey[s]-in-Fact pursuant to these presents are hereby rat;tie o rs f Attorney is made and executed pursuant to and by the authority of the following By-Law duly ado t otrecattY which By-Law has not been amended or rescinded. ^ " Y Article V1,Section 5."...The President or a Vice Pres e s r ' etary or an Assistant Secretary may appoint any person Attorney-In-Fact with x$ ute curet the Company and other formal underwriting contracts in reference thereto an ext s t grital polices and bonds of all kinds and attach the corporate seal.Any such officers ers e e -in-Fact." This Power of Attorney is si e a ai i er and by the authority of the following Resolution adopted by the Beard of Directors of the ZURICH A �S E COMPANY by unanimous consent in lieu of a special meeting dated December 15, 1998 " RESOLVED, that the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile on any Power of Attorney pursuant to Article V1,Section 5 of the By-Laws, and the signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power. Any such power or any certificate thereof with such facsimile signature and seal shall be valid and binding on the Company. Furthermore,such power so executed,sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding on the Company." IN WITNESS WHEREOF,the ZURICH AMERICAN INSURANCE COMPANY has caused these presents to be executed in its name and on its behalf and its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized,this 25th day of August,A.D. 2004- "1096.81" ti���y 1kS[��rsly dam: y "• 'n: ZURICH AMERICAN INSURANCE COMPANY STATE OF MARYLANDI ss: By: CITY OF BALTIMORE Gregory E. Murray Secretary Frank E. Marlin Jr. Vice President On the 25th day of August,A.D.2004,before the s0scriber,a{Votary Public of the State of Maryland,duly commissioned and qualified,came the above named Vice President and Secretary of ZURICH AMERICAN rNSURANCF COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument and they each acknowledged the execution of the same and being by me duly sworn,they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation,and that the said Corporate Seal,and their respective signature as such officers,were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization, IN WITNESS WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above. Notary,Public My Commission Expires: February 1, 2005 This Power of Attorney limits the acts of those named therein to the bonds and undertaking specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. CERTIFICATE 1, the undersigned, a Secretary of the ZURICH AMERICAN INSURANCE COMPANY, do hereby certify that 1he foregoing Power of Attorney is still in full force and effect,and further certify that Article VI,Section 5 of the By-Laws of the Company and the Resolution of the Board of Directors set forth in said Power of Attorney are still in force. Irish++•. iN TESTIMONY WHEREOF I have hereto subscribed my name and affixed the seal of said Company 3GD 4=rt•�! ;;,ti" +'a � � s�•eC 7 Ham'J �¢moi• .�ir�o-,`05 the ZS day of Wobo" Zoa,j— S Gerald F. Haleecrerar y ,+ - .. ..• •�• POA-Z ZA 168-0055B Senai Number-MH2004AugusL25ZA 8/04ZA 168-00558 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company,Zurich American Insurance Company,and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is rewired on your part. Disclosure of Terrorism Premlum The premium charge for risk of loss resulting from acts of terrorism(as defined in the Act) under this bond is $-waived_. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002,we have made available to you coverage for losses resulting from acts of terrorism(as defined in the Act) with terms,amounts,and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanists by which the United States government will share in insurance company lasses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an annual aggregate deductible. For 2402, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 7%of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15%of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%.In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance indu=stry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines"act of terrorism"as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: t 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or in-frastructure; 3. to have resulted in damage within the United States,or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49,United 17 States Code)or a United States flag vessel (or a vessel based principally in the United States,on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States),or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress(except for workers' compensation)or property and casualty insurance losses resulting from the act,in the aggregate,do not exceed $5,00(7,0[10. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich nierican Insurance Company 2003 h _ I•141fi1V OITit:t' .{11{{ N(Iilil Naltlilhoic h!I k _'R-2 1 1 }PORTANT NOTICE To obtain information 03-make a complaint: You may call the Fidelity and Deposit. Company of a yland, Colonial American Casualty and r� Surety Company, andlor Zurich American lnsura.nce Company's toll-free telephone number for M information or to mare a complaint at: r 1-800-654-5155 N You may contact the Texas Department of Tnsmance to obtain information on companies, coverages,rights, or complaints at: 1-804 252-3439 You may write the Texas Department of Insurance: P.U.Box 1491.44 F Austin,TX 78714-9104 F FAX#(512) 475-1771 PRE,NDUNI OR CLATVI DISPCTTES: Should you have a dispute concerning the premiuua or About a claim, you should first contact Fidelity and Deposit Company of Maryland or Colori.aI American Casualty and Surery Company. if the dispute is not resolved, you may contact the Texas Department oifhmrance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information otaly and does not became a part or condition of the attached document_ N r r PAYMENT BOND #PRF08792879 STATE OF TEXAS r COUNTY OFTARRANT r KNOW ALL MEN BY THESE PRESENTS, That we (1) Oscar Renda Contracting,, Inc. (2) a corporation of Denton County Texas —.-herein after called Principal, and Zurich American Tnsurance Company/ (3)�; lonial American Casualty and Surety Company , a corporation organized and Fexisting under the laws of the State and fully authorized to transact business in the State of Texas, as Surety,are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may fumish materials, for or perform labor upon the building or improvements rhereinafter referred to in the penal sum of. Forty-Three Million Seven Hundred Fourteen Thousand Nine Hundred (S 43,714,900.00) Dollars in rlawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of whieb sum well and truly be made, we hereby bind ourselves,our heirs, executors, administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the Z5' day of OL/v.6.-,- A.D. Lip.6*,A.D. zzos-� a copy of which is hereto attached and made a part hereof, for the construction of: Eagle Mountain Water Treatment Plant Phase LQ Expansion designated as Project No. (s) P164-060164052003, a copy of which contract is hereby attached, referred to, and made a part hereof as fully and to the same claimants supplying labor and material in the �• prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and t all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the r Devised Civil Statues. r r PROVIDED FURTHER that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, that said Surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms extent as if copied at length herein, such project and construction being hereafter referred to as the "work". NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make a payment to all claimants as defined in Article 5160, Revised Civil Statues of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all of the contract or to the work to be performed thereunder or the specifications accompanying the same shalt in any way affect its obligation on this band, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claire may be unsatisfied. Y f r1N WITNESS WHEREOF, this instrument is executed in eight counterparts each one of which rshall be deemed an original, this the ZS day of U-t�{ob, , A.D., 20 rOscar Venda. Contracting, Inc.. r ATTEST: PRJrj /IPAL(4) BY: Frank Renda, VP (Principal) Secretary 522 Benson Lane Roanoke, Texas 75262 (SEAL) (Address) -'Witness as to An4a] Zurich American Insurance Companv/- rColonial American Casualty and Surety Company Address r ATTEST: BY: J__ZA�� (Attorney-in-fact) (5) J Dianne E. Gass % Mondics Insurance Group, Inc. (S ty) Witness to Surety (Address) �. (SEAL) 8235 Douglas Ave. , Suite 828 Dallas, Texas 75225 NOTE: Date of Bond must not be prior to date of Contract r (1) Correct.Name of Contractor (2)A Corporation, a Partnership or an Witness as to Surety Individual, as the case may be Mondics Insurance Group, Inc. (3) Correct name of Surety $235 I}otiglas Ave. , Suite $28 (4) If Contractor is Partnerslup, all .Partners (Address) should execrate Bond Dallas, 'Texas 75225 (5) A True copy of Power of Attorney shall be attached to Bond. by Attorney-in-fact r• f Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1` COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S �aryland,by FRANK E. � th MARTIN IR.,Vice President,and GREGORY E.MURRAY,Assistant Secreta u ority granted by Article Vl,Section 2,of the By-Laws of said Companies,which are se t e se s' f and are hereby certified to be in full force and effect on the date hereof,do cod ohn L.MONDIC& Arnim I.GERSTENMEIEA and Dianne E.G (g a °1 and lawful agent and Attomcy-in- Fact,to make,execute, seal and deliver at ° I alf act and deed: any and all bonds and undertakings,EXCEPT b d 10 d t to s,Community'Survivors and Community �. Guardians. and th oflei1c b s gs in pursuance of these presents,shall be as binding upon said Companies,as fuliy purposes,as if they had been duly executed and acknowledged by the regularly elected off�j ny at is office in Baltimore,Md.,in their own proper persons. The said Assistant Stere does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article Vl, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SLrRETY COMPANY,this 25th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND •• COLONIAL AMERICAN CASUALTY AND SURETY COMPANY *gyp 6EP�sfr Li 8SAL anti � � � By: Gregory E. Murray Assistant Secretary Frank E. Martin Jr. Vice President State of Maryland 5s; City of Baltimore I On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SLATY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 1,2009 POA->= 168-0055A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds,undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to aux the seat of the Company thereto" 1 EXTRACT FROM BY-LAVAS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2.The Chaimtan of the Board,or the President, or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,.,.and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do fiuther certify that the Vice-President who !e executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and " binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this . ` day of Qs.to ber GO,IF, _. 441 Assistant Secretary an 1� • ZURICH AMERICAN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,that the ZURICH AMERICAN INSURANCE COMPANY,a corporation created by and existing 1" under the laws of the State of New York does hereby nominate, constitute and appoint John L. MONDICS, Arnim 1. GERSTENMEIER and Dianne E.GASS,all of Dallas,Texas, EACH its true and lawful Atiomeys-In-Fact with power and authority hereby conferred to sign, seal,and execute in its behalf,during the period beginning with the date of issuance of this power, . any at ands and undertakings, rerognixaoces or other written obligations in the nature thereof, and to bind ZURICH AMERJ 5,09WNtE COMPANY thereby, and all of the acts afraid Attorney[s]-in-Fact pursuant to these presents are hereby rat%!ie- o "f Attorney is made and executed pursuant to and by the authority of the following Fay-Law duly ado t J l M ebg}rec y which By-Law has not been amended or rescinded. �- a Article VI,Section 5. "...The President or a Vice Pres' era $ s ` etary or an Assistant Secretary may appoint any person Attorney-In-Fact with 4 x ut�'surel the Company and other formal underwriting contracts in reference thereto an � ents I a t i al polices and bonds of all kinds and attach the corporate seal.Any such of fivers era a + e In-Fact_" �w This Power of Attorney is si ed�i al Minder and by the authority of the following Resolution adopted by the Board of f Directors of the ZURICH NIONCE COMPANY by unanimous consent in lieu of a special meeting dated December 15, 1995 " RESOLVED, that the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile on any Power of Attorney pursuant to Article VI,Section 5 of the By-Laws,and the signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsitrule to any certificate of any such power. Any such power or any certificate thereof with such facsimile signature and seal shall be valid and binding on the Company. Furthermore, such power so executed, sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding on the Company." IN WITNESS WHEREOF,the ZURICH AMERICAN INSURANCE COMPANY has caused these presents to be executed in its name and on its behalf and its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized,this 25th day of August,A.D. 2000 A •p3a'fsU yet ' �•" Rrti- ZURICH AMERICAN INSURANCE COMPANY � 'U•� lt�BB �Q; ~STATE OF MARYLANDBy: ss: SIX CITY OF BALTIMORE Gregory E. Murray Secretary, Frank E_Marlin Jr. Vice President On the 25th day of August,A.D.2004,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,carne the above named Vice President and Secretary of ZURICH AMERICAN INSURANCE COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument and they each acknowledged the execution of the same and being by me duly sworn, they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation,and that the said Corporate Seal,and their respective signature as such ofTficers,were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above. prt Notary Public My Commission Expires_ February 1, 2405 rp This Power of Attorney Iimits the acts of those named therein to the bonds and undertaking specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. CERTIFICATE I, the undersigned, a Secretary of the ZURICH AMERICAN INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect,and further certify that Article V1,Section 5 of the By-Laws of the Company and the Resolution of the Board of Directors set forth in said Power of Attorney are still in force, �.��'•iris����`q+� IN TESTIMONY WHEREOF I have hereto subscribed my name and affixed the seal of said Company (]r.1u�r Zt70`rr 77 ' b SA. 18518 rc the 'L6__ day of s . .. ,'��.�...... ...�;,cs,= Gerald F" Haley Secretary . ...�.. +'••* Pw POA-Z ZA 168-0055B Serial Number:MH2O04August25ZA 8104ZA 168-OD55B ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland,Colonial American Casualty and Surety Company,Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The`I'urrurism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of toss resulting from acts of terrorism(as defined in the Act)under this bond is $—waived!. This amount is reflected in the total prennium for this bond. Disclosure of Availabili of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism(as defined in the Act)with terns,amounts,and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Connpany's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States govemment will share in insurance company losses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1%of direct earned premium in the prior year; for 2003, 7°/„of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15%of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%¢. in the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that{exceed$100 billion in any one calendar year. 1 Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury: in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life,property or infrastructure; 3. to have resulted in damage within the United States,or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code)or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States),or the premises of United States mission; and 4, to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian papulation of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But,no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress(except for workers' compensation)or property and casualty insurance losses resulting from the 1 act,in the aggregate,do not exceed $5,000,O00. These disclosures are informational only and do not modify your bond or affect your rights under the gond. Copyright Zurich American Insurance Company 2003 f•4m1r()[(ke- f:mid IM11iriieut hill }� fAIPORT-A-NT_NOTICE I To obtain information or make a complaint- You may call the Fidelity and Deposit Company of Mary]and, Colonia] American Casualty and Surety Company, and/or Zurich American Insurance Company's tali-free telephone number for information or to male a complaint at: 1-800-654-5155 N You may contact the Texas Department of Insurance to obtain information on companies, coverages,rias, or complaints at: I-800-252-3439 You may write the Texas Department of Insurance= pq P.O.Box 149104 Austin, TX 78714-9104 FAX 9 (512) 475-1771 PREMRTM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim,you should first contact Fidelity and Deposit Company of Maryland or Coloz7iial American Casualty and Surety Company. If the dispute is not resolved,you-may coiata.ct the Texas Department of Insurance. ATTACH TINS NOTICE TO YOUR POLICY: This notice Is for inI'onnation only and does Dot become a part or condition of the attached document, i I MAINTENANCE BOND BOND#PRF08792879 r THE STATE OF TEXAS 3 COUNTY OF TARRANT 3 KNOW ALL MEN BY THESE PRESENTS: That we(1) Oscar Renda Contracting,Inc. as Principal, acting herein by and through (2) Frr,^V- gff'd'- its duly authorized Vice p{rs 6 CL,11r and (3)Zurich American Insurance Company/ �r Colonials American Casualty and Surety a corporation organized and existing under the Taws ° Company �-- of the State of 1 x4. , as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Werth, a Municipal Corporation, chartered by virtue A of Constitution and laws of the State of Texas, at Fort Worth, in Tarrant County, Texas, the sum of: Fo ty Three Million Seven Hundred Fourteen Thousand Nine Hundred— _ _ Dollars ($ 43,714,903.00 ), lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, and assigrls and successors,jointly r and severally. lr This obligation is conditioned, however; that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, the Owner, dated _"+6— 2r, 2ovsr— for the performance of the following described public work and the construction of the following described public improvements: Eagle Mountain Water Treatment Plant Phase III Expansion all of the same being referred to herein and in said contract as the Work and being designated as Project No.(s) P164-060164052003; and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period -Two t2) years after the date of the final acceptance of the work by the City; and, WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (?) years _ ; and, WHEREAS, said Contractor hinds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it is necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. NOW THEREFORE,if said Contractor shall keep 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 remain in full farce and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises as prescribed by said contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County,Texas; and, r IN WITNESS WHEREOF, this instrument is executed in eight (8) counlerparts, each one of which shall be deemed an original, dated CkA,f-.2 E zoos Oscar Renda Contracting, Inc. ATTEST: PRINCIPAL (4) BY: � Frank Renda, VP 522 Benson Lane (P nciple) Secretary s Roanoke, Texas 762.62 - - (S E A L) (Address) fitness as to Princi Zurich American Insurance Company/ Colonial American Casualty and Surety Company Address Surety ATTEST: By: t jAttorney-in-fact) (5) Dianne E. Gass Mnadics Insurance Crou Tnr �p (Surety) Witne a to Surety { ddrsse. 8235 Doug as v Suite 828 Dallas, Texas 75225 (S E A L) NOTE:Date of Bond must not be prior to F date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an Individual,as the case may be Witness as to Surety (3) Correct Name or Surety Mondics Insurance Group, Inc. (4) If Contractor is Partnership, all. 8235 Douglas Ave., Suite 828 partners should execute Bond Dallas, TexddqS,�.)5 (5) A True copy of Power of Attorney shall be attached to Bond by r Attorney-in-fact I ZURICH AMERICAN INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,that the ZURICH AMERICAN INSURANCE COMPANY,a corporation created by and existing under the laws of the State of New York does hereby nominate, constitute and appoint Johxt L. MONDICS, Arnim 1. GERSTENMEIER and Diaune E.GASS,all of Dallas,Texas, EACH its true and lawful Attorneys-In-Fact with power and authority hereby conferred to sign, seal,and execute in its behalf,during the period beginning with the date of issuance of this power, : any 2941onds and undertakings, recognixances or other written obligations in the nature thereof, and to bind ZURICH AMER=]S!�;qf �iCE COMPANY thereby, and all of the acts of said Attorney[s]-in-'Fact pursuant to these presents are hereby ratifie a Attorney is made and executed pursuant to and by the authority of the following Sy-Law duly ado t ' recm� y which By-Law has not been amended or rescinded. f �AC Article V[,Section 5."...The President or a Vice Pres e� stary or an Assistant Secretary may appoint any person Attorney-In-Fact with 1 f�xltsTut curet any and other formai underwriting contracts in reference thereto an &Vice 8 t al polices and bonds of all kinds and attach the corporate seal.Any such officers �t erpst ttay+ ey-In-Fact.'.This Power of Attorney is si e� alpi(,c Aaer and by the authority of the following Resolution adopted by the Board of rDirectors of the ZURICH AM �S COMPANY by unanimous consent in lieu of a special meeting dated December 15, i 1998 .� " RESOLVED, that the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile on any Power of Attorney pursuant to Article V1,Section 5 of the By-Laws,and the signature of a Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power. Any such power or any certificate thereof with such facsimile signature and seal shall be valid and binding on the Company. Furthermore, such power so executed,sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding on the Company." IN WITNESS WHEREOF,the ZURICH AMERICAN INSURANCE COMPANY has caused these presents to be executed in its name and on its behalf and its Corporate Seal to be hereunto affixed and attested by its officers thereunto duly authorized,this 25th day of August,A.D. 2004. ya•"�itJS(r �,, x •— v'e ZURICH AMERICAN INSURANCE COMPANY yY h STATE OF MARYLANDk SS: By: in CITY OF BALTIMORE Gregory E. !Murray Secretary Frank F. Marlin Jr. Vice President On the 25th day of August,A.D.2004,before the subscriber,it Notary Public of the State of Maryland„duly commissioned and qualified,came the above named Vice President and Secretary of ZURICH AMERICAN INSURANCE COMPANY, to me personally known to be the individuals and officers desenbed in and who executed the preceding instrument and they each acknowledged the execution of the same and R being by me duly sworn, they severally and each for himself deposed and said that they respectively hold the offices in said Corporation as indicated,that the Seal affixed to the preceding instrument is the Corporate Seal of said Corporation,and that the said Corporate Seal,and their respective signature as such officers,were duly affixed and subscribed to the said instrument pursuant to all due corporate authorization. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal.the day and year first above. Ft. 14, 1 �4 Notary Public My Commission Expires: February 1, 2005 This Power of Attorney limits the acts of those named therein to the bonds and undertaking specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. CERTIFICATE I, the undersigned, a Secretary of the ZURICH AMERICAN INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is still in Full force and effect,and further certify that Article VI,Section 5 of the By-Laws of the Company and the Resolution of the Hoard of Directors set forth in said Power of Attorney are still in force. •,,*''"'« ��,� 1N TESTIMONY WHEREOF I have hereto subscribed rn name and affixed the seal of said Company , c°�' y I� Y 14; spp°dq,, . [� the Zr dayof OJ-1— ,09 r`e� Gerald F Haley Secreluri vr�,,. „�.•wa r: POA-Z ZA 168-0055B Serial Number-MH2004August257A 8104ZA 168-00558 Am Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND a* COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the pr COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the SMMaryland,by FRANK E. MARTIN JR.,Vice President,and GREGORY E. MURRAY,Assistant Secreta thority granted by Article VI,Section 2,of the By-Laws of said Companies,which are se t e se;;=f end are hereby certified to be in full force and effect on the date hereof,dv co ohu L..MONDICS, r■ Arnim I.GERSTENMEIER and Dianne E. G p e b and lawful agent and Attomey-in- Fact,to make,execute,seat and deliver alf act and deed: any and all bonds and undertakings,EXCEPT b d to d t t8 s,Community Survivors and Community I~ Guardians. and th -� o c b s Ss in pursuance of these presents,shall be as binding upon said Companies,as fully2 purposes,as if they had been duly executed and acknowledged by the regularly elected off ny at its office in Baltimore,Md., in their own proper persons. The said Assistant 5 re does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D.2004. ATTEST. FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ��,o fltvasfr G�SWt!} AA � a 4n o SICAL h w � v y By: Gregory E.Murray Assistant Secretary Frank E. Martin Jr. Vice President State of Maryland ssy City of Baltimore j On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR„ Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saitb,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their M signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. pr 40w�Ns�Nt�fiF tl* Dennis R. Hayden Notary Pubic My Commission Expires: February 1,2009 POA-F 168-0055A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI,Section 2. The Chairman of the Board, or the President, or any Executive Vice-President,or any of the Senior '+ Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,,..and to affix the seal of the Company thereto," EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2.The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,..-and to affix the seal of the Company thereto." •. CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Mower of Attorney is still in full force and effect on the date of Ibis certificate; and I do further certify that the Vice-President who �+ executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of tate respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I0th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the. Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals ofthe said Companies, Fft F this_ 2S_ day of OLobe. 2 0� Assistant Secretary ., W nr MR Q Fjd llr al)j Dclp- 1,,11 (`01:1P 2111'S _ 111rnit Llffi=- M10 K.ciu+ILL [:(W l IlAti11ir11k. NW I r tNWORTANT NOT)CE To ob a n information or niake a complaint r You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zuricb American Insurance Company's toll-free telephone number for information or to make a complaint at: M 1-800-654-5155 �f You may contact the Texas department of l asurance to obtain innfornzation on compani es, coverages,rights,or complaints at: r w 1-800-25,-3439 You may write the Texas Department of lnsarance: P.O.Box 149104 IM Austin,TX 78714-9104 FAX# (512)475-1771 r PREM7M OR CLAIM DISPUTES: Should you have a dispute concerning the premiuua or PW about a claim,yot shouldd first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved,you may contact the Texas Departaaent of Insurance. r• ATTACH THUS NOT;iCE TO `a OUR POLICY: This notice is for information only and does �. not become a part or condition of the attached document. I• ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company,Zurich. American Insurance Company,and American Guarantee and liability insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act)with terms,amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. +„ Disclosure of Federal Share of Insurance Company's Terrorism Losses 1 -The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1%of direct earned ' premium in the prior year; for 2043, 7%of direct earned premium in the prior year; for 2004, 10%of direct earned premium in the prior year; and for 2005, 15%of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 biIlion in any one calendar year. Derinition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: L to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life,property or infrastructure; 3. to have resulted in damage within the United States,or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49,United 17 States Code)or a United States flag vessel (or a vessel based principally in the United States,on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the coarse of a war }t" declared by Congress(except for workers' compensation)or property and casualty insurance losses resulting from the 1 act,in the aggregate,do not exceed $5,400,000. These disclosures are informational only and do not roodi€y your bond or affect your rights under the bond. Copyright Zurich American Insunncc Company 2003 PART G CONTRACT PART E TECHNICAL SPECIFICATIONS City of Fort Worth Eagle Mountain Water Treatment Plant Phase III Expansion Specification Seals (Page 1 of 2) July 2005 Division 1 , Division 2, Division 3, 04090) 04100 09901 , 09902 05120 to 05310, 055001 07900 1%FFS NNNN, OF r............. ......... SAGEHORN .......... V 70551 'J.'DAN'S�A�N ............ M re 578W ...... ON L 04220, 04812, 048521 05400, 05810, 06611 , 07115 to 07840, Division 8, 09206 to 09900 o6 City of Fort Worth Eagle Mountain Water Treatment Plant Phase III Expansion Specification Seals (Page 2 of 2) July 2005 Division 11 , 13205 to 13296, Division 10, 13122, Division 14, 15050 to 15250 15410 to 15950 IV �:• . 'Sr11 +■ 1 r ; I DAN SNANNC7N � 57$ a. •, of ..,+^ 0 - I 1 00 to 13325 Section 16271 Division 16 s OF 44 I n �7�At�O�rLCyrs�I� F T� .*burr agr.rffisueaw* r ..............i ...r. . ANTHONY V.SCI.IDIERI U o e:Al a: fl e r� **.Soso ++� 0%.�FG,s� o `y� t �,,, x 1�1` �D�iQL � �oNs�tif� ll DIVISION I GENERAL REQUIREMENTS rCity of Fort Worth Eagle Mouniain WTP Phase IIi Expansion SECTION 01 005 ABBREVIATIONS PART 1: GENERAL 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: Igo AA Aluminum Association AAMA Architectural Aluminum Manufacturers"Association AASHTO American Association of State Highway and Transportation Officials l,. ACI American Concrete Institute AFBMA Anti-Friction Bearing Manufacturers'Association AGA American Gas Association AGMA American Gear Manufacturers'Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers R ASCE American Society of Civil Engineers ASHRAE American Society of Heating,Refrigerating and Air-Conditioning Engineers, Inc.. ASME American Society of Mechanical Engineers "* ASTM American Society of Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers' Association AWPB American Wood Preservers'Bureau AWS American Welding Society AWWA American Water Works Association BHMA Builders'Hardware Manufacturers'Association CBMA Certified Ballast Manufacturers'Association CDA Copper Development Association CGA Compressed Gas Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers'Association of America CRSI Concrete Reinforcing Steel Institute Fed, Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers'Institute A ICBG International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers, Inc. IPCEA Insulated Power Cable Engineer's Association r MMA Monorail Manufacturers'Association F43716SO1005.dsr 01005-1 7/15105 City of Fott Warth Eagle Mountain WT? Phase III Expansion NACE National Association of Coatings Engineers NBMA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers'Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers'Association " NWMA National Woodwork Manufacturers'Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act(both Federal &State) PS Product Standards Sections- U.S.Department of Commerce RMA Rubber Manufacturers'Association SAE Society of Automotive Engineers ., SSPC Steel Structures Painting Council TCA Tile Council of America TEMA Tubular Exchanger Manufacturers'Association .� UBC Uniform Building Code UL Underwriter's Laboratories,Inc. WWPA Western Wood Products Association END OF SECTION F43716SO1005 die 01005-2 7/15/05 Dry of Fort Worth Eagle Mountain WTP .� Phase III Exuansim SECTION 41414 •• SCARY OF WORK PART 1: GENERAL 1,01 SCOPE OF WORK em 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. .W 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. 1.42 DESCRIPTION OF THE PROJECT A. The work of this project is located at Fort Worth's Eagle Mountain Water Treatment Plant, 6801 Bowman Roberts Road,Fort Worth TX 76179,as shown on the Location Map on Sheet G-6 of the Drawings, B. The Eagle Mountain Water Treatment Plant consists of the original plant facilities(Phase 1) constructed in 1992 and the Phase II Expansion constructed in 2400.The existing plant has a 70- mgd treatment capacity and consists of a raw water screen structure; ozonation facilities,including ozone contact basins(3),liquid oxygen (LOX)storage tanks(2),LOX vaporizers(3),ozone generators and power supply units(2),off-gas destruct units(2), and associated appurtenances, piping,valves,and instruments; rapid mix basins(4);three-stage flocculation basins(16); sedimentation basins(6); filters(14)and associated backwash pumps(4)and air scour blowers(2); wastewater recovery basins(2)and associated recycle pumps (4); chemical storage and feed facilities; chlorine and ammonia storage, feed,and scrubbing facilities; clearwell storage reservoirs (2);high service pump station, including Northside 11 pumps(6)and Northside III pumps(5); and associated instrumentation and control system. C. The Eagle Mountain Water Treatment Plant—Phase III Expansion project will increase the plant capacity by 35 mgd to a total of 105 mgd. The scope of work for this project includes,but is not limited to,the following major items: F43716SO1010 dcr 01010-1 7/15/05 ciri of Fort worth Eagle Mountain WTP Phase III Expansion I Mobilization work, including: ■ Construction of a Contractor's field office area, including Construction Manager's trailer, Contractor and subcontractor trailers,paving, and temporary utilities. ■ Relocation of existing west security fence and gate to the west to incorporate the construction site and new facilities. 2. Demolition and relocation work,including: ■ Existing Liquid Oxygen storage facilities ■ Existing Chlorine and Ammonia storage and feed facilities ■ Existing Chlorine and Arnrnonia Scrubbers ■ Existing Holding Basin and inlet gate structure ■ Existing sludge and drain piping and meter vaults r Existing 36-inch storm drain outlet structure ■ Existing 72-inch filtered water meter vault 3. Construction of new headworks facilities, including: ■ Raw water flow control valve vault on existing raw water pipeline ■ Raw water flow meter and valve vault ■ New raw water screen structure 4. Construction of new ozone contact basins and facilities, including: ■ Two new contact basins ■ Common contact basin gallery with piping, valves and instruments ■ Two new ozone off-gas destruct units 5. Construction of a new liquid oxygen(LOX)storage facility, including: ■ Relocation of two existing 15,000 gallon LOX storage tanks ■ Two new 15,000 gallon LOX storage tanks ■ Three new vaporizers b. Modifications to the existing Ozone Generation Building and Contact Basin, including ■ Demolition of existing cooling water system ■ Demolition of two existing ozone off-gas destruct units and installation of three new ozone off-gas destruct units ■ Addition of one new ozone generator and power supply unit ■ HVAC and cooling water improvements ■ Associated piping,valves,appurtenances, and instruments ■ Replacement of existing ozone diffusers with new diffusers in the existing Contact Basins 1,2 and 3. F43716SO1 o r a.doc 01010-2 7/15105 City of Fort warth Eagle Mountain 1° TP Phase i11 Expansion 7. Construction of new 35-mgd treatment structure, including: ■ Two rapid mix basins ■ Eight three-stage flocculation basins ■ Three sedimentation basins IN Six filters, with piping, valves,backwash pumps(3), and backwash blowers(2) 8. Construction of a new wastewater recovery tank, including ■ New 85-ft. diameter tank ■ Two recycle pumps 9. Construction of new chemical storage and feed facilities, including storage tanks, feed pumps, and appurtenances. 10. Construction of new Chlorine and Ammonia Building, including: ■ Relocation of two existing chlorine storage tanks and two existing ammonia storage tanks ■ Chlorine evaporators,chlorinators,and ammoniators ■ Chlorine and ammonia scrubbers 11, Construction of Clearwell No. 3,including: ■ 3.5 million gallon prestressed concrete clearwell structure ■ FW Valve Vault No. 2 and downstream 54-inch inlet piping to clearwelI ■ FW Valve Vault No. 3 and upstream 54-inch outlet piping from clearwell ■ 191 LF of 72-inch FW pipe from clearwell to high service pump station ■ CIearwell Drain Box No. 2 ■ Demolition of existing roadway west of clearwell and construction of new Roadway B from STA 37+00 to STA 39+00. (This itenn is shown as part of the scope of work in the plans and specifications, but is considered an add alternate to the Base Bid in part B. The scope of this itenr is designated in the Figure 01114-1 attached at the end of this specification. The strop dranving for the existing guard shack to be relocated is also attached at the end of this specification. The City n+ay elect not to include chis heir/ as part of the construction contract.) 12. Construction of a new vertical turbine, canned-type high service pump station, including: ■ Pumps for the Northside H (1),Northside III (2), and Northside IV (2)pressure planes ■ Discharge piping, valves, and appurtenances ■ Meter vaults(3) 13. Construction of a new Electrical Building F43716st11010.Qrz 01010-3 7/15/05 City of Foa Woah Eagle Mountain WTP Phase III Expansion _ 14. Modifications to the existing treatment structure, including: _ ■ New ozone feed piping fi-om the existing ozone generation building to the new contact basins ■ Installation of a new isolation sluice gate in the existing settled water channel ■ Installation of new sludge removal piping from the existing sedimentation basin sludge hoppers 15. Connections of new facilities to the existing facilities, including ■ Installation of new powdered activated carbon feed piping from the existing feeders to the new basins • Connecting new chlorinators and ammoniators to the existing feed piping IN Installation of new storm drain piping to connect to existing storm drain ■ Interconnecting piping and valves for the new 72-inch and existing 54-inch raw water pipelines ■ Interconnecting piping and valves to connect the new Northside II and Northside M pump discharge piping to the existing transmission mains. 16. Construction of a new west entrance from Boat Club Road entrance, including: ■ New concrete driveway from Boat Club Road(Road A-STA 1+60 to STA.15+40) ■ New drainage swale as shown on Sheets C-47 and C-49 ■ New entrance secuilty improvements as shown on Sheets C-59,C-60 and C-61 ■ Relocation of existing guard shack from East Gate -- ■ Installation of utilities to and from the relocated guard shack and relocation of existing security guard booth. (This item is shown as part of the scope of work in the plans and specifications, but is considered an add alternate to the Base Bid in Fart B. The scope of this item is designated in the.Figure 171010-2 attached at the end of this specification. The City may elect not to T include this item as part of the construction contract.) 17, Buried and non-buried piping, valves,and appurtenances. Modifications of existing piping systems and installation of new buried and non-buried piping, valves,etc., including concrete = valve and meter vaults. Construction of new yard piping, valves and vaults. 18. Installation of new process instrumentation and control system and migration from the existing control system. 19. Electrical and Instrumentation Equipment and Systems—Consists of power, lighting and instrumentation for equipment being furnished and installed on this project. 20. Site Work—Consists of site preparation,temporary sed imen tationlerosion control,grading, seeding, paving, and related work. 21. "trench Safety-Protection for trenches for piping and excavations for below grade structures- F437 I 6SM10-da: tructures.F43716SM10-dce 01010-4 7115105 r City of Fort Worth Eagle Mountain WTP Phase III Expansion 1.03 CONTRAC'T'S e+ 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 41025. B. The work is generally described below under CONTRACTOR'S RESPONSIBIL ITIES. 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 executers 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 w A. The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms of the Contract and the specific requirements of Section 01040,so long as the restraints are observed and the overall project completion time is achieved. B. The Contractor shall serve as an overall coordinator among all Subcontractors. 1.05 CONTRACTOR'S DUTIES A. Designate required delivery date for each product in Construction Schedule. B. The Contractor shall serve as an overall coordinator among all Subcontractors. C. Handling of material and equipment at site,including uncrating, storage and security. �• D. Protect equipment from damage. E. Repair or replace items damaged as a result of the Contractor's operations. F. Install,connect and finish products. 1.46 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 r, pen-nits. This service shall be metered separately to the Contractor as required by the Owner. At least one 314-inch hose bibb,located where directed by the Engineer,shall be provided for use by all subcontractors. i" 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 atter 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 F43716SO1010 dm 01010-5 7115/45 C4 of Fort Worth Eagle Mountain WTP Phase til Expansion 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 temporaryheat;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 ofthe 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. 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. F43716SO1010.du: 41010-6 7115105 ~ City of Fort Worth Eagle'.Vfountain WTP Phase V]Expansion 1.08 CONTRACTOWS 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 w A. Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with Owner to minimize conflict and to facilitate Owner usage. 1.10 COORDINATION WITH OTHER CONTRACTORS A. During the construction phase of this project,the Owner will have other construction projects under construction at the Eagle Mountain Water Treatment Plant site. There will also be related construction projects located off-site that will impact the construction of this project. It will be the Contractor's responsibility to cooperate with all other contractors, as well as the Owner, regarding space for offices,storage/laydown,etc.,and scheduling of work in areas common to both projects and all other matters. The Owner will make the final decision on all matters involving conflicts between contractors over use of space,scheduling use of facilities and/or shutdowns,etc. The Owner will not be responsible for any delays,conflicts,disagreements,etc.,arising from his decisions. B. Projects that will be underway concurrently with this project include, but are not limited to, the following: I. Eagle Mountain raw water pipeline— A 72-inch raw water pipeline will carry water from the Eagle Mountain raw water pump station to the plant. Contractor will construct a continuation of this pipeline within the plant site as part of this contract. Contractor shall install one joint of pipe and a closure piece to connect to the pipeline being installed by others. Contractor shall plan on making this connection no earlier than March 31, 2007. Timing shall be coordinated with the F43716SOtola,dor 01010-7 7113/05 i City of Fart Worth Eagle Mountain WTP Phase M Expansion other project contractor. The raw water pipeline is one of four projects, including the Eagle Mountain WTP —Phase III Expansion, being managed by the City's Construction Manager. Contractors for all four projects shall coordinate through the Construction Manager on scheduled plant shutdowns to ensure timely project completion with minimal disruptions to plant production. 2. Eagle Mountain raw water intake—A new intake structure will be constructed within Eagle Mountain Lake to bring water from the lake into the raw water pump station. The raw water intake is one of four projects,including the Eagle Mountain WTP—Phase III Expansion,being managed by the City's Construction Manager. Contractors for all four projects shall coordinate .. through the Construction Manager on scheduled plant shutdowns to ensure timely project completion with minimal disruptions to plant production. 3. Eagle Mountain raw water pump station—A new raw water pump station will be constructed at Eagle Mountain Lake to pump water to the plant. The raw water pump station is one of four projects, including the Eagle Mountain WTP —Phase III Expansion, being managed by the City's Construction Manager. Contractors for all four projects shall coordinate through the Construction Manager on scheduled plant shutdowns to ensure timely project completion with minimal disruptions to plant production. 4. Communications Tower and Building A new communications tower has been constructed and an associated building and other facilities will be constructed adjacent to the tower. These facilities, to be located along the south property line, as shown on the Drawings, should be completed prior to construction start for the Eagle Mountain WTP — Phase III Expansion. .. However, it is possible that Contractor will be required to coordinate with this project. 5. Eagle Mountain security enhancements—New improvements to the security system at the Eagle Mountain WTP are being designed. Infrastructure to facilitate these improvements, such as electrical and communications conduits,are being installed as part of the Eagle Mountain WTP— Phase III Expansion project. The security enhancements will be installed after substantial completion of the plant expansion project. However, Contractor shall be required to communicate and coordinate with the contractor for this project. 6. Miscellaneous distribution system pipeline projects — The City is constructing distribution system improvements that will allow the City to distribute greater amounts of water from the Eagle Mountain WTP. Contractor shall make any necessary tie-ins to these projects,as shown on the Drawings,and coordinate with other contractors performing the work C. The Owner and Engineer have preliminary drawings that show the details of these projects available for the Contractor's review if more information is desired. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION(NOT USED) END OF SECTION F437165p1010-ft 01010-8 7115105 -• 00/611 3 C7 C Q C f I Cal Q c3 Q Ch l r 1 Lj T 1 tj rr I `t 60961 3 u a $o pc IL I ��. J ,• Ua I V` I I I I I jr --- i__- -_�----------- I rte-- ----___--- ----• _ 40s6k 3 I j r � I r 1 I I r N I w rr a W 1 - — ✓-i- � W 0061 3 I I I 1 Jz a t z x .r- I I I I I � •----- ------ -------------------- L --------- • I4C YIQ I m k' r�En I I VIOUL 3 l az f I Y3 I S ©= I I ---------------------- _ r------ r � - W a t � Q I � N I r 1 V pp pp x x z z YI � r d Q O } d p N I s d r C O } n O cf 4 qq�( co � p7 �P ¢ � >LJ^ Y S ® � II 3�r •� I I x I I �m COX COr 1 C I I �f in N O �; oz-e i Pv2 (7vod sn i.-) i rens _ _ _ - - - _ _ - - w 3 � u N I 3 W I r N City of Fort worth Eagle Mountain WTP Phase 111 Expansion SECTION a 101 I SITE CONDITIONS PART 1: GENERAL 1.01 SUBSURFACE INFORMATION A A. Subsurface investigations have been made to indicate subsurface conditions at particular locations.A geotechnical report,"Geotechnical Investigation,35-MGI?Plant Expansion Project,Eagle Mountain Water Treatment Plant, Tarrant County, Texas, Project No. 0704-1219" prepared by Fugro Consultants LP,May 2005,is available for examination by appointment at Engineer's Office during regular business hours.This report presents information related to the borings taken in the vicinity of the proposed new construction. A copy of the boring logs are attached to this section for the Contractor's convenience. Two previous geotechnical reports, "Geotechnical Exploration, Proposed. Water Treatment Plant, Eagle Mountain Lake"(Draft Copy),Southwestern Laboratories Report No.88-241-4,January 1989, and Geotechnical Investigation,Eagle Mountain Water Treatment Plant Expansion,Terra-Mar,Inc, TMI Report No.FE97-043,October 23, 1997,are also available for examination by appointment at Engineer's Office during regular business hours.These reports present a record of the data obtained on subsurface conditions from the previous two Eagle Mountain Water Treatment Plant projects, Copies of these boring logs are also attached to this section for the Contractor's convenience. B. Test borings have been made to indicate subsurface materials and conditions only at the particular locations of the borings at the time the borings were made. These test borings are for informational -� purposes. Bidders shall perform any necessary investigations to determine the nature of the subsurface materials. K 1.42 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. -� F43716SO1011,&e 01011-1 W15J05 City or Fort Worth Eagle Mountain WTP Phase]]]Expansion C. Existing ground profiles shown on the Plans were plotted from information derived from field surveys. 1.013 RESPONSEBILITY FOR UTELITY 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 maybe some discrepancies and omissions in the locations and quantities of utilities and structures shoran. 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. S. 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 ail times provide unobstructed access to ti re hydrants, underground conduit, manholes, and water or gas valve boxes. D. Where the Contractor's operations could cause damage which might result in considerable expense, loss, and inconvenience when his operations are adjacent to or near railway, telegraph, telephone, television, power, oil, gas, water, sewer, irrigation, or other systems, no operations shall be commenced until the Contractor has made all arrangements necessary for the protection of these utilities and services, E. The Contractor shall notify all utilityoffices 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. 1~. The Contractor shall be solely and directly responsible to the Owners and operators of such utility properties for any damage,injury,expense,loss,inconvenience,delay,suits,actions,or claims of any - character brought because of any injuries or damage that may resul t fromm 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 cr structures — rer-noved 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 theresponsibility of the Contractor. , F437 1 650 10 1 1.d4x 01011-2 7115/05 =- City of Fort Worth Eagle Mountain WTP Phase ill Expansion K. dere 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 inimediate notice to the Engineer and the Owner of the utility when an interference is determined to exist and shall obtain approval to relocate such utility or to discontinue service therein from the Engineer and the owner of the utility. The owner of the utility shall have the right to do all work required to discontinue,relocate,and replace interfering utilities and charge the Contractor for all costs thereof. When approved by the Engineer and the owner of the utility,all work required to discontinue,relocate,and replace interfering utilities may be done by,or arranged for,by the Contractor. All such discontinuance, relocation, and replacement shall be accomplished in accordance with all requirements of the owner of the utility. M. When notified by the Contractor that an interference or conflict has been determined to exist, the Engineer will determine whether such interference shall be considered as required by construction or as incidental to construction. 1.04 INTERFERING STRUCTURES A_ Take necessary precautions to prevent damage to existing structures whether on the surface, 1p aboveground, or underground. An attempt has been made to show major structures on the flans. 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. 1,45 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. F43716SO1011.dm 01011-3 7115/05 City of Fort Wotth Eagle Mountain WTP Phase 111 Expansion 1.07 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be uicluded 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) END OF SECTION F43716SO101 I Am 01011-4 7115105 �+ FUGRO CONSULTANTS LP GEOTECHNICAL INVESTIGATION 35-MGD PLANT EXPANSION PROJECT EAGLE MOUNTAIN WATER TREATMENT PLANT TARRANT COUNTY, TEXAS PROJECT NO. 0704-12'19 Report to: CAMP DRESSER & McKEE, INC. FORT WORTH, TEXAS MAY 2005 441 x f LVLT Ur 0Vll't1F4U 14V. b- 1 EAGLE MOUNTAIN WTP 35 MGD Plant:Expansion TARRANT COUNTY}TEXAS PROJECT NO.0744-179 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z m, a=_ d U. a `�• U. m Uj 'U ° STRATUM DESCRIPTION LAYER G; ;e ui a z ami �m yj DEl�TH 3¢ �a ae z ~ V fig 2 d co d SURF,ELEVATION;812.20 P 4,5+ CLAY(CH),dark brown and brown,with few calcareous nodules,very stiff 810J ' P 4.5+ CLAY(CL),light yellowish brown and brown,with 1.5 some calcareous nodules and occasional weathered 8 limestone fragments,very stiff to hard P 4.0 19 61 1 21 401 88 109 2.3 P 4,s+ 10 P s 801.7 i 8 CLAY(CH),light yellowish brown,brown and gray, 10.5 with few calcareous nodules and occasional weathered limestone seams,very stiff+(completety weathered shale) 798.2 WEATHERED LIMESTONE.moderately to highly 14.0 15 100M.5' WEATHERED with trace of solution cavities,firm to RC1 moderately hard with few thin.soft shale seams and 15-20' clay layers 794.7 9 140 25.1 9*m7 LIMESTONE,gray and fight gray,moderately hard to 17.5 hard with occasional thin,very hard seams and with thin,firm,dark gray shale seams and argrllaceous - 20 - seams Ftc2 IDW1C0 I �-6 146 37.9 25 I 782.2 30 -- - - ----------------------- �, 30.0 Notes: ^' 1.Water introduced for rock coring �? 2. Borehole backfilled at completion with drill cuttings LU and plugged at surface COMPLETION DEPTH:30.0 WATER LEVEL I SEEPAGE:DRY KEY: S DATE DRILLED:9.7-04 UPON COMPLETION: P=Pocket Penetrometer -• o Nate:All depths are measured In feet. W c� FUGR© CONSULTANTS LP PLATE 1 MR LUG OF ISURiNG NO. B- 2 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS a PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS vt e a O e w 'ci LAYER -e f= z a i iE s m a v STRATUM DESCRIPTION °a' `�° �e �'� � � ~ ELEV.1 q 4 E H 2--° x z z rn �m� DEPTHS �3 a dz �g �� F 4 SURF.ELEVATION:815.53 e.M a P 4s+ CLAY(CH),dark brawn and brawn,with few calcareous nodules skiff 814•{I CLAY(CL),light yellowish brown and brown,with °' P 4.5+ 13 ry some calcareous nodules and occasional weathe d limestone fragments, hard P 4.5+ 13 1 1 63 1D 20 22 15 P 4.5 24 64 24 40 798+5 CLAY(CH),light yellowish brown,brown and gray. 17.0 with few calcareous nodules and occasional weathered limestone seams,very stiff.(completely 20 P 3.0 weathered shale) 24 103 2.1 793.0 'owl^ LIMESTONE,gray and light gray,moderately hard to 22.5 Tr hard with occasional thin,very hard seams and with 25 thin,firm,dark gray shale seems and argillaceous seams RCI 6 145 40.8 23-33' 95145 r* 30 I 782°5 __ —__—_—__—___—_—___YA__— 33,01 Notes: 35 1.Water introduced for rock coring 2.Borehole backfilled at completion with drill cuttings and plugged at surface 0 c� °� IL IL c� a COMPLETION DEPTH:33.0 WATER LEVEL!SEEPAGE:DRY KEY: S DATE DRILLED:9-8-04 UPON COMPLETION: P=Packet Penetrometer a Note;All depths are measured in feet Uj FUGRO CONSULTANTS LP PLATE 2 L UU L)t- I IUKINU IVU.. B- 3 EAGLE MOUNTAIN WTP 35 MGP Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF 80RINGS ~ Ta. SURF. LAYER a � � za Uj STRATUM DESCRIPTION �� 'ua 3a ELEV.f I a r- yr� 1- ani o y a. 9 i ,x Uj a vrr f3EPTH 3 a 1 =+ m ,D-s, LU Zt] n.Z 2LEVATION:818:48 1 P 4-5+ CLAY(CH),stark brown and brown,with few caI_careovs nodules,very stiff 817.0 P4.,$+ CLAY(CL), light yellowish brown and brown,with 1 5 12 30 16 14 some calcareous nodules and occasional weathered limestone fragments,hard 5 65 14 5r116' 808.5 1© 12 CLAY(CH),light yellowish brown,brown and gray, 10.0 19 with few calcareous nodules and occasional weathered limestone seams,very stiff to hard (completely weathered shale) 15 43 18 799.5 20 10-a11.25• WEATHERED SHALE,slightly to moderately 19.17 weathered,dark gray and brown,soft to firm with clay RCI layers and few thin,moderately hard to hard limestone 15 118 4.3 20-24• seams 795.4 LIMESTONE,gray and light gray,moderately hard to 23-1 hard with occasional thin, very hard seams and with 25 RC2 thin,firm,dark gray shale seams and argillaceous 24-34' seams 48!38 30 5 148 53.5 7134.5 -- ---- - ---___--__ --- - - - -- ---- - 34.0 35 Notes: 0 1.Water introduced for rock caring 2. Borehole backfilled at completion with drill cuttings a and plugged at surface a C7 0 �4 COMPLETION DEPTH:34.0 WATER LEVEL I SEEPAGE.CRY KEY' DATE DRILLED:9-S-0A UPON COMPLETION: P=Packet Penetrometer o Nate;All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 3 LOU E)F BORING NO. B- 4 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION.SEE PLAN OF BORINGS us z ;E a c7 o u 441 s w ur a LAYER . c�-e .: z }a x}. m to a STRATUM DESCRIPTION i b i` ii m w o LL U. 0. g o f ELEV.1 ¢ us w x up �a p LU vs � UmW DEPTH �� D� CL �o M Z� Ur � � U IL a SURF.ELEVATION:919.26 P4.5+ CLAY(CHy,dark brown and brown,with few calcareous nodules,very stiff 0.5 P 4.5+ CLAY(CL),light yellowish brown and brown,with 1 0 47 13 29 some calcareous nodules and occasional weathered limestone fragments,hard 5 ss 812.3 21 CLAY(CH),light yellowish brown,brown and gray, 7.0 20 93 with few calcareous nodules and occasional weathered limestone seams,very stiff.(compiately 10weathered shate) 74/a.. 15 41 14 40 18 24 10M.25- 799.3 20 LIMESTONE,gray and light gray.moderately hard to 20.0 hard with occasional thin,very hard seams and with thin,firm,dark gray shale seams and argillaceous RCI 5 las ii.z 2o-3seams G' 1 D0/100 25 799.3 2 30.0 5 Notes: a 1.Water introduced for rock coring �? 2. Borehole backfilled at Completion with drill cuttings and plugged at surface a COMPLETION DEPTH:30.0 WATER LEVEL IS EEPAGE: DRY KEY: ` DATE DRILLED:9.13-04 UPON COMPLETION: P=Pocket Penetrometer o (Vote:All depths are measured in feet. w FUGRQ CONSULTANTS LP PLATE 4 LUG OF BORING NO. B- 5 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE;WTERMITTENT SAMPLING LOCATION,SEE PLAN OF BORINGS w v m i LAYER Q : a a a +z- i 14 uJ�a STRATUM DESCRIPTION �+i% c7"r U- & ELI O a � V7 Ir x 2 Z z Ln vs I !e DEPTH � � a a 4 �� i� © C] W, U 0.F cY a SURF-ELEVATION:809.45 20 FILL,CLAY and LIMESTONE FRAGMENTS(CL). 80&5 dark brown and ra ve stiff 10 to CLAY(CH),dark brown and brawn,with few 16 54 20 34 calcareous modules,very stiff 5 P 4.5+ 804.0 12 CLAY(CL), light yellowish brown and brown,with 5.5 some calcareous nodules and occasional weathered P 4•5+ limestone fragments,very stiff 16 113 3.3 10 4 5+ 799.0 17 CLAY(CEI),light yellowish brown,brawn and gray, 10.5 with few calcareous nodules and occasional weathered limestone seams,very stiff+(completely weathered shale) 795.5 WEATHERED LIMESTONE,tan,moderately to highly 14.0 15 lovros^ weathered with trace of solution cavities,firm to moderately hard with few thin,soft shale seams and RCI clay layers a20 791.7 LIMESTONE,gray,moderately hard to hard with 17.8 occasional thin,very hard seams and with thin,firm, 20 dark gray shale seams and argillaceous seams - 4 RC2 20.30' 1001 10o 25 i 6 ia3 21.1 77'9.5 3fl --— --—————---———————————— 30+0 Notes: 1.Water introduced for rock caring D 2, Borehole backfilled at completion with drill cuttings ° and pfugged at surface 6 N COMPLETION DEPTH:30+0 WATER LEVEL 1 SEEPAGE:DRY KEY* DATE DRILLED:9-14-04 UPON COMPLEMN: P=Pocket Penetrometer o Note:Ail depths are measured in feet. w FUGRO CONSULTANTS LP PLATE 5 y LOG OF BORING NO. B- 6 EAGLE MOUNTAIN WTP 36 MGD Plant Expansion TARRANT COUNTY,TEXAS -. PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS w STRATUM DESCRIPTION LAYER - a ae Zx w 4 x d �3 ELEV.I W e r F1 0: 4 _r c'r em ow H vm DEPTH �z �— �j �� 5j me 0-.x a FSURF. LEVATION:812.12 P 4.5+ CLAY(CH),dark brawn and brown,silty with few 811 1 P 4,s+ calcareous nodules ve stiff i.fl P 4.5+ CLAY(CL), light yellowish brown and brown,with 7 some calcareous nodules and occasionaf weathered limestone fragments,very stiff 5 P 4.5+ 12 12 802.1 1 Q P 4.5 CLAY(CH),light yellowish brown,brown and gray, 10.0 21 108 3.6 with few calcareous nodules and occasional weathered limestone seams,very stiff'.(completely weathered shale) 15 P 4.5+ 18 55 20 35 794.1 — WEATHERIED LIMESTONE,tan,moderately to highly 18.0 weathered with trace of solution cavilles,firm to s' moderaW hard with few thin soft shale seams 792.1 20 20.0 LIMESTONE,gray,moderately hard to hard with occasional thin,very hard seams and with thin,firm, RC1 dark gray shale seams and argillaceous seams 20-30- 100110D i 9 145 148.8 -- ------------- 782.1 30.0 Nates: 0 1.Water introduced for rock coring 2. Borehole backfilled at completion with drill cuttings and plugged at surface cs COMPLETION DEPTH:30.0 WATER LEVEL I SEEPAGE:DRY KEY: M DATE DRILLED:9-9-04 UPON COMPLETION: P=Packet Penetrometer Note:All depths are measured In feet. c� FUGRC CONSULTANTS LP PLATE 6 LONG OF BORING NO. B- 7 EAGLE MOUNTAIN WTP 35 MGD'Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.4744-1219 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORING$ ;e ci °w z i LAYER a r ca a ra o .� Z ui G w �"s' STRATUM DESCRIPTION Uj x r�- �?n. 0y o u.�� d � ELEV.!CL ¢r C, mr U3k 2Uf ywF a y y U m U DEPTH 0 z;`a CL �¢o �w r u~r C9 _ am a SURF.ELEVATION:811.99 P 4.5+ CLAY(CH),dark brawn and brawn,silty with few 7745+ calcareous noduEes ve s#iff 811 0 CLAY(CL),light yellowish brown and brawn,with 34 Some calcareous nodules and occasional weathered 12 limestone fragments,very stiff 5 sole, 14 P4.25 804'S24 61 21 4p 93 104 2.9 CLAY(CH),light yellowish brawn, brown and gray, 7.5 with few calcareous nodules and occasional weathered limestone seams,very stiff.(completely 1p weathered shale) P 4.5 18 15 P 4.5+ 1$ 44 16 24 794.4 WEATHERED LIMESTONE,tan,moderately to highly 18.0 f weathered with trace of sutuiion cavities,firm to 793,4 toay.7s moderatei hard with few thin soft shate seams 19.4 20 LIMESTONE,gray, moderately hard to hard with occasional thin,very hard seams and with thin,firm, dark gray shale seams and argillaceous seams RC1 2D-30' 10moo I 25 4 c' r 6 1 145 €4.5 n C7 Q � I vi I r COMPLETION DEPTH.50.0 WATER LEVEL 1 SEEPAGE:DRY KEY: DATE DRILLED.9-2-04 UPON COMPLETION: P Packet Penetrometer o Note:All depths are measured in feet. LU 1� FUGRO CONSULTANTS LP PLATE 7a LOG OF BORING NO. B- 7 .� EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 — TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS ac o2 o A LL o diad LAYER acs a4 xui owed z� m 4 a a STRATUM df=SCRIPTIQN ELEII.! z F "FL ca a'" LL i LL CL DEPTH 3:9 a l 0 a U f5 Q 2 I cc SURF.ELEVATION:811.99 LIMESTONE,gray,moderately hard to hard with 7 143 56.9 occasional thin,very hard seams and with thin,firm, dark gray shale seams and argillaceous seams RC2 -3n-4C 1(1D198 35 I r r -several medium angle 0ckensided fractures 3T-41' P at 9 40 r 5 147 37.8 i I r RC3 40-W 1=100 45 i I r I i 4 762.4 50 -- --- --------..__--------------- .� 50.0 Notes: 1.Water introduced for rock coring 2.Borehole backfilled at completion with drill cuttings and plugged at surface 55 In .� N N k7 Uj W "1 C7 N COMPLETION DEPTH:50.0 WATER LEVEL 1 SEEPAGE:DRY KEY. C93 DATE DRILLED:9-2-04 UPON COMPLETION: P z Pocket 'Penetrometer @ Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 7b �. LUU LA- C5UK1NU 1WU. Cf_ ?1 EAGLE MOUNTAIN WTP 35 MGQ Plant Expanslan TARRANT COUNTY,TEXAS PROJECT NO,0704-1219 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PIAN OF BORINGS 9 m �j ¢o o STRATUM DESCRIPTION LAYERz a;e F e s c�aa a � � ELEV./ ati v� `n x� o zZn UU rrn �mw DEPTH R:o 7� ¢e zN a[ a x a SURF.ELEVATION:818.35 P 4.5+ FILL,Clay(CL), light yellowish brown and brown with 817.4 —F-i75;7 weathered limestone fragments,very stiff J 1 0 CLAY(CH),dark brown and brown my stiff 815.8 10 CLAY(CL), light yellowish brown and brown,with 2.5 some calcareous nodules and occasional weathered g limestone fragments,very stiff sor ,75° 7 24 19 51 24 31 10 37 806.4 CLAY(CH), ifght yellowish brown, brown and gray, 12,0 with few calcareous nodules and occasional weathered limestone seams,very stiff.(completely 15 P4.5+ weathered shale) 18 33 151 181 1101 5.1 799.4 - 20 WEATHERED LIMESTONE, tan,moderately to highly 19.0 � _ loan" weathered with trace of solution cavities,firm to Rcl moderately hard with few thin, soft shale seams 20,23.5' 1 ao165 793.7 - 25 LIMESTONE,gray, moderately hard to hard with 24.7 RC2 occasional thin, very hard seams and with thin,firm, 23.Fr33, dark gray shale seams and argiilaceous seams 9819$ 30 5 147 182,2 784.9 33.5 N otes: 35 1.Water introduced for rock caring 2. Borehole backfilled at completion with drill cuttings and plugged at surface O W C7 'L IL t� COMPLETION DEPTH:33,5 WATER LEVEL!SEEPAGE;DRY KEY: DATE DRILLED:9-9-04 UPON COMPLETION. P=Pocket Penetrometer a Note:All depths are measured In feet. q FUGRO CONSULTANTS LP PLATE 8 `uv Vr tsu►r iml i fVV. taw �1 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.07D4-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS L4 r� LAYER ,e u :: z' �Q x i m � STRATUM DESCRIPTIONlu z i= u a > a is aa.. o-, ELEVJ a:'� a `�' r yc x su y F 4 -C Hmw DEPTH 3'z JJ �� 18 �0 3u 0� ❑ r� �x aM 3 a`� a SURF.ELEVATION:806.27 ?4.5+ FILL,CLAY and LIMESTONE FRAGMENTS(CL), 805.8 P 4.5+ dark brawn and gray,veri stiff 0.5 Pd.5+ CLAY(CH),dank brown and brown,with few 1$ calcareous nodules,very stiff 802.3 CLAY(CL), light yellowish brown and brawn,with 4.0 5 P 5+ some calcareous nodules and occasional weathered - it limestone fragments, very stiff P45+ 797.3 CLAY(CH), light yellowish brown,brown and gray, 9.0 10 P 4.25 with few calcareous nod+uies and occasional 21 59 21 38 111 2.6 weathered limestone seams,very stiff.(completely 795'3 weathered shale)- 11'0 , ianr�- WEATHERED LIMESTONE.tan,moderately to highly weathered with trace of solution cavlties,firm to RC1 moderately hard with few thin,soft shale seams and 15 13-29 clay layers 790.5 LIMESTONE,gray,moderately hard to hard with 15.$ 5 149 66.7 a5rss occasional thin,very hard seams and with thin,firm, dark gray shale seams and argillaceous seams i 20 10 133 7,4 R--2 2Q30 -noted high angle slickensided fracture at 22' tDQdiUr7 I 25 r 776.3 30.0 Notes: 1.Water introduced for rock coring A �? 2. Borehole backfilled at completion with drill cuttings and plugged at surface COMPLETION DEPTH:30.0 WATER LEVEL I SEEPAGE; DRY KEY: DATE DRILLED,.9-13-04 UPON COMPLETION: P=Packet Penetrometer Q Note:All depths are measured in feet. W FU+GRO CONSULTANTS LP PLATE 9 Lvv yr aV'RIma {YV. D-7V EAGLE MOUNTAIN WTP 38 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL m Q STRATUM DESCRIPTION LAYER o6 a ae *at �a z w �� x� _ ELEW dz 3� apt=- ��u z rn ryn m DEPTH 3 z 4 o f W)45 z0�~ ca W3 x SURF.ELEVATION:819.00 n ^ P4.5* FILL,CLAY and LIMESTONE FRAGMENTS(CL), brown,yellowish brown and gray,very stiff P 4.5+ 11 w 5 P 4.5+ ri P 4.5'* 21 49 20 29 89 10 P 3.0 808.5 CLAY(CL),light yellowish brawn and brown,with 10.5 r some calcareous nodules and occasional weathered limestone fragments,very stiff +a 15 P 4.25 is 117 1.9 802.0 CLAY(CH),light yellowish brown,brown and gray, 17.0 with few calcareous nodules and occasional weathered limestone seams,very stiff.(completely weathered shale) 20 P 4.5t 20 41 18 23 4 0 s9 u L7 794.5 24.5 7 COMPLETION DEPTH:38.0 WATER LEVEL I SEEPAGE:DRY KEY: a DATE DRILLED:9-15-04 UPON COMPLETION: P=Pocket Penetrometer �+ 8 Note:All depths are measured in feet. LU a - j FUGRO CONSULTANTS LP PLATE 10a LUU OF 'BORING NO. B-10 EAGLE MOUNTAIN WTP 35 MGD Plant Expanslon TARRANT COUNTY,TEXAS PROJECT NO.0704-11219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE FLAN OF BORINGS e Fj v ww°z LAYER r ;e st .: a z � n STRATUM DESCRIPTIONz ELEV.I oto ak= ~ oma � L) DEPTH $o 0 =N a w +� V w d2 bn rz IL SURF.ELEVATION;819.00 10015.x6- WEATHERED LIMESTONE,moderately to highly weathered with trace of solution cavities,Firm to moderately hard with few thin,soft shale seams and ' clay layers 10011• 791.0 LIMESTONE,gray and light gray,moderately hard to 28.0 hard with occasional thin,very hard seams and with thin,firm,dark gray shale seams and argillaceous T-1- 30 ` RG1 seams 8 147 135.3 i E i 20.8` OHM E i E , i 35 781.0 ..__ ——————————————————— —— 380 � Notes: 40 1_Water introduced for rock caring 2.Borehole backfilled at completion with drill cuttings and plugged at surface 45 0 0 to z 0. L7 4+ COMPLETION DEPTH:38.0 WATER LEVEL I SEEPAGE:DRY KEY: DATE DRILLED:9-15-04 UPON COMPLETION: P-Pocket Penetrometer Note:All depths are measured In feet. w C9 FUGRO CONSULTANTS LP PLATE 106 LUU Ut- LSUKINIG NO. 5-11 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PIAN OF BORINGS U. LAYER a o Ue x a s x m w STRATUM DESCRIPTIONELEV.1 ' 5!: H ~ 2 x F L) C1Ef'Tliz -"z ro a a¢ �� zy A°. SURF. ELEVATION:819.01 P 4.5* FILL,CLAY and LIMESTONE FRAGMENTS(CL), brown,yellowish brown and gray,very stiff P 4.5+ 10 b P 4.5+ 813.5 21 48 18 30 CLAY(CH),dark brawn and brown,with few 5.5 calcareous nodules,very stiff 812.01 P4.5+ CLAY(CL,j, light yellowish brown and brown,with 7-0 some calcareous nodules and occasional weathered limestone fragments, very stiff 10 - P4.5+ 1B 108 2.2 806.0 CLAY(CHI, tight yellowish brown,brown and gray, 13.0 with few calcareous nodules and occasional weathered limestone seams,very stiff.(completely 15P4S+ weathered shale) 27 51 2D 31 20 54 12 L0 LLjQ 0 COMPLETION DEPTH:38.0 WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:9-14-04 UPON COMPLETION: P=Pocket Penetrometer o Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE Ila rwu Ur 0VM114L4 NV. 0-11 EAGLE!MOUNTAIN WTP 35 MGR Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:tNTERMITTENT SAMPLING LOCATION:SEE PLAN OF SORINGS rC W "~` o w STRATUM DESCRIPTION LAYER o�: oe a a L ELEV.1 "�� �Ii f!x z w }n" IL Hei DEPTH yXMW a OR w SURF.ELEVATION:S1g.01 5rra.25• CLAY(CH),light yellowish brown,brown and gray, with few calcareous nodules and occasional 793.0 weathered limestone seams,very stiff.(completely 25.0 weathered shat® 791.5 WEATHERED LIMESTONE,moderately to highly 27.5 ' weathered with trace of solution cavities,firm to moderate) hard with few thin soft shale seams Rc, LIMESTONE,gray and light gray,moderately hard to 30 2&3w hard with occasional thin,very hard seams and with sa�9s thin,firm,dark gray shale seams and argillaceous 8 1`14 Bi.4 seams " 35 r . i 781.0 1 -- ----------------------�-- 380 Notes: 40 1.Water introduced for rock coring -- 2.Borehole backfilled at completion with drill cuttings and plugged at surface i I 45 Ln P CJ O C7 .- [D m - COMPLETION DEPTH:38.0 WATER LEVEL!SEEPAGE:DRY KEY: DATE DRILLED:9.14.44 UPON COMPLETION: P=Pocket Penetrometer a Note;All depths are measured in feet. FUGRG CONSULTANTS LP PLATE 11 b �, .. LUU Ur CfUKINU Md. 0-1Z EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARftANT COUNTY,TEXAS P+ PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION;SEE PLAN OF BORINGS U- C U. W1DEPTH d LAYER � t�e x }a z v STRATUM DESCRIPTION z a w a cti + 9 ELEV.1 dui �� rw r. x ar U. CL 3 Q a I � I L) a zN IL SURF.ELEVATION:804.,20 n a— a � P 4.0 CLAY(CH),dark brown and brown,with few calcareous nodules.Very stiff � P 3.5 E23 600.7 CLAY(CL),light yellowish brown and brown,with 3.5 5 some calcareous nodules and occasional weathered P 4.5{ limestone fragments,very stiff 15 117 1.9 P 3.5 1 795.2 WEATHERED LIMESTONE,moderately to highly 9.0 10 weathered with trace of solution cavities,firm to 4 152 134.0 RCi moderately hard with few thin,soft shale seams itki r ` IDW79 791.3 LIMESTONE,gray,moderately hard to hard with r 12.9 occasional thin,very hard seams and with thin,firm, 15 dark gray shale seams and argillaceous seams i r RC2 i7-23t icons y 20 1 i 132 9,3 -high angle slickensided fracture at 22.5' - 25 - R03 Dates - T74.2 © 30.0 Notes: 1.Water introduced for rock coring 2.Borehole backfilled at completion with drill cuttings and plugged at surface a L7 ci COMPLETION DEPTH:30.0 WATER LEVEL 1 SEEPAGE:DRY KEY: w a DATE DRILLED:9-2-04 UPON COMPLETION: P=Pocket Penetrometer Note:All de red 4""tr- c� ' FUGRO CONSULTANTS LP I PLATE 12 LOG OF BORING NO. B-13 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE: INTERMITTENT SAMPLING, LOCATION:SEE PLAN OF BORINGS e e C;-at LL a � �, w z LAYER w 9 2 �=- Z' �� �� U. o '+' w STRATUM DESCRIPTION to z 0 c� rs a 0 LL CL Cy ML- tnr �" xw rrs 2WI- aAx ELEV.d N � x� 0a'' w st mDEPTH a a o a o u'fi z h U Ul Q? 1ara 7 W SURF. ELEVATION:806.37 P 4.5+ CLAY(CH),dark grown and brown,with few calcareous nodules,very stiff ' P a.5+ i 7 I 802,4 CLAY(CL),light yetlowish brown and brown,with 4.0 5 P 4.5+ some calcareous nodules and occasional weathered 73 limestone fragments,very stiff P 4,5+ 797.9 CLAY(CH),light yellowish brown, brown and gray, 8.5 with few calcareous nodules and occasional 10 p 2.0 weathered limestone seams,very stiff,(completely 29 70 24 45 97 0.8 weathered shale) 794.9 WEATHERED LIMESTONE,tan,moderately to highly 11.5 weathered with trace of solution cavities,firm to too�o,25" moderately hard with few thin,sof!shale seams and clay layers 792.1 LIMESTONE,gray,moderately hard to hard with 14.3 fi 150 165.8 i5 RC1 occasional thin,very hard seams and with thin,firm, 13.19.6 dark gray shale seams and argillaceous seams � 95/94 20 RC2 15.5 25 1D4+1oo -weathered joint at 22.9' 25 RC3 s5-30' Co 94/94 0 6 7417 15.9 a C'1 m _ COMPLETION DEPTH:54.0 WATER LEVEL!SEEPAGE: DRY KEY: DATE DRILLED:9-2-04 UPON COMPLETION: P= Pocket Penetrometer a Mote:All depths are measured in feet- FUGRO CONSULTANTS LP PLATE 13a LOG OF BORING NO. E3-13 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION.SEE PLAN OF BORINGS u, n STRATUM DESCRIPTION LAYER �� a at �� � z w �� �v� .. 1= as n} o ELEV./ w a M x rx y r- o w l a H �mw DEPTH �a �a LM �° v = CL SURF.ELEVATION:606.37 ,+ LIMESTONE.gray,moderately hard to hard with occasional thin,very hard seams and with thin,firm, dark gray shale seams and arg1laceous seams 71 RC4 353-40" 1001100 35 s 40 ti 133 14.9 RCS 4{1-56` ID01100 45 ..r , i -noted high angle slickensided fracture at 48.8' 756.4 50.fl Notes: 1.Water introduced for rock coring 2.Borehole backfilled at oompletlon with drill cuttings and plugged at surface 55 0 m_ N � a w to a 7 COMPLETION DEPTH:50.0 WATER LEVEL l SEEPAGE:DRY KEY: DATE DRILLED:9-2-04 UPON COMPLETION: F Packet Penetrometer W Note:All depths are measured in feet. ca FUGROCONSULTANTS LP PLATE 13b LVU OF 50HfNG NO. H-14 EAGLE MOUNTAIN WTP 35 MGI:i Plant Expansion TARRANT COUNTY,TEAS PROJECT NO.0704-1219 TYPE;INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z m Hei s STRATUM DESCRIPTION LAYER �,�- o pe a U a cn o u r a ELEV.1 V m 5 w_ w �-� x m xa DEPTH 3 g>� �' c 7 2 u° m fl7 �m� ° aY �n j� d SURF.ELEVATION:848.30 P 4.5 CLAY(CH),dark brown and brown,with few calcareous nodules,very stiff P 4.50 805.8 15 CLAY(CL),light yellowish brown and brown,with 2.5 some calcareous nodules and occasional weathered limestone fragments,very stiff P35 14 P25 28 101 1.6 799.3 CLAY(CH),light yellowish brown,brown and gray, 9.0 10 P 4.0 with few calcareous nodules and occasional 23 57 19 37 weathered limestone seams,very stiff.(completely weathered shale) 794.3 LL WEATHERED LIMESTONE,tan,moderately to highly 14.0 15 weathered with trace of solution cavities,firm to 792.5 moderately hard with few thin soft shale seams 15.8 LIMESTONE,gray,moderately hard to hard with 5 145 38.3 RCI occasional thin,very hard seams and with thin,firm, 15-2' dark gray shale seams and argiilaceous seams 98193 20 r RC2 24-3U i 98!98 9 133 18.5 311 JL--- --------------------- — 778.3 t, 30.0 Notes: a 1.Water introduced for rock coring Z. Borehole backfilled at completion with drill cuttings and plugged at surface 0 a S7 m COMPLETION DEPTH:31.11 WATER LEVEL I SEEPAGE:DRY KEY: P=Pocket Penetrometer !}ATE DRILLED:8-31-04 UPON COMPLETION., Nate.All depths are measured in fest. FUGRO CONSULTANTS LP PLATE 14 LOG OF BORING NO. B-15 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE: INTERMITTENT SAMPLING, LOCATION: SEE PLAN OF BORINGS " u LL v w w�a STRATUM DESCRIPTION LAYER x� a� +�� � �:u o}c aha w r va o u U. a a� JI ELEV.I Q o►_ use F — zau Ww a.x Cg xen a SURF.ELEVATION-.802.91 P 4.5+ CLAY(CH),dark brown and brown,with few P4.5+ calcareous nodules,very stiff 1145'` 15 J' 5 P 4.5+ 795.9 21 50 18 32 CLAY(CL), light yellowish brown and brown,with 6.0 P 4,55+ some calcareous nodules and occasional weathered 12 limestone fragments,very stiff 793.4 10 WEATHERED LIMESTONE,tan,moderately to highly 9.5 weathered with trace of solution cavities,firm to moderately hard with few thin,soft shale seams 789.9 LIMESTONE,gray,moderately hard to hard with 13.0 8 141 53.2 RCI occaslonai thin,very hard seams and with thin,firm, 15 10-19.W1 dark gray shale seams and arglltaceous seams 1001114 - 12 132 17.5 20 Re2 - 19.11•-30• 97!97 -high angle slickensided fracture 24.3'-24.45' 25 -high angle slickensided fracture 285-28.85' 772.9 30 _ — __ ----..__— ____—_ _—_- - -___ 30.0 Notes: 1.Water introduced for rock coring P r? 2. Borehole backfilled at completion with drill cutfings LU and plugged at surface F COMPLETION DEPTH:30.0 WATER LEVEL I SEEPAGE: DRY KEY: $ DATE DRILLED:$-311-04 Llt:'QN COMPLETION: P=Pocket Penetrometer c Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 15 LOG OF BORING NO. B-16 � EAGLE MOUNTAIN WTP ! 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS ci at U. � w , LAYER �r a� !'ne 5= Z� i� G STRATUM DESCRIPTION w x v a ,i 0 ELEV.I r w 5 tY vt t �-- w x Y DEPTH o � zci ap U�� 4� z a SURF.ELEVATION:804.71 P 4.5+ CLAY(CH),dark brown and brawn,with few .4-5, calcareous nodules,very stiff P 4.5+ 18 800.7 CLAY(GL),light yellowish brown and brown,with 4.0 5 P4.5+ some calcareous nodules and occasional weathered 11 125 2.8 kmestone fragments.very stiff a6 i6 794.7 10 10010.75• WEATHERED LIMESTONE,tan,moderately to highly 10.0 weathered with trace of solution cavities,firm to RCS moderately hard with few thin,soft shale seams 6 150 374.9 10-2V 91178 790.2. 15 LIMESTONE,gray,moderately hard to hard with 14.6 occasional thin,very hard seams and with thin,firm, dark gray shale seams and argillaceous seams 24 � RC2 20.30' 1 p 141 39.8 game 25 x74.7 30 --- --- —————————————————————— — 34.7 � Notes: F 1.Water introduced for rock coring 2.Borehole backfilled at completion with drill cuttings t and plugged at surface a ei n COMPLETION DEPTH:30.0 WATER.LEVEL l SEEPAGE:DRY KEY: DATE DRILLED:8-31-04 UPON COMPLETION: P=Pocket Penetrometer o Note All depths are measured in feet W FUGRO CONSULTANTS LP PLATE 16 LOG OF BORING NO. B-17 EAGLE MOUNTAIN WTP 35 MGI3 Plant Expansion TARRANT COUNTY,TEXAS .� PROJECT NO.0704.1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS .. tz x c� ret wx wiqo LAYER rr� o� _� a a x+- a 10 STRATUM DESCRIPTION ELEV f W x r '~ �'a rs� a IL �" " ej ri V! w w�' ~ u�i YWw DEPTH 30 :3 a$ 7� �yr JL SURF.ELEVATION:807.68 � �z �� � PA-5+ CLAY(CH),dark brown and brown,with few P4.5+ calcareous nodules,very stiff P 4.5+ 18 803.7 CLAY(CL),light yellowish brown and brawn,with 4.0 + 5 1s some calcareous nodules and Occasional weathered 15 limestone fragments,very stiff 1s 10 23 18 793.7 WEATHERED LIMESTONE,tan,moderately to highly 14.0 15 100!05" weathered with trace of solution cavities,firm to ' moderately hard with few thin,soft shale seams 791.0 - LIMESTONE,gray,moderately hard to hard with 16.7 RC1 occasional thin,very hard seams and with thin,firm, dark gray shale seams and argillaceous seams 134 ' 16-240 20 10ars4 25 RC2 24.530. 1001100 a 136 21.7 30 777.2 — -- Notes!------- ------------- 38.5, 1.Water introduced for rock coring a 2. Borehole backfilled at completion with drill cuttings and plugged at surface 0. k 9i COMPLETION DEPTH;30.5 WATER LEVELISEEPAGE:DRY KEY: S DATE DRILLED:8-31-04 UPON COMPLETION: P=Pocket 'Penetrometer o Note:All depths are measured in feet. sj f FUGRO CONSULTANTS LP PLATE 17 LOG OF BORING NO. B-18 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS to LAYER wr oe 90 aui as ?� _ ° J C3 a 'o STRATUM DESCRIPTION ,, a o w soc ELEV./ $ 0L� DEPTH � 1 � o 4 �w 70 a is v x n 3 t 4 SURF. ELEVATION:801.04 "m P 3.5 CLAY(CH),dark brown and brown,with few P 4.25 calcareous nodules,very stiff P 4.5+ 22 5 P 4.0 795.5 25 64 23 41 104 2.7 CLAY(CL),light yellowish brown and brown,with 5.5 some calcareous nodules and occasional weathered 794.0 X15" limestone fragments,ve stiff _,__j 7.0 WEATHERED LIMESTONE,tan,moderately to highly weathered with trace of sotubon cavities,firm to 10 — moderately hard with few thin,soft shale seams 790.4 looro.5- LIMESTONE,gray,moderately hard to hard with 10.5 i4 131 8.7 occasional thin,very hard seams and with thin,firm,. RCt dark gray shale seams and argillaceous seams 7 14' L:t 98!93 -very thin weathered joint at 14' 15 7 14342.4 20 RC2 i 1 .29' W98 I 25 i 772.0 -- - ———————— — ---———— ——————--- 29.0 30 Notes. 1,Water introduced for rock coring 0 2. Borehole backfilled at ccmpletion with drill cuttings q and plugged at surface 0 d LD oi COMPLETION DEPTH:29.0 WATER LEVEL I SEEPAGE:LIMY KEY: Y SDATE DRILLED:8-30-04 UPON COMPLETION: P=Pocket Penetrometer o Note:All depths are measured in Feet. LD LD FUGRO CONSULTANTS LP PLATE 18 LOG OF BORING NO. B-19 EAGLE MOUNTAIN WTP 35 MOD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO,0704.1219 TYPE:INTERMITTENT SAMPLING LOCATION;SEE PLAN OF BORINGS � � 0 wz'G LAYER -e L+;e � z a: z� STRATUM D>=SGRIPTICIN ;; a ra"j oU.0 CL 3a�e ELEV.1 d� �x ern rx ami y h cc U�y° DEPTH D� ISL� �a a4w zn y A.2 CL IL SURF.ELEVATION:802.68 P 3.25 CLAY(CH),dark brown and brown,with few calcareous nodules, very stiff P 3.75 25 66 22 44 5 797.2 1.7 107 2.4 CLAY(CL).light yellowish brown and brown,with 5.5 some calcareous nodules and occasional weathered 18 limestone fragments,very stiff FF3 793.2 1p 10010.5' WEATHERED LIMESTONE, tan,moderately to highly 9.5 weathered with trace of solution cavities,firm to 3 161 163.3 moderately hard with few thin,soft shale seams 790.7 LIMESTONE,gray, moderate#y hard to hard with 12.0 occasional thin,Very hard seams and with thin,firm, R01 dark gray shale seams and argillaceous seams 10-1945 tv-is -thin slightly weathered seam 12.0-13.0' 1 00198 20 g 144 37.3 RC2 19.4-29.4 97!97 25 I 773.3 — ___ .____----___ _—_----_— 29.4 30 Nates: 1,Water introduced for rock coring 2. Borehole backfilled at completion with drill cuttings W and plugged at surface w o i COMPLETION DEPTH:29.4 WATER LEVEL r SEEPAGE: DRY KEY: $ DATE DRILLED:8-30.04 UPON COMPLETION: P t Packet dl Penetrometer a Hole:All depths are measured in fse!_ w t7 - FUGRQ CONSULTANTS LP PLATE 19 LOG OF BORING NO. B-20 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.4744-1219 TYPE-. INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS U. -' w uziz'd LAYER a -e c�;e x }a w� a a.h STRATUM DESCRIPTION �s �' � u- L� � °� 30 LL ELEV.1 us r' i=� x E= "z a iy6 QN 0 g rIl NS zwo o m ,dew DEPTHo =1� CL-jusN �w U�r rr a$ 3D. SURF.ELEVATION:808.23 � �� in P 4.5+ FILL,Clay(CL),light yellowish brown,brown and light P 4,6+ brown with some calcareous nodules and weathered 806.7 limestone fragments,ve stiff 1,5 P 4.5+ CLAY(CH),dark brawn and brown,with few 805.7 17 calcareous nodules very stiff 2.5 CLAY(CL),light yellowish brown and brown,with 5 P45+ some calcareous nodules and occasional weathered 13 45 17 28 limestone fragments,very stili P4.o 19 799.2 CLAY(CH),dight yellowish brown,brown and gray. 9.0 10 P 4-51 with few calcareous nodules and occasional 27 66 2Z 44 Fweathered limestone seams,very stiff.(completely 111 weathered share) 15 - 1f1016.25" 791.2 WEATHERED LIMESTONE,tan,moderately to highly 117,0 weathered with trace of solution cavities,firm to 790.0 10 145 169.0 RC1 moderately hard with few thins soft shale seams 18.2 LIMESTONE,gray,moderately hard to hard with 20 18.2 19.5 9 y Y tponno occasional thin,very hard seams and with thin,firm, darts gray shale seams and argillaceous seams r� RC2 y 97x97 25 -C 6 145 30.7 779.7 W - -- --- -------_ _ �_ __-- 28.51 30 Notes: Y� IR 7.Water introduced for rock coring 2. Borehole backfilled at completion with drill cuttings o and plugged at surface w N COMPLETION DEPTH.28.5 WATER LEVEL!SEEPAGE: DRY KEY: DATE DRILLED.8-27-04 UPON COMPLETION. P=Packet Penetrometer o Note_All depths are measured in feet. * FUGRO CONSULTANTS LP PLATE 20 LOG OF BORING NO. B-21 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS r■ PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION,SEE PLAN OF BORINGS o aj!Cro STRATUM DESCRIPTION LAYER m` ;e d x aU x as ELEVJ C Wit= mt= �s iW us DEPTH I S2 a a. w SURF.ELEVATION:805.50 P 4.5+ FILL,Clay(CL),light yellowish brown,Grown and light brown with some calcareous nodules and weathered 804.0 P 4.5+ limestone fragments,very stiff 1.5 s P 2.5 CLAY(CH),dark Grown and Grown,with few 25 calcareous nodules,very stiff a 4k- 800.0 21 CLAY(CL), light yellowish Grown and brown,with 5.5 some calcareous nodules and occasional weathered P 3.0 limestone fragments,very stiff 20 52 IS 34 96 111 2.0 10 P4.5+ 12 792.5 WEATHERED LIMESTONE,tan,moderately to highly 13.0 weathered with trace of solution cavities,firm to 15 IMO.W! moderately hard with few thin,soft shale seams � 789.7 5 149 16$.2 LIMESTONE,gray,moderately hard to hard with 15.8 occasional thin,very hard seams and with thin.firm, dark gray shale seams and argillaceous seams RCI ' s5-24.s 20 saves all, 25 RC2 24.6-30' 9818$ 775.5 30 --- ------------------------ � 30.0 � e Notes: 1.Water introduced for rock coring 2. Borehote backfilled at completion with drill cuttings and plugged at surface a c� COMPLETION DEPTH:30.0 WATER LEVEL I SEEPAGE:DRY KEY: DATE DRILLED.8-27-04 UPON COMPLETION: P=Pocket Penetrometer W Note:All depths are measured In feet. ' �. FUGRO CONSULTANTS LP PLATE 21 LOG OF BORING NO. B-22 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE: INTERM)T ENT SAMPLING LOCATION: SEE PLAN OF BORINGS e e as Z" LAYER ❑q v_d -= dui as z� a w ui�' STRATUM DESCRIPTION ur� L> � a 3f M IL3a ELEV./ M v 4 yX r 0Uj IL w H ysmw DEPTH rr0 �a a1 o C5 a' 2y la V L) 4 Z g n 3 IL SURF.ELEVATION:800.04 P 4.5+ CLAY(CH),dark brown and brown"with few calcareous nodules,very stiff P 4,5+ i$ 795.5 5 CLAY(CL), fight yellowish brawn and brown,with 4.5 13 some calcareous nodules and occasional weathered 13 limestone fragments,very stiff 58!10' 23 792.0 WEATHERED LIMESTONE,tan,moderately to highly 8,0 rv' RCI weathered with trace of solution cavities,firm to --L4- 10 moderately hard with few thin,soft shale seams 9-13.8" 789.0 LIMESTONE, gray,moderately hard to hard with 11.0 5 148 99.0 100183 occasional thin,very hard seams and with thin,firm, dark gray shale seams and argillaceous seams " 15 RC2 1001100 I 20 7 14863.6 776.'2 -, __ Y___- _ _- d__ __ __ - _- _ --- 23.8 25 Notes:. i.Water introduced for rock coring 2.Borehole backfilled at completion with drill cuttings ® and plugged at surface ra o7 m COMPLETION DEPTH:23.B WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:8-25-04 UPON COMPLETION: P=Pocket Penetrometer a Note:Ali depths are measured in feet w c� FUGRO CONSULTANTS LP PLATE 22 LOG OF BORING NO. B-23 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS w a ,� = z a 60 u. °wx LAYER _ n STRATUM DESCRIPTION a� �� � x �� x'' 4 ELEV./ 4x a u~i � xGi X Zwk (a xm� DEPTH -� CL= a U� zIt 6r Ux a 3 Zh SURF.ELEVATION:802.30 IL P 4,54 FILL,Clay(CL), brown and light brown with some P 4.5+ calcareous nodules and weathered limestone 0.5 fra ments verystiff P 4,5+ CLAY JCH),dark brown and brown.with few 18 calcareous nodules,very stiff 7978 5 CLAY(CL),light yellowish brown and brown,with 4.5 P 4.5+ some calcareous nodules and occasional weathered 18 limestone fragments,very al ff P 4.0 20 56 21 35 99 2.0 10 s 791.8 WEATHERED LIMESTONE,tan,moderately to highly 10.5 weathered with trace of solution cavities,firm to moderately hard with few thin,soft shale seams 789.4 7 145 76.2 LIMESTONE,gray,moderately hard to hard with 12.9 RCI occasional thin,very hand seams and with thin,firm, 15 ' — Io.S-Is. dark gray shale seams and argillaeeous seams sm -high angle slickensided,weathered fracture @ 14.8' j -low angle weathered joint @ 14.9' a { 20 Rcx I9&-x9.5 4 151 159.8 98198 � 25 a i i r 772.9 3l} _ —__ —__—___.. _.—.___----_—__-- 295 Motes: r 1.Water Introduced for rock coring LM 2.Borehole backfilled at completion with drill cuttings and plugged at surface r+. a COMPLETION DEPTH:29.5 WATER LEVEL I SEEPAGE:DRY KEY: .. 0 DATE DRILLED:8-25-04 UPON COMPLETION- P=Pocket Penetrometer Note:All depths are measured in feet. ,. FUGRO CONSULTANTS LP PLATE 23 LOG OF BORING NO. B-24 EAGLE MOUNTAIN WTP 35 MGG Plant Expansion TARRANT COUNTY,TEXAS � PROJECT NO.0744-1279 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z ;e �° ZT }0 wx w •� " o Uj a STRATUM DESCRIPTION �4YER a i o F'� +� ¢ w 0 LL x m a s rs ELEV./ �`1 to SI- U) r-- x 1s x x'a m UmW DEPTH 3a a J a� �0 a� �� ��~ U _ p,n CL SURF.ELEVATION:796.97 P 4•5+ CLAY(CH),dark brown and brown,few calcareous nodules,very stiff P 4.5 25 783.0 WEATHERED LIMESTONE,moderately to highly 4.0 9 loora.s weathered with trace of solution cavities,firm to moderately hard with few thin,soft shale seams 10(!10.5' i 10 RCI 9-13" 70121 784.0 -9 LIMESTONE,gray and fight gray,moderately hard to 13.0 hard with occasional thin,very hard seams and with 1y thin,firm,dark gray shale seams and argillaceous seams RC2 { 1001100 i 20 5 191 103.9 R03 25 23-30, i 1DW100 i 767.0 30 -- -- -------P----------------- 30.0 Notes: 1,Water introduced for rock coring c°a 2.t3orehole backfilled at completion with drill cuttings LW and plugged at surface m COMPLETION DEPTH:30.0 WATER LEVEL!SEEPAGE: [CRY KEY: 9 DATE DRILLED:9-74-04 UPON COMPLETION: P t Pocket the re meaPenetrometer v Nate:All depths are measured in feet. w L7 FUGRO CONSULTANTS LR PLATE 24 LOG OF BORING NO. B-25 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS $+ PROJECT NO.0704-1219 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS J6 r- o 1 a g z—'© STRATUM DESCRIPTION LAYER W c �= a 2 ' CLt`a F a pc ELEVJ u�r 5 rn �-- x ru Y Z Z O o wtu m DEPTH N; a o a e �w U a SURF.ELEVATION:798.96 a w P 3.25 CLAY(CH),dark brawn and brawn,silly with few calcareous nodules,very stiff F 4.54 P 3.75 8 P 2.75 5 ' 1 S 793.0 CLAY ICL],light yellowish brown and brown,with 6.0 8 some calcareous nodules and occasional weathered �, t3 limestone fragments,very stiff t 9 26 14 12 72 789.5 10 CLAY(CH),Shaly,light yellowish brown,brown and 9,$ P 4.25 gray,with few calcareous nodules and occasional 24 106 2.0 weathered limestone seams,very stiff.(completely weathered shale) sore. ri 15 I 780.0 LIMESTONE,gray and light gray,moderately hard to 19.0 �oara.s" hard with occasional thin,very hard seams and with 779.0 20 — .�-- thin,firm,dark gray shale seams and argillaceous l 20.0 I seams + Notes, 1.Borehole backfilled at completion with drill cuttings and plugged at surface 2.After 24 hours,water at 6'{coved to 10.5' e� a c� COMPLETION DEPTH:20.0 WATER LEVEL 1 SEEPAGE:6.0 KEY: RATE DRILLED:9-10-04 UPON COMPLETION: 5.5 P=Pocket Penetrometer W Note:All depths are measured in feet. a FUGRO CONSULTANTS LP PLATE 25 LOU OF BORING NO. B-26 EAGLE MOUNTAIN WTP 35 MGD Plant Expansion TARRANT COUNTY,TEXAS PROJECT Na,0704-7219 TYPE: INTERMtT-TENT SAMPLING LOCATION:SEE PLAN Of BORINGS -e a -e 6 a a o H = LAYER vq �.. x0. z� "i �++ STRATUM DESCRIPTION w y F a �'i q U LL a s 07 a ELEV.1 w 19 a x m c N x m DEPTH $ 2 y F CL SURF.ELEVATION:UNKNOWN FA P4.5-1 CLAY(CH),dark brown and brown,with few calcareous nodules,very stiff 4.5+ P 4.5+ 13 31 14 17 107 2,0 CLAY(CL),light yellowish brown and brown,with 2.5 some calcareous nodules and occasional weathered limestone fra gmenu very stiff 3.5 5Qo" WEATHERED LIMESTONE,moderalely la highly 5 weathered with trace of solution cavities,firm to moderately hard with few thin,soft shale seams 10011" 10 San" 15 WEATHERED SHALE,slightly to moderately 14.5 5" weathered,darts gray and brown,soft to firm with few 13 thin moderately hard to hard limestone seams LIMESTONE,gray, moderately hard to hard with 15 0 occasional thin,very hard seams and with thin,firm, -- dark gray shale seams and argillaceous seams 10011.5" 20 __ ——_ _ — _ _ _— _ —_--- 20.0 Dotes: 1. Borehole backfilled at completion with drill cuttings and plugged at surface E - 0 LU C7 i COMPLETION DEPTH:20.0 WATER LEVEL 1 SEEPAGE_ DRY KEY: DATE DRILLED:9-10-D4 UPON COMPLETION: DRY P=Packet Penetrometer Note:All depths are measured In feet. w FUGRO CONSULTANTS LP PLATE 26 SOUTHWESTERN LABOAAMPIES - w DRAFT COPY GEOTECHNICAL EXPLORATION PROPOSED WATER TREATMENT PLANT EAGLE MOUNTAIN LAKE ' TARRANT COUNTY, TEXAS Prepared For Camp Dresser and McKee, Inc. Fort Worth, Texas January 27 , 1989 SWL Report No. 86-201-4 PE SOUTHWESTERNLABORATORIES 5wL Report Na. 88- 201-4 LOG OF BORING N 434394E 2024618 PROJECT. Proposed Water Treatment Plant BORING NO. : B— 1- CLIENT: CLIENT: Camp Dresser & McKee LOCATION : 'Tarrant County, Texas ' DATE: 10]28/88 TYPE: Air Rotary CASED TO. NIA GROUND ELEVATION:822.82 Z d TM LEGEND: WA rER INFORMA110N - �2 7 UJ cc "w SAMPLE Ory at completion; water at 49' T LU m 4 0 a Lna LU X STANDARD PENETRATION on 11/4188 a ti � a w p U p ■ WATER ® cn Z m x ca a m i DESCRIPTION OF STRATUM (USCS) 1. 2 Stiff, brown silty CLAY, trace can limestone fragments and roots (C1„) Very stiff., to hard, tan limy CLAY, trace'silt' and 4. 5+ limestone (CII) Very soft to soft, severely weathered, tan aphanic RCI: LIMESTONE with occasional clay .layers 6c: VO RRQD:NA eecSoft to medium, moderately weathered, tan aphanic A LIMESTONE with occasional clay layers RC2: I1-21' Rec: 73% -vertical Joint at 15.6' RQD. 73% Soft, fresh, gray SHALE with limestone layers up to 12" thick horizontal joint at 16. 2' 20 1001 Medium, fresh, light-gray aphanic LIMESTONE with RC3: occasional shale layers 1" to 12" thick 21-31' 25 Rec:96� Rec96% shaly limestone layer 25'-27' 30 RC4: 31-41' Rec: 97% 35 RQD:97% 4a RC5: 41-50' Rec:92T 45 RQB: 92% 50 Bottom of Exploration at 50' *Texas Highway Department Cone Penetrometer Test SOUTHWESTERN LABORATORIES N 434304 5wL Report No. 88-201-4 LOG OF BORING E 2324849 I PROJECT: Proposed Water Treatment Plant BORING NO. : 113 - 2 i CLIENT : Camp Dresser & McKee LOCATION ' Tarrant County, Texas MATE: 10/27/88 TYPE Air Rotary CASED TO: N/A GROUND ELEVAT1oN: 824, 17 �C) 7< LEGEND: WATER INFORMATION z w 0F�O SAMPLE Dry at completion,- dry on 10/28/88, y w m a ®� vs� X STANDARD PENETRATION dry on 11/4/88 w WATER aIL � q awpi� 0 V W u7 (n �--o Z -) Z cnamL7 M = DESCRIPTION OF STRATUM (USCS) '5 Hard, brawn CLAY (C11) Cb; Hard, tan silty to limy CLAY (CL) 5 Rec:507 Very soft to soft, severely weathered, tan aphanic RQD'NA IMESTONE with occasional clay layers JJ ' Soft to medium, moderately weathered, tan aphanic 6 +r -11LIMESTONE with occasional silty clay layers I0 Ricec:8{]7 shaly clay layers 4" at 7. 5' ; 6" at 10' ; 3" at 10.8' 4" at 12' �- RQD:NA RC3:. I5 11-21 ' L Rec.91% Soft, fresh, gray SHALE with limestone lavers RQD:707 up to 1. 5' thick I- 2D I. RC4. 21-31 ' medium, fresh, light-gray aphanic LIMESTONE 25 Rec:40% RQD:407 30 1001314 "* RC5: 31-41' 35 Rec:907 RQD:907 -45° shear at 37' shaly limestone layers 38.2-39' ; 39.8-40. 5' ; gray shale layers at 39.5--39. 8' ; 40.5-40. 8' -40-1gray shaly limestone layers 41-42.5' RC 6. 41-50' -numerous shale seams and layers less than 2" thick Rec: 100 0 43-49' A 45' RQD: 100Z .J 50 3ottom of Exploration at 50' *Texas Highway Department Cone Penetrometer Test SOUTHWESTERN LABORATORIES LOG OF BORING N 434288 SwL Report No. 88-201-4 E 2025022 PROJECT Proposed Water Treatment Plant BORING NO. : g— 3 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE 10{24/88 TYPE: Air Rotary CASED TO: NIA GROUND ELEVATION: 824.26 Z -f � LEGEND: WATER INFORMATION o- - o _J w it s" E SAMPLE Dry at completion; water at 49.5' on MW m a o Cr 0° C w X STANDARD PENETRATION 11,14/88 o Q a kL >_ Q c to oc' V WATER W cn rn r z -J NC ca W M0 z DESCRIPTION OF STRATUM 1iSGS 4. 25' Hard, brown silty CLAY, trace tan limestone fragments and 4.5 roots CL 4.5 Very soft to soft, severely to completely weathered, tan aphanic LIMESTONE with occasional clay layers 5 Soft to medium, moderately weathered, tan aphanic RC1: LIMESTONE with. occasional clay layers 5-10' Rec;40% 10 RCD: NA horizontal joint at 10. 4' 15° joint at 11.3' RC2: . }A ' , clay layers: 10. 6'-10. 8' ; 111-11 .8 10_-1 , horizontal rough ,joints: 12.4' , 12.9' , 13.0' and 13.5' 15 - RQD• NA Soft, fresh, gray SHALE RC3; Medium, fresh, light-gray aphanic LIMESTONE with 15_25' occasional shale layers Rec- 100,100. Soft, fresh, gray SHALE with limestone layers up to 1 ' Za thick Medium, fresh, light-gray aphanic LIMESTONE 25 shaly limestone layers; 25.0'-26.0' , 27.0'-27. 7' : RC4: 25-35' gray shale layers: 27, 7'-28.31 , 28.5'-28. 7' , 30.4' -31.2' Rec: 100 RQD: 100 _30- -45' joint at 32.2' -45° shear at 35.0' 35 RC5: gray shale seam 37.6'-37. 7' 35-45' gray shale layer 34. 6'-40.5' Rec•997 shaly limestone layer 40. 5'--42.3' , 43.6'-44.3' 4D RQD: 99% shalt' limestone layer 45.0'-45.4' , 45. 7'-46.3' , 45 46.6 -47. 8' RC6- 45-50' Rec: I00 -70° shear at 49.3' 50 R D. 1O0 Bottom, of Exploration at 50' SOUTHWESTERN LABORATORIES LOG OF BORING N 434284 SwL Report No. 88-301-4 E 2025222 1 PROJECT ; Proposed Water Treatment Plant BORING NO, : B— 4 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 11/2/88 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION� 820.85 WATER INFORMATION Z < 0 LEGEND: _ 0 - Dr at completion; dr on 1.114/88 �w � E SAMPLE y p y 1 w m d O Orr cn© w0. X STANDARD PENETRATION m 2E z~ 3:L' w WATER p U) 2 Co U G LO X a OESCRiPTION OF STRATUM (usCs) J Stiff dark brawn CLAY (CH) Soft to medium, moderately weathered,. tan aphanic LIMESTONE L with tan clay layers 5 RC1 : 5-10' L Rec:50% 3.0 tan silty clay layer 8'-9.2' !O RQD:NA 4. 5 � RC2: ROc15' tan silty clay layer 12'-13.2' IS ROD' NA Medium, fresh, light-gray aphanic LIMESTONE with gray RC3: shale layers 15--x20' : Rec100. — - �- Rec100 Soft, fresh, gray SHALE with shaly limestone seams and �0 layers up to 6" thick RC4: Medium, fresh, light-gray aphanic LIMESTONE with L 213--30' occasional gray shale seams and layers generally less Rec:657 than 4" thick 25 RQD'65% gray shale 22'-23. 3' L L 30 RCS: 30-40' Ree:97% RQD:97% 36 40 RC6: f- law angle fracture at 39. 1' 40-50' Rec: 100 4_ ftQD: 100 4 a5 50— - Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES SwL Report No. 88-201--4 LUG OF BORING N 434188 E 2024999 PROJECTS proposed Water Treatment Plant BORING NO. : 13--- 5 CLIENTCamp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 10/24/88 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION : 822. 62 ❑ o LEGEND' WATER INFORMATION _J LJ X I W 'SAMPLE Dry at completion, dry on 10/26/88, yw cc ate. n� cno a X STANDARD PENETRAT4ON dry an 10/28/88, dry on 11/4/88 CL� � a aUJ0.Y ❑ ' WATER UJ u) cn F-Z � z t� ❑ ya = DESCRIPTION OF STRATUM (US'CS) 4-54 Hard, brown CLAY, trace tan limestone fragments 4.54 and roots CH) Very soft to soft, severely to completely weathered, tan RC1, aphanic LIMESTONE with occasional clay layers 5 4--6' Rec:83% Soft to medium, moderately weathered, tan aphanic RQD: NA LIMESTONE:with occasional clay layers RC2: clay layer 3,0'-3.3' IO 6-11' horizontal joint 7.0' Rec:95% 20' shear at 7. 2' RQD: NA horizontal joint at 7.9' , 8.6' , and 9. 3' RC3: clay layer 8.4'-8. 7' , 9.0'-10. 0' 11-21' 20° joint at 10.3' 15 Rec: 100 horizontal joint at 10. 8' and 10. 9' RQD: 104 Medium, fresh, light-gray aphanic LIMESTONE with clay layers yo 10° shear at 12. 5' 50' shear at 15. 8' RC4: shale layers 16. 3'-16.8' 21-31' shaly limestone layer 16.9'-17 .4' Rec: 977 �- RQD:97� Soft, fresh, pry SHALE with limestone layers Medium, fresh, Tight--gray aphanic LIMESTONE with cry layers shalt' limestone layers: 21 .5'-24.4' , 25. 7'-27 .3' 28.4'-28. 7' 30 80' shear at 32. 1' RC5: shaly limestome layers: 33.9'-34. 2' , 37. 3'-37. 8' 31-41 ' shale layer 37. 8'-38.5' Rec: 100 24° shear at 37. 8' RQD: 1007, shaly limestone layers : 39.0'-40. 0' , 41 .4'-41 . 9' , 35 43.0'-43. 7' av RC6: 41-50' Rec: 95% RQD:95% 45 1" shale layer at 47.6' shaly limestone layers: 48.0'-48. 3' , 49.4' -49.6' 5O _ Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES SwL Report No. 88-201-4 LOG OF BORING E 434091 2024820 PROJECT- Proposed Water Treatment Plant BORING NO. : B— 4 CLIENT, Camp Dresser & McKee LOCATION Tarrant County, Texas DATE: 10/24/88 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION:820.58 R' Z -a ',� LEGEND: WATER INFORMATION �' Dr at completion;• dry on 10/28/88, h J w rr h�W ` SAMPLE y P � yw m a aM CO (L x STANDARD PENETRATION dry on 11/4/88 �~ aL a aw oY a V WATER W U) N ZJ La Z (n UJ a CO� = DESCRIPTION OF STRATUM USCS) 2'0 Very stiff, brown CLAY (CH} ' RC1: Very stiff, tan silty limy CLAY with broken limestone (CL)I., 5 4-6' Rec:50Z RQD NA Very soft to soft, severely weathered, tan aphanic RC2: LIMESTONE with numerous clay layers 6-11' IQ Rec:40% RQD:NA Soft to medium, moderately weathered, tan aphanic RC3: LIMESTONE with occasional clay layers 11-21' t5 Rec:85% Softy fresh, gray SHALE with limestone layers up to RQD: 78% 1.5' thick 2O RC4: 21-31' Medium, fresh, light--gray aphanic LIMESTONE .. Rec'94% with occasional gray shale layers R D:94% gray shaly limestone: 21'-23' 25 Q gray shale layers: 23'-24', 26'-27' , 28.2'-29. 1' tan weathered limestone seam at 28.9' 3O RC5: 31-40' Rec:77% 35 RQD:77% 45' shear at 35.2' gray shaly limestone layer 41'-42' 104]/3/4 "* 4O RC5: shaly 42. 3'-49' 40-50' Rec: 100 RQD: 100 45 5O Bottom of Exploration at 50' *Texas Highway Department Cone Penetrometer Test SOUTHWESTERN LABORATORIES SwL Report No. 88-201-4 LOG OF BORING N 434088 E 2025005 PROJECT . Proposed Water Treatment Plant BORING NO. = $— 7 CLIENT : Camp Dresser & McKee LOCATION : Tarrant County, "Texas DATE= 10/25/88 TYPE: Air Rotary CASED TO N/A GROUND ELEVATION :820.60 o -a LEGEND: WATER_ INFORMATION z _ � a �� z ■ SAMPLE Dry at completion; water at 49.5' T w ® 'n unm X STANDARD PENETRATION on 10/26/88, dry on 11/4/88 U_ a 4 UJ 0 T WATER M Cn �-z _jz w� m� z DESCRIPTION OF STRATUM! (USCS) 4.5 Hard, brown silty CLAY, trace tan limestone fragments and rants (CL) RCI: Hard, tan silty limy CLAY (CL) 5 4-6' Very so t to soft, severely ttiere , tan aphanic Rec:627 IMESTONE with occasional clay layers RQD:NA RC2: Soft to medium, moderately weathered, tan aphanic IO 6-11 ' LIMESTONE with occasional clay layers Rec: 717 RQD:NA RC3: Medium, fresh, light.-gray aphanic LIMESTONE with 11-21' occasional gray shale and shalt' limestone layers 15 Rec: 977 Soft, fresh, gray SHALE with limestone and RQD:977 shaly limestone layers up to 2' thick 20 Medium, fresh, light-gray aphanic LIMESTONE with RC4: occasional gray shale and shaly limestone layers 21-31' shale layer at 21 .8'-23.0' Rec: 100 shale layer 24.3'-24. 7' 25 RQD: 100 shale layer 27.2'-27.9' 30-- RC5: 31-41' shaly limestone layer 34. 1 ' -35.0' Rec: 100 shale layer 36. 3'--37.6' 35-- RQD: 100 shaly limestone layer 37. 6'38.0' shale layer 38.0'-°38.4' shaly limestone layer 38.4'-39. 2' 40 shalt' limestone with shale seams and layers 41.9'-45.0' C6: 41-50' Rec: 100 45 RQD: 100 -45' shear at 45. 7' shaly limestone layers 47. 1 '--47.6' 5O Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES LOG OF BORING N 434086 SwL Repport No. 88--20L-4 E 2025120 J PROJECT: Proposed Water Treatment Plant BORING NO. : B $ CLIENT : Camp Dresser & McKee LOCATION : Tarrant County, Texas I DATE: 11/3/88 TYPE. Air rotary CASED TO: N/A GROUND ELEVATION :818.47 WATER INFORMATION - 0 LEGEND: 0 2;z.0 Dry at completion, installed 2„ FVC r o a: Uj SAMPLE � . I M w m a 0� N a X STANDAR❑ PENETRATION abserr�. well to 48.5 dry 5 hours after a� c a w o 1 a ■ WATER completion, dry on 11/4/88 and 11/22/88 u z C �Cr x DESCRIPTION Of STRATUM (USCS) j 3.4 Very stiff to hard, dark brown CLAY (CH) 4.5 tan limestone 2'-2.6' 4.3 Very stiff to hard, tan silty limy CLAY with trace lime J- 5 3.8 deposits (CL) Soft to medium, moderately weathered, tan aphanic RC1: LIMESTONE with fractures and clay layers up to 6” thick 1 7-12' Rec:40% 10 RQD:NA RC2: 12-22' I5 Rec:93% 4.5-4 L RQD;807 Soft, fresh, gray SHALE with shaly limestone seams and layers up to 6" thick stained low angle fracture at 17' 20 RC3: J. 22-32' 25 Rec: 90% RQD;90% Medium, fresh, light-gray aphanic LIMESTONE with few gray shale seams and layers generally less than 4" thick gray shale 27'--27.8' L. 30 RC4; !. 32-42' 5 Rec:90% RQD:907 gray shale 36'-36. 8' f 40 1 RC5: 42-50' 1. 45 Rec: 100` IxQD: 100 1 5Q Bottom of Exploration at 50' _d SOUTHWESTERN LABORATORIES 0 LOG OF BORING N 434084 SwL Report No. 88-201-4 E 2025220 PROJECT- Proposed Water Treatment Plant BORING NO. : IB- 9 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE; 11/2/88 TYPE:Air Rotary CASED TO: N/A GROUND ELEVATION:815.89 Do' -� ,�, LEGEND: WATER INFORMATION _ _ z h a W cr �w z SAMPLE Seepage at 26' : dry at completion; =w m a OM N� A X STANDARD PENETRATION dry on 11/4/88 0-UU. .4 ¢W a8 0 Y WATER d f!W ( Q 4 0 x DESCRIPTION OF STRATUM (USCS) 3.3 Very stiff, dark brawn CLAY (CH) 3.$ Very stiff, brown CLAY (CH) 5 Soft to medium, moderately weathered, tan aphanic 5010' 4.5 LIMESTONE with tan clay layers up to 12" thick Rec: tan clay layer 7'-8' 10-1RQD:NA RC2: , 4.5 low angle ferrous stained fracture at 13' 10-15 Rec:40% Soft, fresh gray SHALE with several light gray limestone IS RQD:NA Seams and layers RC3: tan weathered limestone layers at 17' and 17.7' 15-20' 2O Rec:95% RQD:80% RC4: 25 202030' -30' x Medium, fresh, light-gray aphanic LIMESTONE with few RQD.977 gray shale seams and layers generally less than 4" thick with shaly limestone Layer 27'--2.8' 3O RC5: 30-40' Rec: 10H RQD: 100, gray shale 35'-37' 35 more frequent shale layers 37'-40' 4O RC6: i 40-50' 1 Rec: 100p RQD: 100 45 50 Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES SwL Report No. 88-201-4 LOG OF BORING N 433986 E 2025120 PROJECT: Proposed Water Treatment Plant BORING NO. = $r 1 ❑ CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 11/3/8a TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION: B16.28 2_-4 ; LEGEND: WATER INFORMATION Cn 0 z su :` �n ■ SAMPLE Seepage at 27' , dry at completion, Xw m a aCc u_i°C X STANDARD PENETRATION dry on 11/4/88 �_ulP_ m Z�- a.L a c to a� 0 ■ WATER a mX T DESCRIPTION OF STRATUM (USCS) 4. 5 Very stiff to hard, dark grown CLAY (CH) 4.5 Very stiff to hard, tan silty limy CLAY 4.54 with trace lime deposits (CL) 3.8 Soft to medium, moderately weathered, tan aphanic LIMESTONE with-clay layers up to 8" thick. J RC1 : 4.5 7-12' !0 Rec:60% RQD:NA near vertical stained fracture at 12.2' RC2: �. 15 12-22'f 2.5 Very stiff to hard tan shaley clay RQD:NA - 4.5 20 Soft, fresh, gray SRALE RC3: Medium, fresh, light-gray aphanic LIMESTONE with few 22-32' gray shale seams and layers generally less than 4" thick 25 Rec:90% RQD:80% tan clay seams 24'-25' .t 3D RC4: J 32-42' 35 Rec: 100 gray shale layer 34.8'-35. 7' RQD: 100 J AD RC 5: 42-50' 45 Rec: 100 RQD: 100 s 50 Bottom. of Exploration at 50' X SOUTHWESTERN LABORATORIES G_11 SwL Report No. 88-201-4 LOG OF BORING N 433944 E 2024618 PROJECT� Proposed Water Treatment Plant BORING NO. . CLIENT : Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE- 11/7/88 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION: 811.83 at- WATER INFORMATION oaa w LEGEND: a w Ct ■ SAMPLE Seepage at 27' , dry at completion, w m a Q Iz ria4 a STANDARD PENETRATION dry on 11/7/88 ►-� z� icy 0-LL �- c a w o n r WATER LU "' "' w m U CL Cr i DESCRIPTION OF STRATUM (USCS) 5 Hard, brown silty CLAY (C1.) 4. Hard, tan silty CLAY with trace lime (CL) 5 4.5 4.5 Hard, tan silty limy CLAY with lime deposits (CL) 4. 5 Io 4.5 • rs 4. 5 Hard, tan and gray shaly CLAY with lime traces (CH) Soft to medium, moderately weathered, tan aphanic 20 4`5 LIMESTONE with tan clay layers - tan clay 19'-20' RCI: 21-31' Medium, fresh, light-gray aphanic LIMESTONE Rec•957 with few gray shale seams and layers RQD:957 stained 20° fracture at 24. 2` 25 gray shale layer 25'-25.3' tarp clay seam at 29' 30 gray shale layer 29'-29.4' RC2: gray shale layer 30'30. 3' _ gray shale layer 30. 7'-31 ' 311' gray shale layer 31.4'-31.7' 35 RQD:967 60' shear at 34' 40 : RC3 RC345° shear at 47.5' Rec: 100 7 45 RQD: 130 7 50 Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES SwL Report No. 88-201-4 LOG OF BORING N 433938 E 2024992 L PROJEM Proposed Water 'Treatment Plant BORING NO. : g — 1 2 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 10/26/88 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION= 818.58 �p�a LEGEND: WATER INFORMATION ? -+ w M I_�� ■ SAMPLE Dry at completion, dry on 10/27/88, � W m a C U7it 4 X STANDARD PENETRATION dry on 10/28/88, dry on 11/4/88 0'C o 7 WATER (n 0 z DESCRIPTION OF STRATUM (i35C5) 4,5 Hard, dark brawn CLAY (CH) RC1: 4.51 Hard, tan 11my CLAY with broken tan limestone (CH) L 5 4-6' Rec:07 RQD:NA Soft to medium, moderately weathered, tan aphanic I� RC2: LIMESTONE with tan shaly clay layers up to 12" thick 5-11' -ferrous stained, near vertical fracture at 7.6' fO Rec:90% RQD:NA RC3: 15 11-21' Medium, fresh, light-gray aphanic LIMESTONE l.r Rec: 100 RQD:907 Soft, fresh, gray SHALE with light-gray limestone layers up to 12" thick L -ferrous stained joint at 16.2' _20 RC4: 21-31' Medium, fresh, light-gray aphanic LIMESTONE Rec: 100 with few gray shale seams and layers up to 6" thick 25 RQD: 100 -horizontal ferrous stained joint at 26.5' 30 RCS: 31-41' Rec:25% , 35 RQD: 75%I L 4O RC6: L 41-49.5 ' Rec: 100 RQD: 100 1 45 RC7: 49.5-50 ' ' Rec: 100 L RQD: 100 50 Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES R-1G SwL Report No. 88-201-4 LOG OF BORING N 433841 E 2024817 .• PROJECT: Proposed Water Treatment Plant BORING N4. : B-- 13 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas .. DATE: 10/27/88 TYPE' Air Rotary CASED TO. N/A GROUND ELEVATION: 816. 15 2 -d LEGEND: WATER INFORMATION 00 - a W xw SAMPLE Dry at completion, dry on 14/28/88, =w m a imcr(n X STANDARD PENETRATION water at 49' on 11/4/88 LL >_ a aw o$ c 7 WATER W U7 N �-Z _JZ -- WW IOU DESCRIPTION OF STRATUM (USCS) Hard, brown and tan silty CLAY (CL) Hard, tan silty limy CLAY with brokfn tan limestone (CL) RC1: with tan limestone layers below 3.5 5 4-6' Rec: 15% .5+ RQD:NA Hard, tan silty shaly CLAY with tan limestone layers (CL) 6.7'6.7'-7.0' , 9.6'-10.0' , 10.5'-11.0" RC2: IO 6-11' Rec:90% r RQD:NA Sort to medium, moderately weathered, tan aphanic RC3: LIMESTONE with occasional clay layers r I5 11-21' tan clay layers 14.0'-14.2' , 15.2'-16. 7' Rec:85% RQD: 70% Soft, fresh, gray SHALE with gray limestone layers and seams 20stained joints at 17.5' , 20.4' RC4: Soft to medium. fresh, light-gray aphanic LIMESTONE 21-31' with occasional shale layers up to 12" thick Rec:95% 25 RQD:952 gray shale layers: 23.(7'-25.0' , 35.2'-35.9' , 36.3'-37.0' 3O RCS: 31-41' 1002. 35 RQD: 100 4O RC6: 41-50' Rec: 100 45 RQD: 100 50 Bottom of Exploration at 50" SOUTHWESTERN LABORATORIES SwL Report No. 88-201-4 LOG OF BORINGN 433838E 2024999 PROJECT: Proposed Water Treatment Plant BORING NO- : S— 14 CLIENT : Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 10/25/88 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION,*816.65 WATER INFORMATION 0 LEGEND: _ ca_ z� _j w Cr w_sW z ■ SAMPLE Dry at completion, water at 49.5' on W m a 0 a toCr STANDARD PENETRATION 10/26/88, dry on 11/4/8$ F-w -,-; 2 F3:Q WATER dL_ r a 4 W to 9) Z J z CS DESCRIPTION OF STRATUM USCS I 4. 5+ Hard, brown silty CLAY, trace tan limestone fragments nd roots CL RC1: ard, tan limy CLAY, trace silt (CH) 5 4--6 Very soft to soft, completely weathered, tan aphanic RQI).NA LIMEST ONE with occasional clay layers RQD:NA RC2: ! Soft to medium, moderately weathered, tan aphanic 6-11 ' LIMESTONE with occasional clay layers IO Rec: 100 RQD:38% RC3• Soft, fresh, gray SkiALE with limestone layers I5 11-21' up to 1.5' thick{ J_ Rec: 100 RQD: 100 z0- RC4: I 21-31 ' Rec: 100 z5xQD: loO Medium, fresh, light--gray aphanic LIMESTONE with occasional shale and shaly limestone layers 20" smonr.h joint- at-. 24.9' shale layer at. 25.2' -25.7' 50° shear at 29. 7' 1 -30 shaly limestone layers: 30. 2'-31 .0' , 32.0'-34. 7' RC5: 31-41' shale layer 34. 7'-35.7' Rec:99% shaly limestone layer 35. 7'-3$.0' -� 35 RQD:99% shale layer 38.6'-38. 8' , 39.0'-39.4' shaly limestone layers: 39.4'-401. 3' , 42. 3'-42. 7' , 43. 7'-44.3' J -40- - D _I RC6t 41-50' Rec:97% 45 RQD: 97% _I 80° shear at 48. 7' 50 2" shale layer at 49.3' Bottom of Exploration at 50' -� SOUTHWESTERN LABORATORIES LOG OF BORING N 433834 SwL Report No. 88-201-4 E 2025216 PROJECT. Proposed Water Treatment Plant BORING NO. : $ - 15 CLIENT: Camp presser & McKee LOCATION : Tarrant County, Texas DATE: 11/4/88 TYPE' Air Rotary CASED ToNIA GROUND ELEVATION: 810. 14 _< WATFR INFORMATION LEGEND: zJ 0O ~6 ,. w ■ SAMPLE pry at completion, dry on 1114188, $w a X 0 Cr w X STANDARD PENETRATION dry on 11/7/88 ~ ~ �a a- QWATER w Eno `l DESCRIPTION OF STRATUM (USCS) 4.5 Very stiff to hard, brawn CLAY with trace lime pebbles (CH) 4..5 3. 7 4.5 Hard, tan silty .limy CLAY with trace lime pebbles (CL) S 4.5 Eq 4.5 O 4.54 !-lard, tan and light gray limy CLAY with trace lime deposits (CH) tan weathered limestone seam at 12. 5' 4. 5 { 5 Soft to medium, moderately weathered, tan aphanic LIMESTONE with clay seams and layers 20RC1: Medium, fresh, light-gray aphanic LIMESTONE 20-30' with few gray shale seams and layers less than 4" thick Rec: 82% RQD:82% -25- 30- RC2: 53ORC2: 30-40' Rec:95% 35 RQD;95% 40 RC3. 44-50' Rec: 100 r' 45 RQD: 100 5D -- - Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES ❑ 1 '7 SwL Report No. 88-201-4 LOG OF BORING N ;33723 E 2024982 PROJECT: Proposed Water Treatment Plant BORING NO. : S— 16 -� CLIENT : Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 10/25/88 TYPE: Air Rotary CASED TO N/A GROUND ELEVATION:814.36 2 LEGEND. WATER INFORMATION _ " `� Dr at completion, dr on 10/25/88, m � a s�� SAMPLE y P + y =w sy c3a: U) Ii in X STANDARD PENETRATION dry on 10/27/88, dry on 10/28/88, -� 0.w >_ a a w Q� a ■ WATER dry on 11/4/88 a to a' N w m u G 0. cc = DESCRIPTION OF STRATUM (11SCS) .25 Hard, brown silty CLAY (CL) ard, taW limy CLAY, trace silt (CH) I RC1: 5 4--6' Very soft to soft, severely to completely weathered, tan Rec:337 phanic LIMESTONE with occasional clay layers RQD:NA -1 RC2: Soft to medium, moderately weathered, tan aphanic IQ 6--11' LIMESTONE With occasional clay layers Rec:90% 45° fracture at 7.8' ,4 RQD: NA horizontal joints at,: 7.0' ,7.3' ,9.2' ,9.4' , 10.0' , 12, 1' and RC3: 12.9' 15 1ec9 : Soft, fresh, gray SHALE with limestone layers Rec93% RQD:939 up to 1.4' thick 20 RC4: 21-31' �^ R.ec•93% Medium,_ fresh, light-gray aphanic LIMESTONE with RQD:93% occasional shale. and shaly limestone layers 25 � -60° shear at 29. 1 ' 30shaly limestone layer 29. 1'-30.5' RC5: 31-41' Rec:94% shale layers 33.0'-34.4' RQD:94% shaly limestone layer 34,4'-35.0' shale layer 35. 3'-35. 7' shaly limestone layer 35.7'-36.3' , 37.0'-37.8' shale layer 37.8'-38.2' shaly limestone layer 39.0'-40.0' 4[] shale layer 40.0'=40.3' RC6: shaly limestone layers: -41.5'-41. 9' , 45.3'-46.4' , 41-50' 47.5'-49.0' Rec: 100 RQD: 100 50 Bottom of Exploration at SO' SOUTHWESTERN LABORATORIES SwL Report No. 88-201-4 LOG OF BORING N 433591 E 2024813 PROJECT: Proposed Water Treatment Plant BORING NO. - B- 1 7 CLIENT Camp Dresser & McKee LOCATION . Tarrant County, Texas DATE: 10/27/88 TYPE: Air 'Rotary CASED TO: N/A GROUND ELE VATION : 8 10.01 2 _ LEGEND: WATER INFORMATION 0 : o Dr at completion, installed 2" PVC x w0 a 4< • STANCIL RD PENETRATION observation well to 50.0' , dry on c~i� r a aw o" cs 7 WATER 11/4/88 and 11/22/8$ w cr to z _Js.a U z � DESCRIPTION OF STRATUM (USC8) 3.0 Very stiff, brown silty CLAY, trace tan limestone 4.5fragments and roots (CL}`_ 4.54 Hard, tan silty limy CLAD, trace limestone fragments (CL) 4.5 5 RCI: Very soft to soft, moderately to severely weathered, tan 6-11' LIMESTONE with occasional clay layers up to 6" thick Rec: 100 horizontal joint 6.4' ,6.5' ,7. 2' ,8. 5' ,9.0' ,9. 2' RQp: NA. -40° joint 8.6' ID -2V joint 9.6' RC2: 11-21' Rec•80% horizontal joint 13.5' , 17.6' RQD: NA -100 joint at 14.8' 15 shaly clay layer 15.0'-16.0' vertical joint at 16.0' and 20.0' shaly clay layer 19.0' - 20.0' 2O £1C 3: 21_31' Medium, fresh, light-gray aphanic LIMESTONE with occasional, ec:98% shale and shalt' limestone layers from 1" to 1' thick 017,987; with occasional layers up to 3' thick 25 shaly limestone layer: 25.0' -26.0' , 27.17'-29.2' 30shale layer 29.2'-30. 7' C4: shaly limestone layer 31.2'-32. 6' , 34.0'-35. 1' 31-41 ' ec:97% 35 QD:97% 50' shear at 39. 2' -40- 05: 41-50' ec: 70% 45 QD: 70% shaly limestone layer 44. 2'-45. 0' 50 Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES SwL Report No. 88--2011-4 LOG OF BORING N 433588 E 2024985 PROJECT-. Proposed Water Treatment Plant BORING NO. . T3- 18 I` CLIENT : Camp Dresser & McKee LOCATION : Tarrant County, Texas DATE: 10/26/88 TYPE-. Air Rotary CASED TO: N/A GROUND ELEVATION:811.60 LEGENDWATER INFORMATION z 1 a s =n - Dr at completion, dr on 10/27/88, .�� z SAMPLE y P y z� o W X STANDARD PENETRATION dry on 10/28/88, dry an 11/4/88 �W 2 � 3ts n_ Q LL Y Q c w o a V WATER W to cn F- Z _jx cs z Q in C mCr z DESCRIPTION OF STRATUM USCS •5 Hard, brown CLAY (CH) .5 4.5 bard, tan silty limy CLAY with broken limestone 1 4. 5+ fragments (CL) 5 Cl: 4.5 Soft, moderately to severely weathered, tan aphanic 6-11 ' LIMESTONE with occasional clay layers up to 1 ' thick �- ec: 100 -30° shear at 8.0' IO QD: NA RC2: -20° shear at 12.4' 11--21' Rec: 100Hard, tan and gray shaly CLAY with tan limestone layers i5 RQD: NA up to 6" Chick (CA) Soft to medium, fresh, gray SHALE with light gray 20limestone layers up to 6" thick RC3: -tan shaly clay layers 20. 7'-22.0' 21-31 ' Medium, fresh, light-gray aphanic LIMESTONE ec: 90% -25 RQD:907 3fl with occasional gray shale seams and layers up to 7" thick RC4: below 30.4' 31--41' Rect100 35 RQD: 10Q 45° shears at 37.6' and 48.2' aO RC5: '41-50' Rec:95% 45 RQD:95% L so Bottom of Exploration at 50' SOUTHWESTERN LAUORATORIES B--2Q SwL Report No. 88-201-4 LOG OF BORING E 433584 PROJECT Proposed Water Treatment Plant BORING NO. : $ 1 9 CLIENT: Camp Dresser & McKee EOCATICN : "Tarrant County,. Texas DATE: 11/4/88 TYPE: Air Rotary CASED TO� N/A. GROUND ELEVATION: 805.66 F- WATER INFORMATION LEGEND! z a w _=0 SAMPLE Dry at completion, installed 2" PVC aw m a << 4 X STANDARD PENETRATION observation well to 50,0' , dry on a_U_ a a w aY ❑ ■ WATER 11/4/88, 11/7/8$ and 11/22/88 Nz � z C y DESCRIPTION OF STRATUM (115CS) 4.51 Very stiff to hard, dark brown CLAY with trace lime 4.0 ebbles C13 ,5 Very stiff to hard, brown and tan CLAY with trace. 4.0 lime pebbles (CH) 5 4.5 Very stiff to hard, tan silty limy CLAY with lime deposits 4. 0 and lime pebbles (CL) 4.54tan weathered limestone layer 8'-8.3' IO 4.0 Very stiff to hard, tan and light gray silty limy CLAY with trace lime deposits (CL) Lan weathered limestone layer 12'-13' 4 54 Hard, tan and gray shaly CLAY with trace lime pebbles (Cd) IS tan weathered limestone layer 15'-16' 4.5 Soft to medium, moderately weathered, tan aphanic 20— LTREST.QNE ih tan. cla seams. RC1: Medium, fresh, light-gray aphanic LIMESTONE 20-30' with occasional gray shale seams and layers Rec: 70% RQD:707 25 gray shale 24'-24. 3' gray shale 26'-25.5' 30 RC2; 30-40' Rec: 100 5 RQD: 100 40 RC3: 40-50' Rec: 100 RQD: 100 �#5 50 - Bottom of Exploration at 50' SOUTHWESTERN LABORATORIES SwL Report No. 88-203-4 LUG OF BORING N 433494 E 2024618 1 PROJECT: Proposed Water Treatment Plant BORING NO. : B - 2 C) CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Texas J . DATE: 11/7/88 TYPE: Air Rotary CASED TO. NAA GROUND ELEVATION : 804.55 Q -� LEGEND: WATER INFORMATION C2�C Cn a cc c �� SAMPLE Dry at completion, dry on 11/7/88 w m a 0 tx Gni w X STANDARD PENETRATION a IL k w � *- U n Y a a ox o V WATER WQ vs US j LLLI U 4 IL C M DESCRIPTION OF STRATUM (USCS) L 4. 5 Hard, dark brown CLAY with trace lime pebbles (CH) 4.5 4.5 _. 4 5 Hard, brawn CLAY with trace lime pebbles (CH) I 5 4.5 Very stiff to hard, tan limy CLAY with trace lime deposits (CH-CL) L 2. 2 Ifl 4.0 1 Soft to medium, moderately weathered, tan aphanic i 15 RCI: LIMESTONE with clay seams and layers 15-25' Medium, fresh, light-gray aphanic LIMESTONE _ec:72 with occasional gray shale seams and layers QD:72% 3/4" x 1" x 1" cavity at 15.2' 2O I L gray shale layer 24'-25' 25 C2• gray shale layer 25.8'-26.3' !_ 25-35' shaly limestone 27'-31' ec: 1007 gD: 100% 1 _30- -35- - RC 3: i 3545' - ec:98% 40 QD:98% i. t 45 C4: 450 shear at 45.5' 5-50' shalt' limestone 45'-50' ec: 100% QD: 100% 50 Bottom of Exploration at 50' L SOUTHWESTERN LABORATORIES n 99 Report No. 89-241-4B LOG OF BORING 1 433693 E 2424718 PROJECT: Proposed Water Treatment Plant BORING NO. . I3— 21 CLIENT: Camp Dresser & McKee LOCATION `Tarrant County, Tx. BATE: 5/31/89 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION: 810.86 LEGEND: WATER INFORMATION o w a a W z ■ SAMPLE Seepage at 7' ; dry at completion MW in (L ❑a: W a a X STANDARD PENETRATION �W zt- U us < H z L) Cn V WATER ❑ Ln a a = DESCRIPTION OF STRATUM !7 Hard, brown silty CLAY (CL) `5 Very stiff to hard, tan limy CLAY with broken tan .ZS limestone fragments (CL) 5 'S -tan limestone seam. at 5.5' .5 . 7 Very stiff tan and light gray limy CLAY -10- with titin lime seams (CL) .5 Hard, tart and light gray shaly CLAY (CL) A I5 Soft to medium, moderately weathered, tan aphanic LIMESTONE with occasional clay layers 20 -tan clay layer 4`"-6" thick at 19' Cl: •� 24-30+ Soft to medium, fresh, light-gray aphanic LIMESTONE with occasional shale layers ec; X357. 25 Q4= 857 Bottom of Exploration at 30' 35 r. -40- -45- SOUTHWESTERN O45SOUTHWESTERN LABORATORIES Report No. 89-201-4B LOG OF BORING N 433689 E 2024915 PROJECT: Proposed Water Treatment Plant BORING NO. . B— 2 2 CLIENT: Camp Dresser & McKee LOCATION :Tarrant County, Tx.� DATE: 5/30189 TYPE= Air Rotary CASED TO: NIA GROUND ELEVATION:814.48 zh WATER INFORMATION LEGEND: _j SAMPLE ' � a a `�oar z Dry at completion,an, water at 21;5 �w m d z Cr 3 0 }� STANDARD PENETRATION on 5131/89, water at 14.5' on 6/l/89 �.. a.a.U_ uz ran <a W O x Q T WATER Z _jm 0 = DESCRIPTION OF STRATUM 4.5 + Hard, tan limy CLAY with broken tan limestone fragments .. {CL} 5 Soft to medium, moderately weathered, tan aphanic LIMESTONE with occasional clay Layers RCI: 7-12' IO kec: 76 RQD: NA 100/5"* RC2: I5 12-17' der. 86 QD. NA Soft, slightly weathered, gray SHALE with occasional tan clay layers 20- C3: 17-27' ec: 88 25 QD: 20 X Soft to medium, fresh, light-gray aphanic LIMESTONE 100/1 with occasional shale layers 3Q C4: .. 7-35' ec: 73 OD..2 35 * Bottom of Exploration at 35' 40 `THD - Cone Penetrometer Test A 45 54 SOUTHWESTERN LABORATORIES Report No. 89-241-4B LOG OF BORING 1 433686 E 2025115 PROJECT-" Proposed Water Treatment Plant BORING N0. :13— 2 3 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Tx DATE: 5131189 TYPE: Air Rotary CASED TO: N A GROUND ELEVATION :811. 18 z w WATER INFORMATION 02 w 4n -E LEGEND' o a a W z SAMPLE Seepage at 6' , dry at completion, FUw m a ocr W o a y STANDARD PENETRATION water at 4.5' on 611189 CL U_ d d w 0 " o V WATER W vy to LnLUCon z LU 0 x DESCRIPTION OF STRATUM 3.5 Very stiff, blown CLAY (CL) 4.2 2.0 Hard, light-brown silty CLAY (CI,} 2.2 5 1.5 Stiff to very stiff, tan limy CLAY with tan limestone layers (CL) �r 4.0 Hard, tan and gray shaly CLAY with broken tan _10- limestone fragments (CL) 4.5 Soft to medium, moderately weathered, tan aphanic 20LIMESTONE with occasional clay layers RC1: M. 20-25' Rec:90% Soft to medium, fresh, light-gray aphanic LIMESTONE 25 RQD:60% with occasional shale layers RC2- 25-30' Rec: 97 �. 30ROD- 977. Bottom of Exploration at 30' PW —35- -40- 45 45 5 D--� SOUTHWESTERN LABORATORIES Report No. 89-201-4B LOG OF BORING N 433594 E 2024818 PROJECT: Proposed Water Treatment Plant BORING NO. .- JI— 24 CLIENT: Camp Dresser & McKee LOCATION : Tarrant County, Tx DATE: 6/l/89 TYPE= Air Rotary CASED TO: NIA GROUND ELEVATION OS.L2 Q a LEGEND: MATER INFORMATION z _j w W `W ■ SAMPLE Dry at completion, water at 26.5' in =w M a o� 'n a 4 X STANDARD PENETRATION 30 minutes a� a a W p Y Cl ■ WATER ur M zn F-z _ z "'Uj M 0X DESCRIPTION OF STRATUM Hard, light brown CLAY (CL) 2.50 Very stiff, tan limy CLAY (CL) g 2.0 Very stiff to hard, tan and gray shaly CLAY with some 2.2 calcite fragments and occasional limestone layers (CH) t0 4,5 I5 Soft to medium, moderately weathered, tan aphanic HG1• LIMESTONE with occasional clay layers 5-25' Soft to medium, fresh, light-gray aphanic LIMESTONE 20QD: 800 eC' 8with occasional shale layers E25 CZ: 5-3a' ec: 94 QD: 94 3O Bottom of Exploration at 30' -35- -40- - J45 5O SOUTHWESTERN LABORATORIES Report No. 89-201-4B LOG OF BORING N 433592 E 2024718 PROJECT* Proposed Water Treatment Plant BORING NO. 13 - 2-S CLIENT: Camp Dresser & McKee LOCATION Warrant County, Tx. , DATE: 5]31/89 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION: 808.97 z H '-: LEGEN3: WATER INFORMATION C'D a in z _j w w l-i n a ■ SAMPLE Dry at completion, water at 28' in m a a� 0 ix w X STANDARD PENETRATION 1.5 hours oLL � < <w c V WATER r� °0 = DESCRIPTION OF STRATUM 4. I Hard, brawn silty CLAY (CL) 4.0 Lard, tan limy CLAY (CL) 4'0 -tan limestone seam at 4' 4,54 Hard, tan and gray limy CLAY with thin lime seams (CL) -tan limestone seam at 6' 4 Lard, tan and gray shaly CLAY (CH) IO 4.5 -tan limestone seam at 13.5' I5 RC1: Soft to medium, fresh, light-gray aphanic LIMESTONE 14-24' with occasional shale layers Rec:787 RQD: 19% z0 z RC2: 24-30' Rec:96% RQD: 957 � 3O Bottom of Exploration at 30' w 35 4fl 45- -50 50-f PM SOUTHWESTERN LABORATORIES Report No, 89-201-B LOG OF BORING N 433589 E 2024913 PROJECT: Proposed Mater 'Treatment, Plant BORING NO. :1B— 2 G ..,, CLIENT: Camp Dresser & McKee LOCATION Tarrant County, Tx. DATE- 5/31/89 TYRE: Air Rotary CASED TO: N/A GROUND ELEVATION: 8 Z ~ LEGEND' WATER INFORMATION 00"4 � W a� N SAMPLE iw m i oX 0 o� � STANDARD PENETRATION Dry at completion, dry on 6/1/89 �� 4 QUj4� o V WATER 0 4n v' Nw m z a DESCRIPTION OF STRATUM (L z 4`5 Hard, brown CLAY with embedded limestone fragments (CH) Very stiff to hard, tan limy CLAY with occasional limestone layers (CL) ~' 5 4,5 4.5 .� IO RC1: 4.5 Hard, tan shalt' CLAY with occasional limestone layers (CH) 9-14' Rec:l97 RQD: NA 4.5 15 4.5 RC2: RRQD:10�'1ec:8 Soft, moderately weathered, light--gray SHALE D :10% with occasional tan clay layers 20 25 RC3• Soft to medium, fresh, light-gray aphanic LIMESTONE 24-34' with occasional shale layers Rec: 100 RQD:10[3 3O RC4: 35 34-35' Rec: 100 RQD: 100 ao Bottom of Exploration at 35' 45- L 5Q SOUTHWESTERN LABORATORIES Report leo. 89-201-4B LOG OF BORING N 433586 E 2025113 PROJECT": Proposed Water Treatment Plant BORING NO. . S— 2 7 CLIENT: Camp Dresser & McKee LOCATION:Tarrant County, Tx DATE. 5/31/84 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION:808.61 za LEGEND: WATER INFORMATION ❑® o a _j a cr a� � z SAMPLE Dry at completion, water at 12' 3.5 M w m a a u7 o w X STANDARD PENETRATION ALU a hours after completion u U_ < < < ° x z WATER Ln U LU 0 z DESCRIPTION OF STRATUM Hard, brown CLAY (CH) ,5 Very stiff, light brown CLAY with embedded limestone .5 ra ments CH 5 .5+ Very stiff to hard, tan limy CLAY with occasional 4.5 limestone layers (CL) IO 4.5 Hard, tan and gray shalt' CLAY with embedded limestone fragments (CH) -limestone layers below 13' t5 3.5 4.5 20 .0 RC1. Soft to medium, fresh, light-gray aphanic LIMESTONE 20-30' with occasional shale layers Rec: 31 25 RQD: 917, 30 Bottom of Exploration at 30' 3s 4fl 45 -50 SOUTHWESTERN LABORATORIES Report No. 89-201-4B LOG OF BORING E 433492 PROJECT Proposed Water Treatment Plant BORING NO IB- 28 CLIENT: Camp Dresser & McKee LOCATION ' Tarrant County, Tx DATE= 5/31/89 TYPE' Air Rotary CASED TO N/A GROUND ELEVATION: 806. 71 d" 02 LEGEND. WATER INFORMATION z _j w Ir�=W ■ SAMPLE Seepage at 181 , dry at completion, =w < n 0o X STANDARD PENETRATION water at 21.2' in 3.5 hours w� si tdn �wm � a V WATER z x CL z DESCRIPTION OF STRATUM 4`0 Hard, brown silty CLAY (CL) 4.2 2.5 Very stiff to hard, tan limy CLAY with occasional 2.0 limestone layers (CL) 3.5 -tan limestone layer 6" thick at 2' 3.0 ID 3.5 -tan limestone layer 6" thick at 11' -tan limestone seam at 12' Soft to medium, moderately weathered, tan aphanic 15 RC1, LIMESTONE with occasional clay layers 14-24' Soft to medium, fresh g ht- ra, light-gray a hanic LIMESTONE Rec: 91� 8 y p ROD- NA with occasional shale layers, traces of iron-oxide seams ,.� Z(} 24-30' Soft, fresh, gray SHALE with occasional shaly limestone Rec: 967. seams RQD: 967. 30 Bottom of Exploration at 30' 35 -40- -45- 501 045 50 SOUTHWESTERN LABORATORIES Report No, 89-201-4B LOG (1F BORING N 433489 E 202491.2 PROJECT: Proposed Water Treatment Plant BORING NO, ; g— 2 9 CLIENT: Camp Dresser & McKee LOCATION -Tarrant County, Tx. DATES 5131/89 TYPE: Air Rotary CASED TO: N/A GROUND ELEVATION: 809.30 z WATER INFORMATIONO p ;1 LEGEND' M h . ■ SAMPLE Dry at completion, water at 25'7" in �Uj 2 2 z� � a } STANDARD PENETRATION 2 hours, water at 6"6"' on 6/1/89 w U_ r}n N r W a Y ❑ V WATER Z © aMU a z DESORIPTLON OF STRATUM 4.5 '+ Hard, brown CLAY (CH) E 4.5 Very stiff to hard, tan limy CLAY with embedded 2.0 limestone fragments (CL) 4.5 4.5 Very stiff to hard, tan shaly CLAY with occasional limestone seams and layers (CH) la 3. 7 Cl-. Soft to medium, moderately weathered, tan aphanic LIMESTONE 12-22' with occasional clay layers ec: 26 5 Qb: ISA za C2: Soft to medium, fresh, light-gray aphanic LIMESTONE 2_32, with Occasional shale layers 2g ec: 95 Q0: 91 30- _35- Bottom of Exploratian at 32' *THD - Cone Penetrometer Test 40- 45- _50- SOUTHWESTERN 04550SOUTHWESTERN LABORATORIES Report No. 89-201-4B LOG OF BORING v 433486 E 2025112 PROJECT : Proposed Water Treatment Plant BORING NO. : E- 30 CLIENT ! Camp Dresser & McKee LOCATION Tarrant County, Tx. DATE: 6/1/89 TYPE: Air Rotary CASED TO : N/A GROUND ELEVATION: 805.92- z LEGEND: WATER INFORMAT(ON �Q„_a un z F _j w Cr�- W -. X SAMPLE Dry at completion, water at 2'6" in MW w Im a Q� m o w X STANDARD PENETRATION 2 hours wW e- r��n < ;5 W 0 z V WATER a W @� DESCRIPTION OF STRATUM 2.2 Medium, dark brown CLAY �(CH) 2.0 5t1ff, light grown CLAY (CH) 2.2 .. 5 1,7 Stiff to very stiff, brownish tan .limy CLAY, trace calcite fragments (CL) 2.2 Very stiff to hard, tan and gray shaly CLAY with occasional limestone layers (CH) l0 4.5 + —15 4.5 + Soft to medium, fresh, light-gray aphanic LIMESTONE 20 Cl: with occasional shale layers 129-30, 9-29' ec: 99 QD: 99 25 C2: —3D ec: 100% CSD: 100 Z I 55 Bottom of Exploration at 30'40- 45 5fl SOUTHWESTERN LABORATORIES GEOTECHNICAL INVESTIGATION EAGLE MOUNTAIN WATER TREATMENT PLANT EXPANSION FORT WORTH, TEXAS TMI REPORT NO. FE97-043 TO CAMP DRESSER & MCKEE, INC. FORT WORTH, TEXAS BY TERRA-MAR, INC. DALLAS 1 FORT WORTH I HOUSTON I AUSTIN f LONGVIEW I LUBBOCK OCTOBER 23,1997 FE97-043 TERRA-MAR LOG OF BORIN� BORING B-1 5-32- 0'J PW[' C-3) Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 Date. 9-9-97 Elev.: 820.9' +1- Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 9-12-97 was: Dry Depth to caving when checked: 9-12-97 was: 49.7' ELEVATIONI SOfL SYMBOLS Mc SAMPLER SYMBOLS DESCRIPTION C LL PL PI 200 D.D. P.Pt LINCQN, (feet) &FIELD TEST DATA % % % % pcf tst tst ° ------------------------------------------- ...... .... Hard dark brown to tan CLAY wl 4.5+ $20 numerous limestone fragments 5011 Q^ 4CQ 5010.5^ ass Moderately har to hard tan weathered LIMESTONE wl occasional clay seams and layers 6L�YJ 5010.25" 5010.25" 1Q Rio ---------------- --------- ---------------------------- • .. .... ._.. Moderately hard to hard gray shalev LIMESTONE 15 7 141 73.8 905 .. . ...... HUN= -Moderately hard to hard gray lime -- SHALE w/ some limestone seams & 9 134 45.29 —= 111 10^ layers ROD= limestone seam @ 17.0' 10 tai 45.91 _—_--_ 47% - limestone layer @ 17.5' & 21.0' 30 132 4B-27 20 =_= 12 130 27.2 Moderately hard to 'hard gray shaley LIMESTONE wC some shale seams & layers shale layer @ 22.6' shale seam @ 24.0' & 26.2' 25 795 SUN ,20" OBC=a0• BO°= _ shale seam @ 28.4'. 29,7' & 30.0' 21% I 740 - shale layer @ 31.0' - shale seam @ 34.0' 35 795 1UN f 1 20 Notes: Completion Depth: 50.0' FIGURE NO.: 5 TERRA.-MAR, INC, LOG OF BORING BORING B-1 ( f5 —3 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 DEPTH ELEVATION/ SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION % % % -zoo {}.D. P.PEN IJN 3f y�, g'a 96 PI 96 pcf tsf ts# (feet] &FIELD TEST DATA REC=68" ROD - shale layer @ 38,0' 14% $D - shale seam @ 40.5' A 45 RUN=96' 775 REC=3B' ROD= 30% - shale seam @ 48.3' 5b 770 55 765 sa 760 ss 755 70 7553 75 745 FIGURE NO.: 6 TERRA-MAR. INC. LOG OF BORING BORING B-2 (5-33 0?,-J 'I)vv4• C-37 Protect: Eagle Mountain Water Treatment Plant Expansion Protect No.: FE97-043 Date: 9-9-97 Flev.: 816.3' fl- Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 9-12-97 was: Dry Depth to caving when checked: 9-12-97 was: 50.0' ELEVATION/ SOIL SYMBOLS MC LL PL 1-200 D-D- P.PEN UNCON, DEPTH SAMPLER SYMBOLS DESCRIPT(ON PI (Berl $FIELD TEST DATA 96 5a Yo `Ye pCf ts1 tSf fl - --- -- --- -- .--_---- -- -- •_•- ---- ----- 3 .' .- _...-.- Hard dark brown to light brown CLAY .1.7 19 4.5+ a 2.5 w/ numerous limestone fragments 4.5+ 4,5+ (CI_.) 14 38 20 75 116 4.5+ -- - --------•-•-------- --•--------------- -- - -. - ,.-- - ., ..... Hard tan CLAY w/ numerous 4,5+ s limestone fragments & seams a I D i (CL) Moderately hard tan weathered 5011.0: LIMESTONE wl occasional clay seams { io 5011.0- & layers Bps I RUN= ------------------------------------------------------ -. 15 EIEC 44` Moderately hard to hard tan shaley aoa ROD= LIMESTONE-wl occasional clay layers 10% I --•---------•---- -------------------•-----•-.......--- Moderately hard to hard gray sh^aley �4 M=ONE wl some shale seams & layers 795 RUN 25 120' REC=66" 790 R4❑=0% 30 78S 5 141 55-5 RLN= 35 120" REC=52' 7gA RCO=7% i Nates: Completion Depth: 50.0' FIGURE NO.: 7 MR LOG OF BORING BORING B-Z ( f 33) 97 Project: Eagle Mountain Water Treatment Plant Expansion Prosect No.: FE97-043 ELEVATIONI SOIL SYMBOLS MC LL PL P1 •200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % 96 % % pcf tsf tsf (feetl & FiELD TEST DATA 40 775 RUN y -, 45 120' REC=60' 77a RQD=7% d" 50 765 55 7�4 60 755 6S 750 70 74S 75 740 w so FIGURE NO.: S TERRA-MAR, INC. LOG OF BORING BORING B-3 ( e, - 3+ o avvch C-3- Project.- Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 Date: 9-9-97 Elev.: 813.8' +/- Location. See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 9-12-97 was: Dry Depth to caving when checked: 9-12-97 was: 48.5' ELEVATION[ SOIL SYM90LS MC LL PL •200 D.D. P,PEN UNC©N. DEPTH SAMPLER SYMBOLS DESCRIPTION % % yrs PI � % Pd tsf tsf (feet) & FIFLD TEST DATA 0 ----------------------•---•----------- ------ ------- .... .. ... ......... Ward dark brown to light brown CLAY 4.5+ wl numerous limestone fragments 4.5+ 8 27 20 7 #28 4.5+ {CL} 4.s+ K AN Hard tan CLAY w/ numerous 14 44 16 28 4.5+ s limestone fragments & seams (CL) Bos Moderately harts tars weathered �0 LIMESTONE wl occasional clay seams & layers y � Boo RUN= 1s 124" REC=62' ROD- 1 15 117 18-0 19 113 4.8 79s 20 ....................---- ----------------- _. ... ...... ... Moderately hard to hard gray shale LIMESTONE wl some shale seams & _ layers shale seam 23.0' 790 SUN= 5 143 1678 25 REC=90" RQD=O% shale seam @ 26.5' & 28.0' 795 S 30 - shale layer fJ 30.0 & 32.5' 9 133 34.1 RUN= - shale layer @ 34.O] 35 120" REC= 105- _ shale layer @ 315.2' .. ROD l - - Dotes: Completion Depth: 50.13' FIGURE NO.: 9 TERRA-MAR, INC. LOG OFNGBORINS Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 ELEVATIONI SOIL SYMBOLS MC U. PL 200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI 9b pct Isf tsf � (feet) &FIELD TEST DATA 775 40 770 RUN= 45 120' REC=81' RQD=594 765 54 760 55 755 60 750 �+ 65 i 74S 70 740 75 735 ®Q FIGURE NO.: 10 TERRA-MAR, INC. LOG OF BORING BORING B-4 ( - 31 orJ ❑,NG . -j Project: Eagle Mountain Wates Treatment Plant Expansion Project No.: FE97-043 Date. 9-9-97 Elev.. 825.2` +1- Location: See Figure 1 Depth to water at compietlon of boring: Dry Depth to water when checked: 9-12.97 was: Dry Depth to caving when checked: 9-12-97 was: 49.8' ELEVATION/ SOIL SYM80LS Mc LL PL20❑ D.D. P-PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION ay dy oy Pl % pcf tsf tsf ` ;1eet1 & FIELD TEST DATA Q ------------- •..----------------------- •--- . .... ...... ..... 825 hard to very stiff light brown & tan a.5+ CLAY wl numerous limestone 4,5+ fragments 4.5+ 13 44 14 30 120 4.5+ - shaley pieces below 4.0' 3.5 ezo 5 (FILL) (CL) 3.4 - ----------- --------------------- •-----------_-- Very stiff to hard dark brown CLAY 30 55 25 30 92 CO wl trace calcareous nodules, strong organic odor tcw) sz5 1 o Moderately hard tan weathered LIMESTONE wl occas-conal clay seams & layers B10 35 RUN 120' REC=65" ROD= 20% 12 128 24.3 - ----- ------ -- - -- •- ----- ---•- -- • ... sec 20 Moderately 'hard to hard gray shaley . LIMESTONE wl some shale seams & - layers --- - —__ 12 128 27.6 _ = Moderately hard to hard dark gray 16 121 24-5 limey SHALE _= 15 123 19.0 goo Z5 RUN r - limestone layer @ 24.8' 12 127 26 9 120` REC= 12 127 28.9 -- 114` _-- ROD= 58% limestone seam @ 28.0' limestone layer @ 34.0' 790 35 —__ — RlliJ= =- 120" �« REC= Notes: Completion Depth: 50.0' FIGURE NO.: 11 TFRRA-KAAR W LOG OF BORING BORING 13-4 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.Pr= UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI 96 pcf Ssf [sf ;feet? &FIELD TEST DATA — = ROD - limestone layer @ 37.0' 23% limestone layer @ 39.47' limestone layer @ 44.3' 780 45 = RUN 120" = REC 98` _- — RCS= 37% --- - limestone layer @ 4810' 775 --so -- 770 55 wa 765 60 760 65 755 70 I 750 75 l 745 FIGURE NO.: 12 TERRA-MAH INC. n. GEOTECHNICAL INVESTIGATION EAGLE MOUNTAIN WATER TREATMENT PLANT EXPANSION FORT WORTH, TEXAS TMI REPORT NO. FE97-043 TO CAMP DRESSER & MCKEE, INC. FORT WORTH,TEXAS BY TERRA-MAR, INC. DALLAS! FORT WORTH ! HOUSTON f AUSTIN ! LONGVIEW ! LUBBOCK ., OCTOBER 23,1997 '� FE97-043 TERRA-MAR LOG OF BORING BORING B-•1 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 Date: 9-9-97 Elev.: 820.9' +/- Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 9-12-97 was. Dry Depth to caving when checked: 9-12-97 was: 49.7' ELEVA7aC3iV1 SOIL SYM8OLS MC LL PL X00 D.D. P.PEN UNCON. DEPTH SAMPLER SYMSOLS DESCRIPTION Pl {feztl &FIEL13 TEST DATA % % % 96 pct tsf tsf 0 --- ---------------------------- ---- --------- -- .. .... ... _.--... Hard dark brown to tan CLAY w/ 4-s+ numerous limestone fragments 9011-0" (C L) 50105 _ els J -Moderately har to. weathered- LIMESTONE wl occasional clay seams and layers . 5010-25' 810 14 810 ------------- •--•------------------------•------•----- .... .......... Moderately hard to hard gray shal_ey LIMESTONE L5 7 141 73.8 80S —.---- --------------------------------------------- ...... .... RUN= Moderately hard to hard gray limey T 20.. SHALE wl some limestone seams & 9 134 45.29 = R>_c= 110' layers RQ¢= — limestone Seam @ 17.0' 10 133 45.91 47% 10 layer @ 1 7�5' & 21 .0' 10 13z ae.z7 20 12 130 27.2 Moderately hard to hard gray shaley LIMESTONE wl some shale seams & layers - shale layer @ 22 0' share seam @ 24.0' & 26.2' 25 795 RUN 120" REC=84" 1 2 - shale seam @ 28.4'. 29.7' & 30.0' ts� 30 79° - shale layer @ 31.0' - - shale seam @ 34.0' s 705 RUN 120" Nates: Completion Depth: 50.0' FIGURE NO.: 5 TERRA-MAR, INC. LOG OF BORING BORING B-1 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 ELEVATION/ SOIL SYMBOLS MC LL I PL -200 D.O. P.PEN UNCON, DEPTH SAMPLER SYMBOLS DESCRIPTION % % % P) % pcf tsf tsr ;feet) &FIELD TEST DATA REC y 68' ROD -shale layer @ 38.0' 14% 44 -shale seam @ 40.5` 790 45 RUN=96' 775 REC=36' ROD 30% shale seam @ 48.3' 770 55 755 60 760 b5 755 70 750 75 745 80 I FIGURE N©.: f TERRA-MAR, INC. LOG OF BORING BORING B-2 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 Date: 9-9-97 Dew.: 876.3' +/- Location: See Figure 1 Depth to water at completion of haring: Dry Depth to water when checked: 9-12-97 was: Dry Depth to caving when checked: 9-12-97 vvas: ELEVATION/7 SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL � PL •200 D-0, P.PEN UNCON. (feet} & FIELD TEST DATA % % % P� % Pd tsf tsf p - -----------------•------ ----------- ---- ----._ ._... _.,. ----.. _...-.. ..-.. y Hard dark Brown to light brown CLAY s sa 17 1& 4_s+ 315 wf numerous limestone fragments 4.6+ 4.5+ (CL) 14 38 20 18 118 4.8+ ------------ -------------- ----------- --------------- -- .. _.... . Hard tan CLAY wl numerous 4.5+ s limestone fragments & seams ata (CL) ---------------- ----------------------------- Moderately ---------•-----------••----Moderately hard tan weathered sDn a- LIMESTONE wl occasional clay seams 20 5011 0" & layers eos RUN ' 15 120" ------------------------- --------------------- -- . ... .. . ...... faEC=44" Moderately hard to hard tan shaiev sofa ROD= LIMESTONE wl ©ccasional claylayers 10% Y ---------------------------------------•-------------- Moderately hard to hard gray shale+ 20 LIMESTONE wf some shale seams & 7ss ;ayers RUN= 25 120" ITEC=ss. 794 RQD-0% 30 765 5 141 55.5 RUN— 35 120' REC=82. 780 ROD-7% Notes: Completion Depth: 50-0' FIGURE NO.: 7 TERRA-MAR, INC. - r. LOG OF BORING BORING B-2 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 ELEVATIONf I SOIL SYMBOLS NIC LL PL1-200 C.O. P.PEN UNCON, DEPTH SAMPLER SYMBOLS QI=SCRIPTIGN PI [Feet) &FIELD TEST DATA % % % % Pct t51 tsf �+ a 40 775 f RUN II 45 1201, REC=60' 770 RQD=7% S4 w� 765 55 *q 760— __60 755 65 750 70 745— __75 740 s0 FIGURE Na.: 8 TERRA-MAR, INC. LOG OF BORING BORING B-3 Project: Eagle Mountain Water Treatment Plant Expansion Project No,: FE97-043 Date, 9-9-97 Eley.: 813.$' t!- Location: See Figure 1 Depth to water at completion of boring. Dry Depth to water when checked: 9-12-97 was: Dry Depth to raving when checked: 9-12-97 was. 48.5' ELEVAiIOtJI SOIL SYMBOLS MC I LL PL -200 Q.D. P.PEN UNCON. SAMPLER SYMBOLS DESCRIPTION % % gra PI % pd is( tsf ifeetl &FIELD TEST DATA Hard dark brown to light brown CLAY 4.5+ wl numerous limestone fragments 4.5+ 8 27 24 7 128 k5+ (CL) 4.5+ 814 9 Hard tan CLAY wl numerous 14 44 16 20 4.5+ s limestone fragments & seams I (CL) 805 ---------•-- -------- ------------------------------ --... _..- Moderately hard tan weathered 10 LIMESTONE wl occasional clay seams & layers 800 RUN 15 120" R EC=62" Ran 7895 15 117 18.0 19 113 4.8 795 24 ----------------•-----------------------------_. ------ •-•. _ . ...... ....... Moderately hard to hard gray shaley LIMESTONE wl sorne shale seams & layers - shale seam @ 23.6' 79° RUN= 5 143 167.8 25 120' R€C=9o' RQD=O% - shale seam @ 26.5' & 28.0' 7s� 30 - shale layer @ 30.0` & 32.5' 9 133 34.1 7e° RUN= - shale layer @ 34.0' 35 124' REC= ROD - shale layer @ 36.2' 42% Notes: Completion Depth: 50.01' FIGURE NO.: 9 TERRA-MAR. INC. LOG OF BORING BORING B-3 Project: Eagle Mountain Water Treatment Plant Expansion Project No.: FE97-043 ELEVATION/ SOIL SYMBOLS MC LL I PL -200 O.O. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pcf Csf tsf Ifeeti &FIELD TEST DATA 775 as 770 RUN 45 120" REC=81" ROD 5% 765 50 �r 760 55 755 60 750 65 745 70 1 740 75 E 735 A0 FIGURE NO.: 10 TERRA-MAR, INC. LOG OF BORING BORING B-4 Project: Eagle Mountain Water Treatment Plant Expansion Traject No.: FrE97-443 Date: 9-9-97 Elev.: 825.2' +/- Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: 9-12-97 was: Dry Depth to caving when checked: 9-12-97 was: 49.8' ELEVATION! SOIL SY�M113OLS [3EPT�{ SAMPLER SYMBOLS C]ESCRiTTIC}h� � LL PL 200 0-0. P. u�1cL1r1. l {feet! &FIELD TEST DATA ° PI % pef tsf ss1 a2s �v Hard t very stiff light brawn & tan C5+ CLAY wJ numerous limestone 4.5+ fragments 4.5+ 13 44 14 30 120 4.5+ shaley pieces below 4.0* 35 azo 5 (FILL) (CL) 3.0 ------------------------__--------------------------- - . Very stiff to hard dark brawn CLAY 30 55 25 30 92 40 wl trace calcareous nodules, strong organic odor ------ ---------------------(CH.)----------- -- - at5 to Moderately hard tan weathered LIMESTONE wl occasional clay seams & layers ata is RUIN= 120" REC=65" ROD -� 20% 12 128 24.3 - -------- ---- ---- -- ---- - --- ----- --- -- - _.... ....._. 805 za Moderately Hard- to hard gray sh-aley L9METONE w1 some shale seams & ---,layers _ 2 . _ - - 1 �za.. ... .,. 27.s Moderately hard to hard dark gray 121 20.5 limes SHALE 1 1s 123 19-0 ava as == RUN= - limestone layer @ 24.8' 12 122 26.9 120- -- REC= 12 127 28.9 114" ROD= — 58% limestone seam @ 28.0' 795 .r� - dimesttane layer @ 34.0' 790 35 =_— RtIN 120" — — REC= 145' Notes: completion, Depth: 550.0' FIGURE NO.; 11 TERRA-MAR, INC. LOG OF BORING BORING B-4 Project: Eagle Mountain Water Treatment Plant Expansion Project No.. PE97-043 ELEVATIONI SOIL SYMBOLS MG LC PL 2Of3 D.D. P.PEN tJNCgN. DEPTH SAMPLER SYMBOLS aE5CftIPTION Pl [feet➢ &FIELD TEST DATA % '� % % PCf tsf tsf _—— RO9D6= - limestone layer @ 37.0' 23 _—_ - limestone layer @ 39.0' 785 40 limestone layer @ 44.3' 780 45 _ RUN= 12o" _— HEC 98" --- Rao= 37% - limestone layer @ 48.0' 775 so 770 55 765 60 I I 7sn 6s I 755 7❑ 750 75 r� i 745 80 FIGURE NO.: 12 TERRA-MAR, INC. FF City of Fort Worth Eagle Mountain wTP W Phase 1l1 Expansion SECTION 41025 re MEASUREMENT AND PAYMENT PART 1: GENERAL 1.01 GENERAL 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 Foran 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 rA. 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 rother item of work listed in the Bid Foran. C. Unless otherwise stated in individual sections of the specifications or in the Bid Form no separate payment will be made for any item of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract price per unit indicated in the Bid Form with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities,as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant labor,equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. T E. Measurement for payment does not signify acceptance of Work. t ; r p ': r43716SOIOMAcc 01025-1 .� .f , . _. City of Fort worth Eagle Mountain WTP Phase III Expansion F. Quantities shown in the Bid Form are approximate quantities only. Payment Nk6ll 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 41.025 and the Proposal in Part B, In all cases, Section OI 025 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 from the Contract shall be the total amount shown in the Proposal/Bid Form/Schedule of Values for that item,including overhead and profit. 1.04 BID ITEMS A. EAGLE MOUNTAIN WTP—PHASE III EXPANSION(Item 1) I. Measurement and payment of the Lump Sum bid in the Bid Form for construction ofthe Phase 3 — PIant Process Improvements shall be full compensation for famishing labor, materials, equipment and incidentals, except the work required in Bid Items 2, 3, 4, and 5 and Add Alternate Items A-] and A-2, required to complete the work in its entirety as shown on the Drawings and/or as specified, including mobilization and cleanup. B. TRENCH SAFETY SYSTEM(Item 2) l. 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'french Safety System fbr trenches or structural excavations more than five feet deep, as shown on the Drawings and as specified. This item also includes the cost of obtaining soil borings and the associated geotechnical analyses,and the preparation of a trench safety plan by a registered professional engineer. This item does not include the typical work ordinarily required for installing pipe without regard to the safety requirements,contained in Section 01665 (e.g. excavation,dewatering,pipe installation, embedment,backfill, etc,), 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. F43716SO1025 dit 01025-2 7/15105 ^+ City of Fort Worih Eagle Mounlain WTP Phase[I[Expansion C_ DRILLED PIERS (Items 3,4 and 5) 1. Work under this item includes furnishing all labor, materials, and equipment necessary for constructing the drilled piers below the new plant structures as shown on the plans and specified in Section 02467. 2. Measurement and payment will be based upon the actual vertical feet of drilled piers installed at the unit price bid. D. ALLOWANCE FOR APPLICATIONS ENGINEERING SERVICES (Item 6) �. 1. The work associated with Bid Item 3 shall be performed by the Owner selected Applications Engineer(AES)for the allowance shown in the Proposal. The AES shall be HSQ Technologies. All associated Contractor mark-ups shall be included as part of Bid Item 1. 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 of Bid 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. E. ALLOWANCE FOR OZONE SYSTEM SUPPLIER SERVICES(Item 7) ` 1. The work associated with Bid Item 4 shall be performed by the Owner selected Ozone System Supplier (OSS) for the allowance shown in the Proposal. The OSS shall be Ozonia North America. All associated Contractor mark-ups shall be included as pari of Bid Item 1. Measurement and payment for Bid Item 4 wiII be for the work items delineated for the OSS in the Specifications and in the Drawings. All other ozonation system related work shall be included as part of Bid Item 1. 2. Contractor shall enter into a subcontract agreement with Ozonia North America for the Scope of Work designated for the Ozone System Supplier within the Contract Documents and as summarized in the attached proposal letter from Ozonia North America to Camp Dresser& McKee Inc. attached to the end of this specification. 1.05 ADD ALTERNATE ITEMS A. Aad Alternate Items are presented in the Proposal and described on the Drawings, OWNER MAY SELECT ONE OR MORE Add Alternate items to include in the project. The Add Alternate items will be selected in the order presented in the Bid Form until the available budget for the project is reached. i V43716SO 1025-doe 01025-3 7115105 City of Fort worth Eagle Mountain WTP Phase III Expansion B. CONSTRUCT CLEARWELL NO. 3 AND ASSOCIATED FACILITIES (Add Alternate A-1) 1. Work under Add Alternate A-1 includes furnishing all labor,materials and equipment necessary for constructing Clearwell No.3 and theassociated filtered water Valve Vault No.2 and Valve Vault No. 3, 54-inch and 72-inch filtered water piping, and new paving as designated on the Drawings. 2. Measurement and payment of the Lump Sum hid in the Proposal for constructing Clearwell No. 3 and associated facilities shall be full compensation for furnishing labor,materials,equipment and incidentals required to complete the work in its entirety as shown on the Drawings and/or as specified. C. CONSTRUCT ENTRANCE DRIVEWAY, FRONT GATE, AND ASSOCIATED FACILITIES (Add Alternate A-2) 1. Work under Add Alternate A-2 includes furnishing all labor,materials and equipment necessary for constructing the entrance driveway from Boat Club Road to the plant site,the new front gate,the new security guard shack,and associated facilities as designated on the Drawings. 2. Measurement and payment of the Lump Sum bid in the Proposal for constructing the entrance driveway, front gate, and associated facilities shall be full compensation for furnishing labor, materials,equipment and incidentals required to complete the work in its entirety as shown on the Drawings and/or as specified. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION F43716SO1025 da; 01025-4 7nsros City of Fort Worth Eagle Mountain WTP Phase HI Expansion SECTION 410~35 ~ CONTROL OF WORK PART 1: GENERAL 1.41 PLANT r A. The Contractor shall famish 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. r 1.42 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. 1.43 PIPE LOCATIONS A. Pipelines,electrical conduits,and other underground utilities shall be located substantially as indicated on the Drawings,but the Engineer reserves the right to make such modifications in locations as may r' 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 notrelieve him from laying and jointing different or additional items where required. 1.44 OPEN EXCAVATIONS A. All Open excavations shall be adequately safeguarded by providing temporary barricades, caution signs,lights and other means to prevent accidents to persons,and damage to property. The Contractor shall,at his own expense,provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required. The length or size of excavation will be controlled by the particular surrounding conditions,but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard,or if it excessively restricts traffic at any point,the Engineer may require special construction procedures,such as limiting the length of the open trench,prohibiting stacking excavated material in the street,and requiring that the trench shall not remain open ovemight. 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. 09 F43 71 GS01035.dt 01035-1 7115/05 City of Fort Wanh Eagle Mountain WTP Phase 11t Expansion L45 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, Oil 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 Fart Worth, 1.09 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, „4 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. T 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 a]I 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. 1.14 COOPERATION WITHIN 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. F43715S0103SAm 41035-2 7115105 City of Fort Worth Eagle Mountain WTP Phase III Expansion 1.11 WORK PERFORMED BY OTHERS A. General 1. Others will perform work on this Site during times of the Work performed under this Contract. 2. Contractor shall interface and coordinate with Others performing work in accordance with the requirements in Section 01315. Work under this Contract shall be interfaced and connected to M Work by Others as noted, especially as set out in this Section. B. Coordination with Other Contractors . The Contractor shall cooperate with other contractors on the prenvses to facilitate the progress of ali projects at or near the site of work. 2. The Contractor shall coordinate with other contractors for connections and testing of facilities where there is an interface between projects. Such coordination shall be performed under the direction of the Engineer. e+ 3. Other projects which the contractor shall coordinate such connections and testing may include the following. a. Eagle Mountain raw water pipeline b. Eagle Mountain raw water intake c. Eagle Mountain raw water pump station d. Communications Tower and Building e. Eagle Mountain security enhancements f. Miscellaneous distribution system pipeline projects Refer to Section 01 d 10 for a description of project work and projected schedules for these construction contracts, 4. If other contracts are not completed by such time that is necessary to facilitate testing, the Engineer will determine if, and for how long, the time for completion of the Work under the Contract should be extended,as provided in Section C7-7 of the General Conditions. 1.12 CLEANUP A. During the course of the work,the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and,at the conclusion of the work,he shall remove and haul away any surplus excavation,broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition. 1,13 PAYMENT A. Payment for the work in this Section will be included as part of the total lump sum or appropriate unit prices stated in the Bid Form. F43716SO1035.dm 01035-3 7115/05 City of Fort Worth Eagle Mountain WTP Phase 111 Expansion PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION(NOT USED) END OF SECTION -, F43716SO1035.dcc 01035-4 7A 5105 .� City of Fort Worth Eagle Mountain WTP Phase lfl Expansion SECTION 01040 CONSTRUCTION SEQUENCE PART 1: SCOPE OF WORK 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,and to .• facilitate coordination between the various parts of the project in order to bring the most critical processes on-line in a specific order over a specific time frame. All tasks of the phased construction schedule necessary to maintain the highest possible level of treatment, whether described herein or not,are the responsibility of the Contractor_ B. The work specified herein and any other work required by the Construction Manager which may interrupt the normal plant operations shall be accomplished at times that will be convenient to the Owner. The Contractor shall plan to work overtime if needed to complete construction ofthe project and shall make no claims for extra compensation for overtime work required to conform to these requirements. The Contractor shall coordinate with the Construction Manager and plant personnel at least 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 tinie greater than one day. C. The Contractor shall also coordinate his work,and the associated construction sequencing and facility shutdowns, with other contractors for the following three projects that will be constructed in conjunction with and during the timeframe of this project: 1. Eagle Mountain Raw Water Intake. 2. Eagle Mountain Raw Water Pump Station 3. Eagle Mountain Raw Water Pipeline The planned start of construction and substantial completion dates of these projects, and the Eagle Mountain Water Treatment Plant—Phase III Expansion are: Project Notice to Proceed Substantial Completion_Date Intake March 15, 2006 March 15,2067 Raw Water Pump Station November 1,2005 April 1, 2007 Raw Water Pipeline March 15,2006 March 15,2007 Water Treatment Plant November 1, 2005 June 1,2067 The Construction Manager will oversee all projects,including the Eagle Mountain WTP—Phase IFl Expansion. The four construction projects have been designed to allow major shutdown work activities to be performed during one of three plant shutdown periods;December 2005 for I calendar day(24 hours), December 2046 for 7 calendar days, and February 2007 for 21 calendar days. The Owner will determine the actual dates of these shutdowns, The Contractor shall be available and ready to perform any work required to be performed during these shutdown periods when the Owner gives notice of the shutdown. During these periods the water treatment plant will be off line and not capable of treating F4371601040,ece 01040-1 7f15R05 City of Fort Worth Eagle Mountain WTP Phztie III Expansion water. Other plant process shutdowns will be available to the contractor with proper notice and scheduling. The intent of the process shutdowns is to allow the water treatment plant to be able to pump treated water from the clearwells without interruption while piping and process modifications performed under one or more of the construction contracts are made.The process shutdowns typically can be allowed for a maximum of 8 hours. The major work activities expected to be performed during the shutdown periods includes: December 2005: ■ Remove raw water 54" piping at the wye and install a restrained plug. (Water Treatment Plant Project) December 2006: T ■ Modify the raw water piping in the east tunnel at Eagle Mountain dam.Remove the existing wye and reconnect the west valve piping to the existing 54"suction piping. Install a new tee on the existing 54"raw water piping and install the branch piping to the new 54"butterfly valve.(Intake Project) February 2007: F ■ Install the pipeline tee and interconnect branch piping and butterfly valve at the raw water pipeline south the existing raw water pump station. (Pipeline Project) ■ Make connections between the existing 54-inch and new 72-inch raw water pipelines within the plant site and install the new raw water control valve in the existing raw water pipeline. Relocate the washwater recycle and ozone cooling water return piping.Install the new sluice gate within the existing settled water channels. (Water Treatment Plant Project) ■ Other work which could also be performed during this plant shutdown includes ozone piping modifications within the Ozone Generation Building,switchover from the existing LOX storage facilItyto the new LOX storage facility,modification of ozone system controls,switchover to new ozone power feed, commissioning new chlorine and ammonia storage and feed facilities, installation of new ozone piping and sludge removal piping within the existing plant sludge channel. (Water Treatment Plant Project) D. The Contractor shall maintain continuous access to the treatment plant site and facilities and present operations. Refer to Sheet C-4. E. In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer. F. All plant operations shall be performed by City of Fort Worth plant personnel,coordinated through the Construction Manager by the Contractor. 1.02 RELATED WORK DESCRE3ED ELSEWHERE A. Project Summary is included in Section 01014. B. Construction Schedule is included in Section 01315. F437165Q1040.doc 01040-2 7115105 City of Fort Worth Eagle Mountain WTP Phase[II Expansion 1.03 SUBMITTALS 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. 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. Three full-plant shutdowns have been scheduled to accommodate the construction of various phases of this project and the three projects listed in paragraph l.01 C. The plant shutdowns dates and lengths will be as follows: 1, Plant Shutdown 1 -December 2045. The plant will be shut down for a maximum of 1 calendar day. The primary purpose for this shutdown will be to remove the existing 54-inch raw water pipe wye fitting that feeds the existing holding reservoir and to install a restrained plug into the pipeline. This will allow the Contractor to proceed with construction in the vicinity of the holding basin. The actual dates of this shutdown will be determined by the Owner. The Contractor may elect to perform other tasks requiring a facility shutdown during this time. The Contractor shall be available and ready to perform this work when the Owner gives notice of the shutdown. The Owner will make every effort to coordinate the shutdown period with the Contractor's schedule. 2. Plant Shutdown 2--December 2006. The plant will be shut down for a maximum of 7 calendar days to facilitate piping modifications at the Raw Water Intake Structure. The Con,ractor may elect to perform various tasks requiring a facility shutdown during this time. 3. Plant Shutdown 3—February 2007. The plant will be shut down for a maximum of 21 calendar days. The primary purpose for this shutdown will be to make connections between the existing 54-inch and new 72-inch raw water pipelines within the plant site and to install the new raw water control valve in the existing raw water pipeline. Contractor shall also relocate the washwater recycle and ozone cooling water return piping and install the new sluice gate within the existing settled water channels during this time period. The actual dates of this shutdown will be determined by the Owner.The Contractor shall be available and ready to perform this work when the Owner gives notice of the shutdown. The Contractor should also consider performing other work during this plant shutdown that will inhibit plant operation, including ozone piping modifications within the Ozone Generation Building,switchover from the existing LOX storage facility to the new LOX storage facility, modification of ozone system controls, switchover to new ozone power feed,commissioning ' r437 16SW r40-ft 01040-3 7/15/05 City of Foss Worth Eagle Mountain WTP Phase M Expansion new chlorine and ammonia storage and feed facilities, installation of new ozone piping and sludge removal piping within the existing plant sludge channel. .a Any tie-ins that must be made outside of the 21 calendar day shutdown period that require taking the plant out of service must be approved in writing by the Owner. The Contractor should schedule his work assuming that such tie-ins will not he allowed unless specifically presented below. 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 ail-inclusive. 1, During the periods of January through March 2046 and November 2006 through March 2407, the plant will be operated at a reduced capacity of approximately 40 rngd, During these time periods, connections to or modifications of the Phase Il plant facilities that do not require shutdown of the Phase I plant facilities may be made. This work must be approved by the Owner in writing to ensure the plant can maintain operation. 2. During the month of March 2047,the plant can shut drawn the existing ozonation facilities and MR use chlorine and chloramines for disinfection.During this time period,any work associated with modifications to the ozonation facilities and piping corinections not previously performed during Plant Shutdown 3 can be made. 3. Mobilization and Construction Startup a. Work associated with the project will require removal of the existing chain link fence and gate along the west side of the property, Prior to removal of this fence,the new west side property fence shall be installed with entrance gate to ensure that the plant site is secure at all times. b. To facilitate construction of the new wastewater recovery tank, chlorine and ammonia building and facilities,clearwell,and high service pump station,the existing sanitary sewer, drain piping,and sludge piping that currently run diagonally to the sludge meter vault must be removed. The existing storm drain outlet and a portion of the piping must also be removed and relocated.Prior to the removal of these facilities,the new sanitary sewer,drain piping, sludge piping, sludge and drain meter vault, and storm drain piping must be installed and placed into operation. Alternative temporary means for maintaining these services will be considered by the Owner. c. To facilitate construction of the new treatment structure, the existing holding basin and associated inlet gate structure must be removed and regarded. Prior to removing these facilities,the existing 54-inch raw waterpipeline feeding the holding basin must be cut and plugged downstream of the Wye fitting. The plant must be shutdown to accommodate this connection. Contractor shall schedule this work during Plant Shutdown 1 in December 2405. F43 71 G5a 1 Q4DAcn 41040-4 �n eros City of Fart Worth Eagle Mountain WTP Phase IH Expansion 4. Raw Water Pipelines a. Work associated with the raw water pipelines includes construction of a new 72-inch raw water pipeline within the plant property,piping and valves to interconnect the ntw 72-inch + raw water pipeline with the existing 54-inch raw water pipeline, and a new control valve vault on the existing 54-inch raw water pipeline. • b. Work associated with the 54-inch pipeline will require shutting the plant down. Therefore, this work must be performed during the Plant Shutdown 3 in February. .. c. Contractor shall make the connection of the two 72-M' ch raw water pipelines inst-.11ed as part of this contract and the Eagle Mountain Raw Water Pipeline Contract, The connection will be made 20 feet inside the west property line. Contractor shall schedule his work so one joint of pipe and closure piece are installed during March 2007,once the other contract work is completed, 5. Ozone Generation Building Modifications a. Work associated with modifying the existing Ozone Generation Building will include converting the existing closed loop cooling water system to and open loop once through "! system by removing the heat exchangers and cooling water pumps and connecting the utility water inlet and outlet piping directly to the cooling water system supply and return piping. This work will require the ozone system to be shut down. This work shall be performed during Plant Shutdown I in December 2005, during a one-day shutdown in March or April 2005, when the ozone system can be shutdown and plant disinfection provided by alternative means,or during Plant Shutdown 2 in December 2006, This work shall include necessary control system reprogramming to accommodate the revised coaling water system. b. Installation of the three new ozone off-gas destruct units will require taking the existing ozone system off line. This work must be performed after the cooling water system is modified and prior to the addition of the new ozone generator and associated piping,valves and appurtenances. A majority of this work can be performed without a shutdown of the ozone system. Work requiring a shutdown of the ozone system shall be performed during a one-day period during March or April 2006,when the ozone system can be shutdown and plant disinfection provided by alternative means or during Plant Shutdown 2 in December r2005. This work shall include necessary control system reprogramming to accommodate the revised ozone off-gas destruct units. The two existing ozone off-gas destruct units must remain in place and operational until the three new units are installed a placed into service. c. A newpower feed and associated transformers will be constructed for the Ozone Generation Building. This work will include new ductbank from the Electrical Building 3, two new transformers located south of the new LOX storage facility,electrical conduit to the Ozone Generation Building, and a new switchboard in the building. Most of the work can be performed without a plant shutdown. The power switchover from the existing power feed to the new power feed will require a short plant shutdown. The work associated with the change in power feed must be performed during the Plant Shutdown 3 during February 2007. F43716501040.drr 01040-5 7115105 w City of Fort Worth Eagle Mountain WTP Phase[li Expansion d. The existing ozonation system must remain in operation throughout construction,except for the shutdown periods previously discussed. Miscellaneous ozone system equipment and piping installation and connections must be made without interrupting system operation. Any such work requiring system shutdowns must be performed during the Plant Shutdown 3 in February 2007, unless short term shutdowns are agreed to by the Owner. 6. Liquid Oxygen(LOX)Storage Area a. A new LOX Storage Area will be constructed as part of the work. The existing LOX = Storage Area must remain in operation until the new LOX Storage Area is constructed and placed into operation (with the two new storage tanks and three new vapor,'zers). The change from the existing LOX Storage Area to the new LOX Storage.Area will require a temporary shutdown of the ozone generation system. This change over must be performed during Plant Shutdown 3 in February 2007. Once the new LOX Storage Area is successfully placed into operation,the two existing storage tanks shall be moved to the new w LOX Storage Area and placed into operation. 7. Existing Treatment Stnscture Modifications a. Work associated with installing the sluice gate in the existing settled water channels, between the Phase I and Phase H sedimentation basins will require a plant shutdown. This work must be performed during Plant Shutdown 3 in February 2007. b. Work associated with installing the new gaseous oxygen piping from the©zone Generation Building to the new ozone contact basins will require penetrating the concrete walls in the existing sedimentation basin sludge channels. This work will require a plant shutdown and must be performed during Plant Shutdown 3 in February 2007. c. Work associated with modifying the sludge removal piping within the existing sedimentation basins will require a plant shutdown. This work must be performed during Plant Shutdown 3 in February 2007. .. 8. Existing Filtered Water Pipe w a. The existing 48-inch meter vault and associated piping located within the existing 72-inch filtered pipeline feeds ng Clearwell No.2 must be removed and replaced with a new 72-inch meter vault and 72-inch piping. This work will require a partial shutdown of the plant. This work must be performed during the periods of January through March 2006 or November 2006 through March 2007,when the plant will be operated at a reduced capacity through the Phase I facilities. b. The new 54-inch filtered water pipe header will be connected to the existing 72-inch filtered water pipe at the existing 72-inch tee, This work wit require removing the existing 72-inch restrained plug and connecting the new 54-inch pipeline. A partial plant shutdown will be required for this work and shall be performed during the same time period as the work associated with the meter vault discussed in paragraph 8.a above. F43716S01040.dtc 01040-6 7115105 w City of Fort worl.h Eagle Mouniain W]'P Phase ll]Expansion 9. Existing Clearwell No. 2 Pipe Connection In a_ Work associated with connecting Clearwell No.2 and the new High Service Pump Station suction piping will require a shutdown of Clearwell No. 2. This will require all plant ■" pumping from Clearwell No. 1. This work should be performed during the months of November 2006 and March 2007. 10. Existing Chlorine and Ammonia Storage and Feed Facilities a. The existing chlorine and ammonia storage, feed,and scrubbing facilities must remain in operation until the new facilities are constructed and placed into operation. b. The two existing chlorine storage tanks and two existing ammonia storage tanks will be relocated to the new chlorine and ammonia facility. The tanks shall be removed one at a time, cleaned, repainted, and hydrostatically tested prior to being installed at the new location.The Owner will be responsible for testing one of the chlorine storage tanks.Once the new facility has been placed into operation with one chlorine storage tank and one ammonia storage tank, the second tanks shall be removed, cleaned, repainted, hydrostatically tested,and installed at the new location. The actual change over from the existing to new chlorine and ammonia facility shall be performed during Plant Shutdown 3 in February. All feed piping modifications and connections to existing feed piping shall also be performed during this shutdown period. 11, Yard Piping a. Work involved with yard piping not discussed previously includes various piping connections, including utility water and potable water transmission lines. This work shall be performed during acceptable periods ofplant shutdown as approved by Owner,or within the constraints of the Plant Shutdowns 1,2 or 3. 12. Instrumentation and Control System a, The existing instrumentation and control system will be expanded to incorporate the plant expansion and associated facilities. Two new servers will be provided as part of the work on which the control system for the entire system will reside. The existing control system will be remain in operation until the new system is in place and in operation. Once the Phase III plant is operational, the existing control system will be modified. 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. ■ 3.02 LIQUIDATED DAMAGES f" A. The Contractor understands and agrees that the time of completion is an essential consideration of development of his proposal and that failure to complete the work under this Contras:within the allotted time as specified or subsequently adjusted by Change Orders will result in damages to be sustained by the Owner by its inability to treat and deliver potable water to its customers in the Eagle Mountain Water Treatment Plant service area. The Contractor and Owner further agree in applying PW Liquidated Damages, that such damages cannot be precisely measured or that the ascertainment of actual damages would be unduly difficult after the fact. Therefore, the Contractor and the Owner F43716S01044.dce 01040-7 7115105 City of Fort Worth Eaglc Mountain WTP Phase[I[Expansion agree in applying Liquidated Damages that for each and every Calendar Day the work or any portion thereof,remains uncompleted after the specified times or adjusted times if modified by Change Order, the Contractor shall pay as agreed Liquidated Damages,the amounts specified in Paragraph D-15 of the Special Conditions(Part D). B. In the event the Contractor fails to complete the work items presented in paragraph 3.01B necessary to maintain the desired treatment capacities within the specified time frames,the Owner may withhold money permanently from the Contractor's total compensation at a rate of$3,500,00 per Calendar Day as Liquidated Damages until these work items are completed. END OF SECTION Fa 37 i bsn 1 a4a ft 01040-8 7115/05 i City of Fort Worth Eagle Mountain WTP ,! Phase ill Expansion � SECTION 01110 ENVIRONMENTAL PROTECT[ON PROCEDURES PART 1: GENERAL 1.01 SCOPE OF WORK A. The work covered by this Section consists of furnishing all labor, materials and equipment and perfamiing 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 chernical,physical,or biological elements or agents which adversely affect human health Or we]fare; 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':)een taken. F43716SO I I I 04 01110-1 7115/05 City or Fort Worth Eagle Mountain WTP Phase III Luxpwision 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 WLEMENTATION A. Prior to commencement of the work,meet with the Owner to develop mutual understandings relative to compliance with this provision and administration of the environmental pollution control program. B. Remove temporary environmental control features,when approved by the Engineer,and incorporate permanent control features into the project at the earliest practicable time. 1.05 PROTECTION OF WATERWAYS A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the U.S. Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material, or debris therein. B. Contractors are specifically cautioned that disposal of materials into any waters of the State must conform with the requirements of the Texas Natural Resource Conservation Commission, 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 wiI] 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 fora U.S. EPA NPDES-permit for the construt;tion site. If one is required, the Contractor is responsible for obtaining the permit and for monitorin t he site�er the permit requirements until lanai campletian. 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 r 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 Encineer 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 pian 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 Ieak 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 theselected disposal site. E. Refer to Special Conditions D-9 for additional requirements. F43716SOI I Mdcc 01110-2 pit 5V r City of Fort Worth Eagle Mountain WTP .. Phase 1!! Expansion 1.137 USE OF CHEMICALS A. All chemicals used during project construction or furnished for project operation,whether herbicide, pesticide,disinfectant,polymer,reactant or of other classification, must show approval of either the U.S. Environmental Protection Agency or the U.S.Department of Agriculture or any other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions. B, Any oil or other hydrocarbon spilled or dumped on the Orcrner'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. ?. 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. A. The Owner will infonn 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 prosect site that Owner's employees may be exposed to. 6. The Contractor shall sign a Contractor Acknowledgement certifying that he has received the information provided by the Owneron hazardous chemicals and maintain the Acknowledgement with the original Contract. 1.08 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Foran. PART 2: PRODUCTS (NOT USED) PART 3: 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. F43 71(rya 11 10 do: 01110-3 -1/t 5/05 OF City of Fort Worth Eagle Mountain WTi P Phase[i1 Expansion 3.42 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. A D. Water being flushed from structures or pipelines after disinfection,with a chlorine residue of I mgll 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 thein 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 pales 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 tramming with axes will not be permitted. F4371 Wi 1 10.dn: 411144 7/15/05 FV City of Fort Worth Eagle Mountain WTP up Phase 111 Expansion 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 andior work areas,he/she shall submit the following for approval at least ten bays 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 fora natural appearing final condition of the area. Modification of the Contractor's approved drawings shall be made only with the written approval of the Engineer. No unauthorized road construction, excavation or embankment construction including disposal areas will be permitted. ,. G. Remove all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures,stockpiles of excess or waste materials,or any other vestiges of construction as directed by the Engineer. It is anticipated that excavation, 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. 'l`i`re use of burning at the project site for the disposal of refuse and debris will not be permitted. F437 16501 1 10 dte 01110-5 7/15/05 City of Fort Worth Eagle Mountain WTP Phase HE Expansion 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 pollutions to be exceeded, and which would cause a hazard or nuisance to others. C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may be permitted with approval from the Engineer. D. Sprinkling,to be approved,must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor must have sufficient suitable equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the Engineer. 3.45 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. 3.01 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. w END OF SECTION 1 r� F43716sat 1 lOAcc 01110-£ 7115105 +, ps City of Fort Worth Eagle Mountain W7P Phase 11I Expansion SECTION 01170 P, SPECIAL PROVISIONS «r PART 1; GENERAL 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR n.r 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 hien 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 41730. F43716501 170.dQ 01170-1 7/15105 City of Fort Worth Eagle Mountain WrP Phase III Expansion 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 oiI 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 too] boxes. " 1.07 POWER SUPPLY A. Unless otherwise specified,all motors 112 horsepower and larger shall be designed for a power supply of 480 volts,3 phase, 60 Hertz, and all motors 113 horsepower and smaller shall be designed for a power supply of 120 volts,single phase, 60 Hertz. t.08 MOTORS A. All motors shall have Class F insulation with a Class B temperature rise and a service factor not less than I.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 01300 for all requirements relative to the submission of shop and working drawings for the mechanical and electrical and instrumentation equipment. For all mechanical and electrical equipment furnished,each Contractor shall provide a list including the equipment name,and address and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. In addition,a maintenance and lubrication schedule for each piece of equipment shall be submitted along with shop drawings. 1.11 SHIPMENT AND DELIVERY OF EQUIPMENT A. Equipment shall not be shipped until approved by the Engineer. The intent of this requirement is to reduce site storage time prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to anticipated installation without written authorization from the Engineer. B. During shipment and delivery,the following procedures shall apply: 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 permission is received in writing from the Engineer, F43716541 170 dcc 01170-2 7/15/05 .,, City of Fort Worth Eagle Mountain W7P -� Phase 111 Expansion 3. Finished surfaces of all exposed parts shall be properly protected against adverse conditions that may prevaiI from time of shipment until ready for operation. 4. Alt 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. S. Demurrage,or other charges resulting from failure to furnish these items shall be absorbed by the Contractor. 9. The Contractor shall make suitable provision for the handling and delivery of all equipment and material at the site. 1.12 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Special attention shall be given to the storage and handling of equipment on site. As a minimum,the procedure:outlined below shall be followed: 1. All equipment having moving parts such as gears,electric motors,etc.,andlor 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 Contractar 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 shalt be removed and replaced at the Contractor's expense. 1.1.3 SPECIAL,PRECAUTIONS A. None F43716501170 do: 41170-3 7115/05 *s City of Fort Worth Eagle Mountain WTP Phase III Expansion 1.14 OPERATION OF EXISTING PLAINT r. A. The existing water treatment plant shall remain in service during construction activities as outlined in Section 01040. The existing plant shall not be shutdown 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 EQUE MENT 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 hue 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 a]ignments,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 s 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 MARKING A. Pipe marking is included in Division 9 under Painting,but it shall be the Contractor's responsibility to assist,as required by the Engineer,in identifying pipe contents,direction of flow and all else required for proper marking of pipe. 1.18 VALVE IDENTIFICATION A. The Contractor shall prepare a valve schedule for all valves required for the Work showing a number, the location, type, function, and normal operating position for each valve. The schedule shall be submitted to the Engineer for approval not less than 120 days prior to start-up. F43716501170.dae 01170-4 7115/05 City of Fort Worth Eagle Mountain WTP Phase[it Expansion B. The Contractor shall furnish tags for all valves required for the Work. Valve tags shall be 2-in diameter, 14 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.$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 U[ ED) END OF SECTION F43716SOI I10.ao: 01170-5 7/15/05 C4 of Fort Wom0b Eagle Mountain WTP Phase ll[Expansi;Gn SECTION 01 171 ELECTRIC MOTORS PART 1: GENERAL 1.01 SCOPE OF WORK A. Motors, up to 200 horsepower, furnished ender tither Sections of these Specifications, shall be in conformance with the requirements listed in this Section unless otherwise noted. 1.02 RELATED WORK A. Variable speed drives are included in Section 16482. 1.03 SUBN=ALS A. Submittal of motor data for acceptance shall include complete nameplate data and test characteristics in accordance with NEMA Standard MGT-12.54 "Report of Test Form for Routine Tests on Induction Motors" and, in addition, the following for motors typical of the units furnished: l. Efficiency at 112, 314 and full load 2. Power factor at 112, 314 and full load 3. Motor outline, dimensions and weight 1 4. Descriptive bulletins, including full description of insulation system r 5. Bearing design data 6. Special features(i.e., space heaters, temperature detectors, etc.) 7. Power factor correction capacitor rating and type. 1,04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers(IEEE) ~ B. National Electrical Manufacturers Association (NEMA) C. Where reference is made to one of the above standards, tl-_e revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Routine tests shall be performed on representative motors,and shall include the information described on NEMA MGI-12.54"Report ofTestForm for Routine Tests on Induction Motors". Efficiency shall be determined in accordance with IEEE Publication No. 112, Method B. Power factor shall be measured on representative motors. F43716503171-ex 01171-1 7/15/05 City of t=ort Worth Eagle Mountain WTP Phase Ili Expansion 1.06 SYSTEM DESCRIP'T`ION A. Motors specified herein are three phase, squirrel cage induction type for 112 horsepower and above; single phase for less than 112 horsepower; or DC motors. 1.07 DELFVERY, STORAGE AND HANDLING A. Delivery of motors shall comply with Section 01170, — B. Storage and hand Iing of motors shall comply with Section 01 600. 1.05 PROJECT/SITE REQUIREMENTS A- A]I motors shall be premium efficiency. 1.09 MAINTENANCE A_ Provide operation and maintenance data in compliance with Section 01730, l.l 0 WARRANTY A. All motors shall be warranted for a two-year period in compliance with Section 01140, unless otherwise specified in individual sections. PART 2: PRODUCTS 2,01 RATING A. Each motor shall develop ample torque for its required service throughout its acceleration range at a voltage 10 percent below nameplate rating. Where shown on the Electrical Drawings to be operated on a reduced voltage starter, the motor shall develop ample torque under the conditions imposed by the reduced voltage starting method. B. The motor shall not be required to deliver more than its rated nameplate horsepower,at unity(1.0) service factor, under any condition of mechanical or hydraulic loading, C. All motors shall be continuous time rated suitable for operation in a 40°C ambient unless noted otherwise. D. Specific motor data such as HP, RPM, enclosure type, etc., is specified under the detailed specification for the mechanical equipment with which the motor is supplied. 2.02 ENCLOSURE TYPES A. Motors specified herein will conform to one of the following standard enclosure designs. 1. Open Drip Proof 2. Totally Enclosed Fan Cooled (TEFL) F437165p]171,dm 01171-2 7115/05 - City of Fort Worth Eagle Moumain WTP Phase III Expansion 3. Totally Enclosed Non-Ventilated(TENV) 4. Explosion Proof 5. Severe Duty 2.03 NAMEPLATES A. The motor manufacturer's nameplates shall be engraved or embossed on stainless steel and fastened to the motor frame with stainless steel screws or drive pins. Nameplates shall indicate clearly all of the items of information enumerated in NEMA 'Standard MGI-10.38 or MGI-20.60, as applicable. 2.04 CONDENSATION HEATERS A. Condensation heaters shall be supplied with all motors,unless otherwise specified in the individual specification section, and shall conform to the following; _ I. Heaters shall be of the cartridge or flexible wrap around type installed within the motor enclosure adjacent to core iron. Heaters shall be rated for 120 V, single phase with wattage as required. The heater wattage and voltage shall be embossed on the motor nameplate. Power leads for heaters shall be brought out at the motor lead junction box. 2.05 WINDING TEMPEIZAT[IRE DETECTORS A. Winding temperature detectors, where specified under the detailed mechanical specifications for individual equipment shall be a factory installed, embedded, bi-metallic switch type with leads terminating in the main conduit box. This device shall protect the motor against damage from overheating caused by single phasing,overload,high ambient temperature,abnormal voltage,locked rotor, frequent starts or ventilation failure. The switch shall have normally closed contacts. Not less than three detectors shall be furnished with each motor. B. Motors connected to variable frequency drives shall be equipped with winding temperature detectors. 2.06 SINGLE PHASE MOTORS A. Unless otherwise specified,motors smaller than 112 horsepower shall be single phase,capacitor start. Small fart motors may be split-phase or shaded pole type if such are standard for the equipment. Wound rotor or commutator type single-phase motors are not acceptable unless their specific characteristics are necessary for the application. B. Motors shall be rated for operation at 115 volts, single phase, 60 11z. C. Locked rotor current shall not be greater than specified in NEMA Standard MGI-12.32,Design "N". D. Motors shall be totally-enclosed in conformance with NEMA Standard MGT-10.35. Small fan motors may be open type if suitably protected from moisture,dripping water and lint accumulation. E. Motors shall be provided with sealed ball bearings lubricated for 10 years normal use. F43716SOI 171 dm 01171-3 7115105 City of Fort Wa.ih Eagle Mountain W`fP Phase 111 Expamion 2.07 THREE PHASE MOTORS-FRAMES 143T THROUGH 449T A. General 1. Unless otherwise specified, motors 112 horsepower and larger shall be 3-phase, squirrel cage r induction type. 2 All motors 314 HP and larger shall be a NEMA frame 143T or larger. 112 horsepower motors and 314 horsepower motors rated 1800 and 3600 rprr., shall be a 56 frame. Motors shall be designed and connected for operation on a 460 volt,3 phase,60 hertz alternating current system. Dual voltage (2301460)rated motors are acceptable. 3, Unless otherwise required by the load, all motors shall be NEMA Design B, normal starting torque. Locked rotor K VAMP shall not exceed Code Letter Gas described in NEMA Standard _ MGI-10.37 for motors 20 HP and larger. 4. Motors shall be as manufactured by U.S.Electrical Motors Division of Emerson Electric Co.,or equal. B, Bearings I • Anti-friction motor bearings shall be designed to be regreasable and initially shall be filled with grease suitable to ambiens temperature of 40°C. Bearings shall be AFrBMA Types BC or RN, heavy duty, or shall other,-vise be shown to be suitable for the intended application in terms of — B-10 rating life, Class M3 or better. 2. All grease lubricated bearings,except those specified to be factorysealed and lubricated,shall be - fitted with easily accessible grease supply, flush,drain and relief fittings. Extension tubes shall be used when necessary. Grease supply fittings shall be standard hydraulic type as manufactured by the Alernite Division of the Stewart-Warner Corporation. C. Insulation 1. Insulation systems shall be CIass F, operated at Class B temperature rise and shall be manuf'acturer`s premium grade,resistant to attack by moisture,acids,alkalies and mechanical or thermal shock. 2. Motors for outdoor service shall have vacuum/pressure impregnated epoxy insolation for moisture resistance. D. 'Enclosures 1. Motors shall have a steel or cast iron frame and a cast iron or stamped steel conduit box, as specified below. Conduit box shall be split frorn top to bottom and shall be capable of being rotated to four positions. Synthetic rubber-like gaskets shall be provided between the ftme and the conduit box and between the conduit box and its cover. Motor leads shall be sealed with a non-wicking, non-hygroscopic insulating material. A frame mounted pad with driiled and tapped hole, not less than 114-in diameter, shall be provided inside the conduit box for motor frame grounding. 117 171.dw. 01171-4 7/15/05 Im City of Fort Wort♦r Eagle Mountain WTP ps Phase 1E!Expansion a. Open drip proof. Manufacturer's standard design with steel or cast iron frame,cast iron end brackets,stamped steel conduit box and 1.15 service factor at 40°C. ph b. Totally enclosed fan cooled: TEFL motors shall have a steel or cast iron frame,cast iron end brackets, cast iron conduit box, 1.15 service factor at 40°C, tapped drain holes to (corrosion resistant plugs for frames 286T and smaller and automatic breather/drain devices for frames 324T and larger) and upgraded insulation by additional dips and bakes to increase moisture resistance. rc. Totally enclosed non-ventilated: TENV motors shall include the same rating and accessories as specified for TEFL motors. rd. Explosion proof Explosion proof motors shall have a cast iron frame, cast iron end brackets,cast iron conduit box, 1.15 service factor at 44°C, tapped drain holes(corrosion resistant plugs for frames 286T and smaller and automatic breather/drain devices for frames 324T and larger)and be UL listed for Class 1,Div. 1,Group D hazardous areas, e. Severe duty: Motors shall be of the corrosion resistant type conforming to motors designated by the manufacturer as "Corro-Duty", "Mill and Chemical", "Custom Severe Duty",or similar quality designation. Severe duty motors shall have a cast iron frame,cast iron end brackets,cast iron conduit box and 1.15 service factor at 40aC and tapped drain holes (corrosion resistant plug for frames 286T and smaller and automatic breather/drain devices for frames 324T and larger). E. Motor Efficiencies I. Three phase motors rated 1 hp and larger shall be of the premium efficiency type. Motors shall have a NEMA Nominal Efficiency not less than the values indicated below. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112,Method S. Motors with horsepower or RPM's not listed shall conform to comparable standards of rconstruction and materials as those for listed motors. r r IR IF tr r F43716SO1171 Am 01171-5 7/15105 fat City of Fort Worth Eagle Mountain WTP Phase 191 Expansion ., Full Load Efficiencies OPEN MOTORS 3,600 rpm 3,800 rpm 1,200 rpm 900 rpm HP Nominal Minimum Nominal Minimum Nominal Minimum Nominal Minimum Efficient Efficient Efficient Efficient y Efficiency y Efficiency y E�tiency y Efficiency .. 1.0 -- -- 82.5 80.0 77.0 74.0 72.0 68.0 1.5 80.0 77.0 82.5 80.0 82.5 80.0 75.5 72.0 2.0 82.5 80.0 82.5 80.0 84.0 81.5 85.5 82.5 3.0 82.5 80.0 86.5 84.0 85.5 82.5 86.5 84.0 5.0 85.5 82.5 86.5 84.0 86.5 84.0 87.5 85.5 7.5 85.5 82.5 88.5 86.5 8 8.5 86.5 88.5 86.5 .. 10.0 87.5 85.5 88.5 86.5 90.2 88.5 89.5 87.5 15.0 89.5 87.5 94.2 88.5 89.5 87.5 89.5 87.5 20.0 90.2 88.5 91.0 89.5 90.2 88.5 90.2 88.5 25.0 91.0 89.5 91.7 90.2 91.0 89.5 90.2 88.5 30.0 91.0 89.5 91.7 90.2 91.7 90.2 91.1 89,5 40,0 91.7 90.2 92.4 91.0 91.7 90.2 90.2 88.5 F 50.0 91.7 90.2 92.4 91.0 91.7 90.2 91.7 90.2 60.0 93.0 91.7 93.0 91.7 92.4 91.0 92.4 91.0 75.0 93.0 91.7 93.6 92.4 93.0 91.7 93.6 92.4 100.0 93.0 91.7 93.6 92.4 93.6 92.4 93.6 92.4 125.0 93.0 91.7 93.6 92.4 93.6 92.4 93.6 92.4 150.0 93.6 92.4 94.1 93.0 93.6 92.4 93.6 92,4 200.0 93.6 92.4 94.1 93.0 94.1 93,0 93.6 92.4 ENCLOSED MOTORS 3,600 rpm 1,800 rpm 1,200 rpm. 900 rpm HP Nominal Minimum Nominal Minimum Nominal Minimum Nominal Minimum fEcienc Efficient Efficiency Effieienc E Y Efficiency Ey Efficiency Ey Efficiency y Efficiency 1.0 -- -- 80.0 77.0 75.5 72.0 72.0 68.0 1.5 87.5 75.5 81.5 78.5 82.5 80.0 75.5 72.0 2.0 81.5 78.5 82.5 80.0 82.5 80.0 82.5 80.0 3.0 82.5 80.0 84.0 81.5 84,0 81.5 81.5 78.5 5.0 85.5 82.5 85.5 82.5 85.5 82.5 84.0 81.5 7.5 85.5 82.5 87.5 85.5 87.5 85.5 85.5 82.5 10.0 87.5 85.5 87.5 85.5 87.5 85.5 87.5 85.5 15.0 87.5 85.5 88.5 86.5 89.5 87.5 88.5 86.5 20.0 88.5 86.5 90.2 88.5 89.5 87.5 89.5 87.5 25.0 89.5 87.5 91.0 89.5 90.2 88.5 89.5 87.5 �* 30.0 89.5 87.5 9I.0 89.5 91.0 89.5 90.2 88.5 40.0 90.2 88.5 91.7 90.2 91.7 90.2 90.2 88.5 50.0 90.2 88.5 92.4 9I.0 91.7 90.2 91.0 89.5 60.0 91.7 90.2 93.0 91.7 91.7 90.2 91.7 90.2 75.0 92.4 91.0 93.0 91.7 93.0 91.7 93.0 91.7 100.0 93.0 91.7 93.6 92.4 93.0 91.7 93.0 91.7 ... 125.0 93.0 91.7 93.6 92.4 93.0 91.7 93.6 92.4 150.0 93.0 91.7 94.I 93.0 94.1 93.0 93.6 92.4 200.0 14.1 93.0 94.5 93.6 94.1 93.0 94.1 93.0 f F437 o 6SO 1171 Am 01171-6 7/15105 City of Fort Worth Eagle Mountain WTP Phase III Expansion F. Power Factor Correction Capacitors 1. All single speed motors over 5 horsepower(except motors powered from variable frequency drives) shall be provided with a heavy duty industrial type power factor correction capacitor selected,recommended and fuurnished by the motor manufacturer to raise the motorpower factor to approximately 95 percent.For non-explosion-proof motors,the capacitor shall be mounted on the equipment base plate adjacent to the motor and shall be connected to the motor junction box with liquid tight flexible conduit. For explosion-proof motors,the capacitors shall be suitable for wall mounting in a non-hazardous area. 1 Capacitors shall be dry film or liquid insulated and shall be hermetically sealed in steel enCIOSures. 3. Each liquid insulated capacitor unit shall be furnished with three high interrupting capacity current lirniting fuses. Fuses shall be equipped with"blown-fuse" indicators. 4. Capacitor enclosures shall be suitable for conduit connection. Covers shall be gaslceted,bolt-on type. 5. Capacitors shall be U.L. listed. d. Capacitors shall be as manufactured by Westinghouse Electric Corp.; General Electric Co.; Square D Co. or equal. PART 3: EXECUTION (NOT USED) END OF SECTION F43716SOI 171 Aw 01171-7 7115/05 A Cisy of Fonh Worth Eagle Mlouniairn WTP Phase iII Expansion SECTION 01172 PIPE PENETRATIONS PART 1: GENERAL 1.01 SCOPE OF WORK 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 SUBMn TALS A. Submit to the Engineer, as provided in Section 01300, manufacturers' literature on all items to be furnished, installation instructions, and where applicable, Ere 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 caulldng 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 ANSIIAWWA A21.51fC151,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 rubber links shaped to continuously fill the annular space between the pipe and sleeve. The seal shall be rated by the manufacturer for 40-ft of head or 20 psig. Mechanical seals shall be Link-Seal LS-300-M,LS-400-M,or LS-500-M,depending on pipe size,manufactured byThunderline Corp., Wayne, MI or equal. B. Caulldng for PVC piping shall consist of braided oakum packing or fire retardant pliable material,Fig. 310 by Sealtite Co.;White Oakum W.S.-500 by American Manufacturing Co.,or equal,followed by lead wool,compacted to form a watertight seal. F43716SOI 122.at 01172-1 7115105 City of Forth Worth Eagle Mountain WTP Phase i[t Expansion C. Sealant shall be a two part foamed silicone elastomer as manufactured by Dow Corning Co.,product No.3-6548 silicone R.T.V.;3M brand fare barrier products caulk C.P.25 and 3M brand putty 303;or Flame-Safe fire stop systems Fig. No. FS-504 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 Silva Corporation,equal by Euclid Chemical Corporation; Master Builders Company, or equal. B. Nan-shrink grout shall be Masterflow 713 by Master Builders Company; Euco N-S by Euclid Chemical Co,; Five Star Grout by U.S. Grout Corp.,or equal, PART 3: EXECUTION 3.41 INSTALLATION A. Assemble and install components of pipe penetration assemblies as detailed on the Drawings. END OF SECTION F43716501 172.d[r 01172-2 7115!65 City of For[worth Eagle Mounatin NVTP F#ase lit Expansinn SECTION 01200 PROJECT MEETINGS PART 1: GENERAL 1.01 SCOPE OF WORK 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. 1.42 RELATED WORK A. Pre-bid conference is included in Information to Bidders. 1.03 PRECONSTRUCTION CONFERENCE A. A preconstruction conference will be held within ten days after award of Contract and before Work is started. The conference will be scheduled and administered by the Construction Manager, B. The Construction Manager will preside at the conference, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference. C. Attendance: 1. Contractor's project manager. 2. Contractor's superintendent. 3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Owner may request. 4. Construction Manager S, Engineer's representatives. 6. Owner's representatives. 7. Others as appropriate. F43716S01200.dcc 01240-1 7/15/05 City of Fort Worth Eaglc Mannalin WTI? Phase M Expamian D. Preliminary Agenda: Introductions 1. Schedule completion dates and Liquidated Damages. - 2. Construction Scheduling, including critical path. 3. Designation ofresponsible personnel, 4. Authority of Contractor. 5, Authority of Construction Manager and Engineer. f. Submittals. 7. Procedures for Change Orders, CMRs,PCvIs, Field Orders, RFIs,etc. 8. Record Drawings 9. Quality control. 10. Safety Procedures. 11, Temporary construction facilities. 12. Use of City Facilities. 13. Security and Work after Normal Hours, 14. Measurement and payment. 15. City Administrative Procedures, including MIWBE procedures. 16. Project Work Summary 17. Correspondence Routing 18. Pay Request Procedures 1.O4 PROGRESS MEETINGS A. Formal project coordination meetings will be'held periodically(not more than once weekly,nor less than once monthly). Meetings will be scheduled and administered by Construction Manager. Additional progress meetings to discuss specific topics will be conducted on an as-needed basis. Such additional meetings shall include,but not be Limited to: I, Coordinating plant/equipment shutdowns. 2. Installation of equipment. F43716SO1200Acc 01200-2 �n sros City of Fort Worth Eagle Mounatin WT? phase 11I Expansion 3. Start-up of equipment or plant. 4. Problem Area Resolutions 5. Equipment approval. B. The Construction Manager will preside at progress meetings,prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. C. Attendance; Same as preconstruction conference. D. Preliminary Agenda- i. Review,approval of minutes of previous meeting. 2. Review of work progress since previous meeting. 3. Field observations, problems,conflicts, 4. Problems which impede construction schedule. 5. Review of off-site fabrication, delivery schedules. 6. Review of construction interfacing and sequencing requirements with other construction contracts. 7. Corrective measures and procedures to regain projected schedule. 8. Revisions to construction schedule. 9. Progress, schedule, during succeeding work period. 10. Coordination of schedules. 11. Review submittal schedules. 12. Maintenance of quality standards. 13, Pending changes and substitutions. 14. Review proposed changes for, a. Effect on construction schedule and on completion date. b. Effect on other contracts of the Project. 15. Review Record Documents. 16. Review monthly pay request, 17. Review status of RFIs. F4371650i 20G Acc 01200-3 7/15/05 met City of Fort Worth Eagle mounatin W-rP Phase l!i Expansion PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION(NOT USED) END OF SECTION F43716SO1200_dQ 01200-4 7/15105 •� I City of Fort Worttti Eagle Mountain W-UP a Phase III Expansion SECTION01300 SUBMITTALS PART 1: GENERAL 1.01 DESCRIPTION OF REQl:.11REMENTS 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,Thawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient -• presentation of data.. ` 1.432 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings,as specified in individual work Sections include,but are not necessarily limited to, custom prepared data such as fabrication and erection/installation (working) drawings, scheduled information, setting diagrams,actual shopwork manufacturing instructions,custorn templates, special wiring diagrams, coordination drawings, individual system or equipment r inspection and test reports including performance curves and certifications,as applicable to the 1 Work, 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the r� 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. d. 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 duality 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. F43716SOHMdue 01300-1 VIVO City of Fort Wonh Eagle Mountain WTP Phase III Expansion 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 rept:titively-used products, colorltexturelpattem swatches and range sets,specimens for coordination of visual effect,graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall review shop drawings, product data and samples, including those by 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 8 112"x " 11"shall be folded to 8112"x. 11". Shop drawings and product data sheets shall be bound together in an orderly fashion and bear the above{Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to .. the Construction Manager a copy of each submittal transmittal sheet for shop drawings,product data and samples at the time of submittal of said drawings,product data and samples to the Engineer. C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-42 of the " Special Conditions. In addition,the Contractor shall utilize an 8-character submittal crass-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 01-99 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 =Specification Section for Concrete 08 =The eighth initial submittal under this specification section B =The third submission{second resubmission}of that particular shop drawing .x D. Notify the Engineer in writing,at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. F43716SO 130CAce 01300-2 7115105 City of Fort Worth Eagle Moumiin WTP Phase H]Expansion 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 itern. 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: Eight 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 paragraphs). T 5. 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. F43716S01300,dcc 01300-3 7/15/05 101 City of Fort worth Eagle Mountain wTP Phase III Expansion 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 - "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. Code 2 e "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. Code 3 - "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 materia] 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_ Code 4 - "APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. This resubmittal is to address all comments,omissions and non-conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. F43716501300.dm 01300-4 7115/05 -� r City of Fort Worih Eagle Mounlain WTP Phase Ile Expansion ..� Code 5 - "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. Code 6 - "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. r Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. E. Resubmittals will be handled in the same manner as first submittals. On resu6mittals 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. Parti a]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 1.040. 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. F43716SO1300 dux 01300-5 7/15/05 City of Fort Worth Eagle Mountain WTF Phase Ill Expansion 1.09 GENERAL PROCEDURES FOR SUBMITTALS A, Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work orother 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) END OF SECTION .a F43716501300.dnc 01300-6 7115105 �, City of Fort Wonh Eagle Mountain WTP Phase M Expansion P.E. CERTWICATION 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 City of Fort Worth or Owner's representative within seven days following written request therefore by the Owner. P.E. Name Contractor`s Name Signature Signature Address Title Address Place P.E. Stamp Here With Date and Signature F437 t6sOt300.da 01300-7 7)15/05 City of Fort Wonh Eagle Mountain WTP Phase III Expansion SECTION 0 13 15 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 of activities)and a computer-generated schedule(print-out)as specified, The format shall be the activity-ort-mode precedence network as indicated on the Preliminary Guideline CPM Schedule. C. The Contractor shall utilize PRIMAVERA and PRIMAVISION or equal scheduling program in analyzing the construction schedules. If the Contractor desires to utilize a different scheduling program than PRE%AAVERA and P.RIMAVISION to prepare its schedules, it must first obtain approval of the Owner, Contractor shall provide one authorized copy of the scheduling software to the Owner. D. Within ten calendar days following written Notice to Proceed.,the Contractor is to submit to the Owner for review and approval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of work to be performed. E. A Preliminary Guideline CPM Schedule shall include: 1, Illustrate a feasible CPM schedule for completion of the Work under this Contract within the time specified. 2. Provide an elementary example of a CPM schedule in the format to be used for the detailed.CPM schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the CPM schedule required under this Contract. 3. Establish mandatory milestone dates. Milestones are designated on the Preliminary Guideline CPM Schedule with asterisks. F. The Preliminary Guideline CPM Schedule is not to be considered binding except for the time required for contract completion and the mandatory milestones. G. The Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule. Contractor shall reference the construction constraints and sequencing issues presented in Section 010140. The computer-based schedule shall be the product of a recognized commercial computer software producer and shall meet all of the requirements specified. F43716Sa1315-ft 01315-1 7115/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion 1.02 NETWORK REQUIREMENTS A. The network shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. The basic concept of a network analysis diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of the following activities. B. Detailed network activities shall include: construction activities, the submittal and approval of ! samples of materials and Shop Drawings,theprocurement 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. I. Duration and remaining duration for those activities in progress. 2. A five character(or less)code indicative of the party responsible for accomplishing the activity. 3. A brief description of the activity. E. The selection and number of activities shall be subject to the Owner's approval, The detailed network shall be time scaled. In addition to the brief description,the Contractor shall submit a separate list of activities containing a detailed narrative of the scope of each activity, including the trades and subcontractors involved, the activity duration, and the cost of each activity as it pertains to the pay items on the Schedule of Values. The cost for each work activity shall include mobilization,materials, labor, equipment,overhead, and profit. F. To the extent that the network or any revision thereof shows anything not jointly agreed upon or fails to show anything jointly agreed upon, it shall not be deemed to have been approved by the Owner. Failure to include on a network any element of work required for the performance of this Contract - shall not excuse the Contractor from completing work required within any applicable completion date, notwithstanding the review of the network by the Owner. G. Except where earlier completions are specified,CPM schedules which show completion of work prior to the Contract completion date may be approved by the Owner,but in no event shall be acceptable as a basis for claim for delay against the Owner by the Contractor. The time period between the Contractor's early finish date and the Contract Time shall be shown as a float activity. F43716So 1315.d[n 01315-2 7/15/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion 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 minimurn items: I. 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 flee 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: 1. Contract name and number 2. Contractor's name 3.. Contract duration 4. Contract schedule 5. The effective or starting date of the schedule (the date indicated in the Notice to Proceed). C. A narrative shall accompany the diagram providing for each activity: 1. Activity number 2. Activity description 3. Predecessors 4. Successors F43716SO1315 doc 01315-3 7115105 City of Fort Worlh Eagle Mountain W7P Phase III Expwsion 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. 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. 1.45 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 Mowing 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 14th 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. F43716sa1315 do: 01315-4 711905 w City of Fort worth Eagle Mountain WTP Phase III Expansion C, Partial payment applications will not be processed without an approved monthly schedule update. 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. I. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. Z. 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. 1.05 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME A. If the Contractor desires to snake 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 maybe 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 I00 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 ars 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, F437165i11315.dcr 01315-5 7/15145 City of Fort Worth Eagle Mountain WfP Phase 111 Expansion 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 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. I. 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 CFM. 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 ofthe 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. F43716SO1315 die 01315-6 7115105 .. r City or Fon Wrath Eagle Mouniain wTP Phase[[[Expansion I�r 1.14 SCHEDULE OF VALUES A. The approved CPM schedule shall be the schedule to be used by the Contractor for reporting progress. A separate payment schedule,not tied to the CDM schedule,shall be used for requesting payment of work accomplished. Payment items for the specific activities and values of the individual items shall be approved by the Construction Manager. B. If the Contractor does not follow hislanned schedule or desires to make changes in his method of p g 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 workout of sequence will not be allowed unless logic changes are made and approved by the Construction Manager to the approved CPM. C. The payment request shall include the activities or portions of activities completed during the reporting period and their total value as basis for the Contractor's periodic request for payment. Payment made will be based on the total value of such activities completed or partially completed after verification by the Construction Manager. The request shall state the percentage of the work actually completed as of the report date. I� 1.11 PROJECT EXECUTION AND CONTROL REPORTING A. All change proposals shall be submitted to the Construction Manager using the "Contract Change Proposal" form to be provided by the Engineer. B. Each day the Contractor shall submit to the Construction Manager daily construction report information using the"Daily Construction Report" form to be provided by the Construction Manager. C. Each week, after coordination meetings with subcontractors, the Contractor shall submit to the Construction Manager a three(3)week schedule using the form to be provided by the Construction Manager. This schedule shall identify work scheduled for the current week and projected for two additional weeks. D. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Schedule of Values for that item,including overhead and profit. PART 2: PRODUCTS(NOT USED) up PART 3: EXECUTION (NOT USED) END OF SECTION F43716SOI 315,daw 01315-7 7115/05 City of Fort Worth Eagle Mountain W 17P Phase I11 Expansion SECTION 01414 TESTING AND TESTING LABORATORY SERVICES PART I: GENERAL I D1 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. I. 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 Laboratory inspection, sampling and testing is required for but not limited to the following: 1. Earthwork is included in Section 02200. 2. Excavation,Trenching, and Backfilling for Utilities and Process Piping is included in Section 02221, 3. Cast-in-Place concrete is included in Section 03300. 1.03 LABORATORY DUTIES A. Cooperate with Engineer and Contractor,provide qualified personnel after due notice. B. Perfarrn specified inspections,sampling,and testing of materials and methods of construction: I. 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. F43716SO14IOA x- 01410-1 7115/05 City of Fort Worth Eagle Mountain WTP Phase IIl Expansion 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. 14. Type of inspection or test. I 1. 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. 1.44 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release,revoke,alter or enlarge on requirements of Contract Documents_ Approve or accept any portion of the work. 3" Perform any duties of the Contractor. 1"05 CONTRACTOR'S RESPONSIBiLrrIEs 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. F4371 ssa 14 t odor 41414-2 711 sn)s — City of Fort worth Eagle Mountain VVT? 40 Phase III Expansion 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 ofthe 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 oFpersonnel and scheduling of tests. 1, When tests or inspections cannot be performed after such notice,reimburse Owner for laboratory r 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 USER) PART 3: EXECUTION (NOT USED) END OF SECTION F43716S01410.dor. 01414-3 7/15/05 City of Fort Worth Eagle Mountain VWTP Phase III Expansion SECTION 01455 SPECIAL TESTS AND INSPECTIONS PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Requirements for Structural Tests and Special Inspections required by the International Building Code (IBC) as adopted by the City of Fort Worth,Texas. B. Related Sections: I. Section 41410-Testing and Laboratory Services. 1.02 REFERENCES y A. International Code Council (ICC): 1. International Building Code, 2003 Edition(IBC 2003). I.03 DESCRIPTION A. This Section describes special inspections, structural tests, and structural observations of structural assemblies and components, and quality assurance plans for seismic and wind resistance, to be performed in compliance with IBC Chapter 17 - "Structural Tests and Special Inspections". Specifically included are: 1_ Special Inspections(IBC Section 17€}4). 2. Seismic Resistance: a. Quality Assurance for Seismic Resistance(1PC Section 1705). b. Special Inspections for Seismic Resistance(IBC Section 1707). c. Structural Testing for Seismic Resistance (TBC Section 1708). 3. Wind Resistance: a. Quality Assurance Plan(IBC Section 1706), 4. Structural Observations(IBC Section 1709) B. These special tests and inspections are in addition to the regLirements specified in Section 01450, Quality Control, and by the individual Sections in Division 2 through Division 16. 1.04 INSPECTION A. Inspections under this Section are in addition to required inspections performed by the Building Official under IBC Section 109,"Administration: Inspections." 01455F-special insp dog.071405 gis 01455-1 7/35/2005 City of Fon Worth Eagle Mountain WTP Phare III Expansion B. The Owner will employ one or more inspectors who will provide special inspections during construction. L Special inspectors shall be qualified,to the satisfaction of the Building Official, for observation of the particular type of materials or operations requiring special inspection. C. Duties of Special Inspector: I. General: Required duties of the Special Inspector shall be as described in IBC Chapter 17- "Structural Tests and Special Inspections", and as included in this Section. 2. Observation. Special inspector shall observe work for conformance with the Drawings and Specifications. 3. Reporting. Special Inspector shall provide reports of each inspection to the Engineer. Engineer shall distribute copies of inspection reports to the Owner, the Engineer Of Record and the Building Official. 4. Reports shall, at a minimum, indicate the following items: 5. Date and time of inspection, and name(s)of individual(s)performing the inspection. 6. Structures and areas of the structure where work or testing was observed. — 7. Discrepancies between the requirements of the Contract Documents and the work or testing observed_ 8. Other areas of deficiency in the work. 1.05 TESTING - A. Testing Laboratory: Special tests will be performed by the Owner's testing laboratory as specified in Section 01410. B. Selection of the material to be tested shall be by the Engineer or the Owner's Testing Laboratory, and not by the Contractor. 1.06 DEFINITIONS A. Special Inspection. Inspection of the materials, installation, fabrication, erection or placement of E components and connections requiring special expertise to ensure compliance with approved construction documents and referenced standards. B. Special Inspection,Continuous: The full time observation of work requiring special inspection by an approved special inspector who is present in the area where the work is being performed. C. Special Inspection, Periodic: The part time or intermittent observation of work requiring special inspection by an approved special inspector who is present in the area where the work is being performed and at the completion of the work. 01455F-special insp-doc.071405 gls 01455-2 7/15/2005 City ofForl Worth Eagle Mountain WT? Phase 111 Expansion W D. Structural Observation: The visual observation of the structural system by a registered design professional for general conformance to the approved construction documents at significant construction stages and at completion of the structural system. PART 2: PRODUCTS Not Used. PART 3: EXECUTION 3.01 SPECIAL INSPEMONS (IBC 1702) -- A. General. 1. Special inspections shall be as designated in IBC Section 17014 and the following paragraphs. ?, Provide continuous or periodic special inspection of each item as indicated in Table 01455- ?,and as defined in IBC Section 1702. 3, Inspection of Fabricators (IBC Section 1704.2): 4, For fabricated items in Table 01455B, submit documentation of fabricator's inspection and testing program.. B. Steel Construction (IBC Section 1704.3) 1. Materials verification and Inspection requirements for concrete construction shall be as indicated in Table 01455-B l a and B lb, C. Concrete Construction {IBC Section 1704.4} 1. Materials verification and Inspection requirements for concrete construction shall be as indicated in Table 011455-132a, 132b,and 132c. D. Masonry Construction(IBC Section 1704.5) 1, Materials verification and Inspection requirements for masonry construction shall be as indicated in Table 01455-B3a and Bab. a. Level l Inspection and testing, as described in Section 04220,shall be provided for all structures except those listed below as requiring Level 2 Inspection and Testing. E. Soils (IBC Section 1704.7) I Materials verification and Inspection requirements for soils and subgrades shall be as indicated in Table 01455-134. 2. Inspector qualifications: Registered geotechnical engineer, licensed in the State where the work 1s constructed, and having a minimum of 10 years experience in the observation of soils,or his/her approved designee. 0145517-special insp doe.071405 gls 01455-3 7/192005 City of Fort Worth Eagle Mountain W7P Phase III Expansion F. Pier Foundations(IBL Section 1704.9) 1. Materials verification and Inspection requirements for drilled pier foundations shall be as indicated in Table 01455-B4. 2. Inspector qualifications: Registered geotechnical engineer,licensed in the State where the work is constructed, and having a minimurn of 10 years experience in the observation of drilled pier foundations, or his/her approved designee. C. Wall Panels and Veneers(IBC Section 1704.10) 1. Structures for the work are assigned to Seismic Design Category B as shown in Table 131455-A. Based on that assignment, Special Inspection of veneer is not required by IBC. H. Special Work(IBC Section 1744.13) 1. The Building Offcail has designated the following items as Special Work requiring special - inspection. 2. NONE. - 3.02 QUALITY ASSURANCE FOR SEISMIC RESISTANCE(IBC 1745, 1707 and 1708) A. Seismic Design Category. Table 01455-A indicates IBC Seismic Design Categories and the ' structures on this project that are assigned to each. Table 01455-A Structures by Seismic Design Cate o (SDC) Seismic Design Category Structures Assigned to Category "A" All Structures B. Quality Assurance Plan(IBC Section 1705) 1. For structures assigned to Seismic Design Category A, a Quality Assurance Plan for Seismic Resistance is not required for the work. C. Special Inspections for Seismic Resistance(IBC Section 1707) 1. For structures assigned to Seismic Design Category A, additional Special Inspection for -- Seismic Resistance is not required for the work. D. Structural Testing for Seismic Resistance(IBC Section 1708) I. For structures assigned to Seismic Design Category A, additional Testing for Seismic Resistance as designated in IBC 1708.2 through IBC 170&6 is not required for the work. 3.03 QUALITY ASSURANCE FOR WIND RESISTANCE (IBC 1706) A. Wind Design Criteria: The project site is designated as Exposure Category "C", and the Basic Wind Speed (3-second gust) is designated as 90 miles per hour. 01455F-special insp.doc.07 14 05 g1s 01455-4 7/1512005 City of t-ort worth Eagle Mountain WT? Phase 11l Expansion B. Based on the designated wind design criteria, a Quality Assurance Plan for Wind Resistance is not required for the work. 3.04 STRUCTURAL OBSERVATIONS (IBC 1709) A. Based on assignment of structures to Seismic Design Category "A", and designation of the project Basic Wind Speed (3-second gust) of 90 miles per hour, "Structural Observations" by a registered design professional are not required for the work. 3.05 SCHEDULES A. See"Fable 01455-B (following) for schedule of special inspection requirements by Structure. r 01455F-special insp.doc.071445 g1s 01455-5 7/15/2045 City of Fart Worth Eagle Mountain WTP Phase I1[Expansion r TABLE 41455-B 1 a: SPECIAL INSPECTIONS Steel Construction IBC 17043 —Material Verification Requirements: IBC Reference C=Continuous Special L C Inspection m , P=Periodic Special a `� Z Inspection L o93 N/A=Not Applicable e m t y d x li O L6 y D G U y x a; rn ri U U w i Cq U7 N] (l1 i G] IY} L6] tY} US N] High Strength Bolts, Nuts&Washers Confirm ASTM identification Table 1744.3-1a P P P markings. Submit manufacturer's Table 1704.3-1b P P P certificate of compliance Weld Filler Material Confirm AWS identification Table 1704.34a P P P Markings Submit manufacturer's Table 1704.3-4b P P P certificate ofcompliance Structural Steel Members ConfrmASTM identification Table]704.3-2a P P P markings. Submit manufacturer's Table 1704.3-2b P P P certified mill test re arts ■• 01455F-special insp.doc.071405 gis 01455-6 711512005 City of Fort Worth Eagle Mountain W7i' Phasc III Expansion TABLE 01455-B1b: SPECIAL INSPECTIONS Steel Construction (IBC 1704.3)—Ins eetian Requirements: IBC Reference e C-Continuous Special a OL L Inspection a o P=Periodic Special Inspectionay e: rn 'o i? ° w 0 NIA=Not Applicable 1J d o rn g v d a u U w �..�� i in V) W Ln rn (n U) W W j, High Strength Baiting Bearing type connections Table 1704.3-2a P P P Slip critical connections Table 1704.3-2b C Welding Complete and partial Table 1704.3-5a1 _penetration groove welds Multi-pass fillet welds Table 1704.3-5a2 Single pass fillet welds> Table 1704.3-50 P P P 5r1G" Single pass fillet welds< Table 1704.3-5a4 P P � 5111" Roof and floor deck welds Table 1704.3-6 P P (1)Field connections in metal building system frame if required by manufacturer. w ..i 01455F-special insp.doc,071405 gls 01455-7 [iSl�4 � City or Fart Worth Eagle Mountain WTP Phase 111 Expansion TABLE 01455-B2a: SPECIAL WSPECTIONS Concrete Construction IEC 1704.4 —Material Verification Recxuirements: IBC Reference R tb C=Continuous Special i E Inspection pq u 2 W P=Periodic Special w Inspection v pG to o42 NIA=Not Applicable 3 � -a � � '� � •j; 3 v c. o X o a u� '' 1 I i R Reinforcement Weldability of reinforcing Table 17(}4.3-5b I N/A steel Anchor Bolts ASTM identification Table 1704.4-3 C C C C C C C C C C markings and sine 0 Concrete Mix Tests.Slump,air content, Table 1704.4-5 C C C C C C C C C C temperature •- Tests: Laboratory Table 1704.4-5 C C C C C C C C C C compression strength In-Situ Strength Before stressing of past Table 1704.4-10 N/A tensioning tendons Before removal of forms and Table 1704.4-10 P P P P P P P P P P shores from slabs LL_ Notes:(])Includes anchor baits for process equipment. 01455F•special inspA=071405 gls 01455-5 7/15/2005 r City of Fon worth Eagle Mountain wTP Phase III Expansion TABLE 01455-B2b. SPECIAL INSPECTIONS Concrete Construction{IBC 1704.4}--Ins ection: Preporation Requirements: IBC Reference Q U) iu C=Continuous Special _ ; Inspection B u 'n m Ll 'L Z 'U P=Periodic Special co V) 0R to Inspection ' '° c n o rn aC = N/A=Not Applicable M U d v 4 rn dd -- 'G O x Cd M U A W L. 0 •� sC rn T/) En En Ln rA to w CA Q3 Reinforcement Size,placement and location Table 1704.4-1 P P P P P P P P P P FM Grouting of bonded tendons Table 1704.4-8b N/A Reinforcement— Table 1704.4-2 PM —Welding "Intermediate Reinforced Table 17043-5b2 N/A Concrete Moment Frame" "Special Reinforced Concrete Table 1704.3-5b2 N/A Moment Frame" ant "Special Reinforced Concrete Table 1704.3.5b2 N/A Shear Wails s At shear reinforcement Table 1704.3-5b3 N/A Other reinforcing steel Table 1704.3-5b4 N/A Anchor Bolts Size,placement and "Fable 1704.4-3 C C C C C C C C C C embedment I Notes:(i)lncludes anchor bolts for process equipment. r+ 01455F-special insp.doc.071405 gls 01455-9 7/15/2005 Ciry of Fort Worth Eagle Mountain W7P Phase III Expansion. w TABLE 01455-B2c: SPECIAL INSPECTIONS Concrete Construction(IBC 1704.4)--Inspection: Placement and Curing IBC Reference 9 Requirements: a 5 IR C=Continuous Special E Inspection p M u L) 4 r, P=Periodic Special inspectionbD v va B 0 NIA=Not Applicable o .e U @ ❑ y � .3 � b E �' •C �. `F 3 a T ❑ Cd 1 U F0 1 1 I i M U ra w w c7 x Placement Use of required design mix Table 1704.4-4 P P P P E P P P P P Use of proper techniques Table 1704.4-6 P P P P P P P P P P Curing Use of proper techniques and Table 1744.4-7 P P P P P P P P P P temperatures Fabricators—Prestressed Table 1704.2 NIA Concrete Application of prestressing Table 1704.4-8a NIA farce Erection Table 1744.4-9 NIA 01455F-special insp.doe.071405 gls 01455-10 711512005 A City of Fort Worth Eagle Mountain WTP Phase H]Expansion (THIS PAGE INTENTIONALLY BLANK) w F A FF pm 01455F-special insp.aoc.071405 gis 01455-11 7/15/2005 City of Fon Worth Eagle Mountain WTP Phase III Expansion A TABLE 01455-B3a: SPECIAL INSPECTIONS MasoM Construction IBC 1704.5 —Material Verification Requirements. IBC Reference .� H � W C=Continuous Special �— InspectionCn ca d a v v 00 , P=Periodic Specialp � � � � � Inspection v ° v Y v' Ln B p u tLID PG �i NIA=Not Applicable x � � � U � 3 ¢ a' -0 2 0 ".1". d V4 L/] EL. U U w 3 1 I 1 4 V} [!] CI7 En [IJ Vl V] V] V7 CI] Mortar and Grout Proportions of site-mixed Table 1704.5.3-1a P P P P batches i Preparation of required Table 1704.5.3-3 C C C C testing specimens A w 41455F-special insp-doc.071405 gis 01455-12 7115/1405 City of Fort Worth Eagle Mountain WTF Phase III Expansion TABLE 01455-B3b: SPECIAL INSPECTIONS r. Masonry Construction(TBC 1704.5)—Inspection: Placement and Curing Requirements: ISC Reference an C=Continuous Special w Inspection P=Periodic Special Inspection _ as u u a > "' NIA=Not Applicable �' a on x V3 C:d5 �3 b 2u 1~ aYr U U w Q M U C) w U� 0 x 2 to V) v3 rn E6 W vq rn ro C4 A" Construction �,. Level 1 Inspection See Section X 04220 and Table 1704.5.1 ++� Level 2 Inspection See Section X x X 04220 and Table (1) 1704.5.2 r■ A P1 i (1)LOX Storage Area A f+ 01455F-special insp.doe.071405 gls 01455-13 V15r2005 City of Fon Worth Eagle Mountain WTP Phase[I]Expansion TABLE 01455-B4: SPECIAL INSPECTIONS Soils and Subgrades(ISC 1704.7)and Pier Foundations(IBC 1704.9) i c Requirements; IBC f Reference C=Continuous Special Inspection m P=Periodic Special to Inspection $ U c 0 o' V) V' u e o rt) v a?] -;a a+ ar oE � C y o a� w x 0 � n U. ¢ M, o x x U) CAC/I to V) 0 Cn GO U3 MATERIAL VERIFICATI©N INSPECTION: Site preparation 1714.7.1 P P P P P P P P P P Placement and 1704.7.2 C P P P P P P P C C compaction of fill Evaluation of in-place I704.7.3 P P P P P P P P P P density of fills and backfill Pier load tests 1744.9 N/A Pier installation 1704.9 P P P P P P END of SECTION 0145517-special insp.doc.071405 gls 01455-14 711512005 City of Fort Worth Eagle Mountain W"iP Phase ft➢Expansion SECTION 01500 TEMPORARY FACI=LITIES PART I: GENERAL, 1.01 TEMPORARY OFFICES 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(TX`U) for temporary electric service, and pay all expenses in connection therewith. R. 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 z 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. "� F43716SOISGO-Am 01500-1 7/1 SW City of FortWerth Eagle Mountain WTP Phase III Expar_sion 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 ASC dry chemical extinguishers or a com- bination ofNFPA recommended Classes fur the exposure. Comply with NFPA 10 and 241 fur 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 BUTL.DINGS 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. F43715SO]500.do; 01500-2 7/15m5 -. City of Fort Wort Eagle Mountain WTP Phase il!Expansion 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 mariner 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. Clearing and disposal operations shall comply with local ordinances and antipollution laws, Do notbum 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. 1, 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 wi'hout 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 the 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 marling or damaging those surfaces. F43116SO 1500.dm 01500-3 7115105 City of Fan Worth Eagle Mountain WTP Phase III Expansion 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) - END OF SECTION F43716SOI5E 1ft 01500-4 7/15105 — Ciry of Fort Worth Eagle Mountain w7P Phase Ili Expansion SECTION 0 15 10 CONSTRUCTION TEMPORARY CONTROLS PART L GENERAL 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 r 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, PM 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. 1.42 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. P43716SOI 510.dis 01510-1 7/15/05 City ofFort Worth 1 agle Mountain WTP Phase 111 Expansion _ S. Test Pits I. 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 I. 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. & Protection of Sewers 1. Take adequate measures to prevent the impairment of the operation of the existing sewer system. Prevent construction material,pavement,concrete,earth,or other debris from entering a sewer or sewer structure. 2. All sewage flow interfering with construction and requiring diversion shall be diverted to a point acceptable to the Owner. C. Protection of Waterways I. 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. I The Contractor is specifically prohibited from disposal of materials into any waters of the State. 3. The Contractor shall be responsible for providing holding ponds or an approved method which will handle,carry through,or divert around his work all flows,including storm flows and flows created by construction activity, so as to prevent excessive silting of waterways or flooding damage to the property. 4. 'The Contractor shall comply with the procedures outlined in the U.S.Environmental Protection Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning and Implementation"and"Processes,Procedures and Methods to Control Pollution Resulting from All Construction Activity", as well as erosion control measures indicated on the Drawings. D. Disposal of Excess Excavated and Other Waste Materials 1. Excess excavated maternal 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. F4371650151O.dcc 01 510-2 1115105 City of Fort wot#h Eagle Mountain WTP Phase III Exp=sion 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 r. 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 L 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 w I. 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 1. The Contractor shall so conduct all his operations that they will cause the least annoyance to the residents in the vicinity of the work, and shall comply with all applicable local ordinances. Compressors,hoists,and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines. All gasoline or oil operated equipment shall be equipped with silencers or mufflers on intake and exhaust lines. Storage bins and hoppers shall be lined with material that will deaden the sounds if directed by Gomer. 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. F43716501510 dcc 01510-3 7115105 ■r City of Fort worth Eagle Mountain WTP Phase III Expansion H. Nighttime Work w 1. If the Contractor for his convenience and at his own expense,should desire to cavy 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 ifthe 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. 1. Care and Protection of Property I. The Contractor shall be responsible for the preservation of all public and private property,and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the Work on the part of the Contractor, such property shall be restored by the Contractor,at his expense,to a condition equal to that existing before the damage was done,or he shall repair the damage in a manner acceptable to the Owner. 2. The Contractor shall not enter or occupy private land outside of easements, except by written permission of the respective landowner. J. Protection of the Finished Construction 1. The Contractor shall assume the responsibilityfor the protection of all finished construction and R 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) ENL OF SECTION F4.1716S01510.dcr. 011510-4 V 15105 City of Fon Wirth Eagle Mountain WTr' Phase III Expansicm SECTION 01600 DELIVERY,STORAGE AND HANDLING PART 1: GENERAL 1.41 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. 1.43 STORAGE AND PROTECTION A. Store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed with the Engineer by himther. 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-rained area. Prevent mixing with foreign matter. F43716SO1600.doc 01+600-1 7/15105 City of Fort Woith Eagle Mountain WTP Phase lil Expansion 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,block and similar masonry products shall be handled and stored in a manner to reduce breakage,cracking and spalling to a minimum. I7. 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 ;eaters 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 shalt 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) ENI]OF SECTION F4371 GSO160CF.doc 01600-2 7115/15 City of Fort Worth Eagle Mountain N17P Phase[[[Expansion SECTION 01610 MATERIAL AND EQUIPMENT PART 1: GENERAL L01 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Only new materials and equipment shall be incorporated in the Work, except for Owner furnished equipment and materials l isted on the Drawings. Materials and equipment furnished by the Contractor shalt be subject to the inspection and approval of the Owner. No material shall be delivered to the Wort{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. ?. Comply with size,make,type and quality specified,oras specifically approved in wasting 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 MATERLA-LS 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'he 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. F4371650161 o.dr 01610-1 7115105 City of Fort worth Ea$ke Mountain WT? Phase III Expansion z 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 ANIS 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 t:-te 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 EQULPMENT AND MATERIALS ON SITE A. Materials and equipment to be incorporated in the Work shall be Dandled and stored by the manufacturer, fabricator, supplier and Contractor before,during,and after shipment in a mariner 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: F43716SO1610 dm 01610-2 7115105 - 0 t of Fort Worth Eagle Mountain WT? Phase 111 Expansion I. 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. S. Moving parts shal l 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, 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 r" 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 R replaced at the Contractor's expense. C. Store materials in accordance with manufactum's instructions,with seals and labels intact and legible. 1. Store products subject to damage by the elements in weather tight enclosures. k 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 1� P r Fa37I5501610-dim 41610-3 7115A)5 City of Fort Worth Eagle Mountain WTP Phase!it Expansion 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 offthe ground orotherwise 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 Dandled 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 planner to provide easy access for inspection. Make periodic inspections of stored materials and equipment to assure that they are maintained under specified conditions,and tree 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, p_ H. Off-Site Storage: 1. Contractor may store materials and equipment off-site with Owner's approval. 1, 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. - I Damaged material and equipment shall be replaced at the Contractor's expense. F4371 fi501610-dm 01610-4 7115105 City of Fort Wortli Eagle Mountain W`['P Phase 111 Expansion 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, instal I, 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. I. 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. ry 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 beset in place and the nuts tightened against the shires. 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 atter erection shall be done. Fi 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,HVAC, and plumbing work specified and shown on the Drawings. In no case shall beams, lintels, or other structural members be cut without the approval of the Owner, 1,07 SUBSTITUTIONS AND PRODUCT OPTIONS A. Substitution of Equipment: 1 The Contractor shall note that the Engineer's design is based upon the first listed manufactwer For items of equipment, though not necessarily the manufacturer's"standard" product. F43716SOI614:d(E 01610-5 7/15/05 City of Foit WCrih Eagle Mounlair.WTP Phase Ill Expansion 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: I, Within 30 days after Contract Date,submit to Owner a complete list of ma}or products proposed to be used, with the name of the manufacturer and the installing subcontractor. C. Substlwtions: 1. For a period of 90 days after Contract Date, Engineer will consider written requests from Contractor for substitution of products. After that time period,no substitutions will be allowed and listed manufacturers shall be provided. 2. Submit a separate request for each product, supported with complete data,with drawings and — samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. ` b. Changes required in other elements of the Work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance service,and source of replacement materials. 3. Engineer shall be the judge of the acceptability of the proposed substitution. D. Contractor's Representation: 1. A request for a substitution constitutes a representation that Contractor: f a. Has investigated the proposed product and determined that it is equal to or superior In all respects to that specified. b. Will provide the same warranties or bonds for the substitution as for the product specified. c. Will coordinate the installation of an accepted substitution into the Work, and snake 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. F43716501610Act 01610-6 7/15/05 Cityof fortWorth Eagle Mountain WTP Phase III Expanaian 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(RIOT USED) END OF SECTION r F4371 650151 OAA 01610-7 7115/05 City of Fort worth Eagle Mountain,WTP Phase 11!Expansion SECTION 01612 SEISMIC DESIGN CRITERIA PART L GENERAL 1.01 SUMMARY A. Section Includes: Seismic design criteria for the following.- 1. ollowing:1. Anchorage of mechanical and electrical equipment. 2. Seismic design of tanks and anchorage of tanks to supporting structures_ 3. Other structures or items as specified or indicated on the Drawings. 1.02 REFERENCES A. International Code Council (ICC) I, International Building Code -2003 Edition (IBC 2003). 1.03 SYSTEM DESCRIPTION A. Design in accordance with the requirements of the International Building Code (IBC). I. Structure Category 1 Seismic Use Group- a. Except as noted: Category III—Water Treatment Fant 1 Seismic Use Group H. 2. Mapped maximum considered earthquake spectral acceleration at 0.2 seconds,SS�0,13. 3. Mapped maximum considered earthquake spectral acceleration at 1.0 second, S, =0.055. 4. Site Class: C. B. Do not use friction to resist sliding due to seismic forces. C. Do not use more than 90 percent of the weight of the mechanical and electrical equipment for designing anchors for resisting overturning due to seismic forces. D. Do not use more than 90 percent of the weight of the tank for resisting overturning Clue to seismic forces. E. Use anchor bolts, bolts, or welded studs for anchors for resisting seismic forces. Anchor bolts used to resist seismic forces shall have a standard hex bolt head. Do not use anchor bolts fabricated from rod stock with an L or.1 shape. I. Do not use concrete anchors, flush shells,chemical anchors,powder actuated fasteners, or other types of anchors unless indicated on the Drawings or accepted in writing by the Engineer. 01612 F 071005 gis 01612-1 7/15/2005 Ciiy of Fort Worth Eagle MoLntain WTF Phase tl1 Expansion 2. For design of anchor bolts embedded in concrete,assume minimum specified concrete 28- day compressive strength(f c) of 4000 psi. 3. Seismic forces must be resisted by direct bearing on the fasteners used to resist seismic forces. Do not use connections that use friction to resist seismic forces. 1.04 SUBMITTALS ' A. Shop Drawings and Calculations: Complete shop drawings. Submit calculations demonstration design for seismic loading and anchorage when requested by the Engineer or specified, B. Calculations shall be signed and sealed by a Professional Engineer, qualified in the design of structures and their anchorage for seismic loads, and licensed to practice in the state where the f Project is located. PART 2_ PRODUCTS Not Used. PART 3: EXECUTION Not Used. END OF SECTION 01612 F 071005 gis 01612-2 711512C05 City of Fort Worth Eagle Mountain WTP Phase 211 Expansion SECTION 01614 WIND DESIGN CRITERIA PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Wind design criteria for the following: 1. Anchorage of mechanical and electrical equipment. 2. Design and anchorage of tanks. 3. Design and anchorage of other structures as indicated on the Drawings or specified. 1.02 REFERENCES A. International Code Council (IGC) I, International Building Code(IBC) -2003 Edition, 1.03 SYSTEM DESCRIPTION A. Design Requirement: Design in accordance with the requirements of the International Building Code [IBC}. 1. Basic Wind Speed: 90 miles per hour(3 second gust}, 2. Wind Exposure: C. 3. Wind Importance Factor, I,,, 1.1 S. B. LTse anchor bolts, bolts, or welded studs for anchors for resisting wind forces. Anchor bolts used to resist wind forces shall have a standard hex bolt head. Do not use anchor bolts fabricated from rod stock with an L or 3 shape. a. Do not use concrete anchors, flush shells,chemical anchors,powder actuated fasteners, or other types of anchor unless indicated on the Drawings or accepted in writing by the Engineer. b. For design of anchor bolts embedded in concrete,assume minimum specified concrete -' 28-day compressive strength(f c) of 4000 psi. c. Wind forces must be resisted by direct bearing on the anchors used to resist wind forces. Do not use connections that use friction to resist wind forces. 1.04 SUBMITTALS A. Shop Drawings and Calculations: Complete shop drawings. Submit calculations demonstrating design for wind loading and anchorage when requested by Engineer or specified. 01514F 071005 gls 01614-1 7115f2005 City of Fort Wvnfi Eagle Mountain WTP Phase I11 Expansion B. Calculations shall be signed and seated by a Professional Engineer, qualified in the design of structures and their anchorage, and licensed to practice in the state where the Project is located PART 2: PRODUCTS - Not Used. PART 3: EXECUTION Not Used. END OF SECTION 01 f 14 F 071005 gls 0 1614-2 7115/2005 City of Fort worth Eagle Mountain WTP Phase III Expansion SECTION 01656 DISINFECTION OF POTABLE WATER FACILITIES PART l: GENERAL 1.01 SCOPE OF WORD 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),Filtered Water(FW),Backwash Water (BW), or Service Water(SW), including associated valves, fittings,and appurtenances. 2. Filters 15 -20. .3. Clear-well No. 3. 4. High Service Pump Station cans, pump columns, etc. PART 2: PRODUCTS 2.01 CHLORWE A. Liquid chlorine shall meet the requirements of AWWA B301. B. Calcium hypochlorite shall meet the requirements of AWWA B300. PART 3: EXECUTION 3.01 GENERAL A. Piping shall be cleaned and disinfected in compliance with all applicable sections of AWWA Standard C-501. 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. B. Disinfection of the filters shall be as specified in Section 13226 and in compliance with applicable sections of AWWA. C. Disinfection of Clearwell No. 3 shall be as specified herein and in compliance with applicable sections of AWWA, for Chlorination Method 2. D. Disinfection of the vertical turbine high service pump cans,columns,and associated appurtenances to be in contact with potable water shall be as specified for piping in paragraph 3.0L A. A F43716SO1 656.d(r 01656-1 7/15105 .. City of Fort Worth Eagle Mountain WTP Phase III Expansion 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, flushing rate should develop a velocity in the pipeline of at least 2.5 fps. If a velocity of 2.5 fps is not obtained, the requirements of Paragraph 3.02 A.l above shall be rigidly enforced. he minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline to insure that clean water has traversed the entire length of line_ 3. After flushing has been completed to the point that apparent dirt and foreign matter have been removed from the pipeline, either liquid chlorine or calcium hypochlorite solution shall be injected into the pipeline as provided in AWWA C-641. 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),or b)meet requirements of the public health authority having}urisdiction. 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 114 inch copper riser (with stop-cock), which shall be provided by the Contractor. Should the initial treatment fail to achieve the satisfactory quality described above, the original chlorination procedure shall be repeated until satisfactory results are obtained. B. Clearwell No. 3 1 I. Clearwell No. 3 shall be cleaned of all solids,debris and foreign matter following construction. Following cleaning and washdown, and prior to disinfection, all water and solids shall be removed from the clearwell and properly disposed. 2. After cleaning,the walls,floor and ceiling shall be sprayed with a 200 ppm chlorine disinfecting solution. The chlorine solution shall remain in contact with the surfaces to be disinfected at least 30 minutes prior to filling the clearweli with water. The materials and method shall be subject to Engineer's approval, 3.43 WATER SOURCE A. Water for disinfection purposes will be provided by Owner per Section 01 500. F43716SO1656.dcc 01656-2 71i 51015 n City of Fort Worth Eagle Mountain W rP Phase III Expansion 3.04 BACTERIOLOGICAL SAWLLNG AND TESTING A. The Owner will perform all sampling for bacteriological tests and shall pay for the initial testing to be performed by Owner selected laboratory. All subsequent testing,should the initial test fail,shall be paid for by the Contractor. END OF SECTION w r* r• •* "3716SO1555.diz 01656-3 7I15105 pe City of Fort Worth Eagfe Mounwn IATP Phase III Expansion SECTION 01665 TRENCH SAFETY REQUIREMENTS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all Iabor, materials, and equipment and perform all operations to plan, design, construct, instal,maintain, monitor,modify as necessary,and remove upon completion,aTrench Safety System as specified herein. B. The requirements of this Section apply to all trenches which equal or exceed a depth of five(5) feet, measured from the ground surface at the highest side of the trench to the trench bottom. C. All applicable and non-conflicting portions of Section 02221 - Trenching, Backfilling and Compaction apply as appropriate. 1.02 RELATED REQUIREMENTS A. Section 01035 -Control of Work. B. Section 02221 -Trenching, Backfilling and Compaction. C. Texas Statute: HB 1569, 71 st Regular Legislative Session. D. U.S.Occupational Safety and Health Administration(OSHA)Standards, 29 CFR 3925,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 a]I 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 notmore than thirty(30)Calendar Days following the execution date ofthe construction Agreement,Contractor shall submit a sitespecific 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. F43716SO1665.drr 01555-1 7/15105 City of Fort Waith Eagle Mountain WT? Phase Ill Expansion 2. Specific references to the applicable OSHA Standards sections shall be included for each technique to be used. B. The`Drench 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 litnits given in the OSHA Standards(8, 12 or 20 feet, depending on the teclutiques 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. 3.42 METHODS OF PROVIDING FOR TRENCH SAFETY A. Protective systems referenced in this Section shall be as defined and described in 29 CFR 1962.652, "Requirements for Protective Systems." B, It is the duty,responsibilityand prerogative of the Contractor to determine the specific applicabilityof 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. Structural Excavations only. 2. Trench Shields/Boxes. No restrictions. 3. Sheeting./Shoring/Bracing. No restrictions. 3.03 INSPECTION DUTIES OF CONTRACTOR A. Provide a Competent Person,as defined in the OSHA Standards, to snake 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. F43716$D1665.dcc 41665-2 7/1 sros City of Fort Worth Eagle Mountain WTP Phase HI Expansion 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 shaII be considered in Griew of the cause of the emergency and in accordance with the Agreement. 3.04 MEASUREMENT AND PAYMENT A. Payment for the Trench Safety System shall be in accordance with Section 01025.1.04.B_ END OF SECTION f 1 F43714SO1665.da± 01665-3 7/15/05 r City of Fort Worth Eagle Mountain WTP Phase H]Expansion SECTION 01666 so TESTING OF PIPELINES tv PART I GENERAL 1.01 SCOPE OF WORK IN A. Furnish all labor, materials,tools, equipment and related items required to perform infiltrationlexfiltration testing and deflection testing of gravity pipelines and to perform pressure and leakage testing of pressure pipelines. B. Building sewer,ventilation,and drain piping test requirements are listed in their respe:Live specification sections. t 1.02 RE-FERENCE STANDARDS I� ASTM C-828 Low Pressure Air Test of Vilified Clay Pipe Lines ASTM C-924 Testing Concrete Pipe Sewer Lines by Low Pressure Air Test Method ASTM C-969 Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete - Sewer Lines ASTM C-1103 Joint Acceptance Testing of Installed Precast Concrete Pipe Sewers ASTM F-1417 Installation Acceptance of Plastic Gravity Sewer Limes Using Low Pressure Air 1.03 RELATED WORK A. Buried Concrete Pressure Pipe is covered in Section 02613. B. Buried Ductile Iron Pipe and Fittings is covered in Section 02616. C. Buried Steel Pipe and Fittings is covered in Section 02615. PART 2 PRODUCTS(NOT USED) r.� PART 3 EXECUTION 3.01 GENERA; A. The entire length of the installed gravity lines and the pressure lines shall be field tested for a. water tightness. B. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying water, wastewater,sludge,recycle or chemicals. C. All labor and equipment, including test pump with regulated by-pass meters and gauges required for conducting pipeline tests, shall be furnished by the Contractor. The Contractor shall furnish equipment and necessary piping as required to transport water used in testing from source to test location. D. Time and sequence of testing shall be scheduled by the Contractor,subject to observation and approval by the Owner. The Contractor shall provide adequate labor,tools and equipment to �" F43716501666_dw 41666-1 7115105 City of Fart Worth Eagle Mountain WrP Phase IIT Expansion operate valves and to locate and repair any leaks discovered during the initial filling of the pipeline prior to actual testing or during the course of the tests. 3.02 CLEANING A. At the conclusion of the work, thoroughly clean all pipelines by flushing with water or other means to remove all dirt, stones,pieces of wood, or other material which may have entered the pipes during the construction period. Debris cleaned from the lines shall be removed from the low end of the pipeline. If, after this cleaning, obstructions remain, they shall be removed in an approved manner. After the pipelines are cleaned and if the groundwater level is above the pipe or following a heavy rain,the Engineer will examine the pipes for leaks. If any defective pipes or joints are discovered,they shall be repaired. 3.03 TEST PROCEDURES FOR GRAVITY PIPELINES A. Gravity Pipelines,General. Gravity pipelines shall be installed and backfilled and then tested using either Infiltration/Exfiltration Water Testing or Low Pressure Air Testing and deflection tested using an Allowable Deflection Test(for flexible piping). B. For construction within the 25-year floodplain,the Infiltration/Exfiltration shall not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at the maximum test head. 1. Exfiltration Water Testing a. The section of pipe to be tested shall be filled with water and allowed to stand for such time as is required for the pipeline to adsorb such water as it will and for the escape of all air fxom the line. The sections undergoing test shall be carefully examined for leakage. All known leaks shall be repaired,regardless of these test requirements. b. The line shall then be filled to a reference level in a manhole or in a reservoir of sufficient capacity to allow for a reference level to be established, The reservoir must be of sufficient capacity to not allow the water level to drop below the crown of the pipe during the 24-hour test period. If the water level drops below the crown of the pipe,the test shall be voided and run again or until such time the water level is maintained above the crown throughout the duration of the test, C. At the end of a 24-hour period,water,if needed,shall be added to the line to bring the water level back to the referenced line. All water added shall be accurately measured by an approved water meter so that an exfiltration rate can be established. d. Leakage during the above test shall not exceed a rate equal to 25 gallons per inch of internal diameter per mile per 24 hours. e. All observed leaks shall be repaired regardless of the measured leakage rate. 2. Infiltration Water Testing a. When gravity sewers are installed below the groundwater level an Infiltration Test shall be used in lieu of the Exf ltration Test. h. The total infiltration,as determined by a hydrostatic head test shall not exceed 25 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of two P437 t 6SO T 666 disc 01666-2 7115/05 .� pa City of Fort worth Engle Mountain WTP PS Phase III Expansion feet above the crown of the pipe at the upstream manhole, or at least two feet above the existing groundwater level,whichever is greater. 3. Low Pressure Air Testing ,r a. This test shall conform to the procedure described in ASTM 0828, ASTM 0924, C-1103,F-1417 or other appropriate procedures. For safety reasons,air testing of sections of pipe shall be limited to Iines less than 36-inch average inside diameter. ,. Lines 36-inch average inside diameter and larger shall be air tested at each joint per ASTM C-1103. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge during joint test, regardless of pipe size,shall be 20 seconds, For sections of pipe less than 36-inch average inside diameter,the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2,5 pounds per square inch gauge shall be computed by the following equation: T=0.085 (D)(K)/(Q) Where T=time for pressure to drop 1.0 pound per square inch gauge in seconds K=0.040419DL,but not less than 1.0 D=average inside diameter in inches �+ L=length of line of same pipe size being tested in feet C Q=rate of loss, assume 4.17015 W/min/sq,ft. internal surface r All observed leaks shall be repaired regardless of the air test results. 4. Allowable Deflection Test a, Pipe deflection testing shall be conducted on all gravity pipes constructed of flexible materials. �zp b. Pipe deflection measured not less than ninety(90)days after the backfill has been completed as specified shall not exceed five (5,0)percent. Deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured)by 100 and dividing by the nominal diameter of the pipe. c. Deflection shall be measured with a rigid mandrel(Go/No-Go)device cylindrical in shape and constructed with a minimum of nine evenly shaped arms or prongs. Drawings of the mandrel with complete dimensions shall be submitted to the Engineer for each diameter of pipe to be tested. The mandrel shall be hand pulled by the Contractor through all sewer lines. d. Any section of sewer not passing the mandrel shall be uncovered at the Contractor's expense and the bedding and backfill replaced to prevent excessive deflection. Repaired pipe shall be retested and/or replaced as directed by the Engineer at no additional cost to the Owner, F43716s0]666-doc 01666-3 7115/05 City of Fort Worth Eagle Mountain WTP Phase IN 1 Expansion 3.04 TEST PROCEDURES FOR PRESSURE PIPELINES A. General 1. After the pipe has been laid and backfilled and the backfill has been otherwise consolidated, all newly laid pipe,or any valved section thereof,shall be subjected to the hydrostatic pressure specified below for that particular type of pipe. The duration of each pressure test shall be at least two hours and each leakage test at least four hours,unless otherwise specified or noted on the Drawings. All meters,fixtures,devices or appliances .. which are connected to the pipeline system and which might be damaged if subjected to the specified test pressure shall be disconnected and the ends of the branch lines plugged or capped during the testing procedures. 2. Each valved(capped or plugged) section of pipe shall be filled slowly with water and all air shall be expelled. If permanent air vents are not located at all high points,the Contractor shall install corporation or blow-off cocks at such points so that air can be expelled as filling takes place. After verification that all air has been expelled,the cocks shall be closed and the pipe kept filled until tested. All exposed pipe,fittings,valves, hydrants and joints shall be examined while under test pressure and all visible leaks shall be stopped. Any cracked or defective pipe, fittings,valves or hydrants discovered during testing shall be removed and replaced by the Contractor. Replacement shall be with sound material and the test shall be repeated until satisfactory to the Owner. B. Special Requirements 1. Where any section of pipeline is provided with concrete thrust blocking, the hydrostatic pressure test shall not be made until at least 5 days have elapsed after installation of the blocking. However, if high-early-strength cement is used in the concrete,2 days shall have elapsed prior to testing. C. Pressure Tests I, After compliance with all applicable procedures described above,pressure of 150 percent of the pipe's maximum operating pressure,but not more than the pressure indicated below nor less than the pressure indicated below,shall be applied,unless another test pressure is specified for the type of pipe being tested. This pressure,based on the lowest point of the line or section under test,shall be corrected to the relative elevation of the test gauge and the pressure maintained for a period of not less than two(2)hours. Pining Description Max.Test Pressure Min.Test Pressure Raw Water Upstream of Ozone Contact Basin I50 psi 100 psi Filtered Water Upstream of Clear-wells 100 psi 50 psi Potable Water Downstream of High Service Pump Station 200 psi 150 psi Backwash Water 100 psi 50 psi Recycle Water 150 psi 100 psi Chemical Feed 100 psi 50 psi F F437)6SR I 665.doc 01666-4 7115/05 City of Fort Worth Eagle Mountain WTP Phase III Exuansion Potable Water or Utility Water 150 psi 100 psi All Other Process Piping 154 psi 100 psi D. Leakage Tests 1. Leakage shall be defined as the quantity of water-that roust be supplied into the newly laid pipe,or any valved section thereof, to maintain the specified leakage test pressure after the air in the pipeline has been expelled and the pipe has been filled with water, 2, Leakage shall be detern-ined by recording the measured quantity of water pumped into the pipeline to maintain a pressure within 5 psi of the specified test pressure. Leakage rate shall be calculated by extrapolation of the total leakage during the testing period to a 24- hour period. Leakage test pressure shall be at the pressures shown below and test pressure shall be maintained for a period of 2 hours. Piping Description Test Pressure Raw Water Upstream of Ozone Contact Basin 100 psi Filtered Water Upstream of Clearwells 50 psi Potable Water Downstream of High Service Pump Station 150 psi Backwash Water 50 psi Recycle Water 1001 psi Chemical Feed 50 psi Potable Water or Utility Water 100 psi y All Other Piping 100 psi 3. Allowable leakage for the types of pipe used shall be as follows: a. Cast Iron,Ductile Iron and FVC. Allowable as pennitted by AWWA Standard C-600- 82, "Installation of Gray and Ductile Cast-Iron Water Mains and Appurtenances", which is not to exceed that determined by the formula: L=(SD qP)f 133,200 where L is the allowable leakage in gallons per hour, S is the length ofpipeltne Lested in feet, D is the nominal diameter of the pipe in inches, and P is the average test pressure during the leakage tests in pounds per square inch gauge. b. Welded, flanged, threaded,or glued pipe shall have no allowable leakage. 4, In the event any section of the line tested fails to meet the above specified requirements for water tightness, the cause of the excessive leakage shall be deternnined and remedied at the expense of the Contractor, including retesting if required. P43716SO 1666 dcx 01566-5 7/15/05 City of Fort Worth Eagle Mountain WTP Phase 1[3 Expansion 3.05 FINAL ACCEPTANCE A. No pipe installation will be accepted until all lcnown leaks have been repaired whether or not leakage is within allowable limits. Locating and repairing of leaks shall be performed by the Contractor at no additional cost to the Owner. B. The Owner's representative must verify that all required pressure and leakage tests have been successfully completed before the pipeline is accepted. 3.06 WATER SOURCE T A. Water for testing purposes may be obtained in accordance with Section 0 15 00. 3.07 MEASUREMENT AND PAYMENT A. Payment for testing of pipelines shall be included as part of the total lump sum stated in the Bid Form, END OF SECTION E43716S01666.doc 01666-6 7115105 — City of Fort worth Eagle Mountain WTP Phase IlI Expansion SECTION 01680 WATERTIGHTNESS TEST FOR HYDRAULIC STRUCTURES PAIN I: GENERAL 1,01 SCOPE OF WORK A. Furnish all labor, materials and incidentals required and perform tightness testing of water- containing structures as listed herein and all retesting until the stnictures meet the requirements as specified herein. 1.02 RELATED WORK A. Disinfection of potable water facilities is included in Section 01655. B. Concrete is included in Section 03304. 1.03 SUBMIT'T'ALS A. Submit to the Engineer, in accordance with Section 013+00, the results of each watertightness test of each structure. The submittal format shall be similar to that shown in Figure A attach-ed to end of this Section. 1.44 REFERENCE STANDARDS A. American Concrete Institute(ACI) I. ACI 344R-T-Design and Construction of Circular Prestressed Concrete Structures with Circumferential Tendons. 2. ACI 3448-W-Design and Construction of Circular Wire and Strand Wrapped Prestressed oncrete Structures. 3. ACI 350.1 R-Testing Reinforced Concrete Structures for Watertightness. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply- 1.05 PROJECTISITE R.EQ"UMEMENTS A. Coordinate timing and procedures for obtaining testing water and structure testing with the Engineer well in advance of the actual testing. B. Water SourcefDisposal 1. Water for the initial test shall be provided by Owner. Contractor shall provide and pay for water required for subsequent testing. 2. Water shall be plant process water or potable water. Ali labor,equipment and materials shall be supplied by the Contractor. F4371601680-dcc 01680-1 7115/05 City of Fort Wcah Eagle Mountain WTP Phase Ili Expansion 3. Test water shall be disposed of by the Contractor in an approved manner. Water shall not be disposed of by discharging it onto the ground surface of public or private land. 4. Test water shall he disposed of by reintroduction into the Plant process at the time,rate of flow and location approved by the Owner. PART 2.- PRODUCTS (NOT USED) PART 3. EXECUTION 3.01 GENERAL A. The testing of reinforced concrete tanks or water containment srrucrures shall conform to the following standards and as modified herein: 1. Reinforced concrete water retaining structures-ACT 350.)R and as specified herein. B. Perform watertightness tests prior to placing backfill around structures in order to permit observation and detection of leakage points. Walls may be backfilled prior to testing only when approved in writing by the Engineer. The request to backfill prior to testing shall include a description of the method proposed to detect leakage points after the backfiilI is in place, Approval to place backfill prior to testing shall not relieve the Contractor of the responsibility for conducting watertightness tests. 3.02 EXAMINATION A. Inspect the structure to be tested for potential leakage paths such as cracks, void,etc., and repair such paths in compliance with the provisions specified therein or as approved by the Engineer. 3.03 PREPARATION A_ Thoroughly clean the structure to be tested of dirt, mud and construction debris prior to initiating watertightness tests. The floor and sumps shall be flushed with water to provide a clean surface ready for testing.. B. Inlet and outlet pipes not required to he operational for the tests may be temporarily sealed or bulkheaded prior to testing. C. Confirm adequacy of seals around gates and valves and reset or seal as approved by the Engineer. Estimates of gate or valve leakage will not be allowed as adjustments to the measured tank or structure leakage. 3.04 TESTING PROCEDURES A. Conditions of Testing 1. Do not begin initial filling of concrete structure until all concrete elements of the structure have attained the designed compressive strength of the concrete, nor less than 14 days after all concrete wails or base slabs have been placed. F43716SQi 680 ds 01680-2 7Ji 5105 city of Fort worth Eagie Mountain WTP Phase i11 Expansion 2. Initial filling of reinforced concrete structures shall not e'tceed a rate of 4-ft in 24 hours. 3. pili unlined or partially lined concrete structures to the maximum operating water surface level and maintain the water at that level for at least 72 hours prior to beginning watertightness tests to minimize water absorption by the concrete during testing. The testing of fully lined concrete structures may be started as soon as the structure is filled. B. Testing Procedures 1. Duration of the test shall not be less than that required for a drop in the water surface of 112-in based on the calculated maximum allowable leakage rate near 3 days. 2. Loss of volume measurements shall be taken at 24 hour intervals. The loss of volume is usually detennined by measuring the drop in water surface elevation and computing the change in volktme of the contained water. Measure water surface elevation at not less than two locations at 180 degrees apart and preferably at four locations 90 degrees apart. Record water temperature 18-in below the water surface when taking the first and last sets of measurements. C. Reports 1. Submit to the Engineer watertightness results for each structure tested on the fonn shown in Figure A or a form with a similar format. 2. Notify the Engineer of the scheduling of tests 3 working days prior to the tests. The Engineer may monitor any watertightness testing performed on the.structures. 3.05 ACCEPTANCE A The following conditions shall be considered as NOT meeting the criteria for acceptance regardless of the actual loss of water volume from the structure. 1. Ground water leakage into the structure through floors, walls, or wall-floor joints. 2. Structures which exhibit flowing water from joints,cracks or from beneath the #oundation (except for underdrain systems). B. The watertightness of concrete tanks and structures shall be considered acceptable when loss of _ water volume is within the criteria listed below- l. )~or unlined tanks with a sidewater depth of 25-ft or less, loss of volume not exceeding 0.1 percent in 24 hours. 3.06 REPAIRS AND RETESTING A. Structures failing the watertightness test and not exhibiting visible leakage may be retested after an additional stabilization period of 7 days, Tanks failing this second test shall be repaired prior to further testing. B. Repair structures which fail the watertightness test and strucWres showing visible leakage in compliance with the provisions specified herein or as approved by the Engineer. C. Repairs and retesting of tanks shall be accomplished herein or as approved by the Engineer. F43716so1680.6rc 01680-3 7113105 City of Fort Worth Eagle Mountain W'TP Phase III Expansion C. Repairs and retesting of tanks shall be accomplished at no additional cost to the Owner, 3.07 SCHEDULE A. The following new structures shall be tested for water tightness: 1. Raw Water Screen Structure 2. Ozone Contact Basins and Channels 3. Rapid Mix Basins and Channels 4. Flocculation Basins and associated Inlet and Outlet Channels 5. Sedimentation Basins and associated Inlet and Outlet Channels 6, Filters 7. Washwater Recovery Basin No. 3 8. Clearwell No. 3 END OF SECTION F437)6SO1680 do: 01680-4 7115105 .. City of Fart Worth Eagle Mountain W TP Phase III Expansion FIGURE A WATERTIGHTNESS TEST REPORT PROJECT SUBMITTED BY STRUCTURE* TEST DATES Allowable loss of water volume percent in 24 hrs. Measured loss of water volume percent in 24 hrs. TEST READINGS Water temperature at start degrees F Water temperature at end degrees F Date Time Location Location Location Location Initials 1 2 3 4 1. 2. 3. 4. S. Change in level Average change in level Correction for precipitationlevaporation Corrected change in level =CL= (CL)x(surface area)x (100)=measured percent water Ioss in 24 hrs_ (initial water volume)x(number of test days) Notes and field observation * Attach a sketch showing a plan of structure and measurement locations. ** Place date and initials at the beginning of each entry. o. F43716SO MO.dcc 01680-5 7115!45 City of Fort Worth Eagle Mountain'NVTP Phase Ill Expansion SECTION 01700 CONTRACT CLOSEOUT PART 1: GENERAL 1.01 SCOPE OF WORK 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 FLNAL CLEANING A. At the completion of work and irnmediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: I. 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 dart, 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 shat l 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. T E. Remove grease,dust,dirt,stains,labels, fingerprints,and other foreign materials froln 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, F43716SO1700 dm 01700-1 V15/rh City of Fort worth Eagle Mountain WTP Phase III Expansion 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 wil} not fall on wet, newly-painted surfaces. 1.44 FINAL INSPECTION , A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection,the Engineer will notify the Contractor,in writing,of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer,the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice,he shall inform the Engineer,in writing,that the required work has been completed. Upon receipt of this notice,the Engineer,in the presence of the Owner and the Contractor,will make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. ., 1.05 FINAL SUBMITTALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including,but not limited to,the fallowing: 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. F 8, All State required submittals. 9. Certificate that all outstanding debts are paid and that there are no liens on the project. F43716SOI700,dm 01700-2 7115105 E City of Fon Worth Eagle Muuntafr WTP Phase III Expansion 1.35 RECORDING A. Label each document"PROJECT RECORD" in neat large printed letters. B, Record information concurrently with construction progress. I. Do not conceal any work until required information is recorded. C. Drawings- Legibly mark to record actual construction: - Ali 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. !. Manufacturer,trade name,catalog number,and Supplier of each Product and item of equipment actually installed. ?. Changes made by Field Order or by Change Order. 1.06 SUBMITTAL A. At every six month interval a copy of the tip to date Record Drawings shall be provided to the Engineer. At Contract close-out, deliver Record Documews to the Engineer for the Owner. & Ac-company 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 o-r his authorized representative. PART 2: PRODUCTS (NGT USED) PART 3: EXECUTION(NOT USED) END OF SECTION C i ty of Fort Wor_h Eagle Mounatin'kVTP Phase III Expansion SECTION 0 17 10 CLEANING PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Execute cleaning, during progress of the Work, and at completion of the Work. 1.02 RELATED REQUIREMENTS A. Each Specification Section: Cleaning for specific products or work. 1.03 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws. PART 2: PRODUCTS (NOT USED) r k PART 3: EXECUTION r3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work,the site and adjacent properties free from accumulations of r' 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 00 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. 3.42 DUST CONTROL A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis unt:1 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. �' F437 16SO 171 o dae 01710-1 7115/05 City of Fon Walh Eagle Mounatln wTP Phase H1 Expansion 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. Q. 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 F43716s01710.dgc 01710-2 lit 5fc5 - ri City of Fort Worrh Eagle Mountain"J TP Phase III Expansion SECTION 01720 PRO.FECT RECORD DOCUMENTS PART 1: GENERAL 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. S. Construction photographs. 9. RFIs 10. Submittal Logs 1.02 RELATED REQUIREMENTS A. Section 013010: Submittals, 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart frorn documents used for construction, I. 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. Majntain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D_ Mare 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. F437 16S0172b.ds 01720-1 7/15105 City of Fart Worth Eagle Mountain WTP Phase 1H Expansion i 1.45 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: I. 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 rder_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 F43716sn172e.dLm 01720-2 7/15/05 _ Ciryof Fort Won Eagle Mountain VrP Phase III Expansion SECTION 01730 OPERATING AND MAINTENANCE DATA PART I: GENERAL 1.01 REQUI R.EMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under Contract. I. Prepare operating and maintenance data as specified in this Section and as referenced in other pertilient sections ofspecificdtions B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1,02 RELATED REQUI EMENTS 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: I. Trained and experienced in maintenance and operation ofdescribed products. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to coni nunicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBNfITTALS A. Prepare data in form of an instructional manual for use by L wner's personnel. .+ B. Format I Size: 8 112 inches x I 1 inches. 2. Paper: a. 40 pound minilrium,white, for typed pages. b. Holes reinforced with plastic,cloth or metal. F43716SO1730.dx 01730.1 7115105 City of Fort Worgi Eagle Mountain WT? Phase Jit Expansion 3. Text: Manufacturer's printed data,or neatly typewritten. 4. Drawings: a. Provide reinforced punched hinder talc, 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. G. Cover: Identify each volume with typed or printed title"OPERATING AND N AINTENANCE 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: I 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 forin of the©&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 responsibilityof 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- F437 t 6S01 730.dcc roduct.F437tb501730.dcc 01730-2 arfslo5 City of Fort Worth Eagle Mountain WTP Phase III Expansion 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 I. 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 FMSHES a 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: F43716So1730.dcr 01730 3 7115/05 City of Fort Worth Eagte Mountsia WTP Phase 1t]Expansion 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 M_ANllAL FOR EC UEPMENT AND SYSTEMS A. Submit five copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate. I. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and conunercial number of replaceable parts. 2. Operating procedures: a. Startup,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. S. Manufacturer's printed operating and maintenance instructions. b. 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. F43716SO i 730.da: 01730-4 7/15/05 City of Fort Worth Fogle Mountain VrrP Phase!I1 Expansion 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 lirniting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. ?. 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. 7. Maintenance procedures: a. Routine operations. b_ Guide to"trouble-shooting" c. Disassembly, repair and reassembly. d. Adjustment and checking. d. 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. -- S. 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. 1`43716s4173Ucc 41730-5 7115105 City of Fort Worth Eagle Mounlain WTP Chase Ill Expansion 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 O1300. 1. Two copies will be returned with comments to be incorporated into final copies. c C. Submit five(5)copies of approved manuaI 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 34 days after substantial completion. 1.03 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products,equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall be approved prior to commencing training, I. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. Asa 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. PART 2: PRODUCTS (NOT USED) PART 3: EUCUTION(NOT USED) END OF SECTION F43716SO I73o.dcz 01730-6 V15/05 City of Fort worth Eagle Mountain WTP Phase III Expansion SECTION 41740 WARRANTEES AND BONDS PART 1: GENERAL 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 REQUMEMENTS 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 SUBMITTAL REQUMEMENTS s A. Assemble warranties,bonds and service and mainteriance contracts,executed by each of the respective manufacturers, supplier's, and subcontractors. s 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 warm 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 persormel: r a. Proper procedure in case of failure. F43716SO 1740 da 01740-1 7115105 MR City of Fart WeM Eagle Mountain WTP Phase 111 Expansion h. Instances which might affect the validity of warranty or bond. 7. Contractor,name of responsible principal,address and telephone number. 1.134 FORMS OF SUBMI'rrALS A. Prepare in duplicate packets. B. Format: L Sire 8 112 inches x 11 inches,punch sheets for standard 3-post hinder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title"WARRANTIES AND BONUS". List- a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The �- manufacturer's warranty period shall be concurrent with the Contractor's for two (2) years, unless otherwise specified, commencing-at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11, 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. PART 2: PRODUCTS(NOT USED) FART 3: EXECUTION(NOT USED) END OF SECTION F437155D 1740Am 01710-2 7115105 .� w DIVISION 2 SITFWORK r tls 711 QII 74 a i City of Fort Worth Eagle Mountain WTP w Phase III Expansion SECTION 02050 DEMOLITION PART 1: GENERAL 1.01 SCOPE OF WORK 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 do 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. S. 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-$ 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 REPAIR A. The Contractor is cautioned to exercise great care in protecting existing structures and property of the Owner while proceeding with work of this Section and the entire Contract. All damage shall be repaired at once to the satisfaction of the Engineer. All such repairs shall be at the expense of the Contractor and no claims for additional payment will be accepted. F4371602050.dac 02050-1 V15105 City of Foot Worth Eagle Mountain WTP Phase fli Expansion _ 1.43 CONDITIONS OF STRUCILRES 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 forbidding purposes will be maintained by the Owner insofar as practicable. However, variations within a structure may occur prior to the start of demolition work. C. The Engineer may, upon inspection, direct the Contractor to repair or replace deteriorated or damaged structures,piping or mechanical equipment as extra work. Extra work,if any,will be performed and paid for in accordance with other portions of the Contract Documents. 1.04 JOB CONDITIONS A. Traffic and Access: 1. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets,walks, and other adjacent occupied or used facilities. 2, Do not close or obstruct streets,walks,or other occupied or used facilities without permission.from Owner. Provide alternate routes around closed or obstructed traffic ways if required by Owner. B. Protections: 1. Ensure safe passage of persons around area of demolition, Conduct operations to prevent injury to adjacent buildings,structures, other facilities, and persons. 2. Provide interior and exterior shoring,bracing,or support to prevent movement,settlement, or collapse of facilities adjacent to structures to be demolished. C. Damages: Promptly repair damages caused to adjacent 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 SUBMITTALS 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. B. Schedule: Submit proposed methods and operations of demolition, cutting, fitting, and patching in accordance with Division 1 -General Requirements. - F43716SO2054 dtc 02050-2 7/15105 so City of Fort Worth Eagle Mountain WTP w Phase IU Expansion 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-O-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. 1.46 EQUIPMENT TO BE SALVAGED;FOR OWNER A. The following equipment shall be removed during the course of this construction project,but shall remain as property of the Owner: 2. 3. 4; B. Contractor shall be responsible for removing and delivering the equipment to a site designated by the Owner at the Eagle Mountain Water Treatment plant. PART 2: PRODUCTS A. Comply with specifications and standards for involved products. F43716SO205OAcc 02050-3 7115105 City of Port Worth Eagle Mountain WTP Phase flt Expansion 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 ofproducts or performance of the work. _ C. Deport unsatisfactory or questionable conditions to the Owner in writing;do not proceed with the work until the Engineer has provided further instructions. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the work. B. Provide devices and methods to protect other portions of the project from damage. C. Provide protection from the elements for that portion of the project which may be exposed by demolition,cutting,and patching work,and maintain excavations free from water. 3.03 PERFORMANCE A. General Considerations: Provide and maintain barriers, dust screens, waming 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 prune 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 protection. -� I. 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. F437)6SO2050 6x 02050-4 7/15/05 4 I City of Fent Worth Eagle Mouniain WTP * Phase III Expansion 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. 1 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 provide a straight,neat edge at the surface. Care shall be taken to maintain existing reinforcement where indicated on the Drawings. 5. Where only a portion of the existing structure is to be removed, special care shall be taken to prevent damage to that portion that will remain in place. Portions of concrete structures to be removed shall be saw cut, if directed by the Engineer; in order to minimize impact loads on the remaining structure. No"headache"balls or other swinging weights may be used. Where not rconnecting to new structures, the existing concrete shall be removed to neat lines as shown on R 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,oras 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. 1. 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 permitted on site. END OF SECTION F43716502050.do: 02050-5 7115105 V City of Fort Worth Eagle Mountain WTP Phase III Expansion SECTION 02100 SFI'E PREPARATION PART 1: GENERAL 1.01 SCOPE OF WORK A. This item shall consist of furnishing all labor, materials, equipment and incidentals, required and preparing the site for construction operations by removing and disposing of all obstructions from the site and from any designated rights-of-way or easements, where removal of such obstructions is not otherwise indicated. This item shall also include clearing, grubbing and the removal of topsoil and the removal of trees, stumps,roots,bushes, shrubs,curb and gutter,driveways,paved parking areas,miscellaneous stone, brick, concrete, sidewalks, concrete riprap, asphalt and concrete paving, drainage structures, manholes, inlets,abandoned railroad tracks,scrap iron,steel and wooden barriers,steel and wooden gates, all rubbish and debris whether above or below ground, except live utility facilities. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Trenching, Backfilling and Compaction is included in Section 02221 C. Demolition is included in Section 02050. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3,01 GENERAL A. Prior to commencing this work,all erosion control and tree protection pleasures 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 scarrmng,barking;or other injuries during construction operations. Exposed ends of pruned limbs or scarred bark shall be pruned,trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury. B. Construction equipment shall not be operated within the drip line of trees,unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip lie of trees until tree wells are constructed. C. Unless otherwise indicated,all underground obstructions, stumps and roots shall be removed to the following depths: 1. In areas to receive 6-inches or more embankment, a minimum of 12-inches below natural ground. In areas to receive embankment less than 6-inches and areas to be excavated, I8-inches below the lower the lower elevation of the embankment, structure or excavation, F43716Sa2 s oo.d rr, 02100-1 7115/05 City of Fon Wo-th Eagle Mountain wTP Phase 11!Expansion 3. Ali other areas, 12-inches below natural ground. D. Holes remaining after removal of obstructions, objectionable material, trees, stumps, etc., shall be backfilled with select embankment material and tamped. E. Wien 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 G inches of concrete, brick and mortar or a precast stopper grouted in place. G. No stumps, trees, Iimbs or brush shall be buried in any fibs or embankments. 3,02 CLEANING AND URUBBINU 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 remairu. C. If desired by Owner,cleared tree trunks and limbs exceeding 4-in in diameter shall be cut into 4 foot lengths and stockpiled on Site where directed by the Engineer. D. Areas outside the easements or limits of clearing shall be protected from damage and no equipment or materials shall be stored in these areas. E. No stumps,trees, limbs, or brush shall be buried in any fills or embankments. 3.03 STRIPPING A. Strip any topsoil encountered from all areas to be occupied by buildings,structures,pipes,roadways and all areas to be excavated or filled. Avoid mixing the top layer with lower layers and stockpile it JJn _ areas on the Site as acceptable to the Engineer. Soils shall be stockpiled free from brush,trash,large stones and other extraneous material and protected until it is placed, if approved,as specified under Section 02200. -ry B. Topsoil shall be stockpiled separate from the underlying more clayey, soils. C. Topsoil to be reused shall be kept alive by periodic watering as deemed necessary by the Engineer. 3.04 DISPOSAL OF MATERIALS A. All waste, debris and other material not designated by the Owner to be salvaged shall be removed from the site and disposed of in a manner satisfactory to the Owner. B. No burning of any materials will be allowed. END OF SECTION - F43716SO2100-dcc 02100-2 7115145 Ci ty of Fort Worih Eagle Mountain wTP -- Phase III Expansion SECTION 02140 DEWATERING AND DRAINAGE PART 1: GENERAL. 1.61 SCOPE OF WORK A. Furnish,install,operate,monitor,maintain and remove temporary dewatering and drainage systems as required and lower and maintain groundwater levels below subgrades of excavations. Prevent surface water runoff from entering or accumulating in excavations. B. Furnish the services of a licensed professional engineer, registered in the State 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 RELATED WORK. A. Sedimentation and erosion control is included in Section 02270. B. Trench excavation,embedment,backfill and encasement are included in Section 02.221. C. Excavation, Backfill and EarifiNvork for Structures are included in Section 62224. 1.63 SUBMITTALS A. Submit to the Engineer, in accordance with Section 61300, 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 S years of professional experience in the design and construction of dewatering and drainage systems. Submittal will be for inforrnation only. Contrac tor sha I I remain responsible for adequacy and safety of construe- tion means, methods and techniques. 1.04 DEFINITIONS A. Where the phrase"In-the-dry"is used in this Section,it shaII 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) f-43715SD2140&c 02140-1 7115105 City of Fart Worth Eagle Mountain WTP Phase ilt Expansion 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 -unoff in shallow ditches around the perimeter of the excavation,drain to sump and punip from the excavation,or divert around the work by construction of small diversion dikes,to maintain to-the-dry conditions. C. Pipe and conduit shall not be installed in water or allowed to be submerged prior to backfilling. Pipe and conduit which becomes submerged shall be removed and the excavation dewatered and restored to proper conditions prior to reinstalling the pipe and conduit. D. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of 4 days after concrete placement. In no event shall water be allowed to enter an excavation and rise to cause _ unbalanced pressure on foundations and structures until the concrete or mortar has set at least 24 hours. E. Dewatering and drainage operations shall at all times be conducted in such a manner as to preserve the A 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. P. 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. F437 t 6so2 3 4o.doc 02140-2 7/15/05 City of Fort Worn Eagle Mountain WTP Phase III Expansion 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 r F F43716SO214O.doc 02140-3 71I S!©5 City of Fort Worth Eagle Mountain WTP Phase llf Expansiart SECTION 02200 EARTHWORK PART 1: GENERA. 1.00 STATUTORY REQUIREMENTS A. All excavation, trenching, sheeting, bracing, etc. shall comply with the requirements of OSRA 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 perforin 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. Trench safety requirements are included in Section 01665. B.. Site preparation, including clearing and grubbing is included in Section 02100. C. Demolition is included in Section 02050. D. Structure excavation and backfilling is included in Section 02220. E. Trenching, backfilling and compaction is included in Section€12221_ F. 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. B. flan for handling surface runoff. The plan shall describe ruin 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 onsite 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. r F4371 bsa22rw.dcr 02200-1 7/15/05 4 City of Fort Worth Eagle Mountain WrP Phase III Expansion 1.04 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. 1.05 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. - F43716SO2200,dm 02200-2 7115105 City of Fort Wort Eagle Mountain WTP Phase Ill Expansion 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. 1.06 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 Engirieer ir1 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. Controlled low strength material (CLSM) for fill is included in Section 02312, C. 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. Perforin 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. F43716SO2200 dx 02200-3 7/15/115 City of Fort Worth Eagle Mountain wTP Phase li[Expansion D. Dewatering and drainage systems shall be in place and operational before commencing excavations. 3.42 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 3.03 EXCAVATION BELOW GRADE-GENERAL A, Excavations shall be made to the limits and depths indicated on the Drawings or specified. B. Excavations for the Work are expected to pass through clay,silty clay, tan limestone,light-gray } limestone and/or gray shale layers depending on the required depth. In general,it is anticipated that the clay overburden soils can be excavated with ordinary excavation equipment while limestone and shale layers will require significant additional effort to excavate. Drilling and -• blasting will not be permitted as methods of excavation. C. Postpone final excavation immediately above the subgrade on which structures will be placed until shortly before placing of the new work. Properly control ground and surface water to maintain the subgrade in proper condition prior to final excavation and/or placement of seal slab. D. For structures shown to bear directly on grade or on concrete seal slabs, excavate to the 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 barrier acceptable to the Engineer within 12 hours after exposure of the surface. F. If, in the opinion of the Engineer, the material at or below the normal grade of the excavation as indicated on the Drawings is unsuitable for foundations, it shall be removed to such depth and 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. F43716SO2200 ft 42200-4 �tts�ns City of Fork Wwh Eagle Mountain WTP Phase III Expansion 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 01555 for additional requirements. n 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 3.048. 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 5 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 598. C. Place common fill embankment material to the grades required. Spread embankment in uniform, loose,relatively horizontal lifts 5 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 598. Under roadways and future roadways,the top 12 inches shall be compacted to at least 98 percent Standard Proctor density as determine by ASTM D598. Field density tests shall be performed on each lift as directed by the Engineer to verify compaction. a D. Each lift of the common fill embankment material shall be compacted by sheepsfoot roller, multiple-wheel pneumatic tired roller or other means acceptable to the Engineer. Each layer shall be compacted only after the material has been placed,mixed and evenly spread. Compaction shall be accomplished while the material is at the specified moisture content. Rolling of each layer shall be continuous over its entire area and the roller shall make sufficient trips to insure that the desired �. density has been obtained. E. When the moisture content of the material is below that specified,water shall be added until the moisture content is as specified. When the moisture content of the material is above that specified, the material shall be aerated by blading,discing or other means acceptable to the Engineer until the moisture is as specified. F. Oversized material (rocks and boulders)may be placed in areas away from construction as directed by the Engineer. Oversized material shall be placed in such a manner that nesting of the material will not occur and the oversized material will be completely surrounded by fine material(with maximum dimension less than 3 inches). Oversized material shall be placed in lifts having a maximum thickness of 3 feet. Each lift shall be mixed sufficiently to assure that sufficient fines surround each oversized particle. G. Existing slopes shall be reconstructed as shown on the Drawings. H. No excavation for pipe or any structures shall begin until the surface of the embankment is at least I foot above the top of the proposed pipe or footing. Fa 371 fi502200.dec 02200-5 7115105 City or Fort Worth Eagle Mountain WTP Phase III Expansion L 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 shit the compaction requirements specified_ Place to lines and grades, making allowance for settlement and placement of cover materials. B. Do not place fill and back-fill 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/water-proofing shall be complete before placing backfill. 3.47 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. F43716SO2200 dcc 02200-5 7115/05 City of Fon Worth Eagle Mounwn WTP Phase III Expansion 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. 3.08 REMOVAL OF NON-ENGINEERED FILLS A. Anynon-engineeredfills encountered during the earthwork shall be completely removed and the underlying natural ground shall be prepared in accordance with these Specifications. 3.09 COMPACTION TESTS A. Where backfill is required to be compacted to a specified density, tests for compliance shall be made by the Owner, at the expense of the Owner, using the test procedure specified in ASTNI 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 r -. F4371 sso22aa.dix 02200-7 7115/05 Ciry of Fort Worth Eagle Mountain WTP = Phase III Expansion SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART l: 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 t:-1e Drawings or as specifies) 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. Ali excavation,trenching,and related sheeting, bracing,etc., shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and H.B. 1569 of the 71 st Regular Legislative Session. E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698. F, Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review. 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. B. Sedimentation and erosion control is included in Section 02270, C. Loaming and hydroseeding is included in Section 42490, D. Roadways and concrete paving are included in Section 02513. rE. Embankment fill procedures and disposal of surplus excavated material is included in Section 02200. F. Trench safety requirements are included in Section 01665. G. Dewatering and Drainage is covered in Section 02140. H. SitvRight-of-Way Preparation is covered in Section 02100. F43716SO2221_dm 02221-1 7/15105 City of Fort worth Eagle Mountain WTP Phase Ill Expansion PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 TRENCH EXCAVATION A, Trench excavation shall include material of every description and of whatever substance encountered, 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. _. 13. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option,topsoil may be otherwise disposed of and replaced,when required,with approved topsoil of equal quality, C. While excavating and backfilling is in progress,traffic shall be maintained,and all utilities and other property protected as provided in the 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 Iess 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. .. Subgrade soils which become soft,loose,"quick",or otherwise unsatisfactory as a result of inadequate excavation,dewatering or other construction methods shall be removed and replaced by 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 smooth-edge bucket to excavate the .t 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 DISPOSAL OF MATERIALS ' A. Refer to Item D-9 in the special conditions for disposal of materials. 3.03 SHEETING AND BRACING A. Fumish, put in place and maintain sheeting and bracing required by Federal, State or local safety " requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel,damage or delay the work or endanger adjacent structures. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports placed at the expense of the Contractor. Compliance with such order shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting,but if voids are formed,they shall he in-unediately filled and rammed. F43716S02221,do� 02221-2 7/15/05 City of Fort WoM Eagle Mountain WTP t Phase III Expansion B. Where sheeting and bracing is required to support the sides of trenches,the Contractor shall engage a Professional Engineer, registered in the State of Texas, to design the sheeting and bracing. The sheeting and bracing installed shall be in conformity with the design and certification of this shall be provided by the Professional Engineer. C. When moveable trench bracing such as trench boxes,moveable sheeting,shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe,or disturbance of the pipe bedding and the gravel backfill. 1. When installing rigid pipe(R.C.,D.I., V.C.,etc.), any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing flexible pipe (PVC, etc.) trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below mid-diameter of the pipe, As trench boxes, moveable sheeting,shoring or plates are moved,gravel backfill shall be placed to fill any voids created and the gravel backfill shall be recompacted to provide uniform side support for the pipe. D. The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. The cost for use of sheeting shall be included in the bid items for trench safety and shall include full compensation for driving, bracing and later removal of ' sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the ` construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with tools especially adapted to that purpose,or otherwise as directed. 3.04 TEST PITS A. The Contractor may be required to excavate test pits for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work. B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified. 3.05 DRAINAGE AND DEWATERING A. The Contractor shall furnish all materials and equipment and perforin all incidental work required to install and maintain the drainage system he proposes for handling ground water or surface water ry encountered. He shall assume all responsibility for the adequacy of the methods, materials, and equipment employed. B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of all water entering trenches and excavations. The subgrade shall be maintained acceptably dry until the facilities to be built therein are completed. All drainage related work shall be performed without damage to the trench, pavement,pipes, electrical conduits, or other utilities and without damage to public or private property. C. Pipe and masonry shall not be laid in water or submerged within 24 hours after being p aced. Water shall not flow over new masonry within four days after placement. F43716SO2221 dcc 02221-3 i 71IMS. City of Fort Worth Eagle Mountain WTP Phase 111 Expansion D. In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar has set at least 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing backfill. E. See Section 02140 for additional requirements. 3.06 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the groundwater conditions,trench drainage shall be complete and effective. B. If the Contractor excavates below grade through error or for his own convenience,or through failure to properly dewater the trench,or disturbs the subgrade before dewatering is sufficiently complete,he may be directed by the Engineer to excavate below grade as set forth in the following paragraph,in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense. r C. If the material at the level of trench bottom consists of fine sand,sand and silt or soft earth which may work into the gravel backfill notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6-in layer of coarse sand, or a mixture graded from coarse sand to fine peastone,as approved by the Engineer,to form a filter layer preserving the voids in the gravel bed of the pipe, The composition and gradation of gravel shall be approved by the Engineer prior to placement. Gravel backfill shall then be placed in 6-in. layers thoroughly compacted up to the normal grade of the pipe. D. Geotextile filter fabric may be substituted for granular filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N,Supac equivalent,or approved equal. 3.07 EMBEDMENT A. Embedment for water lines 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 ]aid,jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fi]I,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. F43716SO2221.dac 02221-4 7/15/45 �. City of Fort Worth Eagle Mountain WT? Phase III 6xpansiDn 3.08 BACKFILLING A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding,as specified for the type of pipe installed,shall be placed as shown on the Drawings and as specified in Paragraph 3.47 above. i 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 +l- 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 maybe 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 (+1- 3%) to 95 percent standard proctor density. The top 18-inches below subgrade level shall be compacted at optimum moisture content(+1-3%)to 100 percent of standard proctor density. D. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then E 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. Ifnecessary, 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. F43716SO2221 Am 02221-5 7115105 City of Fort Worlh Cagle Mountair.WTF Phase 111 Expansion 3.69 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 additional fill to restore the levet 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 42513. 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 satisfaction of the Engineer. 3.14 RESTRAINED JOINTS FOR FLEXIBLE-JOINT BURIED PIPING A. Restrained joints,designed per AWWA 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 val ves,or other locations shown on the Drawings,on all buried piping having flexible joints. Joints shall be designed to prevent the pipe frorn 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 .- F43716SO2221_do: 02221-6 7/1905 City of Fort Worth Eagle Mountain WTP Phase 1[F Expansion SECTION 422311 GRANULAR FILL MATERIALS PART I: GENERAL 1.01 DESCRIPTION A. Granular fill materials are specified in this Section,but their use for fill and backfill,pipe bedding, replacement of unsuitable material, crushed stone base, cushion in bedrock excavation, pavement base,foundation support and similar uses are specified in detail elsewhere. The Engineer may order the use of fill materials for purposes other than those specified in other Sections if,in his opinion,such use is advisable. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Trenching,backfilling and compaction is included in Section 02221 C. Concrete fill is included in Section 43300. D. Controlled low strength fill (CLSM)is included in Section 02312. 1.03 SUBMITTALS ie 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 01340. 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 ofone 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. PF43716502230.dm 02230-1 7/15105 City of Tort Worth Eagle Mountain WTP Prase III Expansion 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. 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 0 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 Ioam and clay, uniformly graded, containing no stone having any dimension greater than 314-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 -r fine material shall not form mud or muck. The embedment material shall be composed of tough durable particles,reasonably free from thin,flat and elongated pieces,and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 54401 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, Qpenings Amount Passing Percent by Weight 112" 100 318" 85- 100 No. 4 10-30 No. 8 1 -10 No. 16 0-5 F4371 GS02230-do: 02230-2 7115M5 �'+ OW City of Fort Worth Eagle Mountain WTP Phase HI Expansion 2. Granular Embedment For Semi-Rigid And Flexible Pipe: This shall be cohesionless material meeting the following gradation requirements: Sieve Size Sq.Openings Amount Passing Percent by Weight 1/2" 100 No.4 25-50 No. 50 0-20 No. 200 0-5 3. Granular Embedment For Small Pipe (C 4-inch diameter): This shall meet the gradation requirements for semi-rigid pipe specified in Paragraph D,2 above. 4. Pipe Classification a. For the purpose of this specification,"rigid pipe'shall be defined as the following: 1) All diameters Prestressed Concrete Pipe(AWWA C-301). + 2) All diameters Ductile Iron Pipe. b. For the purpose of this specification,"semi-rigid pipe"shall be defined as the following: 1) Bar-Wrapped Concrete Cylinder Pipe(AWWA C-303). 2) All diameters Steel Water Pipe(AWWA C-200). c. For the purpose of this specification,"flexible pipe"shall be defined as follows: 7 1) All diameters of PVC Pipe. E. Structural Fill shall consist of sound,durable stone,free of any foreign material,angular in shape,free a. from structural defects and comparatively free of chemical decay, This material shall comply with TOOT Item 247, Type B, Grade 3. The size of the particles shall be such that 100 percent of the particles pass a 2 112-inch sieve,90 to 140 percent pass a 1314-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 a 4-inch sieve,70 so to 40 percent will pass a 3-inch sieve,20 to 0 percent will pass a 2-inch sieve,and 5 to 0 percent will pass a 112-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 9-inches or less in depth(measured before compaction),and 'i 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. re H. Riprap and bedding shall be provided and installed in accordance with the latest edition of the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Hi hwa s + Streets,and Bridges,Item 432. Common dry riprap shall be used. r F43716S02230.dw 02230-3 7115/05 City of Fart Worth Eagle Mountain WTP Phase IN Expansion T. Impermeable Clay shall consist of materials classified Cllr.., 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 Ix I O"' cm/sec using hand-operated equipment _ PART 3: EXECUTION (NOT USED) END OF SECTION F4371 6S0Z230 dcr 02230--4 7/15105 Pi i City of Fort worth Eagle Mountain WT Phase]1]Expansion SECTION 02270 SEDIMENTATION AND EROSION CONTROL PART I: GENERAL 1.01 SCOPE OF WORK 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. I 1.03 SUBMITTALS A. Within 10 days after award of Contract, the Contractor shall submit to the Engineer for approval, technical product literature for all commercial products to be used for sedimentation and erosion control. 1.04 QUALITY ASSURANCE A. The Contractor shall be responsible for the timely installation and maintenance of all sedimentation control devices necessary to prevent the movement of sediment from the construction site to off site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off site shall be installed,maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. PART 2: PRODUCTS r+ 2.01 MATERIALS A. Crushed stone for stabilized construction entrances shall be 3 x 5 Hard Stone per Section 02230. R • �, F43716So2270dnc 02270-1 7/15/115 City ofFon Worth Eagle Mountain WTP Phase 111 Expansion 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 A702. 2. "'gelded wire fabric shall be 2-in by 4-in mesh of 12 gauge by 12 gauge steel wire. 3. Silt fence fabric shall be a woven, polypropylene, ultraviolet resistant material such as Mirafi 1 OOX as manufactured by Mirafi, Inc.,Charlotte,NC, or approved equal. 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips(hog rings), or 1/32-in diameter soft aluminum wire_ 5. Prefabricated commercial silt fence may be substituted for built-in-field fence. Pre-fabricated silt fence shall be"Envirofence"as manufactured by Mirafi Inc.,Charlotte,NC,or approved equal. t C. Erosion control blanket shall be installed as shown on the Drawings. The erosion control blanket shall be AMXCD Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. PART 3: EXECUTION ..t 3.01 INSTALLATION A. Silt Fence 1. Silt fences shall be positioned as indicated on the Drawings and as necessary to prevent offsite 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. A S. Hang filter fabric on wire carrying to bottom of trench with aborti 12-in of fabric laid across bottom of trench. Stretch fabric fairly taut along fence length and secure with tie wires 12-in Q.C. both ways. The silt fence shall be a minimum of 24 inches high. -R 6. Backfill trench with excavated material and tamp. 7. Install pre-fabricated silt fence according to manufacturer's instructions. F437!6SO2270 doc 02270-2 7115M on Ory of Fort worth Eagle Mountain wTP Phase 11[Expansion 10 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, eo 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 he 4-in minimum. The staples shall be made pq of wire, 0.091-inch in diameter or greater, "U" shaped with legs 14-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 altemately spaced between each side row. Adjoining o, blankets shall be overlapped and shall utilize a common row of staples to attach. 3.02 MAINTENANCE AND INSPECTIONS go A. Inspections 1. Contractor shall snake a visual inspection of all sedimentation control devices once per week and ON promptly after everyrainstorm. 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. PU B. Device Maintenance I, Silt Fences a. Remove accumulated sediment once it builds up to one-half of the height of the fabric. b. Replace damaged fabric,or patch with a 2-ft minimum overlap. c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 3.03 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as specified and as shown on the Drawings. END OF SECTION =1 F43716S02270.dcx 02270-3 7115105 City of Fort Worth Eagle Mountain W'7P Phase M Expansion SECTION 02271 RIPRAP PARTi GENERAL 1,01 SCOPE OF WORK A. This section provides for furnishing all labor, materials, materials testing, equipment, power, and incidentals to place riprap for slope protection and erosion control in accordance with these specifications. PART 2 PRODUCTS 2.01 FABRICATION A. Stone used for riprap shall be hard, durable, angular in shape, resistant to weather and water action, and shall meet the size distribution requirements indicated in Table l for the class as indicated in these specifications. B. The length of each stone shall not exceed shall not exceed three times its width or thickness. Rounded stone or boulders will not be accepted. Shale and stone with shale seams are not acceptable. C. Each load of riprap shall be reasonably well-graded from the smallest to the maximum size specified. D. The minimum density of the stone shall be 150 pounds per cubic foot as computed by multiplying the bulk specific gravity saturated surface — dry basis, detercrr ned by AASHTO T$5,by 62.5 pounds per cubic foot. E. The stone shall have a percentage of wear not more than 40 when tested as per AASHTO T96. Samples of the larger size stones shall be broken down to provide the smaller (less than 1-1/2- inch) sixes required for the T96 test. F. The stone shall be free from overburden,spoil, shale, and organic material. G. Control of gradation will be by visual inspection. H. The approval of some stone from a particular quarry shall not be construed as constituting the approval of all stone taken from that quarry. 02271 floc 02271-1 7112/05 City of Fan worth Eagle Mountain wTP Phase!11 Expansion ^ Table 1 Riprap Stone—Size Distribution Size of Stone Maximum Percent of Total 'Weight Smaller In Pounds Than the Given Size Class of Stone 1 11 400 100 _ 300 80 200 100 100 50 75 60 $o 40 50 25 10 2 10 2.02 FILTER BLANKET A. Filter blanket shall consist of sand base of the thickness as shown on the drawings. B. Sand for the filter blanket shall be natural sand meeting ASTM C33 requirements for fine aggregate. C. Sand shall meet the size distribution requirements as indicated in Table 2. �. Table 2 Filter Material—Size Distribution Sieve Size Percent by Weight Passing flinches 100 1-112 55-85 No.4 15-40 No.40 0-25 No. 200 0- 10 2.03 FILTER FABRIC w A. Filter fabric shall be used as a continuous base for the filter blanket material. Joints in the filter fabric that are perpendicular to the direction of flow shall overlap a minimum of 12 inches, and the top flap will be a downstream position to prevent water from going under the filter fabric. .� Joints in the fabric in the direction of flow shall overlap a minimum of two feet. S. Filter fabric shall be made from non-woven material with a weight of 10 ozlyd3 and thickness of 125 mil. 02271-DOC 02271-2 7112105 City of Fo;t Worth Eagle Mountain WTP Phase il[Expansiara PART 3 EXECUTION 3.01 RIPRAP PLACEMENT A. Slopes and other areas to be protected shall be compacted and dressed to the line and grade as shown on the plans prior to installation of filter fabric. B. install filter fabric in accordance with manufacturer's recommendations. C. Filter material shall be spread uniformly on the filter fabric to the neat lines indicated on the plans. Contractor shall make necessary precautions to prevent damaging the filter fabric during placement of filter material and rock riprap. Placing of material by methods, which will tend to segregate particle sizes within the filter material will not be permitted. D. Stone shall be placed on the prepared filter material in a manner to reproduce a reasonably well-graded mass with a nunimum practicable percentage of voids, and small be constructed to the lines and grades as shown on the drawings. Stones shall be placed to its full course thickness in a manner to avoid displacing the underlying material. E. The stones shall be roughly dressed to properly bed them and make there fit together so that they shall rest on their longest face. It is not intended to have a specially smooth or even appearance on the outside slope or face as long as the underlying stones are completely covered by the bigger stones. END OF SECi'ION 0227 r.00c 02271-3 7/12105 Ciry of'1=on worth Eagle Mountain wTP Phase III Expansion SECTION 02312 CONTROLLED LOW STRENGTH MATERIAL PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Controlled Low Strength Material or"CLSM". This material is also referred to as "Plowable Fill". B. Related Sections: 1. Section 03300-Cast-in-place Concrete. 1.42 REFERENCES A. American Concrete Institute(ACI) L AC1229R-Controlled Low Strength Matenal. B. American Society of Testing and Materials(ASTM): I. C 33 -Specification for Concrete Aggregate. 2. C 94-Specification for Ready-Mixed.Concrete. 3. C 138 -Test Method for Unit Weight,Field,and Air Content of Concrete. 4. C 143 -Test Method for Slump of Hydraulic-Cement Concrete. 5. C 150- Specification for Portland Cement. 6_ C 231 -Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C 264-Specification for Air-Entraining Admixtures for Concrete. 8. C 494-Specification for Chemical Admixtures for Concrete. 9. C 618 -Specifications for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 10. D 548 -Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft' (600 kN-rri/m'). -• 11. D 4832 -Test Method for Preparation and Testing of Controlled Low Strength Material Test Cylinders. 1.03 SUBMITTALS A. Product Data 02312 F 071005 g1s 02312-1 7/15/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion 1. Materials data as specified in Section 03300 for cement,pozzolan,aggregates, and admixtures to be used in the work. B Mix Design and Trial Batch Test Results: 1. Prepare the trial batches using the cement,pozzolan,aggregates, and admixtures proposed for use for the work. 2. Prepare sufficient quantity of trial batches to determine slump, workability,consistency,and to provide sufficient test cylinders. a. Test Cylinders: Prepare test cylinders and determine slump in accordance with the Field Quality Control requirements of this Section,except as modified in the following paragraphs. I) Prepare 8 cylinders for each trial batch,testing 4 at 3 days and 4 at 28 days. 2) The cylinders may be capped with standard sulfur compound or neoprene pads. 3) Perform the capping carefully to prevent premature fractures. - 4) Use neoprene pads a minimum of 11.2 inch thick,and 112 inch larger in diameter than the test cylinders, 5) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. b. The compression strength of the four test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength but not to exceed maximum compression strength. 1 j If the trial batch tests do not meet the Specifications for strength or density, change the mix design proportions,and make additional trial batches and tests until an acceptable trial batch is produced that meets the Specifications. c_ Cost of preparing and testing mixes for Engineer's acceptance shall be paid by the — Contractor. d. After acceptance,do not change the mix design without submitting a new mix design _ and test information, C. Field Quality Control.Testing Reports: 1. Contractor's report of field quality control testing for slump,unit weight, and air entrainment. Include designations for associated compressive strength test cylinders with report. ~ PART 2: PR®DUCTS 2.01 MATERIALS A. As specified in Section 03300, unless otherwise noted in the fallowing paragraphs. 02312 F 07 1005 gis 02312-2 7115/05 City of Fori worth Eagle Mountain WTP Phase III Expansion 1. Portland Cement: ASTM C 150,Type II low alkali portland cement. 2. Pozzolan: Fly ash conforming to ASTM C 618 Class F. 3. Aggregate: Inert,natural sand and pea gravel conforming to ASTM C 33. a. Grading: 1) Maximum size: Less than 318-inch. 2) Passing No 200 sieve: No more than 12 percent, and no plastic fines present. 4. Admixtures: In addition to the following, admixtures manufactured specifically for use in CLSM will be considered for approval upon submittal of product data and mix design. Admixtures causing retarded or accelerated setting of the mix shall not be used without prior approval from the Engineer. a. Air entraining admixture: ASTM C 260. b. Water reducing admixture: ASTM C 494. 2.02 MIXES * A. CLSM shall be a mixture of portland cement, water, pozzolan, fine aggregate, air-entraining admixture, and water-reducing admixture. B. Proportion CLSM in accordance with the recommendations of ACI 2298 to produce a homogeneous mixture that is flowable, that will work readily into comers and angles, that will not separate in the plastic state,and that is self-consolidating at the time of placement. C. Performance Requirements: I. Cement Content: Minimum 100 pounds per cubic yard. 2. Compressive Strength,when testing in accordance with ASTM D 4832. a. Minimum Unconfined Compressive Strength: Not less than 50 pounds per square inch measured at 28 days. b. Maximum Unconfined Compressive Strength: Not greater than 150 pounds per square inch, measured at 28 days, 3. Slump: As measured by ASTM C 143, modified as noted in this Section. a. Not less than 9 inches, and sufficient to allow the material to flow freely during placement. b. After trial batch testing and acceptance,maintain slump developed during testing during construction at all times within plus or minus l inch. 4. Air Content: Not less than 8.0 percent nor greater than 12.0 percent. 02312 F 071005 gis 02312-3 7115105 City of Fort Worth Eagle Mountain W-fP Phase 11i Expansion 5. Wet Density: No greater than 132 pounds per cubic foot, f PART 3: EXECUTION 3.01 INSTALLATION A. Prior to placement, remove soil and rock loosened by excavating. 4 I. Soils located below controlled low strength material placement shall be scarified to a depth of 8 inches, uniforrrily moisture conditioned to or above the optimum moisture content,and - compacted to a minimum.of 98 percent relative density in accordance with ASTM D 698. B. Make provisions to prevent pipes or other elements embedded in CLSM from floating as fill is placed. C. Provide for collection and removal of bleed water from the mix. Do not permit bleed water to saturate clay soils around or below the CLSM placement. D. General: i, Place controlled low strength material by methods that preserve the compressive strength and density of the material. a. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. la. Transport and place material so that it flows easily around, beneath,or through walls, g pipes, or other structures, c. Use a slump,consistency,workability, flow characteristics, and pumpability(where required)such that when placed the material is self-compacting,self=densifying,and has sufficient plasticity that compaction or mechanical vibration is not required. 3,02 FIELD QUALITY CONTROL A. General: 1. During the progress of construction,Owner will have tests made to determine whether the controlled low strength material,as being produced, complies with the requirements specified. 2, Provide for,furnish all material for, and prepare test specimens as noted in the following paragraphs. a. Be responsible for the care of and providing curing condition for the test specimens until they are delivered to Owner's testing laboratory. b. Provide at least two individuals holding current ACI certification as "Concrete Field Testing Technician -Grade 1"as members of Contractor's on-site staff. Make these — individuals available to perform field quality control testing as specified and upon Engineer's request. 02312 F 071005 gis 02312•-4 7!15105 City of Fort Worth Eagle Mountain WTP Phase lit Expansion r c. Prepare test reports including date and location of placement, name(s)of personnel performing tests, and hatch delivery ticket number. Submit reports of tests performed by Contractor's technicians to Engineer within 48 hours after testing. B. Testing 1. Tests will be made in accordance with referenced ASTM standard, except as noted herein. 2. Slump: a. Testing will be performed by Contractor's ACI certified testing technicians. b. Test in accordance with ASTM C 143,modified as follows: I) Place material in cone in one semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. Do not rod the material before measuring slump. 2) Test slump at the beginning of each placement,as often as necessary to keep the slump within the specified range,and when requested to do so by the Engineer. 3. Compression Strength: a. Contractor's ACI-certified testing technicians will make and deliver cylinders to Owner's testing laboratory.The Owner will pay costs of laboratory testing. b. Make and test cylinders in accordance with ASTM D 4832. 1) Label specimens to indicate location of placement and to coordinate with test report. 2) Make and test not less than 3 cylinder specimens for each 130 cubic yards of controlled low strength material,and not less than three specimens for each half- day's placement. 3) Test one cylinder at 3 days and two at 28 days. 4, Air Content: a, Testing to be performed by Contractor's ACI certified testing technicians. b. Test air content in accordance with ASTM C 231 immediately after discharge from the mixer at the beginning of each placement, when requested by Engineer, and as often as necessary to maintain entrained air within specified range. 1) If air entraining admixture requires testing methods other than ASTM C 231 to accurately determine air content, report testing requirements to Engineer well in advance of placement. 7. Unit Weight: a. Test for unit weight in accordance with ASTM C 138. 02312 F 071005 gis 02312-5 7/15/05 City of Fort Worth Eagle Mountain WTP Phase 1I1 Expansion EMD of SECTION w 02312 F 071005 gls 02312-6 7!E SlOS City of Fort Worth Eagle Mountain WTP Mwe III Expansion SECTION 02467 DRILLED CONCRETE PIERS PART L GENERAL 1.01 SUMMARY A. Section Includes: Furnishing all labor, materials, equipment, and incidentals required for construction of drilled piers, along with related items as indicated on the Drawings, specified, or necessary for completion. Work includes: t. Drilling of piers. 2. Providing and installing casings, concrete,and reinforcement,and forming. 3, Clean up and disposal of excavated materials, debris,and equipment. B. Related Sections: I. Section 0101.l -Site Conditions, 2. Section 03200-Concrete Reinforcement. 3. Section 03300 -Cast-in-place Concrete. 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 318 - American Concrete Institute Building Code, 2. 306-Recommended Practice for Cold Weather Concreting. 3. 305 -Recommended Practice for Hat Weather Concreting. 4. 35OR-Concrete Sanitary Engineering Structures. B. American Society for Testing and Materials(ASTM): 1. A 252 -Specification for Welded and Seamless Steel Pipes. 1.03 SUBMITTALS 1 A. Shop Drawings. 1. Reinforcing bar bending and placement drawings as specified in Section 03200. 2_ Concrete mix design for drilled piers as specified in Section 03300. 02467 F 071005$Is 02467-1 7/15/2045 Ciry ai Fort Wai di Eagle Mountain W7P Phase III Expansion B. Test Reports 1. Certified copy of mill test on concrete reinforcement as specified in Section 432010. 2. Compression strength test results for proposed concrete nix as specified in Section 0330.0. 1. Records of field quality control tests for concrete and concrete cylinder compression test results. C. Construction Records: 1. Submit the following within 5 working days after each day's production. a. Record of drilling data for each pier placed. 2. Submit the following before grade beams or slabs are constructed over piers. a. As-built locations of each pier showing top and final bearing elevations. D. Qualifications: F 1. Drilled pier contractor: Mame, address,and qualifications. Submit written description of equipment and techniques proposed for use.Submit names and references for 3 similar projects completed within 3 years of the bid date when requested by the Engineer. 2, Geotechnical Engineer:Name, address,and qualifications of engineer and any personnel _ who will be performing on-site observations of piers. 1.04 QUALITY ASSURANCE A. Qualifications. 1, Drilled Pier Contractor. Minimum of 5 years experience in drilled pier construction, including experience with similar subsurface materials, groundwater conditions,pier sizes, and construction techniques. 2. Geotechnical Engineer. Registered engineer, licensed in the state where the work is located, and engaged primarily in the practice of geotechnical engineering. Minimum of 5 years experience in the Dallas/Fort Worth area with projects including similar subsurface materials, groundwater conditions,pier sizes,and construction techniques. B. Drilling observations. 1. Employ a registered geotechnical engineer, licensed in the State of Texas, to provide continuous on-site observation of the pier drilling operation. Piers shall not be installed unless the geotechnical engineer or his designated and qualified representative is present. - 2. Responsibilities of the geotechnical engineer include,but are not limited to observation of material excavated from pier shafts in order to determine the depth at which the designated _ pier bearing material has been reached, determination of whether or not this bearing material is of sufficient quality to sustain the pier design loads recommended in the soils investigation report for this project, and provision of geotechnical design recommendations 02457 F 071005 Is 02467-2 7/15/2005 City or Fan Waith Eagle Mountain WTP Phase IR Expansion if foundation design or construction modifications are required due to variations in actual site conditions. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle reinforcing steel and concrete as specified in Sections 03200 and 03300 respectively. 1.06 PROJECT 1 SITE CONDITIONS A. Subsurface Conditions. 1. See Section 01011 for information on existing site and subsurface conditions. 2_ Data concerning existing conditions are based on observations at specific boring locations designated therein. Conditions between or away from the borings may vary from those indicated in the report. No warranty of subsurface conditions is expressed or implied. 3. If subsurface conditions at variance with those described in the report are encountered during construction, immediately notify the Engineer in accordance with the requirements of the General Conditions. B. Provide minimum pier embedment in limestone stratum as indicated on the Drawings. I. Pier lengths shown are estimated based on required embedment and estimated top of limestone. Adjust lengths as required to provide minimum embedment shown. PART 2: PRODUCTS 2.01 MATERIALS A. Reinforcing Steel: As specified in Section 03200. B, Tie Wire: Use Number 18 double annealed iron wire„tie wire. C. Concrete. Materials and Class Al concrete mix (minimum f'c = 4000 psi) as specified in Section 03300. I. Concrete shall be proportioned to provide S f 1 inch slump. D. Steel casing: 'Steel casing for drilled piers shall conform to ASTM A 252, Gracie 2. 'The cutting edge of steel casing shall be tempered,and the casing smooth. PART 3: EXECUTION 3.01 CAST-IN-PLACE CONCR-ETE PIERS. A. General: L The drilled pier installation shall be done only in the presence of the Engineer. 02467 F 071005 gis 02467-3 71151200ti City of Ford Worth Eagle Mountain WTI' Phase III Expansion 2. Drilled piers that fail to meet these Specifications for alignment and piers, which for other reasons are unacceptable,will be rejected. 3 The correction of damaged and rejected drilled piers shall be by methods acceptable to the Engineer. B. Preparation: I. Notify Engineer of drilling operations at least 24 hours in advance. 2. Do not drill holes until the excavation or fill in the area in which the shafts are to be located has been completed to the elevations indicated on the Drawings. 3. Accurately locate piers in relation to permanent benchmarks,and mark with color-coded stakes that identify the pier type and cmbcdmcnt, 4. if elevation of the top of the pier is below ground level at the time of concrete placement, _ provide an oversize casing from ground level to a point below the top of the shaft to control caving of soil into freshly placed concrete.Do not extract these surface casings until concrete placement is complete and concrete has taken its initial set. C. Drilling: 1. Drill piers from the ground surface to elevations or minimum embedment into designated bearing strata indicated on the Drawings, a. The Drawings indicate the minimum penetration into designated pier bearing material that is required to develop the design bearing andlor uplift capacity for each pier location. In no case shall piers extend less than this penetration. 1) If satisfactory bearing material is not encountered at these elevations,the depth of the bottom of the shaft will be adjusted,or the foundation altered as deternuned by the Engineer, to satisfy the design requirements. b. Pier drilling operations shall be continuously observed by a registered Geotechnical Engineer or his designated representative. 1) Obtain Geotechnical Engineer's acceptance of pier shaft before placing concrete. c. If observations during drilling indicate that subgrade material characteristics or depths vary from those anticipated, or are not adequate to provide the load capacities indicated in the geotechnical investigation report,immediately notify die Engineer. Do not proceed with drilling or construction until Engineer has determined what modifications, if any, are required to bring the design of the piers and structure into conformance with actual subgrade conditions. 2. Make complete record of drilling for each pier,and submit to Engineer upon completion of that pier. a. Data fonii shall include: location of pier, specified pier diameter, specified penetration into bearing material,preliminary estimated length, top and bottom elevations of pier, 02467 F 071005 gis 02467-4 7/15/2005 40 City of Fon worth Eagle Mountain WTP Phase ill Expansion FM actual penetration into bearing material, and actual length placed.Note increases or decreases in total length from original estimate.Include a continuous description(in .04 boring log form)of subgrade materials encountered during drilling,noting their respective depths, and depth at which water(if any)was encountered. Note condition of pier hole prior to concrete placement,whether the pier was cased,water level in the casing,concrete slump,and identification of any concrete test cylinders associated with 'o that pier. 3. Drill holes by means of a power driven,rotary bucket,rotary auger type, or core barrel foundation drilling machine designed to excavate a vertical cylindrical shaft. a. Have sufficient power and cutting capacity to excavate the pier holes to the required s depths into the soil or rock at the site. 4. Use drilling method that prevents the shaft sidewalls from caving in or sloughing into the excavated hole,or from becoming appreciably larger than the designated pier dimensions. If such conditions are encountered after drilling has begun, additional drilling will not be allowed until methods to control these conditions are employed in the work. 5. Do not drill holes within four pier diameters (center to center)of a previously drilled hole until after the concrete in the previous hole has taken its set,and in no case until the concrete in the previous hole has been placed for at least 15 hours. 6. Before placing reinforcement,the excavated shaft shall be free of accumulated seepage water and loose soil.Clean out the hole until no more than 114 inch of loose or soft material is left in the bottom before placing concrete. 7. Remove spoil,clean and protect top of holes to prevent soil from failing into hole. 8. Cover open holes to protect personnel and prevent entry of spoi l or debris. D. Reinforcing Stec]: I. Reinforcement cages shall be completely assembled and placed as a unit before placing concrete. a. If site conditions require that the pier shaft is lengthened from that indicated on the Drawings,maintain the full number of vertical bars required throughout the full height of the shaft,and add horizontal ties to provide a continuous cage or reinforcement. Vertical bars may be lap spliced. b. Welding of reinforcement will not be permitted without prior written authorization by the Engineer. 2. Position the reinforcing steel cage in the pier shaft as indicated on the Drawings and suspended it above the bottom of excavation before any concrete is placed in the shaft. a. Support the reinforcing steel cage so that it rotates freely just prior to final suspension. 02461 F 071005 gls 02467-5 7115/zoo5 Ory of Fon Waith Eagle Mountain WTP Phase III Expansion b. Provide concentric support to keep the shaft centered in the excavation, to provide adequate concrete cover over reinforcement, and to prevent racking and distortion of the steel. I) in unr2sed shafts,provide precast concrete spacer blocks, having a compressive strength not less than that of the concrete in the pier,at the bottom of the cage and at regular intervals along the entire pier length. - 2) In cased shafts,spacers may consist of metal "chair"type supports or bent bars placed at the bottom of the cage and at regular intervals along cage length. c. Support cage to prevent downward movement as concrete is placed, or upward movement as casings are extracted. 3. If soil caving occurs after reinforcing steel is placed and before placement of concrete, remove the reinforcing steel and clear the hole to permit repositioning of the cage. 4, Install dowels from piers to walls,columns, or slabs by tying to main reinforcement cage, and not be"stabbing" into plastic concrete. E. Concrete Placement: 1. Place concrete as soon as possible after pier excavation and observations are completed,and - reinforcement is installed. Excavated piers shall not be allowed to remain open more than 2 hours before concrete is placed. 2. Field measurements of concrete slump, and concrete test cylinders shall be made as T specified in Section 03300. 3. Place concrete in accordance with Section 03300 using suitable tube or trerme to provide - dense, monolithic concrete support is provided throughout the full length and diameter of the drilled pier. a. During concrete placement, take care to prevent segregation resulting from concrete from hitting the sides of the steel-reinforcing cage. b. Do not allow concrete to fall more than 5 feet. 4. Provide for a supply of concrete that is adequate to complete placement on any given drilled pier in one continuous uninterrupted operation without cold joints. 5. Water in Excavation. a. Excavations containing more than 3 inches of water shall be pumped dry prig; to concrete placement. Except for the bottom 3 inches,do not drop concrete through water. b. In a dry excavation,place concrete with a tremie or acceptable pumping method. 1) Direct the flow down the center of the pier shaft in order to minimize sloughing of the sides of the hole and segregation of the concrete on the reinforcing steel. 02467 IF 071005 gls 02467-6 7115l2CO5 City of Fart Worth Eagle Musmtam WTP Phase III Expansion ca If water seepage occurs at such a rate that the concrete cannot be properly placed,even if the pier hole is cased,place concrete using the "tremie"method: l) Concrete placement starting under water shall use underwater placement requirements untI the hole is completely filled. Do not dewater the shaft after partiai concrete placement_ 2) Use a tremie pipe having a disposable plug that keeps the tremie free of fluid until the plug is blown out by the concrete pressure. 3) Tremie pipe shah have diameter not less than 8 inches. 4) Alternatively, use pumped-in concrete discharging through a pipe at least S inches in diameter. S) Use a tremie or pump pipe having watertight joints, 6) Provide for no more than 3 inches of height between the bottom of the tremie pipe and the bottom of excavation during initial concrete placement. 7) Provide positive control to make certain that the bottom of the tremie or pump pipe is at all times below the concrete surface. 8) At least a 2-foot head of concrete shall be maintained above the top of the water. F. Casing: 1. Casings for this work are expected to be temporary, but may be left in place with approval of the Engineer. 2. Provide steel casing if required to control caving or groundwater seepage. a. Casing shall be watertight and of sufficient strength to withstand handling stress as well as pressures from plastic concrete and surrounding earth. b. Casings shall be smooth and well oiled,and shall extend to the top of the pier shaft. c. Inside diameter of the casing shall be sized to provide the specified pier diameter. Casings of larger or smaller diameter shall not be used without prior written acceptance by the Engineer. d. Provide steel casing onsite in various appropriate lengths. Use casing length so that at the end of drilling,the top of the casing protects top of pier from ground surface and any adjacent mound of drill cuttings. e. Attach cutting teeth to the casing, if required, to penetrate to the planned depth. 3. Case the drilled pier holes through any fill and native soil or rock as required to maintain a �. stable excavation,. 02467 F 071005 els 02467-7 7115/2005 City of For!Worth Eagle Mountain WTP Phase 311 Fxpansinn 4. For temporary casings, drill shaft through stable material. Place casing in hole to support soils to required bearing stratum and to form a seal against water if required. Re-fit auger and drill remainder of shaft. 5 For temporary casings, withdraw casing aS concrete is placers. a. Elapsed time from beginning of concrete placement to com mencing extraction of casing shall not exceed 1 hour. b. Maintain at least 3 feet of concrete head above the bottom of the casing pipe during withdrawal, and provide positive control to make certain that this distance is maintained to prevent reduction in the diameter of the pier shaft due to earth pressure and to prevent in-situ materials from falling into and mixing with the concrete. _ c. Carefully check elevation of the top of reinforcing steel cage before and after casting extraction.Upward movement of the steel not exceeding 1 inch,or downward movements not exceeding l inch for every 10 feet of pier length will be considered acceptable. Upward or downward movements beyond these limits will be cause for rejection of the pier. G. Cave-ins: L Remove soil which sloughs into the excavated pier shaft prior to concrete placement: 2. During concrete placement, if the Engineer has reasons to suspect that concrete was breached by the soil or that the pier, for any other reason,may contain extraneous material, or othenvise is not in conformance with Drawings and Specifications, the Engineer may order testing of the pier by coring or other methods. a. Pay for testing and additional construction as required by the Engineer, if the work is found defective. b. If work is found to be not defective, testing cost will be paid by the Owner. F H. Tolerances: 1. Specified Tolerances: ! a. The centers of the tops of the drilled piers and reinforcing cages shall not deviate from the plan locations indicated on the Drawings by more than l-inch total. b. The elevation of the top of the drilled piers shall not be more than 1/2 inch higher nor more than 1 inch lower than the elevation indicated on the Drawings. c. The drilled piers shall not deviate from the vertical more than 1 percent of total pier length, nor 2 inches total. — d. Roundness-Boring and/or casing maximum 2 percent deviation when installed. 2. Piers out of Tolerance: Replace,add supplemental piers, or make modifications to structure as directed by Engineer. Such work shall be performed at no additional cost to the Owner. 02467 F 071005 g1s 02467-8 7/15/205 City of Fart Wonh Eagle Mountain W-I? Phase III Expansion 3.02 ADJUSTMENT A. Costa associated with Engineer's structural review of any piers constructed outside the specified i' tolerances, or Engineer's structural review of evaluations conducted by others, shall be the responsibility of the Contractor. w 3.03 PAYMENT A. Basis of Payment: For bidding purposes, include in the lump sum given in the Bidding Schedule all work embraced by this section, complete, based upon the number and length of piers as indicated on the Drawings. I. Should it be necessary to drill any or all of the piers to a greater depth,the contract price will be adjusted by adding the unit price per linear foot identified in the Bidding Schedule for the additional length of each pier between the elevation indicated on the Drawings, and the final tip elevation. • 2. For decrease of pier depth,a deduction based on the unit price per linear foot identified in the Bidding Schedule will be made, 3. The contract sum will be subject to adjustment up or down as given above,depending upon the actual linear footage of piers drilled and accepted,as computed for each pier from the cutoff elevation indicated on the Drawings to the elevation at the bottom of the drilled pier where each pier meets the final criteria. a. No additional compensation will be allowed for cutting off piers,placement of concrete,placement of reinforcement,disposing of excess concrete,and any other operation incidental to.and necessary to properly drill piers in the positions and to the elevations required. END OF SECTION 02467 F 071005 gls 02467-9 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase M Expanssion SECTION 02490 LOAMM,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. B. See Civil Drawings for additional erosion control requirements for Permanent Ground CoverNegetation. 1.132 RELATED WORK A. Site preparation including clearing,grubbing and stripping is included in Section 02100- B. 44_B. Trenching,Backfilling and Compaction is included in Section 42221. C. Sedimentation and Erosion Control is included in Section 02270. 1.03 SUBMITTALS A. Samples of all materials shall be submitted for inspection and acceptance as specified herein. PART 2: PRODUCTS 2,01 MATERIALS A. Topsoil shall be fertile, friable,natural topsoil typical of topsoil of the locality and shall be obtained �* from a well drained site that is free of flooding. The material jocally 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 between7A 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 100 degrees Celsius. The topsoil shall meet the following mechanical analysis: Percentage Finer 1-in screen opening 100 No. 14 mesh 95 - 100 No.270 mesh 35 -75 4.002..nuns' 5 -25 • Clay size fraction determined by pipette or hydrometer analysis. F437I6SO2490-dcc 02490-1 7/15�005 s City of Fort Womb Eagle Mountain WTP Phase iii Expanssion rr B. At least ten days prior to anticipated start oftopsoiling operations a twenty-five(25)pound sample of topsoil material shall be delivered to the Engineer for testing 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 G 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 I percent,and contain no noxious weeds. E. The seed shall be famished 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 gerrrlination- 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 slung. 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. PART 3: EXECUTION 3.01 APPLICATION A. Unless otherwise shown on the Drawings,topsoil shall be placed to a minimum compacted depth of 6-in and seed applied on all disturbed areas of the site not covered with structures, pavement, or existing woodland. Fit 3716SO2490.doe 02490-2 7115/7005 rCity of Fort Worth Eagle Mountain V,+TP rPhase tl!6xpanssRon 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(') Rye 35 Ibslacre September through February(`) Bermuda (unhulledi 12 Ibslacre Both rye and bermuda required if 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 1001 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 event condition. B. Subgrade shall be prepared by tilling prior to placement of topsoil to obtain a more satisfactory bond behveen the two layers. Tillage operations shall be across the slope. Tillage shall not take place on slopes steeper than 2 horizontal to I vertical or where tillage equipment cannot be operated. Tillage shall be accomplished by discing,or harrowing to a depth of 9-in parallel to contours. Tillage shall not be performed when the subgrade is frozen, excessively wet, extremely dry or in other conditions which would not permit tillage, The subgrade shall be rafted and all rubbish,sticks,roots and stones larger than 2-in shall be removed. Subgrade surfaces shall be raked or otherwise loosened ' inu-ned 1 ately 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. 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 ftom the topsoiled area and disposed of by the Contractor. The areas shall also be free of smaller stones, in excessive quantities,as detem-une by the Engineer. The whole surface shall then be rolled with a hand roller weighing not more than k 00 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, Fa 371 GS4249o.ft-- 02490-3 7/152005 d. City of Fort Worth Eagle Mountain WT? Phase 11I Expanssion 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 ofmaterials to be used per 100 gallons of water. This statement shall also specify the number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. Upon completion of seeding operations,the Contractor shall furnish the Engineer with a certified statement on the actual quantity of solution applied. .. G. In order to prevent unnecessary erosion ofnewly 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 swalelditch 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 aparton 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 tartack,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. Fertilizer shall be applied prior to spreading of topsoil. 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 al 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. a F43716SO2490 dm 02190-4 7/1 smas -, City of Fart Worth Eagle MounWn WTP Phase lit Expanssion 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: I. 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. 1 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, Afte.. 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 F43 7 k 6502490.da 02490.5 M512005 City of Fort warn= Eagle Mountain WTP r Phase III Expansion SECTION 02535 no PAVEMENT PART I GENERAL 1.0I SCOPE OF WORK. A. Furnish all labor, tools, materials and equipment and ,perform all work necessary for the construction of aggregate base, asphaltic concrete paving, and concrete paving at the locations shown on the drawings_ 1.02 RELATED WORK A. Section 02100: Site Preparation B. Section 02220: Structural Excavation, Fill,and Backfill C. Section 03102: Concrete Formwork D. Section 03300: Cast-in-Place Concrete 1.03 SUBMITTALS A. Submit proposed mix design fnr asphaltic concrete pavement and concrete pavement to accordance with Section 01300. 1.04 QUALITY CONTROL A. Standards of the City of Fort Worth Transportation and Public Works (FWTPW): Unless otherwise noted,all paving and surfacing shall conform to the Interim Standard Specifications for the Construction of Roads of the FWTPW. Stone grading designations shall be as shown in FWTPW Specification 312. B. Soil Compaction Testing: Soil compaction testing shall be in accordance with this section and Section 02220. C. Observation and field compaction tests will be conducted during grading as directed by the Engineer in order to provide a basis for quality control and compliance with the specified degree of compaction and proper moisture content, D. Degree of compaction as set forth herein is the ratio, expressed as a percentage of the density of +� the fill material in the field to the maximum laboratory density of the same material determined by ASTM D1557, .. PART 2 PRODUCTS 2.01 MATERIALS A. Asphaltic Concrete Paving: 02535-Joc 02535-1 5/20/05 City of Fort Worth Eagle Mountain WTP Phase CIT Expansion 1. Mineral Aggregate: Aggregate for hot plant mix bituminous surface pavement shall be clean and free from decomposed materials, vegetable matter,and other deleterious substances with grading complying with City of Fort Worth Transportation and Public Works Division 3. 2. Aggregate Base: Aggregate base shall conform to grading as specified in FWTPW Division 2,Sub-base and Base Course. 3. Asphalt: Asphalt binder to be mixed with aggregate shall be a steam refined paving asphalt, grade 85-100,and shall comply with AASHTO M20 4. Hot Asphaltic Concrete Mix: Mixing and proportioning shall comply with FWTPW Division 3, Pavement and Surface Courses. B. Concrete Paving: Use Class A concrete as specified in Section 03300 for all concrete paving.. C, Lime Treatment: Lime Treatment shall consist of treating subgrade,subbase,and base material as specified in FWTPW Division 2, Item 210. PART 3 EXECUTION 3.01 INSTALLATION A. General: Roadways and parking areas shall be constructed to the widths, grades, and lines -- shown. Base courses shall not be constructed until the Engineer has approved the subgrade. The base course shall also be approved prior to the final surfacing operation. Maximum variations in finished grade of base course shall be plus or minus 0.05 feet. B. Subgrade: I. Subgrade: All areas to be paved shall be graded in accordance with Section 02220. The prepared subgrade shall be scarified to a depth of at least 12 inches and reeompacted to at least 95 percent of the maximum density. If specified densities cannot be achieved,six inches(6')of the subgrade shall be lime treated as specified in Paragraph 2.0I.C. .. 2. Aggregate Base: Placing of aggregate base shall comply with and as herein modified. The Contractor may elect to use any method of placing and compacting that will provide a uniformly dense material of a relatively compaction of not less than 95 percent as determined by ASTM Test Method D1557. 3. Prime Coat: Prime coat shall be applied at the approximate rate of 0.20 to 0.50 gallons per square yard. Application shall comply with the City of Fort Worth Transportation and Public Works Specifications. Prior to placement of subsequent material, any excess asphalt which has failed to penetrate the surface shall be blotted with clean sand. 3.02 ASPHALTIC CONCRETE PAVEMENT A. Prepare subgrade as specified in Paragraph 3.01.A and 3.01 B.1, 2 and 3 B. Spreading and compacting: Asphalt concrete may be placed and compacted by any acceptable 02535.doc 02535-2 5/20/05 .. r■ City of Fors Wordi Eagle Mountain WTP pe Phase III Expansion inethod that will provide a uniformly dense mat, free from irregularities or mismatched joints. C. Pavement Thickness: Pavement thickness shall be as shown on drawings. 3.03 PORTLAND CEMENT CONCRETE PAVEMENT A. Prepare subgrade as specified in Paragraph 3.01.A and 3.01 B.1, 2 and 3 B. Install reinforcing,as shown on drawings. C. Set forms and place concrete. Pavement thickness shall be as shown on the drawings. Concrete • mixing and placement shall be as specified in Section 03300 - Cast-in-Place Concrete. Formwork shall be as specified in Section 03102-Concrete Formwork, D. Finishing Concrete Pavement; i. Thoroughly work concrete around reinforcement and embedded fixtWCS. 0FR 2. Provide a mechanical strike and tamping template jitterbug} the width of the pavement. Shape the template to the pavement section. Strike off concrete with a strike-off screed. Move the strike-off screened forward with combined transverse and longitudinal motion in direction work is progressing, maintaining the screed in contact with the forms, and maintaining a slight excess of materials in front of the cutting edge, Tamp the concrete with a tamping template. 3. Use a longitudinal float to level the surface. 4. After completion of the straightedge operation, finish concrete to match adjacent pavement. If no adjacent pavement,make the first pass of a burlap drag consisting of 4 plies of 10 ounce burlap material as soon as construction operations permit and before the water sheen has disappeared from the surface. Follow this by as many passes as required to produce the desired texture depth. Permit no unnecessary delays between passes. Keep the drag wet, clean,and free from encrusted mortar during use. END OF SECTION a SIZEflQ . 02535.doc 02535-3 ,• City or Fon Wonh Eagle Mountain WTP Phase 111 Expansion SECTION 02605 PRECAST REINFORCED CONCRETE PIPE TRENCH PART 1 GENERAL 1.0I 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. v B. Trenching,backfilling and compaction is included in Section 02221 MW C. Concrete,concrete reinforcement and joints are included in Section 03300- D. Grout is included in Section 03360. I.03 SUBMITTALS 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 STANDARDS A. American Society for Testing and Materials(ASTM) I. ASTM C33 -Standard Specification for Concrete Aggregates. 2. ASTM C150 -Standard Specification for Portland Cement. 3 ASTM 0260-Air-Entraining Admixtures for Concrete. r* 4. ASTM 0494-Chemical Admixtures for Concrete. 5. ASTM A615—Standard Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 6. ASTM A496 - Standard Specification for Steel Wire, Deformed. for Concrete Reinforcement. F437 i 6SO2605 02605-1 7)15/2005 City of Fort Worth Eagle Mountain WTP Phase 111 Expartsion 7. ASTM A497 - Standard Specification for Steel Welded Wire Fabric,Deformed, for Concrete Reinforcement. 8. ASTM A36-Standard Specification fur 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 perrnitted, 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 5,400 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,maintenance,spare parts and manufacturer's service. C_ Cement shall conform to ASTM 0150,Type II cement or equal. F43716542645 02605-2 7/15/2405 City of Fast Worih Eagle Mouniain WTP Phase III Expansion 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. Marls 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 sections shall have interior dimensions of 48-in wide by 24-in deep as shown on the Drawings. Each section of trench shall be provided with concrete lid designed for road crossing. The structural design of the trench section shall be based on 340 lbslsf for top lid live load and ' AASHTO HS20 loading for the bottom slab. B. Non-air-entraining Portland cement conforming to ASTM C 150,Type 11 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 permitted subject to the specific approval of the Engineer.The use of any other admixture will not be permitted r. D. Fine aggregate shall consist of washed inert natural sand conforming 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 conforming 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 5404 psi. The concrete mass shall be dense and uniform. 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 true to the proposed lines and grades. H. Joints sealant shall be used to install the trench system.One coat of concrete sealant primer x• 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 formed 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 conform to Fed. Spec. SS-S-0+0210 Y 1. Each concrete lid shall be provided with four galvanized pulling/lifter plates. J. Unistrut channels shall be embedded in the trench walls for mounting pipe supports as shown on the Drawings. C F43716502605 02605-3 7/15/2005 1 City of Fon Worth Eagle Mountain WT? Phase IM Expansion PART 3 EXECUTION 3.01 LAYING 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 i» full accordance with the manufacturer's instructions. 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 F437 36SO2605 02605-4 7115/2005 A City of Fort Worth Eagle Mountain WT? Phase!TI Expansion SECTION 02613 CONCRETE PRESSURE PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, tools,equipment and incidentals necessary to install, ready for operation and test concrete pressure pipe and fittings,rubber gaskets,mortar for inside joints for pipe 30-in diameter and larger and for outside joints of all pipe as shown on the Drawings and as specified herein. B. Bar-wrapped concrete pressure pipe(AWWA C-303)may be used for pipe 60-inch diameter and smaller. C. Prestressed concrete cylinder pipe may be used for pipe 36-inch diameter and larger. 1,02 RELATED WORK A. Trenching,backfilling and compacting are included in Section 02221. B. Granular materials are included in Section 02230. C. Valves and appurtenances are included in Sections 02610 and 15 100. D. Disinfection is included in Section 01656. 1,03 SUBMITTALS A. Submit shop drawings to the Engineer for review in accordance with Section 01300, showing all details of reinforcement,concrete and joint dimensions for all pipe and fittings. Submit a tabulated laying schedule which references stationing and invert elevations as shown on the Drawings as well as all fittings,bevels,restrained joints, outlets, tees.,bends, adapters,closures and specials,along with the manufacturer's drawings and specifications indicating complete details of all items. The laying schedule shall show pipe class, class coding,station limits and transition stations for various pipe classes. The above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. B. Submit anticipated production and delivery schedule. C. Design Data 1. Submit all design data in accordance with AWWA C304 for prestressed concrete cylinder pipe and AWWA C 303 for bar-wrapped concrete pressure pipe. D. Test Reports I. Shop test results as applicable per AWWA C301-92 or A WWA 0303-95. 2. Field pressure/leakage tests. E. Certificates F43716502613.ecc 02613-1 715/5 City of fart worth Eagle Mountain WTP Phase flf Expansion 1. Prior to shipment of pipe,submit certified affidavit of compliance stating that the pipe for this Contract was manufactured, inspected and tested in accordance with the AWWA standards specified herein. 1.04 QUALIFICATIONS A. The materials specified herein are intended to be standard types of bar-wrapped concrete pressure " pipe and prestressed concrete cylinder pipe and fittings for use in transporting water. B. All bar-wrapped concrete presure pipe and prestressed concrete cylinder pipe and fittings shall be furnished by reputable manufacturers with a minimum of ten years of experience in manufacturing concrete cylinder pipe 30-in and larger. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all referenced standards and " specifications. 1.05 REFERENCE STANDARDS A. The AWWA Standard and Design Standard for Bar-wrapped Concrete Pressure Pipe, Steel Cylinder Type(AWWA C303, latest edition)and Prestressed Concrete Cylinder Pipe, for Water and Other Liquids(AWWA 0301,latest revision and AWWA C304)are made a part of these Specifications. Documents referenced in AWWA C301,Section 1.3 form a part of AWWA C301 to the extent specified therein. B. Other standards applicable to the work specified herein are, but not limited to, the following; 1. AWWA 0200-Steel Water Pipe 6-in and Larger 2. AWWA 0301 -Prestressed Concrete Pressure Pipe, Steel-Cylinder Type, for Water and Other Liquids 3. AWWA 0600 -Installation of Ductile-Iron Water Mains and Their Appurtenances 4. AWWA C651 -Disinfection of Watermains 5. AWWA M-9-Concrete Pressure Pipe 6. AWWA M-1 I -Steel Pipe Guide for Design and Installation _ 7. AWWA C304-Design for Prestressed Concrete Cylinder Pipe 8. AWWA C303 -Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type C. American Association of State Highway and Transportation Officials(AASHTO) D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A. The bar-wrapped concrete pressure pipe and prestressed concrete cylinder pipe manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of ., AWWA 0303-95 and AWWA 03131-92.The Owner reserves the right to provide, at Owner's expense, the services of an independent testing agency to verify testing of the pipe. r43716so2613.da: 02613-2 7115/05 City of Fon Worth Eagle Mountain WTP Phase III Expansion B. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements,even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once, unless otherwise approved by the Engineer. PART 2: PRODUCTS r2,01 MATERIALS A. Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of AWWA 0303 for bar-wrapped concrete pressure pipe and AWWA 0301 for Prestressed Concrete Pressure Pipe, Steel-Cylinder Type, for Water and Other Liquids. Core and coating thickness for pipe shall be as specified in AWWA 0301 and C303, rB. Concrete pressure pipe and fittings shall be manufactured by Hanson Pipe and Products, Inc., or approved equal. C. Design Conditions 1. Pipe shall be designed in accordance with the AWWA C304-92 Design Standard, using the following design conditions; these conditions shall also be used in designing fittings that include a reinforced concrete exterior coating of the steel cylinder: a. External Loading r1) The earthload shall be taken as the greater of the following: F (a) Depth from existing ground level to top of pipe as shown on plans, or (b) Six feet minimum in all cases. 2) Earthloads (deadloads)shall be computed as outlined by the"Concrete Pipe Design Manual" and the "Concrete Pipe Handbook",American Concrete Pipe Association, latest editions. Trench width is assumed to be that giving the maximum load on the .. pipe(transition width)for the following parameters: 1 (a) Soil Weight=120 pounds per cubic foot (b) Ku' =0.130 3) Live loads shall be calculated as: (a) Pipe in Streets AASHTO H-20 for two trucks passing (b) Pipe within railroad right-of-way Coopers E-go. ► (c) Bath H-20 and E-80 load shall be computed in accordance with the"Concrete Pipe Design Manual" and the"Concrete Pipe Handbook". b. Internal Pressure 2. Design working pressure for all plant piping(Pw)shall be 50 psi, except for the potable water piping downstream of the high service pump station,which shall be 150 psi. R F43716502613-doe 02613-3 7/15105 Cory or Fort Worth Eagle Mountain WTP Phase III Expansion D. Fittings 1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in paragraph 2.01 C1 of this Section, In addition,under the internal loading conditions described in Section 2.01 C2 of this specification,the thickness shall be determined in accordance with Chapter 8 of AWWA ` Manual M9. 2. Fabrication of the fittings shall be as per the applicable standard and AWWA Manual M9. 3. Interior and exterior concrete/mortar coating shall be as per the applicable standard. E. The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi,or 7 days after manufacture,and/or repair,whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits,blisters, rough spots,minor breakage,and other imperfections may be repaired, subject to the approval of the Engineer,after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4504 psi at the end of 28 days,when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling from interior of pipe shall be reason for the rejection of pipe, Pipe may be repaired under unloaded conditions(removal of prestressing wire). Cement mortar used for repair shall have a minimum compressive strength of 3000 psi at 7 days and 4500 psi at 28 days. New prestressing wire may be applied when the compressive strength as determined by cylinder testing equals or exceeds the strength required for prestressing as stated in AWWA C30 I_ F. Cement shall be Type I or II and shall be in accordance with ASTM C150. G. The pipe core shall be manufactured by the centrifugal or vertically cast process. H. Mortar coatings shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate,by weight. Rebound, not to exceed one fourth of the total mix weight may be used,provided the rebound is treated as fine aggregate. 1. Bell and spigot joint rings shall be steel,self-centering type,and otherwise as specified in AWWA 0301. J. The rubber gaskets shall be in accordance with AWWA 0301, K. Bell and spigot wall fittings shall be equal to those manufactured by Gifford-Hill-American,Inc. Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and construction. L. Restrained joints, installed as indicated on the Drawings or as directed by the Engineer,shall be the field welded, clamp type or snap ring type as manufactured by Gifford-Hill-American,Inc.,or approved equal. M. Radii for curved sections as specified on the Drawings may be produced by joint deflection up to 75 percent of that recommended by the manufacturer. Deflections required which are in excess of those recommendations shall be produced by beveling one or both ends of the pipe. N. Bends shall be fabricated to the degree of curvature required. F43716S02513.dcr 02613-4 7A 5/05 � City of Fort Worth Eagle Mountain WTP V Phase IIT Expansion PART 3: EXECUTION 3.01 GENERAL A. Care shall be taken during loading,transporting,and unloading to prevent injury to the pipes, fittings,or coatings. Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work,and when laid shall conform to the lines and grades shown on the Drawings. B. All pipe and fittings shall be subjected to a careful inspection and mortar coating disbanding and soundness test by tapping with a hammer prior to installation. C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner. ,. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured. For prestressed concrete cylinder pipe,pipe found to have longitudinal cracks from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. 3.02 INSTALLING CONCRETE PRESSURE PIPE A. Concrete pressure pipe and fittings shall be installed in accordance with requirements of AWWA M4,Concrete Pressure Pipe, except as otherwise provided herein. A firm,even bearing throughout the length of the pipe shall be provided by digging bells holes at each joint and by Fe tamping granular fill at the side of the pipe to the springline. BLOCKING WILL NOT BE PERMITTED. B. All concrete pressure pipe shall have a minimum of three feet of cover. Pipe shall be laid such P that the invert elevations shown on the Drawings are not exceeded. C. The pipe interior shall be maintained dry and broom clean throughout the construction period. ' D. Gasket,gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends looking ahead. As soon as the tongue is centered in the groove of the previously laid pipe, it shall be forced home with approved automatic equipment. After the gasket is compressed, verify the position of the gasket with a feeler gage provided by the pipe manufacturer. P E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wire or steel strapping stitched into its edges. Mix a 1:2 mortar grout of sufficient liquid consistency to flow easily and pour it into the joint recess beneath the cloth band. To assist the flow and to assure complete filling of the entire recess completely around the pipe, rod the joint recess with a stiff-wire curved to the radius of the pipe. Close the joint recess at the top with a stiffer mix of the same mortar. F. Pack interior joints of pipe 30-in in diameter and larger with mortar after backfilling is completed. Mortar grout shall be employed, consisting of one part by volume of Portland cement, 1-112 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33 and sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry, crumbly consistency and shall be pushed into place and troweled to make a smooth joint. F43716SO2613.dcc 02613-5 7/15105 City of Fort worth Eagle Moantain WTP Please ill Expansion _ G. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recornmended by the manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing utilities or other obstructions which may be encountered upon opening the trench. H. Have on hand a sufficient supply of assorted short pipe lengths, adaptors,and any other fittings necessary to prevent delays in pipe layings. 1. Concrete thrust blocks shall be installed at all fittings not provided with approved mechanical restraints as provided herein, and other locations as directed by the Engineer. Minimum bearing area shall be as shoGvn on the Drawings. Joints shall be protected by felt roofing paper prior to - placing concrete. Concrete shall be placed against undisturbed material. and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side towns or sand bags shall be provided for thrust blocks. J. Restrained joints shall be installed to the Iimits indicated on the Drawings or as directed by the Engineer in accordance with applicable provisions of the above. 3.03 TESTING A. Hydrostatic and Leakage Tests I. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines. The procedures and method for carrying out the pressure tests shall be approved by the Engineer. ?. Make any taps and furnish ail necessary caps,plugs,bulkheads,etc.,as required in conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any _ other equipment required in conjunction with carrying out the tests. Hydrostatic pressure and leakage tests shall conform with AW WA M-9. 3. Ail pipelines shall be subjected to a hydrostatic pressure of 50 percent above the normal operating pressure at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be permitted shall be in accordance with AWWA C600. 4. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes,valves,and accessories shall be removed and replaced. 5. The Owner will supply at no cost to the Contractor a maximum quantity of water for testing purposes equal to I 10 percent of the volume of the pipeline. The Contractor shalt furnish and install the necessary connections which may be required to transport the water to the pipe being tested. Additional water required will be provided at the Owner's standard rates for the volume required. 3.04 CLEANING A. At the conclusion of the work,thoroughly clean all of the new pipelines by flushing with water or _ other means to remove all dirt,stones,pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest manhole. If, after this cleaning,obstructions remain, they shall be removed. F43716SO2613.dm 02613-6 7/15/05 Ciry of Fon Worth Eagle Mountain W-fP Phase III Expansion 13, After the pipe lines are cleaned and if the ground-water level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced. 3.05 DISINFECTION A. Before being placed into service,pipelines which will convey potable water, MCI Lid ing backwash water, shall be disinfected in accordance with Section 01656 and AWWA C-551. END OF SECTION F437 i GSO2613A(c 02613-7 7/1 SMS City of Fort Worth Fele Mountain WTP Phase M Expansion SECTION 02615 STEEL PIPE, FITTINGS AND SPECIALS PARTI: GENERAL 1.0 1 SCOPE OF WORK A. The Contractor shall furnish labor, materials, equipment, and incidentals required and install, complete,ready for operation and field test buried steel pipe, fittings and specials as shown on the Drawings and as specified herein. B. Steel pipe shall include welded steel and fittings. 1,02 RELATED WORK A. Disinfection of Potable Water Facilities is included in Section 01656. B. Testing of Pipelines is included in Section 01666. C. Trench Excavation,Backfill,and Compaction are included in Section 02221. D. Coatings are specified in Division 9. E. Non-buried steel pipe and fittings are specified in Section 15061. F. Piping specialties are included in Section 15120. G. Buried Valves, Hydrants and Appurtenances are included in Section 42640. 1.03 SUBMITTALS A, Submit shop drawings in accordance with Section 01300. Include dimensioning and technical specifications for all piping, fittings and specials to be furnished. B. The Contractor shall submit the following: I. Detailed pipe drawings, specials and fittings. ?. Laying diagrams, 3. Quality assurance reports. a. Quality assurance test reports for pipes,specials and fittings. b. Quality control test reports for each production run of pipe, including production welds,mill test reports of all steel plates,sheets and other materials used, C. Submit the certified test reports for the following materials. '' F437165Q2615.doc 02615-1 7/15/2005 city of Fort Worth Eagle Mountain WTP Phase III Expansion 1) Steel as required by ASTM A572, Grade 42,ASTM A139, Grade C, or ASTM A53, Grade B,depending upon the type of steel used in the fabrication or manufacture of pipe. { 2) Stainless steel bolts and nuts as required by ASTM A193 Grade B7. d. Submit hydrostatic test reports. e. Submit welder's qualification certificates. f. Submit affidavits of compliance from the manufacturer for the following: l) Steel pipes, specials and fittings as required by AWWA C200. 2) Cement mortar protective lining as required by AWWA C205 and C602. 3) Tape coatings for the exterior of steel pipes, specials and fittings as required by AWW A 0209 and AWWA 0214. 4) Field welding of steel water pipe as required by AWWA C206. 5) The affidavits of compliance shall be certified by a Registered Professional F Engineer. g. Submit manufacturer's pipe installation guide. h. Submit manufacturer's standard pipe repair procedure. 1. Submit manufacturer's written quality control procedures. 1.04 REFERENCE STANDARDS - A. Steel pipe and fittings shall conform to applicable standards of ASTM,ANSI, and AWWA, B. Standards: The following AWWA standards shall apply to the furnishing and installation of all steel pipe: A1VWA Standards Title C200 Steel Water Pipe 6-Inches and Larger C203 Coal-Tar Enamel Protective Coatings for Steel Water Pipe C205 Cement-Mortar Lining and Coating for Steel Water Pipe 4-Inches and Larger- Shop Applied C206 Field Welding of Steel Water Pipe C207 Steel Pipe Flanges C208 Dimensions for Steel Water Pipe Fittings F43716502615.do: 02615-2 7/15/2005 - City of Fort worth Eagle Mountain%VT P Phase III Expansion C209 Cold Applied Tape Coatings for Special Sections, Connections, and Pittings for R Steel Water Lines 0214 Tape Coating Systems for the Exterior of Steel Water fines 0602 Cement Mortar Lining of Water Lines 4-Inches and Larger In-Place 0651 Disinfecting Dater Mains Mil Steel Pipe-A Guide for design and Installation C. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall supply. 1.05 SYSTEM DESCRIPTION A. Design Requirements 1. Pipe and fittings shall be designed in compliance with AWWA M1 I to withstand the most critical simultaneous application of external loads and internal pressures under design conditions as follows: a. Internal Loading: 1. Design pressure shall be 50 psi,except for potable water piping downstream of the high service pump station which shall be 150 psi. 2. Surge allowance shall be 40 percent of design pressure. 4. Test pressure shall be 150 percent of design pressure. 4. Water temperature-90°F maximum, 40 °F minimum. b. External Loading for Buried Piping: 1. Earth load shall be for cover and bedding conditions shown on the Drawings. Earth load shall be calculated based on ditch and positive projecting conduit. The earth load for the pipe design shall be the greater of the above two conditions. 2. External live load shall be at least equivalent to AASHTO HS-20 loading. C. Maximum Working Stress: 1. The stress due to design pressure shat! be no greater than 50 percent of the minimum yield strength. However, regardless of the yield strength of the steel, the maximum combined stress based on design pressure shall never exceed 16,500 psi. F43716S42615.(cc 02615-3 7/15/2005 City of Fort Worth Eagle Mountain W`rP Phase III Expansion 2. The stress due to test pressure shall not exceed 75 percent of the minimum yield strength, However,regardless of the yield strength of the steel the maximum combined stress based on test pressure shall not exceed 24,000 psi, d. Modulus of soil reaction(E')<1,000 psi. e. Unit weight of fill (w)> 130 pcf. f. Deflection lag factor(D1)= 1.5. -- g. Bedding constant(K)=0.100, 11. Fully saturated soil conditions:hw=h=depth of cower above top of the pipe. i. Maximum deflection shall be I%of the pipe diameter. _ (1) Maximum deflection shall be calculated using moment of inertia of steel cross section of pipe wall. (2) Moment of inertia of cement mortar lining shall not be included in calculation of maximum deflection. j. In no case shall the wall thickness of the steel pipe cylinder he Iess than the minimum listed below or as specified on the Drawings,whichever is greater. Diameter Range Wall Thickness (inches) inches 24 and under 3116 26-36 114 38-45 5116 .� 48-54 318 60- 108 1/2 k. Pipe Lengths: All exterior(yard)underground steel pipe lengths shall be fabricated in 20 foot nominal lengths,or as required for ease of installation. Maximum pipe length steal l be 40 feet. 1.06 HANDLING,STORAGE AND SHIPPING A. Pipe and fittings shall be loaded,transported,unloaded and otherwise handled in a manner and by ~- methods which will prevent damage of any kind.Handling and storage of pipe and fittings shall be in accordance with the manufacturer's instructions. Pipe shall be handled and transported with equipment designed, constructed and arranged to prevent damage to the pipe,lining and coating. Bare chains,hooks,metal bars, or narrow skids or cradles will not be permitted to come in contact with the coatings. B. Cross braces or stulIs shalI be installed horizontally and vertically by the manufacturer at intervals proposed by the manufacturer and approved by the Engineer prior to shipping, in each joint of pipe to eliminate possible damage due to excessive deflection. Spiders shall be installed by the .� manufacturer in the joint ends of all Fittings. Stulls shall remain in place,horizontally and F43716SO2615.dre 02615-4 7/15/2005 — a City of Fort Wroth Eagle Mountain WTP Phase Ill Expansion vertically positioned at all times during storage and shipping, and until all welding, backfilling and compaction has been completed. Under application of trench backfill and external loads, the decrease in any diameter of the pipe shall not exceed the deflection criteria as set forth in Section 1.05 b.1. of this Specification. Otherwise, the pipe joint shall be excavated and relaid as new pipe to meet this requirement. C. Coated pipe shall be shipped on padded bunks with nylon belt tie-down straps or padded banding located approximately over stalling. D. Coated pipe shall be stored on padded skids, sand or dirt berms, sand bags, old tires or other suitable means so that coating will not be damaged. E. Coated pipe shall be handled with wide belt slings. Chains,cables or other equipment likely to cause damage to the pipe or coating shall not be used. F. Prior to shipment, the pipe to be buried shall be visually inspected for damage to the coating and repaired by proper methods according to AWWAA C205. 1.47 PROJECT/SITE REQUIREMENTS A. Existing Conditions and Field Verifications 1. The locations of existing underground utilities are shown in an approximate way only and. have not been independently verified by the Owner or his representatives.The Contractor shall determine the exact location of all existing utilities before commencing work and agrees to be fully responsible for any and all damage which might be occasioned by the Contractor's failure to exactly locate and preserve underground utilities, Field verify the exact location and elevation of the following pipeline prior to commencing work for tie-ins. 1.08 QUALITY ASSURANCE A. The steel plate fabricator shall be certified by the Steel Plate Fabricators Associates(SPFA). PART 2. PRODUCTS 2.01 GENERAL A, Steel pipes shall be furnished by a single manufacturer who is fully experienced, reputable, and qualified in the manufacture of the steel pipe to be furnished, 2.42 WELDED STEEL PIPE A. Furnishing and installation of welded steel pipe shall conform to standards specified in Item 1.04. B. The quality of all materials, the process of manufacture, and the famished pipe 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 after delivery, or at both places,and the pipe shall be subject to rejection at any time on account of failure to meet any of the Specification requirements, even though sample pipes may have been accepted as satisfactory at the place of F437165o2615.dcr 02615-5 7/1512005 City o4 Fon Womb Eagle Mountain WTP Phase 11!Expansion �. manufacture.Pipe rejected after delivery shall be marked for identification and shall be removed from the site at once, C. Design Conditions 1. Pipes and fitting shall be designed as specified in Item 1.05.13. 2. Expansion and Contraction: In addition to the criteria set forth in Item 1.053, all Welded Steel pipe, fittings and special laid underground shall be designed and installed to safely resist all resulting stresses,of whatever nature,that can occur from expansion and contraction due to temperature changes from 40°F minimum to 90°F maximum. In particular, the completed piping system shall be designed to relieve all temperature stress, thrust and axial bending that will be imposted at angular changes in direction,joints,bends, tees,reducers, valves,dead ends,and the like. a. Contractor Responsibility. The Contractor shall have total responsibility for the design and installation of expansion and contraction joint systems that will protect the various pipelines against excessive movement, failures,breakage,buckling, valve body fractures,and line ruptures.General requirements are as shown in the plans and details and shall be in conformity with stipulations made hereinafter. b. The expansion and construction joint system shall provide adequate alignment guides to insure that movement at the expansion joint is axial only. Alignment guides should be placed as close to the expansion joint as possible. Accordingly,the proposed concrete vaults should be modified by the Contractor to meet his required design condition. C. Proper anchoring is vital to the normal operation of the piping system. Anchoring �- shall stabilize the pipeline where concentrated loads could occur such as terminal points,changes of direction,valves or fittings.Anchors should divide the pipeline into straight runs of independently expanding and contracting segments,Iimiting the .. dimensional changes to each segment and, thus, establishing the limits of movements to be absorbed by the expansion joints.The alignment guide system shall be designed and set properly for free movement and with no binding in the slip type pipe expansion joint systems. Any joint that"binds" will be rejected. Due design consideration shall be incorporated for proper construction to allow free longitudinal travel of the slip pipe within the design litnits throughout the year. Ways and means of outside measuring the longitudinal travel distance shall be incorporated into the joint design.The required"field setting" for the time of year the joint is installed shall be indicated in the shop drawings. D. Fittings and Specials 1_ Fittings and specials shall comply with the requirements of AWWA M11 Chapters 9 and 13, AWWA 0208,AWWA 0301 Section 4,as shown on the Drawings and as specified herein. 2. Fittings and specials shall be fabricated of steel plate having a minimum thickness of 318- inch. In no case shall the thickness of fittings and specials be less than the nominal thickness of the same diameter steel pipe.Center line of bend radii shall be 2.5 times the pipe diameter unless shown otherwise in Drawings. Elbows for the plant piping shall be in accordance with Table 2 of AWWA 0208. Deflection angles shall not exceed 22-1/2 degrees per section F43116SO2615 dw 02615-6 7/15/2005 City of Furl Worth Eagle Mountain WT!' Phase 111 Expansion unless shown otherwise on the Drawings. Branches of all fittings,exposed in pump station interior and pipe galleries, shall be reinforced with full circumference wrapper type plates designed for longitudinal,shear,bending and torsion stresses owing to distortion, unbalanced pressure and thrust combined loadings. Branches of all fittings and specials on outside buried pipelines shall be reinforced by crotch plates. Crotch plates shall follow the +� intersections of runs with branches whether the intersections are straight or curved. 3. Reinforcement.Buried pipe fittings shall have wire fabric reinforcement applied to the interior surfaces. Fittings exposed inside buildings or pipe galleries shall have wire fabric reinforcement applied only to the interior.Fabric shall have a maximum spacing of 2-inches by 4-inches and shall be a minimum Wl welded-wire fabric,held 3!$-inch from the surfaces r,t of the steel plate or within the middle third of the coating thickness for mortar less than 314- inch in thickness. fittings constructed with supplemental external reinforcement shall have a cage or cages of required cross sectional area around the cylinder and openings in place of the welded wire fabric.The cages shall have sufficient longitudinal reinforcement to provide proper placement of the circumferential reinforcement. 4. Fittings, Lining and Coating, :Fittings and special pieces shall be cement mortar lined and cement mortar coated or painted as specified.Pipe openings in the steel liner shall be mortar coated on the inside surfaces.The mortar lining shall be three-quarter inch thick.The steel cylinder shall be covered with a cement mortar coating system,or painted if exposed to t view. E. Mortar Linings and Coatings 1. In-place cement mortar lining shall be applied for buried pipe sizes 48-inches and above in diameter as specified herein.Welded steel pipe,size 4-inch through 42-inch diameter,shall be supplied with shop applied cement mortar lining. Welded buried pipe shall be cement mortar coated in the plant.Piping exposed to view shall be painted from outside as specified herein. The Contractor shall obtain from the manufacturer and furnish to the Engineer an affidavit that all linings and coatings comply with the applicable requirements of this Section Specific details applicable are: ,.' a, Shop applied mortar protective liftings shall be in accordance with AWWA C205,and in-place cement mortar linings shall comply with the requirements of AWWA 0602. ir b. Apply interior lining only on pipes, fittings and specials that are to be installed in interior building locations and where buried in concrete.The exposed exterior surfaces shall be thoroughly cleaned by sand blasting and given a prime coat of Tnemec "77 Chem-Prime" applied in the shop. 2. Shop Applied Cement Mortar Lining. Cement mortar lining shall be applied by centrifugally spinning.Miters, angles,bends,reducers, and other specials shall be lined with mortar applied by hand troweling,mechanical placement, or a method obtaining equivalent results. Linings shall have minimum thickness set forth in AVVWA C205, Section 4 for pipe size fl- inch through 36-inch. For all pipe sixes greater than 36-inches,the minimum lining thickness shall be 314-inch.Pipe with flanged ends shall have mortar lining placed unbroken throughout to the flange face.On pipe sections having a single-welded lap joint,provide the pipe with linings cutback from the joint end to facilitate jointing and welding of the pipe. These cutbacks shall be such that a gap no more than two to four inches will result when the bell and spigot are engaged. F43716SO2615.der 02615-7 7/15/2005 City of Fort Worth Eagle Mount;iin WTP Phase III Expansion 3. In-Place Cement Mortar Lining. in-place cement mortar lining shall be applied after the pipe is in place and the trench is backfilled to the existing or proposed grade. The Contractor shall make provisions to line the pipe in the field at valves and special fittings at no additional cost to the Owner.The rate of travel of the machine and the rate of mortar discharge shall be mechanically regulated to produce a smooth surface and uniform - thickness throughout.The minimum lining thickness shall be 314-inch. 4. Cement Mortar Coatings. Cement mortar coating for buried pipe shall be in accordance with , AWWA C205. The coating shall be a minimum 3f4" thickness. F. Pipe Joints 1 Pipe joints shall be the type indicated on the Drawings and as specified.Three approved type of pipe joints are as follows: a. Flanged ioints shall be used on all pipe, fittings and specials on welded steel piping exposed and on buried pipe systems to connect valves and appurtenances. b. Field welded joints for buried steel pipes shall be full-fillet double lap-welded type Joint. c. Butt weld type joints, having beveled ends for field welding,wi Il be permitted only when indicated on the Drawings and will require approval from the Engineer. G. Pipe Appurtenances I. Flanges. Unless otherwise noted flanges shall be Class B and shall be in accordance with AWWA 0207. Attach flanges to pipe with bolt holes straddling the vertical and horizontal centerlines. Additional flanged joints may be added by the Contractor,at no additional cost, to facilitate fabrication,handling, transportation and field assembly. All buried flanges shall be cement mortar coated. The Contractor shall coordinate the dimensions and drillings of the flanges for valves, pumps and other equipment to be installed. 2. Flange Bolts and Nuts. Flange bolts and nuts shall be furnished in size and number stipulated in AWWA 0207. Furnish and install stainless steel flange bolts and nuts where specified on the Drawings. Bolts and nuts shall be greased and attached to the flanges before _ delivery, 3. Gaskets. Gaskets to be fisll-face for use with flat face flanges and ring type for use with raised face flanges. Gasket material for water services pipes shall be cloth inserted rubber - sheet, 118-inch thick or red rubber,ASTM D1330,Grade 1, 118-inch thick,The O-ring joint rubber gasketed shall conform to AWWA C200. Gaskets material for air piping shall be as above,but of EPDM.Cover entire inside surface of blind flange with gasket. 4. Mechanical Couplings. Mechanical compression couplings designed to provide a stress relieving flexible joint shall consist of a cylindrical sleeve, two gaskets, two follower rings and a set of bolts and nuts. a. Sleeve. ASTM A5 3, ASTM A512 or carbon steel having a minimum yield of 30,000 psi. Minimum sleeve length shall be five inches for pipe 12-inches and smaller, seven F43716SO2615 do; 02615-8 7/:512005 City of Fort worth Eagle Mountain WTP Phase Ill Expansion inches for pipe sizes 14-inches thru 24-inches, and 1 d-inches for pipe larger than 24- inches. b. Follower Rings. Malleable iron ASTM A47.Grade 2351 D, Ductile Iron ASTM A536, AISI C 10115 Steel or AISI C 11718 Steel. C. Bolts and Nuts. High strength low alloy steel with heavy, semi-finished hexagon nuts, d. Gaskets. Shall be of synthetic rubber suitable for operating conditions C. Finish, Manufacturea's standards. f. Manufacturer. Dresser Style 39 for buried mechanical couplings and Dresser Style 38 for in plant mechanical couplings. 5. Joint Harness. When specified or indicated on the Drawings,reinforce steel coupled joints with a harness of bolts as follows: a. Bolts shall span the steel coupling connecting to steel lugs. b. Lugs shall be either welded to the pipe or to a sleeve which is welded to the pipe. C. Bolt length and lug placement shall permit steel coupling to be slipped in one direction to clear joint. d. Anchor lugs and the number and size of tie rods shall be designed in accordance with AWWA Manual M-1 l and as indicated on the Drawings for the test pressure of 75 psi. e. Buried Couplings. Mechanical couplings, which are to be installed underground and the adjacent exposed pipe surfaces, shall be reprimed, after installation, and coated with coal tar enamel, All exposed surfaces,around the full perimeter, shall receive coal tar enamel not less than 118-inch thick.To assist in coating buried couplings, "Mar-Mac Diaper Coating forms" shall be used. 6. Steel pipe Sleeves and Wall Castings a. Sleeves for pike passing through floors and walls where shower oil the Drawings shall be steel pipe conforming to the details shown on the Drawings. Sleeves for use with water type rubber seals shall be sized in conformance with the seal manufacturer's requirements. b. A watertight seal at all wall sleeves shall be obtained using expandable rubber seal rings as shown on the Drawings. These seal rings shall be the modular mechanical type consisting of synthetic rubber links shaped to continuously fill the annular space between the pipe and wall sleeve.Links shall be loosely assembled with bolts to form a continuous rubber belt around the pipe with a pressure plate under each holt head and nut. After the seal assembly is positioned in the sleeve, tightening of the bolts shall cause the rubber sealing elements to expand and provide a watertight seal r' between the pipe and sleeve.The watertight seal shall be effective against a hydrostatic head as required to achieve a watertight seal of at least 4Q feet. The seal F43716S92415.d-- {72615-9 7/15/2095 City of Port Worth Eagle Mountain WTP Phase Ill Expansion shall also be constructed so as to provide electrical insulation between the pipe and wall, thus reducing chances of cathodic reaction between these two members. C. Flanged wall casting.,, for pipe passing through floors and walls where shown on the Drawings shall be steel pipe conforming to the details as shown on the Drawings. H. Welded Joints I. Pipe joints shall be full-fillet double lap-welded slip type in accordance with AWWA 0206 and Ml 1, latest edition. Either automatic or hand welders may be used at the Contractor's option. Prior to work being started, the Contractor shall provide proof of certification of qualification for all welders employed on the project for type of work procedures and positions involved, Qualification shall be in accordance with AWWA 0206. Ensure complete penetration of deposited metal with base metal.The filler metal must be suitable for use with the base metal.The inside of fittings and Joints must be free from globules of weld metal which would restrict the flow or become Loose. 2. On bell-and-spigot lap-welded slip joints, deflection may be taken at the joint bypulling a joint up to 3/4 inch as long as 1-112-inch minimum lap is maintained. The bell end may be miter cut to take deflections up to 5 degrees as long as proper joint tolerances are maintained. 3. Align piping and equipment so that no part is offset more than I/8 inch. Set all fittings and joints square and true, and preserve alignment during welding operation. 4. Welding rods shall be of type compatible with the metal to be welded to obtain the strongest bond E-70XX. 5. Field welding shall be either manual or automatic at the Contractor's option. a. Manual Welds. The metal shall be deposited in successive layers so that there will be _ at least 2.passes or beads in the completed welds.Not more than 3/16 inch of metal shall be deposited on each pass. Each individual pass, including the final one, shall be thoroughly cleaned by wire brushing and/or hammering to remove dirt, slag or flux. b. Automatic welds shall provide a single pass 3/8 inch fillet weld that fully develops the strength of the adjacent joints of pipe. 6. Welding shall not be performed under any weather condition that would impair tae strength of the weld,such as wet surface,rain or snow,dust or high winds,unless the work is properly protected, 7. Tack Welds, if used, must be of the same material and made by the same procedure as the completed weld. Otherwise,remove tack welds during welding operation. _ S. Remove dirt,scale, and other foreign matter from inside piping before typing in sections, fittings, or valves. 9. Tests of compliance with the Specifications will be made and paid for by the Owner. All lap weld joints shall be tested in accordance with ASTM E165. If defective weld is revealed the cost of the repair and testing of the repair will be paid for by the Contractor. The F43716So2615.dcc 02615-10 7/15/2005 City of Fort WoFtt, Eagle Moumiain WTP Phase tit Expansion Construction Manager shall have the full and final decision as to the suitability of all welds tests. I. Bell and spigot wall fittings shall be as shown on the Drawings. Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and installation. Wall fittings to yard piping shall be furnished to receive a spigot end of reinforced concrete pipe. J. Restrained joints, installed on all bends or as directed by the Engineer, shall be a double lap welded slip joint per Section $.l of AWWA M-1 1. K. Radii for curved sections as specified on the Drawings may be produced by joint deflection up to that recommended by manufacturer. Deflections required which are in excess of those recommendations shall be produced by beveling on both ends of the pipe. L. Access manhole branch out and rungs shall be as per the detail shown on the Drawings. M. All non-welded pipeline joints shall be continuously bonded for a cathodic protection and testing as shown on the Drawings. N. Cathodic test stations shall be in accordance with pipe manufacturer reconmrnendattons,Test leads shall not be placed taut in trench backfill. Leads are to be placed loosely with plenty of slack to prevent tension in the leads as backfilled is placed from trench settling. Leads shall be placed only in compacted backfill. Q. Design the pipe supports where indicated on the Drawings. Submit design calculations and details for review,prior to fabricating. Pipe support shall be designed for dead load, test pressure and temperature stresses. PART 3: EXECUTION 3.41 LAYING BURIED STEEL. PIPE AND FITTINGS A. Care shall be taken during loading,transportation,and unloading to prevent injury to the pipes, fittings, or coatings. Pipe or fittings shall not be dropped. Pipe and fittings shall be thoroughly cleaned before laying and when laid shall conform to the lines and grades shown on the Drawings. The pipe manufacturer shall provide the services of a service representative during the first delivery and unloading of pipe to the project site. B. The Contractor shall regulate his equipment and construction operation such as the loading on the 1 pipe does not exceed the load for which the pipe is designed and manufactured. C. The methods of jointing the pipe shall be in strict conformance to AWWA Ml 1 and these specifications.The pipe manufacturer shall provide the services of a service representative for the first 2 weeks of actual pie laying operations to advise the Contractor in all aspects of installing, handling, storing, cleaning inspecting,coating and lining repairs, and general construction methods relating to Welded Steel Pipe, D. As soon as the excavation is completed to the bottom of the excavation, the Contractor shall place - sand in the trench. The pipe shall then be firm bedded in the sand to conform to the line and grade indicated on the Drawings. Where indicated on the Drawings, sand shall be placed and compacted F4371fiso2615.dcr 02615-11 7/15/20(15 City of Fort worth Eagle Moun6alT!W P Phase III Expansion 1 a pint 12 inches over the top of the pipe, Sand shall be compacted to gine complete vertical and Iateral support for pipe. Tape all necessary precautions to prevent damage to the pipe and coating during consolidation. E. The interior joints of the pipe not subjected to in-place lining shall be filled with mortar after welding and backfilling is completed.Nonshrinking grout shall be employed, consisting of one - part by volume of cement, 1-112 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33, and 1/4 part by volume of EMBECO or equal. The mixture shall have a dry, crumbly consistency and shall be pounded into place and troweled to make a smooth I oint. F_ In-place Lining 1. The interior surface of the pipeline shall be cleaned prior to placement of cement mortar lining in the field. The pipe interior surface shall be free of oil, grease and accumulation of _ water. All loose mill scale, dirt,rust and construction debris shall be removed from the interior surface of the pipeline.The mortar lining shall be mechanically troweled. The application and troweling of the mortar shall take place at the rear of the machine so that freshly placed and troweled mortar will not be damaged. The trowel attachment shall be such that the pressure applied to the lining will be uniform and produce a lining of uniform thickness with a smooth, finished surface, free from spiral shoulders. The finished surfaces of the machine placed trowel lining shall be examined in accordance of AWWA 0602, - 2. Laterals and connections to the pipe being lined shall not be left obstructed by the lining operations.Openings in the pipeline for manholes outlets and bluff shall be temporarily closed and covered with removable coverings or other suitable devices to prevent the intrusion of the cement-mortar into such openings.On completion of the lining, the Contractor shall remove all such covers and shall repair any lining damaged in the process. 3. The Contractor shall be responsible for careful curing of mortar lining after completion a section of pipeline. 4. Cement-mortar lining not applied in accordance with AWWA standard and specified herein shall be subject to rejection by the Owner. Rejected lining shall be removed and replaced by _ Contractor at no additional cost to the Owner. 5. Defective lining shall be repaired by the Contractor at no additional cost to the Owner. _ 6, 1n place lining shall only be applied after the trench is backfilled to the existing or proposed grade. G. Pipe shall be sound and clean before laying. When laying is not in progress, including lunch time, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying, The deflections at joints shall note exceed that recommended by the manufacturers.Fittings,in additions to those shown on the Drawings, shall be provided, if required, in crossing utilities which may be encountered upon opening the trench. H. Furnish and install temporary bulkheads in each line for hydrostatic testing. Contractor shall remove the temporary bulkheads after the proposed lines are accepted.Furnish and install manways for removal of test plugs.The Contractor shall install necessary taps on the existing lines for filling the new lines for hydrostatic testing, F43716$026 15.d©c 02615-12 7/15/2005 e City of Fort worth Eagle Maunrain wTP Phase 111 Expansion r� 3.02 CLEANING OF BURIED PIPELINES A. At the conclusion of the work., the Contractor shall thoroughly clean new pipelines by flushing with water or other means to remove all dirt, stones,pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the pipeline. If,after this cleaning,obstruction remain,they shall be removed. B. After the pipe lines are cleaned and if the groundwater level is above the pipe, or following a �., heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced by the Contractor. C' 3.43 CONNECTIONS WITH EXISTING PIPES A. Connections to existing pipes shall be made using suitable joints and fittings for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby and as authorized by the Owner. Connections with buried existing flanges shall require removal of grout from the flanges. Remove concrete thrust blocking when encountered for connections to the existing pipes. V9 B. Facilities shall be provided for dewatering and for disposal of all water removed from the dewatered lines and excavation without damage to adjacent property. >M C. Existing valves may leak when in the closed position.Contractor shall provide whatever means and equipment necessary to control water during construction. 1p 3.44 TESTING r A. Testing shall be done in accordance with Section 01666. 3.05 DISINFECTION r* A. The pipe shall be disinfected according to Section 01656. END OF SECTION r' r A F43716SO2615.dw 02615-13 7/15/2005 City of Fort Worth Eagle Mountain WT? Phase 11I Expansion SECTION 02616 BLrRIED DUCTILE IRON PIPE AND FITTINGS PARTE GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required and install buried ductile iron pipe and fittings for yard piping complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. 'Trenching, backfilling and compaction is included in Section, 022.21. B. Granular fill materials are included in Section 02230. C. Testing of pipelines is included in Section 016+66. D. Disinfection of potable water facilities is included in Section 01656. E. Trench safetyrequirements are included in Section 01665. R Non-buried ductile iron pipe is included in Section 15072. 1.03 SUBMI`ITALS A. Submit to the Engineer, within thirty days of the Effective Date of the Agreement, the name of the proposed pipe and fitting suppliers and a list of materials to be furnished. B. Submit to the Engineer, as provided in Section 01300, completely detailed working drawings and schedules of all ductile-iron pipe and fittings required. C. Prior to each shipment of pipe, submit certified test reports that the pipe for this Contract was manufactured and tested in accordance with the ASTM and ANSI/AWWA Standards specified herein. 1.04 REFERENCE STANDARDS A, Amenican Society for Testing and Materials(ASTM) i I ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength. r B. American Water Works Association (AWWA) I 1. AWWA{C 104 -Cement-Mortar Lining for Ductile-Iron Pressure Pipe and Fittings. 2. AWWA C 105 -Polyethylene Encasement for Ductile-Iron Piping for W ater and Other Liquids. 3. AWWA CI 10 -Ductile-Iron and Gray-Iron Fittings, 3-in T1brough 48-in for Water and Other Liquids. F43716SO2616-d<L 02616-1 7115105 City of Fort WcM Eagle Mountair WTP Phase HI Expansion 4. AWWA C 111 -Rubber-Gasket.Joints for Ductile-Iron Pressure Pipe and Fittings. 5_ AWWA C115 - Standard for Flanged Ductile-Iron Pipe with Threaded Flanges. 6. AWWA C 151 -Ductile-Iron Pipe,Centrifugally Cast in Metal Molds or Sand-Lined Molds for Water or Other Liquids. 7. AWWA 0153-Ductile-Iron Compact Fittings,3-in Through 16-in for Water and.Other Liquids. 8. AWWA C600-Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. 9. AWWA C651 -Disinfection Water Mains C. American National Standards Institute(,ANSI) 1. ANSI 816.1 -Cast Iron Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Ductile iron pipe shall be provided by a single manufacturer. Ductile iron fitting shall be provided by a single manufacturer,but may be a different manufacturer than that of the ductile iron pipe. Ductile - iron fittings shall be provided by the pipe manufacturer, Star, Sigma, or Owner approved manufacturer. All ductile-iron pipe to he installed under this Contract maybe inspected at the foundry for compliance with these Specifications by an independent testing laboratory provided by the Owner. The Contractor shall require the manufacturer's cooperation in these inspections. The cast of foundry inspection of a]I pipe approved for this Contract,plus the cost of inspection of a reasonable amount of disapproved pipe will be borne by the Owner, B. Inspection of the pipe will be made by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time due to failure to meet any of the ,. Specification requirements,even though pipes may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall immediatelybe removed from the job. C. All pipe and fittings shall be manufactured in the United States. F437 6so26 i 6.dcr 02616-2 7115�US City of Fort worth Eagle.Maontain WTP Phase III Expansion PART 2: PRODUCTS 2.01 MATERIALS A. Ductile iron pipe shall conform to AWWA C151, with the pressure class listed below. Pipe Diameter Pressure Class 4 350 ti 350 8 350 10 350 12 350 14 250 16 250 18 250 20 250 24 200 30 200 36 200 >36 200 B. Ductile iron fittings shall conform to AWWA 0110. C. All pipe and fittings shall have a bituminous outside coating in accordance with A WWA C151 and C110,respectively. All pipe and fittings shall be cement-mortar lined and seal coated in accordance with AWWA C104. Cement mortar lining shall be double thickness. D. Joints for buried pipe and fittings shall be push-on or mechanical joints conforming to AWWA C 1 11, E. Restrained Joints shall be restrained push-on}oints,TR Flex by U.S.Pipe and Foundry; Lok-Fast by American Cast Iron Pipe Company, or approved equal, Joints shall be suitable for 250 psi working pressure and be fabricated of heavy section ductile iron casting. Bolts and nuts shall be galvanized low carbon steel conforming to ASTM A307, Grade B. i F. Sleeve type couplings shall be of steel and shall be Style 38 by Dresser Mfg. Div.; Smith-Blair; or approved equal. Couplings shall be furnished with black s-eel bolts and nuts and with pipe stop removed. Gaskets shall be of a material suitable for exposure to liquid within the pipe. 2.02 POLYETHYLENE ENCASEMENT A. Encasement shall be polyethylene tube conforming to AWWA C105. Class usage shall be: 1. Class A -Natural Color where exposure to weather(including sunlight) is less than 48 hours total before burial. ?. Class C- Black where exposure to weather(including sunlight)may be more than 48 hours. B. Exposure to weather shall be kept to a minimum,and in no case shall it exceed 10 days. The Class of polyethylene used shall be approved by the Engineer. F4 3716SOM 6.dw 02616-3 7115105 City of F'orl Worth Eagle Mountain wTP Phase III Expansion PART 3: EXECUTION �- 3.01 LAYING DUCTILE IRON PIPE AND FITTINGS A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe, lining or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. All pipe and fittings shall be thoroughly cleaned before laying,shall be kept clean until they are used in the work, and when laid, shall conform to the lines and grades required. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA 0600, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by placing bedding material per Section 02221 and as shown on the Drawings. Blocking will not be permitted. If any defective pipe is discovered after it has been laid,it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his/her own expense. C. All pipe shall be sound and clean before laying. When laying is not in progress,including lunchtime, the open ends of the pipe shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed 75 percent of that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities or other obstructions which may be encountered upon opening the trench, Solid sleeves shall be used only where approved by the Engineer. D. When cutting pipe is required,the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. E. Concrete thrust blocks shall be used on this project except as specifically shown on the Drawings. Where concrete thrust blocks are required,minimum bearing area shall be as shown on the Drawings or as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint, Wooden side forms or sand bags shall be provided for thrust blocks. F. In areas where sufficient soil bearing cannot be achieved,restrained joint pipe shall be used.Provide joint restraint per AWWA Manual M9 guidelines,using friction coefficient=0.25,at all conditions listed in paragraph 3.10 of Section 02221 and other locations as directed by the Owner or shown on the Drawings. F4371 Gs026 t b.dec 02616-4 in s City of Fork Worth Eagle Mountain WTP = Phase III Expansion 3.02 PUSH-ON JOINTS A. Push-on joints shall be made in accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead, A rubber gasket shalI be inserted in the groove of the bell end oftile pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be laid shall then be aligned and inserted in the bell of the pipe to which it is to be joined and pushed home with a jack or by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 3.03 MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of AWWA C l 11 and the manufacturer's instructions. Thoroughly clean and lubricate the joint surfaces and rubber gasket with soapy water before assembly. Bolts shall be tightened to the specified torques.Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3.04 RESTRAINED JOINTS A. Restrained joints shall be installed as required, and/or as shown on the Drawings, to prevent movement of the pipe during testing and normal operation. The joint assemblies shall be made in accordance with the manufacturer's recommendations. 3.05 SLEEVE TYPE COUPLINGS A. Couplings shall be installed where shown. Couplings shall not be assembled until adjoining push-on joints have been assembled. After installation,apply a heavy biturnastic coating to bolts and nuts. 3.06 POLYETHYLENE ENCASEMENT A. The polyethylene encasement shall be installed in accordance with either method specified in AWWA 0105. 3,07 TESTING ANIS CLEANING A. Testing shall be as specified in Section 01666. 3.05 DISINFECTION A. Disinfection shall be as specified in Section 01656. END OF SECTION F43716s0261&dcc 02616-5 V 15/05 City of Fort Worth Eagle Mountain WIT Phase IIT Expansion SECTION 02640 BURIED VALVES, HYDRANTS AND APPURTENANT CES PART 1. GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required to provide ail buried valves,valves in manholes and underground vaults, 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. Ali valves for heating and ventilation work. 4. All valves specifically included with equipment. 1.02 RELATED WORK A. Trenching, backfilling and compacting are included in Section 02221. B. Concrete is included in Division 3, C. Field painting is included in Section 09902. D. Interior process valves and appurtenances are in included in Section 15100 and 15120,respectively. E. Electrical work is included in Division 16, 1.03 SUBMITTALS 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. x43716SO2b40.dw 02610-1 7/1905 City of Fort Worth Eagle Mountain WTP Phase Ill Expansion h. Wiring diagram including; (I) Ladder diagrams. (2) Point-to-point❑vmng. B. Test Reports I. 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 r 1. Certificates ofcompliance where required by referenced standards: For each valve specified to be manufactured and/or installed in accordance with AWWA 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 (AWWA) 1. AWWA C500 -Gate Valves, 3-in Through 48-in NPS, for Water and Sewage Systems, 2. AWWA C502 -Dry-Barrel Fire Hydrants. 3. AWWA C504 Rubber-Seated Butterfly Valves. 4. AWWA 0509-Resilient-Seated Gate Valves,3-in Though 12-in NPS, for Water and Sewage Systems. } C. American National Standards Institute{ANSI} I. ANSI B16.1 -Cast-Iron Pipe Flanges and FIanged Fittings. 2. ANSI C1 I I -Rubber-Gasket Joints for Ductile-Iron and Gray-Irons Pressure Pipe and Fittings. D, American Society for Testing and Materials(ASTM) I. ASTM A48 -Gray iron Castings. 2. ASTM A 126 -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 Iran Castings. F43716S02640.dac 02640-2 71l sros City of Fort worth Eagle Mountain WTP Phase IN Expansion E. Stee�l Structures Painting Council (SSPC) I. SSPC SP-6-Commercial Blast Cleaning. F. Where reference is made to one of the above standards, the revision in effect at the tame of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications ~ 1. Valves and appurtenances provided under this Section shall be the standard product in regular production by manufacturers whose products have proven reliable in similar service for at least five years. If required, the manufacturer shall furnish evidence of installation in satisfactory " operation. 2. All units of the same type shall be the product of one manufacturer. B. Design Criteria I. All valves and appurtenances shall be new and in perfect working condition. Valves shall be PM designed for continuous use with a minimum of maintenance and service required and shall perforin 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 I. Valves shall be shop tested in accordance with the following: a. Gate valves: AWWA C500 or C509. b. Rubber-seated butterfly valves: AWWA 0504. 2. Obtain each type of valve from the same manufacturer. ?. Plug valves shall be hydrostatically tested for 30 minutes at two times the rr>aximum 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 raw water,filtered water,waste wastewater,drainage,sludges,potable water and service water piping. 2. Underground valves shall be of the type shown on the Drawings. 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to ensure uninterrupted progress of the work. B. Protect threads and seats from corrosion and damage. Rising stems and exposed stern valves shall be coated with a protective oil film which shall be maintained until tirne of use. F43716S02540.de 02640-3 7115105 Ciry of Fort worth Eagle Mountain WTP Phase III Expansion G. Furnish covers for al l openings. I. All valves 3-in and larger shall be shipped and stared 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. 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. I.08 COOMINATION 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. & Coordinate the location and placement of restrained joints or concrete thrust blocks when required. PART 2. PRODUCTS 101 GENERAL A. Unless otherwise noted, all manual operating input shafts shall turn to the right(clockwise)to open the valve. All valves larger than 2-inches in diameter shall open clockwise. 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 haldwheel or stem extension. E. Unless otherwise noted,valves shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to,whichever is higher,and suitable for the pressures noted where they are installed. F. Valves shall be of the same nominal diameter as the pipe or fittings they are connected to. Except as otherwise noted,joints shall be mechanical joints, with joint restraint where the adjacent piping is _ required to be restrained. G. Valves shall be especially constructed for buried service_ H. Buried valves shall have mechanical joints. All non-buried valves to be located in valves,manholes, etc., shall be flanged unless otherwise noted. 2.02 VALVE BOXES A. All gate,butterfly and plug valves shall be provided with extension shafts, operating nuts and valve boxes as follows; F43716502640.dcc 02640-4 7r15105 City of Fort Worth Eagle Mwntain WTP Phase 111 Expansion 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 be pinned or welded to the shafts. 2. Top of the operating nut shall be located 2-in below the rim of the valve box. M 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 4 112-in. Barrel length shall be adapted to the depth of cover,with a lap of at least 5-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. S. 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. 5. 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 AWWA C500 or 0509, except as may be speci ficat ly modified herein. B. Gate valves 2 1f2-in and smaller 1. Screwed ends,solid wedge,rising stem and screwed-in bonnet with minimum nonshock worldng pressure of 150 psig. 1 Product and Manufacturer-. Fumish valves as manufactured by one of the following. a. Jenkins Brothers, Figw-e 47, b. Crane Company, Figure 431-UB. C. Gate valves 3-inch and larger. 1. Valves shall be resilient seated gate valves with nainirnum working pressure of 150 prig. 2. Valves shall be as specified in Paragraph 2.44. F43716SO2640.dm 02640-5 7115/05 City of Fon Wcath Eagle Mountain WF P Phase 611 Expansion 2.04 RESILIENT SEATED GATE VALVES A. Valves shall be manufactured in accordance with AWWA C509,by American Flow Control;M R.H Valve; or equal,as modified herein. B. Valves shall be provided with a minimum of two 0-ring stem seals. C. Bonnet and gland bolts and nuts shall be either fabricated from a low alloy-steel for corrosion resistance or electroplated with zinc or cadmium. The hot-dip process in accordance with ASTM A 153 is not acceptable. 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. S. Tapping valves shall conform to the requirements specified above for gate valves except that one end shall be ganged 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 water valves shall open by turning _ clockwise. All wastewater, drain, or sludge valves shall open by turning counterclockwise. B. Valves shall have balanced plugs with a resilient facing of neoprene solidlybonded 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 bath ends of the valve shafts. F. All valves shall be supplied with mechanical joint ends conforming to ASMI.B 16.1,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. 2.47 BUTTERFLY VALVES A. Valves shall be manufactured in strict accordance with AW'WA C504. Valves shall be bubble tight at rated pressures. Valve discs shall rotate 90 degrees from full closed to open. Operators shall be assembled to the valve by the valve manufacturer. The valve/operator shall be tested as a complete assembly by the valve manufacturer. The manufacturer shall have produced AWW A butterfly valves for a minimum of five years. F43716802640 dcc 02540-6 7115175 City of Fort Worth Eagle Mountain WTP Phase 111 Exparsion B. Valve bodies shall be constricted of cast iron ASTM A126, Class B. Valves in vaults shall be flanged. Flange drilling shall be in accordance with ANSI B16.1,Class 150. Laying length shall be short body as listed in AWWA C504. Buried valves shall be mechanical joint end conforming to ANSI C111. C. Valve discs shall be constructed of cast iron ASTM A 126 or A48, ductile iron ASTM A536. Disc edge shall be either Ni-chrome or Type 316 stainless steel. D� Rubber valve seats shall be Buna-N. The seat shall be located in the valve body. If seat retaining hardware such as screws and segments are used they shall be 304 stainless steel. Seats must be fully mechanically adjustable for valves 30-inch and larger. E. Valve shafts shall be Type 304 stainless steel, ASTM A276 and shall be of a diameter not less than those listed in AWWA C504,Class 1508. 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. 1. All valves shall be hydrostatically and leak tested. 3. Valve class shall be:AWWA Class 150B with operators sized for bi-directional flow- K. Valves shall be manufactured by one of the following: I. ,Henry Pratt 2, M&H Valves 3. Val-Matic i 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 AWWA 0502. 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 2 112-inch hose connections and one 4 112-inch pumper connection. Threads for the hose and pumper connections shall be in accordance with National Standard Thread. Hydrants shall be according to manufacturer's standard pattern. Hydrants shall be equipped with"0"ring packing. Each nozzle cap shall be provided with a Buna-N rubber washer. F437 1 6S02640-da: 02640-7 7115/05 City of Fort Worth Eagle Mountain WTP Phase III Expansion 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 '/a-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 %a-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 tum stem to open hydrant. H. Hydrants shall be famished 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 AWWA Standard square type measuring 1 Yz-inch point to flat. J. Hydrants shall be hydrostatically tested as specified in AWWA 0502. K. Hydrants shall be one of the models and manufacturers on the Fort Worth Water Department's approved list of fire hydrants. L. All iron work to be set below ground,afterbeing thoroughly cleaned,shall be painted with two coats of asphalt varnish specified in AWWA C502. Iron work to be left above ground shall be shop painted silver with two coats ofpaint of quality and color to correspond to the present standard of the Owner. 2,10 CORPORATION STOPS A. Corporation stops shall be brass with Mueller-type threads,not less than 1-inch in diameter and shall be installed where shown,specified or required, B. Furnish corporation stops as manufactured by the following: s 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 fission 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. F43716$02640 dm 02610-8 711sA)s City of Fort Worth Eagle Fountain wrP Phase III Expansion 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 kepi closed until otherwise directed by the Engineer. 3.02 INSTALLATION OF BURIED VALVES AND VALVE BOXES A. Buried valves shall be cleaned and manually operated before installation. Buried valves and valve boxes shall beset with the stern vertically aligned in the center of the valve box. Valves shall beset 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. 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 anybolts shall be coated with twocoats 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 permissior, 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 114-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 Burnished 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 beset 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. I=. After completing the tap, the valve shall be flushed to ensure that the valve seat is clean. All proper regulatory procedures (including disinfection) shall be followed exactly. G. Tapping coupons shall be tagged and delivered to the Owner. 3.04 FIELD TESTS AND ADJUSTMENTS A. Conduct a functional field test of each valve, 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 fi.unished by the Contractor. END OF SECTION F43716SO2640.d c 02540-9 7115105 City of Fort Womb Eagle Mountain WTP Phase Ill Expansion SECTION 02653 CONNECTIONS TO AND WORK ON THE EXISTING SYSTEM PART 1: GENERA- 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 constntct the perrnanent 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 laborrequired 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 hislher 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 constniction 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 specif=ied 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 .. F437ieS02658.doc 02658-1 7115/05 City of Fart worth Eagle Mountain WTP Phase Ill Expansion SECTION 02952 PRE-ENGINEERED STEEL PEDESTRIAN BRIDGE PART 1: GENERAL 1.01 SUMMARY A. Furnish all labor, materials, equipment and incidentals required to design, fabricate, deliver and erect a pre-fabricated pedestrian bridge complete as shown on the Drawings and as specified herein: 1. The prefabricated pedestrian bridge shall be furnished and installed complete over newly constructed concrete foundations.Coordinate anchor'bolts, framing geometry,and closure panels between the bridge deck and the abutments so as to provide a finished structure, ready for use. B. Related Sections: 1. Section 01300 -Submittals. 2. Section 01612 -Seismic Design. 3. Section 01614 -Wind Design. 4. Section 09901 - Surface Preparation and Shop Prime Painting. 5. Section 09902-Finish Painting. 6, Section 03200-Reinforcing Steel 7. Section 03300 -Concrete 1.02 REFERENCES A. American Concrete Institute (ACT}: I. 318-Building Code Requirements for Structural Concrete. B. American Institute of Steel Construction (RISC): I. Code of Standard Practice for Steel Buildings and Bridges. 2. Specification for the Structural Design of Steel Buildings - Allowable Stress Design and Plastic Design. 3. Load and Resistance Factor Design Specification for Structural Steel Buildings. F 4. Specification for the Design of Stec] Hollow Structural Sections. 5. Specification for Structural Joints using ASTM A325 or A 490 bolts. 02952 F 071005 gls 02952-1 7115/05 City of Fort Worth Eagle Mountain WTP Phase til Expansion C. American Society for Testing and Materials(ASTM): 1. A 36-Specification for Structural Steel. 2. A 242 -Specification fnr High-Strertgtfi,l..nw-Allay Strtrch1TA] :Steel. 3. A 325 - Specification for High Strength Steel Bolts fcr Structural Steel Joints. 4, A 490- Specification for Heat-Treated Steel Slructirral Bolts, 150 ksi Minimum Tensile Strength. 5. A 500 -Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. _ 6. A 572 - Specification for High Strength,Low-Alloy Columbium-Vanadium Structural Steel. 7. A 588 - Specification for High-Strength, Low-Alloy Structural Steel with 50-]csi Minimum _ Yield Point, to 4-inches Thick. 8. A 606 -Specification for Steel Sheet and Strip, High-Strength,Low-Alloy, Hot-Rolled and Cold-Rolled with Improved Atmospheric Corrosion Resistance. 9, A 553 -Sheet Steel,Zinc-Coated (Galvanized) or Zinc-Tran Alloy Coated(Galvanized)by T the Hot-Dip Process. D. American Welding Society(AWS): 1. AWS D LI - Structural Welding Code - Steel. E. International Cade Council (ICC): I. Intemational Building Code -2003 Edition (IBC 2003). F. Steel Deck Institute(SDI): 1_ Specifications for Non-Composite Steel Floor Deck. G. Steel Structures Painting Council (SSPC): I. Surface Preparation Specifications as referenced. 1.03 SYSTEM DESCRIPTION A. General: 1. The pedestrian bridge shall be a pre-fabricated clear span structure utilizing two welded steel side trusses,a horizontal top truss,and a concrete walking surface to form a"full- through"box style bridge truss. 2. Configuration.- a. onfiguration:a. Span:The bridge span,measured from end of deck to end of deck, shall be 02952 F 071005 gls 02952-2 7/15/05 City of Foil Woilh Eagle Mountain WTP Phase Ill'Expansion approximately 70 feet, as shown on the Drawings. Field verify final length based on as- constructed conditions. b. Width:The inside clear width of the bridge truss shall be as shown on the Drawings. c. Trusses: Trusses shall be capable of resisting loads in both the horizontal and vertical directions: 1) The truss shall be of variable depth as shown on the Drawings,to provide increased under-bridge clearance at the middle of the span. Interior clear height of the bridge will vary,but shall not be less than that shown on the Drawings. 2) All vertical truss members shall appear plumb and vertical after the bridge is erected and dead loads have been applied.Truss layout shall provide one diagonal per panel. 3) Top and side truss members to be fabricated from square or rectangular structural steel tubing for the top and side truss members. Other members and bracing may be fabricated from structural steel shapes or tubing: a) To provide lateral support for the top flange of W or C shape stringers, provide each stringer with at least one stiffener at every floor beam location. 4) Top of truss to be suitable for attachment of sloped, framed roof system as shorn on the Drawings. d. Deck walking surface shall be a reinforced concrete slab, adequately reinforced for strength and crack control,over a galvanized steel form deck floor. Floor beams supporting the deck shall not extend below the bottom of the bottom chord of each side truss. e. Bridge truss bearings shall consist of steel bearing plates attached to the bridge and placed over Teflon slide bearings which in turn rest on setting plates attached to the concrete abutments: a) Slide bearing shall be Teflon on Teflon, or stainless steel on Teflon. One end of the bridge shall be fixed to the abutment, and the opposite end shall be installed with provisions to allow movement under thermal expansion and contraction, b) Bridge manufacturer shall design and provide bearing and anchor details required to transfer all horizontal and uplift forces to the abutments. f. Appurtenances: 1) Glazing Clip Angles: Provide bridge with clip angles suitable to support the attached exterior glazing system shown on the Drawings,and adequate to resist loads resulting from and applied to the glazing. 2) Toe Plates: Provide steel toe plate mounted to the walkway size of both side trusses. Minimum toe plate height of 4 inches. Plate provided with horizontal 01952 F 071005 gis D2952-3 7115/05 a City aIFort Worth Eagle Mountain WT? Phase ltl Expansion stiffeners to minimize out-of vertical plane sweep,and securely fastened to trusses. 3) Pipe Hand Rails; Provide continuous 1 114-inch schedule 40 black steel pipe handrails at each side over full length of bridge.Handrails to provide at least 1 112" knuckle space between the railing and the truss verticals. Cap ends of railing with a flush end cap. Mount rails to bridge structure by welding prior to painting. B. System Responsibility. 1. The Contractor shall have ultimate responsibility for engineering,design,workmanship, materials,construction,installation,testing, and performance of all items and accessories under this Section.The Engineer's approval of manufacturer's design or other submittals shall not relieve the Contractor of these responsibilities. C. SYSTEM DESIGN REQUIREMENTS 1. General; a. Structural design of the bridge shall be performed by or under the direct supervision of a registered Professional Engineer who holds a current license in the State of Texas, +" and is qualified in the design of bridge structures of the type to be provided. 2. Governing Design Codes and References: a. Structural members shall be designed in accordance with recognized engineering practices and principles,and in accordance with the provisions of the following specifications: 1) TBC 2003. b. Structural Steel: 1) Structural Steel design shall conform to the requirements of the AISC Load and Resistance Factor Design Specification for Structural Steel Buildings. 2) Welded Steel connections shall conform to the recommendations of AWS D 1,1. Welded Tubular connections shall be checked. 3) Anchor bolts shall be designed,on an ultimate strength basis, to fail by yielding of the steel before fracture of the concrete at the bolt embedment. 3. Design Loads: a. Gravity Loads: 1) Dead Load: a) Design of the bridge shall take account of the actual self-weight of the structure in6uding truss,deck framing and concrete. .. b) Exterior glazing load: 10 psf. 02952 F 071005 gIs 02952-4 7(15105 City ofForl Worth Eagle Mountain WTP Phase 1))Expansion c) Bottom soffit: 5 psf. d) Sloped roof structure: 10 psf. 2) Live Loads: a) Floor Live Load: (1) Main Structural Members: (a) Includes girders,trusses, and truss components. (b) Pedestrian Load: 85 pounds per square foot of horizontally projected area. (c) If walkway tributary area for such a member (AL)exceeds 400 square feet,pedestrian live load may be reduced linearly in accordance with the following equation: w =85 psf*[0.25 f (15 (�AL)) ? 65 psf. (2) Secondary Members: (a) Includes bridge deck and supporting floor system(secondary stringers, floor beams,and floor beam connections to main supporting members). (b) Pedestrian Load: Minimum 85 psf. b) Floor Concentrated Loads: (1) Single concentrated load of 1000 pounds placed on any area 30-inches x 30 inches square. (2) Vehicle load: 8000 vehicle gross weight.Vehicle load shall be distributed such that 80%of the load is on the rear axle (per AASHTO) of a vehicle with 102-inch wheelbase and 60" tire track. Apply in addition to a 20 psf uniformly distributed floor live load.It may be assumed that the vehicle load is a uniform line load. Vehicle impact allowance is not required. (3) Place concentrated loads as required to produce maximum stress in each member being designed. b. Snow Load: In accordance with the requirements of 1130 2003 assuming aground snow load(pg) of 5 psf. c. Iee Load: 2.5 psf. d. Wind Load: 1) In accordance with the provisions of IBC 2003, using the specific criteria included in Section 01614, and the following minimum loads. 02452 F 071005 gk 02952-5 71)5105 City of Fort worth Eagle Mountain WTP Phase 111 Expansion 2) Design to consider the following: a) Minimum horizontal load of 35 pounds per square foot.Wind loads to the structure shall be calculated based on the entire projected vertical face of the bridge, as if the structure was fully enclosed and includes sloped roof structure. b) Effect of wind forces tending to overturn the structure. Calculate with the wind at right angles to the longitudinal axis of the structure,with wind uplift forces of not less than 20 psf applied to the horizontally projected area of the roof. �. 3) Seismic Load. a) In accordance with the provisions of IBC 2003,using the specific criteria included in Section 01612. e. Frame Loads: I) Consider effects of three-dimensional loads,including"sway"frame loads,in the design of the structure. Sway frame Ioads shall be added to the forces derived from a three-dimensional analysis of the bridge. 2) "Sway" frames formed by the truss verticals, floor beams, and top struts and their connections shall resist a lateral load based on the maximum compression in the top chord of the truss. Such load to be based on the load combination under consideration,and applied at the elevation of the top chord. a) Sway frame load to be calculated assuming no lateral resistance from the top bracing system. b) Interior sway frames:Minimum of the larger of the loads resulting from the following, acting alone on each frame: (1) 1 percent of the compression force in the top chord of the side truss. (2) 0.75 x(l percent of the compression force in the top chord of the side truss+full horizontal wind load). c) End portal frames: Lateral load calculated assuming a truss with all interior truss joints pinned(i.e.: the wind load applied at the top of the end portal frames based on tributary area assuming no load is carried between the top and bottom bracing systems by the interior frames). f. Railing Loads: 1) Design and mounting of handrails to be capable of resisting all loads prescribed by -• IBC 2003,with deflections in any direction not exceeding 11360th of the span. 4. Load Combinations: .. a. The loads specified shall be considered to act in combinations required by IBC 2003, including at least the following combinations.Cather combinations that, in the opinion 0.2.952 F 071005 g!s 02952-6 7115105 City of Fart Worth Eagle Mourntain WTP Phase III Expansion y of the design engineer, create more sever forces in the structure,shall also be evaluated. (DL=Dead Load; LL= Live Load; WL=Wind Load; VEH -Vehicle Load) 1) DL + LL 2) DL + VEH 3) DL+ WL 4) DL+ LL+0.3WL 5) DL+ VEH+.3W 6) For these combinations, allowable steel stresses may be increased one-third above the values otherwise provided when member stresses are produced by wind loading acting alone or in combination with the design dead and live loads. 5. Deflections: a. Vertical Deflections: 1) The full live loads specified shall be used for deflection checks. 2) Maximum vertical deflection of the bridge due to the combination of dead loads and pedestrian live load shall not exceed 11500"'of the span length. 3) Maximum vertical deflection of the bridge due to vehicle live load shall not exceed 1/400`'of the span length. 4) Maximum vertical deflection of the floor system members due to full pedestrian live load shall not exceed 11360"'of the span. b. Horizontal Deflections: 1) Maximum horizontal deflection of the bridge due to lateral wind load of 35 psf shall not exceed 11500"'of the span length, 6. Vertical Camber: a. Provide vertical camber at mid span equal to 100 percent of the dead load deflection (due to roof framing,exterior glazing,bridge selfi>veight, and under-bridge soffiit). 7. Temperature: a. Bridge and its connections to the abutments shall be designed to accommodate a temperature range of 120°1~. 8. Design: a. Design of the steel bridge structure shall conform to the requirements of the AISC Specification for the Structural Design of Steel Buildings -Allowable Stress Design 02952 F 071005 gls 02952-7 7115/03 City of Fort worth Eagle Mountain WTP Phase III Expansion and Plastic Design,or AISC Load and Resistance Factor Design Specification for W Structural Steel Buildings. b. Design of tubular steel members and their connections shall also conform to the requirements of the AISC Specification for the Design of Steel Hollow Structural Sections. c. Design of welded tubular connections to consider the limiting failure modes of AWS D1. d. Design of reinforced concrete deck shall conform to the requirements of ACI 318. 1.04 SUBMITTALS A, Shop Drawings And Product Data: 1. Shop Drawings: a. Submit detailed fabrication and erection drawings, sealed by a professional engineer licensed in the State of Texas. b. Drawings small clearly indicate member sizes,connection details,bridge reactions, and anchor bolt size and embedment,and bridge setting data. c. Indicate requirements for bearing.Confirm requirements with information shown on the Drawings, and indicate required modifications or adjustments to lengths, locations, and other surrounding construction for Engineer's review and acceptance. B. Product Data: I. Submit manufacturer's information including product specifications, data on materials of construction, and details of fabrication and erection for the bridge and its appurtenances. C. Calculations: 1. Submit design calculations for the bridge structure.Calculations shall be sealed by a professional engineer licensed in the State of Texas. Calculations shall bear the name and signatw-e of an independent checking engineer. Calculations shall clearly indicate loads for which the structure was designed and structural deflections. 2. Calculations will be for record only, and will not be reviewed by the Engineer. D. Certifications: 1. PE Certification. Submit four copies of a completed P.E.Certification Form bearing the original signature and seal of a professional engineer licensed in the State of Texas who is - responsible for performing the design of the bridge.Certification form shall be as included in Section 01300. 2. Manufacturer's Certification. Submit evidence of bridge manufacturer's certification under the Category"Major Steel Bridges"of the Quality Certification Program of the American Institute of Steel Construction. 02952 r 071005 FIs 02952-5 7/1 sm� City of Fort Worth Eagle Mountain WTP Phase lfl Expansion 3. Submit welder qualification certificates, and welding procedures if requested in writing by the Engineer. E. Manufacturer's Installation instructions: I. Submit manufacturer's instructions for liming, splicing,and erecting the bridge structure. F. Statements of Qualification: _. 1. Submit manufacturer's record of experience demonstrating satisfactory completion of not less than 10 prefabricated pedestrian bridge structures during the 5-year period i>rumediately proceeding the date on which bids for this Contract are opened. G. Project Record Documents: 1. Submit one set of reproducible "as-built" fabrication and erection drawings for each prefabricated pedestrian bridge.Drawings shall bear the seal and signature of a professional engineer licensed in the State of Texas. I. Inspection And Maintenance Procedures: a. 'Submit manufacturer's recommended procedures for inspection and maintenance of the bridge structure. 3. Warranty= a. Submit manufacturer's certificate of warranty. 1.05 QUAI.T'rY ASSURANCE A. Qualifications: 1. An established manufacturer of recognized ability shall design and fabricate the bridge. The bridge shall have successfully designed, fabricated,and placed into service not less than 10 bridges of similar span and construction during the 5-year period preceding the date on which bids are opened for this work. The manufacturer shall submit a record of experience including not less than 5 bridge projects of similar span and construction that have been in service for at least 3 years before the date on which bids are opened for this work. The record or experience shall include for each bridge its location and name of the project for which it was constructed; the bridge type, span and width; the name of the owner,and the name,address,and telephone number of a reference contact for each project. 2. Bridge manufacturer shall hold Certification under the category"Major Steel Bridges", with a current endorsement, as issued under the Quality Certification Program of the American Institute of Steel Construction(A1SC). 3. Bridges shall be designed by a registered professional engineer, licensed in the State of Texas,and experienced in the structural design of trussed box steel bridges with top chord lateral stability provided by elastic lateral restraints. 4. Welders shall be properly accredited operators who have demonstrated the capability to make uniform and sound welds of the type required.The manufacturer shall have on file 02952 F 071005 g1s 02952-9 7/15105 City of Fort Worth Eagle Mountain WTP Phase III Expansion welder qualification certificates for each welder participating in the work,and shall submit such certificates upon written request from the Engineer. Certificates shall demonstrate that the welder has satisfactorily passed AWS qualification tests for all positions with base metal thickness corresponding to that required for this work. 1.06 Delivery, Storage And Handling: A. Deliver, handle, and store prefabricated components so that they will not be damaged or deformed, Store bridges off the ground and by means that will protect the structure from damage and abrasion of the surfaces. B. Provide Equipment of adequate reach and load capacity to lift, wiload, and place bridge segments. Lifting and handling shall use lifting points and support methods recommended by the manufacturer. 1.07 PROJECT/SITE CONDITIONS 1.48 WARRANTY A. Provide manufacturer's warranty against defects in materials or workmanship for a period of 15 •- years following the date of substantial completion of the pedestrian bridge structure. PART 2: PRODUCTS 2.171 MATERIALS A. General: The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general Configuration desired, 2. Manufacturers: One of the following, or equal:. a. Continental Bridge, Alexandria, MN. B. Steel: 1. Bridges to be painted: a. Tubular sections: ASTM A 540,Grade C. Minimum steel yield.strength, Fy,shall not 4 be less than 50,000 psi,and minimum steel tensile strength shall not be less than 70,000 psi. b. Plates and structural shapes shall conform to the requirements of the following: I) ASTM A 242,ASTM A 572, ASTM A 588, or ASTM A 666 (for Fy= 50,000 psi) _ 2) ASTM A 36(for Fy=36,000 psi). c. Splice plates,if required shall conform to ASTM A 588. d. Thickness of metal for all structural members; 114 inch minimum. 02952 F 071005 gls 02952-10 7n s�a5 City of Fon WOO Eagle firlounlain W'rP Phase Ilf Expansion 2. Bolted steel connections shall be made using high-strength structural bolts conforrr6rig to ASTM A 325,Type 3. 3. Welding materials shall conform to the requirements of AWS D1.1.1~ilter material as specified in section 4.1 of that document for the particular welding process being used. Welding shall utilize E70XX or E80XX series electrodes. C. Concrete Deck. I_ Provide bridge with an in-place, galvanized steel form deck suitable for field placement of a reinforced concrete slab walking surface. 2. Deck to conform to SDI Specifications. 3. Provide deck galvanized in accordancc with ASTM A 653,G90. D. Coatings: 1. Provide as specified in the following paragraphs, and in Sections 09901 and 09902. E. Bearing Devices: 1, Teflon on Teflon, or Teflon on stainless steel slide bearings placed between the bridge bearing and setting plates. The top slide plate surface shall be large enough to cover the lower slide plate at both temperature extremes. 2.02 FABRICATION A. Fabrication:. 1. Fabrication and Erection ofstruetural steel shall be in accordance with the provisions of AISC Code of Standard Practice for Steel Buildings and Bridges. Bolted joints shall conform to the provisions of RISC Specification for Structural Joints using ASTM A 325 or A 490 bolts. 2. All railings shall have a smooth inside surface with no burrs, protrusions or depressions. Ends of angles and tubes shall be closed and ground smooth. 3. Tubes that may collect water inside, either during construction or after erection of the bridge, shall be provided with draitt holes located so that water may drain out. 4. Welding and welding procedures shall conform to the previsions of AWS Dl.1. Electrodes shall conform to the requirements of AWS D1.1 for exposed,bare, unpainted weathering steel. Welding can tubular members shall develop full weld throat thickness. Fillet welds that run on to the radius of a tube shall be built up to obtain the full leg and throat thickness. 5. Finishing: a. Blast-clean surface to be shop primed and painted in accordance with SSPC Surface Preparation Specifications recommended by the coating manufacturer. b. All exposed steel surfaces shall receive shop-primer and finish coat as specified to 02952 x071005 gls 02952-11 7/15to5 City of Fon Wor h Eagle Mountain W rp Phase III Expansion Sections 09901 and 09902 for exterior, non-submerged feiTous metals. PART 3: EXECUTION 3.01 PREPARATION 3.02 ERECTION A. Concrete abutments shall be complete and shall have reached their minimum specified 28-day compressive strength before bridge is placed. B. Assemble and install bridge in accordance with manufacturer's instructions: 1. Lift and handle using manufacturer's recommended procedures,and other procedures required to prevent distortion of and damage to the bridge, C. Bridge erection shall conform to the AISC Code of Standard Practice, the approved erection drawings, and the manufacturer's installation instructions. Ensure that all safety procedures for erection of the bridge are stt-ictly enforced, and that any required ties, stays, and temporary supports are positioned as necessary to keep the structztre stable and secure at all times. D. Clean gearing and contact surfaces before assembly. E. Set base and bearing plates accurately, using metal wedges or shims as required. After structure is aligned and plumb and connections are tightened, grout solidly between the base plates and bearing surfaces using non-shrink cement grout. F. farts of the bridge shall not be modified in the field unless written instructions for modifications have been received from the engineer whose sea] and signature appears on the fabrication and erection drawings. 3.03 ADJUSTMENT A. Provide at least one-gallon of touch up primer and paint for repair of coatings after delivery and erection of bridge, Deliver remaining paint to Ow]7er after completion of repairs. 3.04 CLEANING A. Throughout erection,remove debris,rubbish,and waste material. END OF SECTION 02952 1=071005 g15 02952-12 7n si0� w .s DIVISION 3 CONCRETE t City of Fon worth Eogia Mountain WTP Phase III Expansion SECTION 03055 EPDXY BONDING REINFORCING BARS AND RODS IN CONCRETE PART 1: GENERAL 1.01 SUMMARY A. Section tricludes: Bonding reinforcing bars and all thread rods in concrete using epoxy adhesive. .a B. Related Sections: 1. Section 03200-Concrete Reinforcement. 2. Section 05120- Structural Steel. - 1.02 REFERENCES A. American National Standards Institute(ANSI): 1. Standard B212.15 -Carbide Tipped Masonry Drills and Blanks for Carbide Tipped Masonry Drills. B. American Society for Testing and Materials(ASTM): I. C 881 -Specification for Epoxy-Resin-Base Bonding Systems for Concrete. C. ICC Evaluation Service, Inc (formerly ICBG Evaluation Service, Inc.). 1. Evaluation Report AC58-Acceptance Criteria for Adhesive Anchors in Concrete and Masonry Elements specifications. D. SSPC -Society for Protective Coatings-Steel Structures Painting Council: SP-10 Near-White Blast Cleaning. 1.03 SUBM ITTAI S A. Product Data: Furnish technical data for epoxy adhesives, including installation instructions, independent laboratory test results, and handling and storage instructions. B. Quality Control Submittals: 1. Epoxy manufacturer's past project experience data on at least 3 similar projects supplied with proposed products within the last 3 years. 2. Batch test reports for each batch of product delivered to site. Provide manufacturer's written -certification that each batch delivered meets these Specifications,the intended uses on project, including capability to bond to damp concrete surfaces.Certification shall include batch test results for each product. 3. Epoxy manufacturer's written letter of certification identifying Contractor's employees 03055 F 071GO5 gls 03055-1 7fi 5120M City of Fon Worth Eagle MGuntain WTP Phase Sli Expansion qualified for operation of manufacturer's equipment and certified for installation of products, trained through jobsite instruction conducted by manufacturer. 4. Copy of epoxy manufacturer's equipment service and repair manuals for each type of equipment delivered to project site when requested by Engineer. 5. Special Inspection: Provide detailed step-by-step instructions for the special inspection procedure as required by International Building Code. 6, Evaluation Report meeting confirming that products proposed conform to ICC Evaluation — Service Report, AC58-"Acceptance Criteria for Adhesive Anchors in concrete Masonry Elements"specifications. 1.04 DELIVERY, STORAGE, AND HANDLING — A. Storage of Epoxy Components: 1. Store epoxy components on pallets or shelving in a covered-storage area. 2_ Control temperature above 60 degrees Fahrenheit and dispose of product if shelf life has expired. 3. If stored at temperatures below 60 degrees Fahrenheit,test components prior to use to determine if they still meet specified requirements. PART 2: PRODUCTS 2.01 GENERAI. A. Like Items of Materials: Use end products of one manufacturer in order to achieve structural compatibility and singular responsibility. 2.02 EPDXY ADHESNE FOR SELF-CONTAINED CARTRIDGE SYSTEM A. Meet ASTM C 881,Type W,Grade 3, Class B or C.depending on site conditions. B. Two-component, 100 percent solids, insensitive to moisture,and gray in color. C. Cure Temperature, Pot Life, and Workability: Compatible for intended use and environmental conditions. D. Container Markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling T precautions. E. Manufacturers: One of the following or equal: I. Covert Operations, Long Beach,CA, CIA-Gel 7000 System. 2. Hilti,Tulsa,OIC,RE 540 High Strength Epoxy Doweling System. 3. Simpson Strong-Tie Company, Inc.,Pleasanton,CA, SET Epoxy-tie Anchoring System. 03055 1=D71005 gis 03055-2 7115n005 City of Fort Worth Eagle Mountain WTP Phase M Expansion 2.03 ALL THREAD BARS A. Materials: As specified in Section 45120. 2.04 REINFORC1NG BARS A. Materials: As specified in Section 03200. PART 3: EXECUTION 3,01 GENERAL A. Dispensing, Metering, or Mixing Epoxy Adhesive Components: Use portable, automatic metering and mixing device or machine capable of maintaining prescribed mix ratio within deviation ot'5 percent or less,by volume. B. Dispense epoxy components through specially designed static mixing nozzle that thoroughly mixes epoxy components and places mixed epoxy at base of predrilled hole. C. Mixing Nozzles: Disposable and manufactured in several sizes to accommodate different size and depth of holes. D. Where Large Meter and Mixing Pumps Are Impractical, Provide Epoxy Adhesive Packaged as Follows: 1. Disposable, self-contained cartridge system capable of dispensing both epoxy components in the proper mixing ratio, and fit into a manually or pneumatically operated caulking gun. 2. Dispense components through a mixing nozzle that thoroughly mixes components. 3.42 HOLE SIZING AND INSTALLATION A. Drilling Holes: 1. Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the existing concrete without acceptance by Engineer. 2. The location of reinforcing bars,or other obstructions shall be determined with a non- destructive indicator device, B. Hole Drilling Equipment: 1. Electric or pneumatic rotary impact type with medium or light impact, 2. Drill Bits: Carbide-tipped in accordance with ANSI 8212-15, 3. Hollow drill bits with flushing air systems are preferred. Air supplied to hollow drill bits shall be free of oil, water,or other contaminants which will reduce bond. 4. Where edge distances are less than 2 inches,use lighter impact equipment to prevent microcracking and concrete spalling during drilling process. 03055 F 071005 gla 03055-3 71151200-5 Ciiy of Fart Werth Engle Mountain WTP Phase III Expansion C. Hole Diameter: 1. Reinforcing bar diameter or all thread rad diameter plus 118 inch. D. [obstructions in Drill Path: 1. If an existing reinforcing bar or other obstruction is hit while drilling hole,stop drilling hole and fill the hole with drypack mortar. Relocate the hole to miss the obstruction and drill another hole.Repeat the above until the hole has been drilled to the required depth. 2. Avoid drilling an excessive number of holes in an area of a structural member which would excessively weaken the structural member and endanger the stability of the structure. When required,drypack holes which hit obstructions and allow drypack to reach strength equal to the existing concrete before drilling adjacent hales. Epoxy grout may be substituted for 'r drypack when acceptable to Engineer. 3. When existing reinforcing steel is encountered during drilling and when acceptable to Engineer,enlarge the hole by 1 f8 inch,core through the existing reinforcing steel at the larger diameter, and resume drilling at original hole diameter. 4. Bent Bar Reinforcing bars: Where edge distances are critical, and striking reinforcing steel is likely, and if acceptable to Engineer,drill hole at 10 degree angle or less ,from axis of reinforcing bar or all thread rod being installed. E. Install reinforcing bars and all thread rods to depth, spacings, and locations as indicated on the Drawings. F. Cleaning Holes: 1. Insert long air nozzle into hole and blow out loose dust. Use air which is free of oil,water, or other contaminants which will reduce bond. 2. Use a stiff bristle brush to vigorously brush hole to dislodge compacted drilling dust. ** 3. Repeat step 1. 4. Repeat above steps as required to remove drilling dust or other material which wi11 reduce bond. The hole shall be clean and dry, G. Cleaning Reinforcing Bars and All Thread Rods: 1. Degrease and sandblast reinforcing bars or all thread rods over embedment length to near- white metal in accordance with Steel Structures Painting Council, SP-db finish.The reinforcing bar or all thread rod shall be free of oil,grease, paint, dirt,mill scale,rust,or other coatings that will reduce bond. H. Filling Hole with Epoxy: I. Fill the hole with epoxy before inserting the reinforcing bar or all thread rod.Fill hole with epoxy starting from back of the hole. Fill hole without creating air voids. 2. hill the hole with sufficient epoxy so that excess epoxy is extruded out of the hole when the 03055 F071005 gls 03055-4 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase Ill Expansion A reinforcing bar or all thread rod is inserted into the hole. 3. Do not install epoxy prior to receiving epoxy manufacturer's onsite training. 7 3.93 MANUFACTURERS'SERVICES A. Furnish manufacturer's representative to conduct jobsite training for proper installation,handling, and storage of epoxy, for personnel who will perform actual installation. Engineer may attend training sessions. END OF SECTION rw W r■ A 1� w 03059 F 011005 STs 93055-5 7/15/20105 City of Ford WoTih Eagle Mounlain WTP Phase H]Expansion } SECTION 03071 EPDXIES PART 1: GENERAL -' I.01 SUMMARY A. Section Includes: I, Epoxy. 2. Epoxy gel. 3. Epoxy bonding agent. 1.02 SYSTEM DESCRIPTION A. Performance Requirements: I. Provide epoxy materials that are new and use them within shelf life lilxsatations set forth by manufacturer. 2. Perform and conduct work of this Section in neat orderly manner. 1.0:3 SUBMITTALS A. Product Data: Submit manufacturer's data completely describing epoxy materials, and including test methods and results for strength in tension, flexure, compression, and bond; flexural modulus of elasticity; coefficient of thermal expansion; and elongation. B. Quality Control Submittals: 1. Manufacturer's installation instructions. PART 2: PRODUCTS 2,01 MATERIALS A. Epoxy: Water-insensitive two-part type law viscosity epoxy adhesive material containing 100 percent solids and meeting or exceeding following characteristics when tested in accordance with standards specified: Manufacturers: One of the following or equal: 1. Degussa Building Systems, Concressive Standard LVI. 2. Sika Chemical Corp., Sikadur 3.5 Hi-Mad LSI. B. Epoxy Gel: Manufacturers: One of the following or equal: 1. Sika.Chemical Corp., Sikadur 31, Hi-Mod Gel. C. Epoxy Bonding Agent: Manufacttuers: One of the following or equal: 03071 F 071005 gh 03071-1 7/15/2005 City of Fort Worth Eagle Mountain WT? Phase III Expansion I. Degussa Building Systems, Concressive 100E Liquid LPL. 2. Sika Chemical Corp., Sikadur 32, Hi-Mod. PART 3: EXECUTION 3.01 YNSTALLATICN - A. Install and cure epoxy materials in accordance with manufacturer's installation instructions. B. Epoxy: 1. Apply in accordance with manufacturer's installation instme6ons. C. Epoxy Gel: 1. Apply in accordance with manufacturer's installation instructions. 2. Use for vertical or overhead work, or where high viscosity epoxy is required. 3. Epoxy gel used for vertical or overhead work may be used for horizontal work. D. Epoxy Bonding Agent: - 1. Apply in accordance with manufacturer's installation instructions. 2. Bonding agent will not be required for filling form tie holes or for normal finishing and r patching of similar sized small defects. END OF SECTION 03071 F 071005 g1s 03071-2 711512005 C_q of Fon Worth Eagle tvlountain WTP Phase ilt Expansion SECTION 03072 EPDXY RESIN/PORTLAND CEMENT BONDING AGENT PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Epoxy resinfportland cement bonding agent. 1.02 REFERENCES A. American Society for Testing of Materials{ASTM}: I. C 109 -Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 inch or 50 millimeter Cube Specimens). 2. C 348 -Test Method for Flexural Strength of Hydraulic Cement Mortars. 3. C 496 -Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 4. C 882 -Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete Slant Shear. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Sika Corporation,Lyndhurst,New Jersey,Sika Armatec 110_ B. Substitutions: The use of other than the specified product will be considered providing the Contractor requests its use in Writing to the Engineer.This request shall be accompanied by: 1. A certificate of compliance from an approved independent testing laboratory that the proposed substitute product meets or exceeds specified performance criteria, tested in accordance With the specified test standards, 2. Documented proof that the proposed substitute product has a one year proved record of performance of bonding Portland cement mortar/concrete to hardened Portland cement mortarlconcrete, confirmed by actual field tests and five successful installations that the Engineer can investigate. 2.02 PERFORMANCE CRYf ERIA A. Properties of the Mixed Epoxy R.esinfPortland Cement Adhesive: 1. Pot life: 75-105 minutes. 2_ Contact time: 24 hours. 3. Color: Dark gray. 03072 F 071005 g1s 03072-1 7/15/2005 City of Fort Worth !eagle Mountair•WTP Phase III Exparsion B. Properties of the Cured Epoxy Resin/Portland Cement Adhesive: I. Compressive strength in accordance with ASTM C 109. a. I day: 810 pounds per square inch minimum. b. 7 day: 6,000 pounds per square inch minimum. c. 28 day: 8,000 pounds per square inch minimum. 2. Splitting tensile strength in accordance with ASTM C 496. a. 28 days:. 540 pounds per square inch minimum. 3. Flexural Strength: a. 1,100 pounds per square inch minimum in accordance with ASTM C 348. 4. Bond strength in accordance with ASTM C 882 modified at 14 days. a. 0 Hours Open Time: 1,900 pounds per square inch minimum. b. 24 Hours Open Time: 1,500 pounds per square inch minimum. 5. The epoxy resin/Portland cement adhesive shall not produce a vapor barrier. 6. Material must be proven to prevent corrosion of reinforcing steel when tested under the procedures as set forth by the Federal Highway Administration Program Report Number FHWA/RD86/193. Proof shall be in the form of an independent testing laboratory corrosion report showing prevention of corrosion of the reinforcing steel. 2.03 MATERIALS A. Epoxy Resin/Portland Cement Adhesive: I. Component "A" shall be an epoxy resin/water emulsion containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. 2. Component "B" shall be primarily a water solution of a polyamine. 3. Component "C" shall be a blend of selected portland cements and sands. 4. The material shall not contain asbestos. PART 3: EXECUTION 3.01 MIXING AND APPLICATION A. Mix components in full compliance with manufacturer's instructions. Mix only that quantity that can be applied within its pot life. B. Placement Procedure. 03072 F MOO g1s 03472-2 7/151205 City of Foyl Worth Eagle Mountain WTP Phase lil Expansion I. Apply to prepared surface with stiff-bristle brush, broom, or "hopper type" spray equipment. a. Place fresh,plastic concrete./mortar within the "open time" of the bonding agent, but no later than 20 hours after bonding agent is applied. b. For Machine Applications: Allow the bonding bridge adhesive to dry for 12 hours A minimum. C. Adhere to all limitations and cautions for the epoxy resinlportland cement adhesive in the manufacturers current printed literature. 3.432 CLEANING A. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas. END OF SECTION a t" 03072 F 071005 gls 03072-3 7115/2005 T City of Fort Worth Eagle Mountain WT? Phase H]Expansion SECTION 03102 CONCRETE F+ORM'WORK PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Concrete formwork. B. Related Sections: 1, Section 03104-Void Forms. 2. Section 03300-Cast-in-place Concrete. 3. Section 03600 -Grouts. 4, Section 07900 -Joint Sealers. 1.42 REFERENCES A. American Concrete Institute (ACI}: I. 117 -Standard Specifications for Tolerances for Concrete Construction and Materia is. B. NSF International (NSF)/American National Standards Institute (ANSI) 1. NSI'/ANSI 61 -Drinking `Nater System Components-Health Effects. 1.03 SYSTEM DESCRIPTION A. Design ;Requirements: I. Design of concrete forms, falsework, and shoring in accordance with local,state, and federal regulations. 2. Design forms and ties to withstand concrete pressures without bulging, spreading,,or lifting of forms. R. Performance Requirements: 1. Construct forms so that finished concrete conforms to shapes,lines, grades,and dimensions indicated on the Drawings, 2. It is intended that surface of concrete after stripping presents smooth, hard,and dense finish that requires minimum amount of finishing. 3. Provide sufficient number of forms so that the work may be performed rapidly and present uniform appearance in form patterns and finish. 03102 F 071005 gls 03102-1 7/15/2005 City of Foil WC-0h Eagle Mountair.WrP Phase 1!1 Exparsion 4. Use forms that are clean and free from dirt,debris, concrete,and similar type items. Coat with acceptable form release agent if required,prior to use or reuse. 1.04 SUBMITTALS A. Information on the Contractor's Proposed Forining System: Submit in such detail as the Engineer may require to assure himself that proposed system complies with the intent of the Specifications. 1.05 QUALITY ASSURANCE A. Qualifications of manufactured formwork systems: Manufactured forming systems shall have a rrunirnurn 5-year history of successful use for structures such as those included in the Work. Submit experience record demonstrating at least 5 projects for review when requested by the Engineer. Provide details, photos,references,and other data requested by Engineer. B. Regulatory Requirements: Install work of this Section in accordance with local, state, and federal regulations. 1.06 PROTECT CONDITIONS A. Requirements Due to Weather Condition: 1. Removal of Formwork: Do not remove forms from concrete which has been placed when _ outside ambient air temperature is below 50 degrees Fahrenheit until concrete has attained specified stxength as determined by test cylinders stored in field under conditions equivalent to those experienced by the concrete structure. PART 2: PRODUCTS 2.01 MATERIALS A. Form Ties: 1. General: a. Provide form ties compatible with forming system selected and produced by recognized — manufactatrer of concrete forming equipment. b. Do not use wire ties or wood spreaders of any form. c. Provide ties of type that accurately tie, lock,and spread forms. d. Provide form ties of such design that, when forms are removed, no metal or other material remains within 1-1/2 inches of the surface of the concrete. e. Do not allow holes in forms for ties to allow leakage during placement of concrete. — 2. Cone-snap or Flat Bar Form Ties. a. Cone-snap ties shail form a cone shaped depression in the concrete with a minimum diameter of t inch at the surface of the concrete and 1-1/2 inches deep. 03102 F 071005 gis 03102-2 7/1512005, City of fort wonh Eagle Mountain wTP Phase III Expansion b. Provide neoprene waterseal washer located near the center of the concrete. 3. Taper Ties: a. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven, plugs are located in center third of wall thickeners. b. Drypack Mortar for Filling Taper Tie Holes. 1) Consist of mix of 1 part of Portland cement to I part of plaster sand. 2) Amount of water to be added to cement-sand mix is to be such that mortar can be driven into holes and be properly compacted_ 3) Admixtures or Additives: Are not to be used in dry-pack mortar. B. Built-up Plywood Forms: 1. Built-up plywood forms may be substituted for prefabricated forming system subject to following minimum requirements: a. Size and Material: I) Full size 4 by 8 feet plywood sheets,except where smaller pieces are able to cover entire area. 2) Sheet Construction: 5-ply plywood sheets, 3/4 inch nominal, made with 104 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and Mi sodium hydroxide of cement. b. Wales: Minimum 2 by 4 inch lumber, c. Studding and Wales: Contain no Ioose knots and be free of warps,cups,and bows. C. Steel or Steel Framed Plywood Forms: I. Steel Forms: Provide forms that are: a. Rigidly constructed and capable of being braced for minimum deflection of finish surface. b. Capable of providing finish surfaces that are flat without bows,cups, or dents. 2. Steel Framed Plywood Forms: a. Provide forms that are rigidly constructed to provide minimum deflection of finished surfaces, and are capable of being braced. b. Plywood Paneling: 5-ply, 518 inch nonunal or 3/4 inch nominal,made with 100 percent waterproof adhesive,and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement. 03102 F071005 gas 03102-3 7/1512005 City of Fan Worth i:agte MounYam WTP Phase III Expansion D. Incidentals: 1. Extemal Angles (comers at formed edges): a. Where not otherwise indicated on the Drawings,provide with 314 inch bevel, formed by utilizing tnle dimensioned wood or solid plastic chamfer strip on walkways,slabs, walls, beams, columns, and openings. b. Provide 114 inch bevel formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, walls,and slabs at expansion,contraction, and construction - joints. 2. Keyways: Steel,plastic,or lumber treated with form coating, applied according to label directions. 3. Dovetail Anchor Slots: a. 718"wide by 112"deep x 112"throat opening fabricated from minimum 20 gage stainless steel and provided with foam filler to prevent entry of concrete. b. Manufacturers: One of the following or equal. 1) Heckman Building Products,No. 10011. c. See Section 04090 for dovetail anchor ties. 4. Prefabricated Drainage Layer: a. High-strength woven geotextile bonded to a three-dimensional, impact-resistant, polyester core to form an assembly not less than 318 inch nor more than 1 inch in thickness. Having configuration for overlapping and sealing adjacent panels to one another. Construction to prevent intrusion of concrete or paste into the flow channels. b. Provide seals and accessories as required to ensure a free-draining system for monitoring movement of water into the drain space. c. Manufacturers: One of the following or equal. 1) Mirati, Inc.: Mira drain 9000. E. Form Release Agent: 1. Effective, non-staining,non-residual, water-based,bond-breaking form coating. Form - release agents used for surfaces in contact with potable water shall be non-toxic,shall not impart taste or odor to the water, and shall be approved for such use under NSF/ANSI 61 or other standard acceptable to the Engineer. - 03 102 F 071005 g1s 03102-4 7/15/2005 y City of Fort Worth Eagle Mountain WTP Phase III Expansion FART 3: EXECUTION 3.01 EXAMINATION A. Verification of Conditions: 1. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all trlechanical and electrical inserts or other embedded items. 3.02 INSTALLATION A. Forms and Accessories: I. Vertical Forms: a. Remain in place minimum of 24 hours after concrete is placed. b. If, after 24 hours,concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed. �. Other Forms Supporting Concrete and Shoring:remain in place as follows: a. Sides Of Footings: 24 hours minimum. b. Vertical Sides of Beams, Girders, and Similar Members: 48 hours minimum. c. Slabs,Beams, and Girders. Until concrete strength reaches specified strength or until shoring is installed. d. Shoring for Slabs,Beams, and Girders: Shore until concrete strength reaches specified strength. e. Wall Bracing: tlntil concrete strength of beams and slabs laterally supporting ,avall reaches specified strength. 3. Green Concrete: a. No heavy loading on green concrete will be permitted. b. Green concrete is defined as concrete with less than 100 percent of specified strength_ 4. Immediately after forms are removed,carefully examine concrete surfaces,and repair any irregularities in surfaces and finishes as specified in Section 03300. B. Form Ties: 1. Cone-snap Recd and Bar Ties:Tie forms together at not more than 2 foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows: a. Remove form ties from surfaces. 43102 F 071005 gls 03102-5 7/15/2005 4 City or Fort worth Eagle Mountain WTP Phase IN Expansion b. Roughen cone shaped tie holes by heavy sandblasting before repair. c. Dry pack cone shaped tie holes with drypack mortar as specified in Section 03600. 2. Taper Ties: a, Neoprene Plug in Taper Tie Holes: After formes and taper ties are removed from wall, plug tie holes with neoprene plug as follows: l) Heavy sandblast and then clean tie holes. 2) After cleaning, drive neoprene plug into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. 3) During driving, locate steel rod in cylindrical recess made in plug. a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry Pack Of Taper Tie Holes: After Installing Plugs in Tie Holes: 1) Coat tie hole surface with epoxy bonding agent and fill with dry-pack mortar as specified in Section 03600. ._ a) Drypack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. b) Dry pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. c) Wall surfaces in area of drypacked tie holes: On the water side of water containing structures and the outside of below grade walls: (1) Cover with minimum of t0 mils of epoxy gel. (2) Extend epoxy gel coating on wall surfaces minimum of 2 inches past drypack mortar tilled tie holes. (3) Provide finish surfaces that are free from sand streaks or voids. C. Built-up Plywood Forms: 1. Form face supports: a. Spaced maximum 24 inches on center.Closer spacing may be rewired. Provide form supports and wales required to prevent bulging of concrete surfaces and to maintain - formed lines and surfaces within tolerances specified. b. Install studs perpendicular to grain of exterior plys of plywood sheets. 2. Wales: Form wales of double lumber material minimum size as specified in this Section. 03102 f 071 OD5 gis 03102-6 7/15/2045 City of Foil Worth Eagle Mountain WT? Phase ltt Expansion .y 3. Form Reuses: Forms may be reused provided surface coating or overlay, faces, edges and corners are capable of producing flat,smooth, hard, dense, uniform finish on concrete when stripped. D_ Steel or Stec] Framed Forrns: 1. Steel Forms: a. Adequately brace forms and form faces for minimum deflection of finish surface. 2. Steel Framed Plywood Forms: a. Rigidly construct and brace with joints fitting closely and smoothly. b. Form Reuse: Farms may be reused provided surface coaling or overlay, faces, edge, and corners are capable of producing flat, smooth, hard, dense, uniform finish on concrete when stripped. 3. Built-up plywood forms: As specified in this Section may be used in conjunction with steel farms or steel framed plywood forms for special forming conditions such as corbels and forming around items which will project through forms_ E. Bracing and Alignment of Forms. 1. Line and Grade: Limit deviations to tolerances which will permit proper installation of structural embedded items or mechanical and electrical equipment and piping. '. Formwork: a, Securely brace,support,tie down. or otherwise hold in place to prevent any movement. b. Make adequate provisions to resist uplift pressure, lateral pressure and deflection of forms. 3- When Second Lift is Placee on Hardened Concrete: Take special precautions in form work at top of old lift and bottom of new lift to prevent: a. Spreading and vertical or horizontal displacement of forms. b. Grout"bleeding" on finish concrete surfaces. 4. Pipe Stubs, Anchor Bolts,and Cather Embedded Items: Set in forms where required- 5- Cracks,Openings, or Offsets at Joints in Formwork: Close those that are 111 b inch or larger by tightening foams or by filling with acceptable crack filler. F. incidentals: I. Keyways: Construct keyways as indicated on the Drawings. Reentrant Angles: May be left square. 03102 F 071005 g:.s 03102-7 7/1512rx;-5 City of Fran Worth Eagle Mounlain WTP Phase ill Expansion 3. Level Strips: Install level strips at top of wall concrete placements to maintain true lime at horizontal construction joints. 4. inserts: a. Encase pipes, anchor bolts,steps,reglets, castings, and ether inserts, as indicated on the Drawings or as required,in concrete. b. Use dovetail anchors or ties in conjunction with slots or inserts for various materials as specified under other sections of these Specifications and as may be necessary for required work. 5. Prefabricated Drainage Layer a. Install between slabs separating filtered water channel from waste wash water channel at filters, b. Maintain drainage space,sloped to drain toward PLIC pipe outlet at Filter Pipe Gallery, If recommended by manufacturer,provide non-degrading cover mat to ensure clear channel without intrusion of concrete placed above. G. Pipe and Conduit: ]. Install pipe and conduit in structures as indicated on the Drawings, and sea] with materials as specified in Section 07900. H. Tolerances: 1. Finish concrete shall conform to shapes,lines,grades,and dimensions indicated on the Drawings. 2_ At time of acceptance of project, maximum deviation from trice line and grade shall not exceed tolerances listed below. 3. General: Comp]y with ACI 117,except as modified in following paragraphs: a. Slabs: i) Slope: Uniformly sloped to drain when slope is indicated on the Drawings. Provide slabs without depressions that pond water. 2) Slabs Indicated to Be Level:Have maximum deviation of 118 inch in 10 feet without any apparent changes in grade. b. Circular Tank Walls: The Contractor may deviate from finish line indicated on the Drawings by use of forms with chord lengths not to exceed 2 feet provided the angle of departure at joints between adjacent chords is less than or equal to 3 degrees. c. Inserts: Set inserts to tolerances required for proper installation and operation of _ equipment or systems to which insert pertains. 03102 F 071005 g1s 03102-8 7�15�aaas 00 City or Fort forth Eagle Mountain W7P Phase 1€1 Expansion PM d, Maximum Tolerances: As follows: IM Item Inches Sleeves and Inserts Plus 118 Minus 118 Projected Ends of Anchor Bolts Plus 114 Minus 0,0 Anchor Bolt Setting Plus 1/16 Minus 1116 END OF SECTION r 03102 F 071005 gis 031629 711512005 City of Foci Worth Eagle Mountain WTP Phase III Exp rision SECTION 03104 VOID FORMS PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Design, installation, and maintenance during; constriction of void forms for cast-in-place concrete stabs on grade. B. Related Sections: 1. 03102-Concrete Formwork. 2. 03300 -Cast-in-Place Concrete. 1.02 REFERENCES A. International Code Council {ICC}; 1. Evaluation Service(ES) Reports. 1.03 SYSTEM DESCRIPTION A. Manufactured system of cartons and soil retainers placed below grade beams, walls, and lower level slabs as shown on the Drawings, Void forms and soil retainers are placed on prepared subgrade before construction of concrete slabs. They are expected to be left in place after _. concrete placement, and to decay in place, leaving a horizontal void that will provide continuous vertical space such that swelling of underlying soils will not impart uplift loads to the structures_ B. Design Requirements I. Provide system of fours,voids and retainers that will ensure a clear void space of the minimum height shown on the Drawings below slabs and grade beams, and vertical faces at the sides of grade beams. It is noted that this may require that some forming materials be abandoned below cast-in-place slabs. - a. The cost of abandoned forming materials will be considered subsidiary to the cost of the work, and the Owner will make no additional payment for those materials. b. Where materials are abandoned, ensure that such materials will deteriorate so that loads from potentially expansive underlying soils will not be transferred to the structure. 2. Design void forms to provide vertical resistance to all vertical and lateral loads that might be applied,until such time as the concrete structure is capable of supporting the loads. a. Such loads include, but may not be limited to: live load; dead load; weight of moving equipment and construction personnel; weight of reinforcement placed in concrete; height of concrete drop during placing operations; loads from consolidation of concrete; ambient temperatures; and soil pressures. G3104 F 071005 g1s 03104-1 7115105 City of Fort Worth Eagle Mountam WTP Phase Ill Expansion 3. Design system to maintain its strength and stability during exposure to environmental conditions, plastic concrete,and concrete curing. 4. If required to ensure loss of void form strength after construction of overlying concrete, design system to provide supplementary moisture for form deterioration. System shall provide adequate moisture for deterioration of forms, but prevent introduction of moisture into potentially expansive soils below the structures. 1.04 SUBMITTALS A. Product Data: I. Manufacturer's product description indicating materials of construction and details of fabrication for products specified. B. Shop Drawings: 1. Information on layout and jointing of void materials below slabs,at tops of drilled piers,and below grade beams. C. Samples 1, Two samples of each type of void, shield, or accessory material when requested by the Engineer. D. Design Data 1. Manufacturer's data confirming adequacy of system for supporting loads to be placed thereon.Clearly designate any restrictions on environmental conditions or loads that must be observed in order to maintain integrity of the system. E. Test Reports I. Lab test reports demonstrating that proposed products can support at least 125 percent of the required design loads. 2. ICC ES report documenting testing and acceptance of the void form and retainer system, and indicating any restrictions on its use. F. Manufacturer's Instructions 1. Instructions for assembly, sealing, and protection of void and retainer system. G. Qualifications 1. Designer. Record of experience in the design and specification of void form systems for at - least 5 projects similar-in size and requirements to this work. 2. Manufacturer. Record of experience, including at least 5 projects similar in size and detail to _ the work required. 3. Installer. Indicate manufacturer's approval of installer,and installers record of experience. 03104 F 071005 gls 03104-2 711 SIos City of t=ort Wonh Eagle Mountain WIT Phase 111 Expansion 1.05 QUALITY ASSURANCE A. Qualifications I, Designer: a. Unless otherwise accepted by the Engineer,designer shall be employed by void form manufacturer,and shall demonstrate at least 5 years experience in the design and specification of systems similar to those anticipated for this work, 2. Manufacturer: a. Void forms shall be the product of a reputable manu factures having not less than 10 years experience in the commercial production of such products. 3. Installer Qualifications a. Installer approved by the manufacturer of the void system, and having not less than 5 years experience in the installation of such systems. 1.06 DELIVERY, STORAGE AND HANDLING A. Protect materials from weather, moisture, and other damaging conditions. Do not install or use void forms that have been damaged by water, weather,or improper storage or handling. PART 2: PRODUCTS 2.01 MATERIALS A. Void form components shall be constructed of double-faced, partially wax impregnated corrugated fiberboard laminated with moisture resistant adhesive and providing a uniform cellular configuration. I. Level of wax impregnation shall be as required to maintain strength and stability during construction and curing of cast-in-place concrete,but capable of leaving the required void space below the structure so that pressures from vertical soil movement are not transferred to the structure. 2. Forms shall be rectangular for use in conjunction with soil retainers. B. Soil retainers shall be constructed of materials not adversely affected by moisture, plastic y concrete or soil, and resistant to rot and termites. Provide retainers of sufficient strength to resist lateral loads from surrounding soils during construction and final use conditions, capable of keeping soils from sloughing into the void space below grade beams and slabs. PART 3: EXECUTION 3.01 PREPARATION A. Surface Preparation: - 1. Prepare ground surface on an even plane to grades shown on the Drawings. 03104 F 071005 gds 03104-3 7115105 City of Fort Worth Eagle Mountain WTP Phase ill Expansion 3.02 INSTALLATION A. Assemble and place void forms and retainer shields in accordance with the manufacturer's recommendations. T B. Install system and secure in place as required to avoid displacement during subsequent construction operations or floatation during concrete placement. Place adjacent sections with tight joints to prevent loss of paste during concrete placernent. Sea] seams and provide seam pads as recommended by the manufacturer. C. Provide end closures on all grade beams and wall voids. D, Provide voids and forms to maintain clean connections between tops of drilled piers and grade beams or structural slabs. Use pre-manufactured sealed forms providing curved, radial, vertical edge around top of pier. E. If vapor barrier is shown on the Drawings, place vapor barrier above the top of the void forms. Do not wrap void forms with vapor barrier material, F. Install cover sheets of hardboard or other materia] acceptable to the Engineer over void forms at slabs and grade beams. Material shall be as required to protect forms from premature deterioration and puncture,to distribute constriction loads. to bridge gaps,and to prevent damage during concrete placement,consolidation and curing. -- 1 Protect as required to prevent deterioration due to ambient conditions and construction operations. _ 2. Minimum thickness of hardboard cover sheets shall not be less than 119 inch. G. Replace damaged or deteriorated void forms and retainers before beginning concrete placement. 3.03 CONCRETE PLACEMENT AND CURING A. Use placing and consolidating procedures that protect void forms and prevent dislocation. B. Prevent water from entering voids at all times until concrete placed thereon has achieved its nunimum specified 29-day compressive strength. 3.04 FIELD QUALITY CONTROL A. Forms damaged by construction operations, weather, or other occurrences, or that are incapable of supporting concrete to provide a clear void space below the structure shall be removed and replaced with competent material at no additional cost to the Owner. END OF SECTION 03104 1`071005 gCs 03104-4 7115105 Ci Ey of Fort Worth Eagle Mountain WTP Phase 111 Expansion SECTION 03150 - CONCRETE ACCESSORIES PART 1: GENERAL 1.01 SUMMARY A. Section Includes: 1. Waterstops. 2. Preformed expansion joint materials. 3. Expanded polystyrene joint fillet. 4. Hardboard. 5. Void forms. B. Related Sections: 1- 03300-Cast-in-Place Concrete. 2. 07900 -Joint Sealers. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM); I. C 203 -Test Methods for Breaking Load and Flexural Properties of Block-Type Thermal Insulation. 2. D 412 -Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension. F 3. D 570 -Test Method for Water Absorption of Plastics. 4. D 624-Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 5. D 63$-Test Method for Tensile Properties of Plastics. 6. D 746-Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. T D 747 -Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever ,L Beam. • 8, D 792 -Test Methods for Density and Specific Gravity(Relative. Density)of Plastics by Displacement. 9. D 1751 - Specification for Preformed Expansion Joint Fillers for Concrete Paving and 03150 F 071005 gL03150 71151200.5 City of Fort Worth Eagle Mountain WTF Prase 11)Expansion Structatral Construction(Non-extruding and Resilient Bituminous Types). i 141. D 1752 -Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 11. D 22401-Test Method for Rubber Property-Durometer Hardness. B. Federal Specifications(F'S): 1. FS LLL-B-810B,Building Board{Hardboard}Hard Pressed, Vegetable Fiber. - C. NSF International (NSF)/American National Standards institute(ANSI) 1. NSFIANS161 —Drinking Water System Components —Health Effects. D. U. S. Army Corps of Engineers(USAGE): 1. CRD-C-572, Specification for Polyvinylchloride Waterstop. 1.433 SUBMITTALS A. Product Data: 1 Waterstops: For each type used, manufacturer's product data including complete physical - dimensions and documentation that product provides specified physical properties and conforms to specified product standards. a. For hydrophilic and injected tube Waterstops: Material Safety Data Sheet(MSDS). 2. Preformed Expansion Joint Material: Submit sufficient information on each type of material for review to determine conformance of material to requirements and product standards specified, 3. Bond Breakers: Manufacturer's product data and Material Safety Data Sheet (MSDS). a. Where surfaces to which bond breaker will be applied will be exposed to contact with potable water,provide data indicating that the product is srlitable for such use. B. Samples: Submit minimum 6-inch long samples of the following when requested by the _ Engineer. 1. Waterstop(s): Set of 2 samples for each type used. 2. Preformed expansion joint material(s): Set of 2 samples for each type used. C. Test Reports: Submit laboratory test reports indicating that average properties of material and - finish conform to requirements specified in this Section. 1. PVC waterstops. 2. Hydrophilic waterstops. 03150 F071005 g1s 413150-2 7!15124)5 r, City of Fort worth Eagle Mountain WTP Phase]1i Expansion i 3. Injected tube waterstops. 4. Preformed joint fillers. D. Certi ficates: ., 1. PVC Waterstops: Submit certificates confirming that polyvinyl chloride waterstops supplied on this project meet or exceed physical property requirements of current USAGE CRD-C- 572. E. Manufacturer's Instructions: Submit inst actions for materials specified in this Section that are specified to be installed with such instructions. 1.04 DELIVERY, STORAGE AND HANDLING k Deliver materials to the site in unopened containers bearing the manufacturer's original label. B. Store and handle materials as recommended by the manufacturer I. Dispose of spilled,spoiled, or open unused chemicals in accordance with all local,state,. and/or federal regulations. C. Protect concrete accessories from weather and direct exposure to sunlight before installation. 1.05 QUALr Y ASSURANCE A. PVC Waterstops: I. Mock-ups: .. a. Welding Demonstration: 1) Demonstrate ability to weld acceptable joints in polyvinyl chloride waterstop before installing waterstop in firms. 2) Quality of welded joints will be subject to acceptance of the Engineer. Z_ Field joints: a. Provide field joints for polyvinyl chloride waterstops that are free of misalignment, bubbles,inadequate bond, porosity,cracks,offsets,and other defects that would reduce the potential resistance of the material to water pressure. Replace all defective joints, remove all faulty material from the site,and dispose of such material at no additional expense to the Owner. 3. Inspections: a. Quality of welded joints in polyvinyl chloride waterstops shall be subject to acceptance by the Engineer. b. The following defects represent a partial list of conditions that will be considered as grounds for rejection: 03154 F 071005 els 03150-3 7)15/20FI5 Mr City of Fort Worth Eagle Mountain WTP Phase fil Expansion 1) Offsets at joints greater than the lesser of 1115 inch,or 15 percent ofthe material thickness at any point. 2) Exterior crack at joint due to incomplete bond, that is deeper than the lesser of 1116 inch or 15 percent of the material thickness at any point. 3) Any combination of offset or crack that will result in a net reduction in cross *- section exceeding the lesser of 1f 16 inch or 15 percent of material thickness at any point. 4) Misalignment of the joint resulting in misalignment of the waterstop exceeding 112 inch in 14 feet. 5) Visually observed porosity in the welded joint. 6) Bubbles or inadequate bonding. B. Injected Tube Waterstops: 1. Grouting shall be performed by a qualified contractor demonstrating a minimum of 5 years recent experience in chemical grouting work under similar conditions. PART 2: PR:DDUCTS 2.01 WATERSTOPS A. Polyvinyl Chloride(PVC)Waterstops: 1. General: Manufactured from virgin polyvinyl chloride plastic compound including plasticizers,resins, stabilizers and other materials necessary to conform to the requirements of this Section. Scrap or reclaimed materials shall not be used. 2. Manufacturers:One of the Following or equal: a. Vinylex Corporation, b. Greenstreak Incorporated. 3. Type(unless otherwise specified or indicated on the Drawings): a. 6-inch wide ribbed type in construction and control joints. b. 9-inch wide ribbed type with hollow center bulb in expansion joints. C. Split type waterstop will not be permitted except where specifically indicated on the Drawings. •• 03150 F 071005 g1s 03150-4 7115/2005 City of Fort worth :a Eagle Mountain WTF Phase i11 Expansion 4. Provide polyvinyl chloride waterstops complying with following requirements: Physical Characteristics Test Method Required Results Specific Gravity ASTM D 792 Not less than 1.3 Hardness ASTM D 2240 70 to 90 Type A Shore durometer Tensile Strength ASTM D 638 Not less than 2,000 pounds per square inch Ultimate Elongation ASTM D 638 Not less than 354 percent Alkali Extraction CRD-C-572 7 day weight change between tninus d.1 percent and plus 0.25 percent Low Temperature Brittle ASTM D 746 Not more than minus 35 degrees Paint Fahrenheit Water Absorption ASTM D 570 Not more than 0.15 percent after 24 hours Accelerated Extraction CRD-C-572 Not less than 2,000 pounds per square Tensile inch Stiffness in Flexure ASTM D 747 Not less than 756 pounds per square inch Tear Resistance ASTM D 624 Not less than 304 pounds per inch Weight Requirements y■ 6 inch Waterstops _ Weigh not less than 130 pounds per 100 linear feet 9 inch Waterstops — Weigh not less than 220 pounds per 100 linear feet Thickness _ 318 inch Center Bulb. 9 inch Waterstops 1-112 inch nominal outside diameter Allowable Tolerances Width — Plus or minus 3116 inch Thickness s Plus or minus 1132 inch B. Hydrophilic Rubber Waterstops: 1, General: a, System composed of flexible,pre-formed rubber strip with hydrophilic urethane polymer, adhesives, sealants,and accessories as required for installation.Waterstop system shall be resistant to degradation under cycles of wetting and drying and to chemicals found in concrete water treatment basins,and shall be certified under NSF 61 for use in contact with potable water. b. All materials used in the system shall be products of or provided together by a single 03150 F 071005 gls 03150-5 7/1 512G05 04 City ofFon Worih Eagle Mountain WTP Phase III Expansion manufacturer to ensure compatibility. R 2, Manufacturers. One of the following,or equal: *. a. Asahi Denka Kogyo K.K,,Tokyo,Japan--Adeka Ultra Seal {Distributed by Adeka Ultra Seal,USA.) l) Rubber strip for placement in joints with two rows of reinforcement crossing the joint,and with a minimum of 4-inches of concrete side cover over the strip: Adeka MC-2010MN(20mm x 10mm)with stainless steel wire mesh embed to direct expansion in the thickness direction and restrict expansion in the longitudinal direction. Physical Characteristics Test Method Required Results Hardness ASTM D 2240 *Not less than 30_+6 Shore A Durometer Type A Tensile Strength ASTM D 412 *Not less than 142 pounds per square inch Elongation ASTM D 412 *Not less than 500 percent Specific Gravity ASTM D 792 1.18+0.15 Expansion Coefficient by (manufacturer) Not less than 1.9 Volume Water Absorption ASTM D 570 Not more than 0.15 percent after 24 hours 7 *Based on pressed sheet of compound. 2) Rubber strip for placement in joints with a single row of reinforcement crossing the joint,and with a minimum of 2-inches of concrete side cover over the strip: Adeka KBA-1510-FP(15mm x 10mm)compressible expanding sponge rubber. 3) Sealant: Adeka P-201 single component hydrophilic paste. C. Injected Tube Waterstops: 1. General a. System composed of permeable injection tubes consisting of a reinforcing spiral covered with inner and outer protective membranes, injected polyurethane grout,and accessories required for installation.Grout shall cure to a flexible, closed-cell, polyurethane foam resistant to degradation under cycles of wetting and drying,and to chemicals found in concrete water treatment basins. System and grout shall be certified under NSF 61 for use in contact with potable water. b. All materials used in the system shall be provided by a single manufacturer to ensure compatibility. Ow 03150 F 071005 gts 03150-6 7115/2005 City of Fort worth Eagle Mountain 4WFP Phase lit Expansion 2, Manufacturers: One of the following,or equal: a. DeNeef Construction Chemicals, Inc.,Houston TQC— Ir�jecto Tube with Hydro Active Flex LV polyurethane ,grout. ' 2.02 PREFORMED EXPANSION JOINT MATERIAL A. General: Use material type and thickness as indicated on the Drawings. B. Sponge Rubber Type: 1. Manufacturers: One of the following or equal: a. Tarnmstech, Inc.,Cementone. b. Burke Concrete Accessories Inc.,Neoprene Sponge Rubber Expansion Joint. C. Bituminous Fiber Type: 1 Asphalt-impregnated fiber board conforming to ASTM D 1751. 2. Manufacturers: One of the following or equal: a. Tammstech, Inc., HomboardlEber. b. Burke Concrete Accessories Inc., Fiber Expansion Joint. D. Self-Expanding Cork Type: 1. Cork sheet conforming to ASTM D 1752,Type 111,protected to prevent expansion under normal atmospheric conditions before product is installed in joints. 2. Manufacturers: One of the following, or equal: a. W.R. Meadows, Inc. -Self-Expanding Cork. b. APS Supply Co. - Self Expanding Cork. 2.03 MISCELLANEOUS JOINT MATERIALS A. Expanded Polystyrene Joint Filler: 1. Type: Commercially available polystyrene board, craving following minimum characteristics: a. Flexural Strength,Minimum: 35 pounds per square inch in accordance with ASTM C 203. L Compressive Yield Strength: Between 16 and 40 pounds per square inch, at 5 percent compression. 03150 F 071005 gts 03150-7 7/15/2405 Ciry of Fort Worth Eagle Mountain WTP Phase 1l1 Expansion B. Hardboard: 108-inch minimum thickness, conforming to FS LLL-B-810, any type_ C. Bond Breaker (between adjacent concrete surfaces or placements): Nan-staining, non-residual type. Where placed on surfaces exposed to contact with potable water, bond breaker shall be suitable for such exposure, shall be non-toxic,and shall not impart taste or odor to the water. D. Sealants and caulking: As specified in Section 07900. — E; Elastomeric Bearing Pads: 1. 60 Durometer chloroprene(Neoprene)bearing pads conforming to AASHTO Standard Specification for Highway, Bridges, l6th Edition, DMsion II, Section 18.Minim=am thickness as shown on the Drawings. PART 3: EXECUTION 3.41 INSTALLATION A. General: L Prepare and construct concrete joints as indicated on the Drawings,and as specified in Section 43300. B. Waterstops: L General: a. Install waterstops in concrete joints as indicated on the Drawings and in accordance with manufacturer's recommendations. 1) In water-bearing structures,provide all joints with waterstops, whether indicated on the Drawings or not. b. Take precautions to protect waterstops during progress of work,and repair or replace damaged materials. C. Provide waterstops that are continuous and make joints watertight. 1) Set waterstops accurately to position and line as indicated on the Drawings. 2) Carry waterstops in walls into lower slabs,and join to waterstops in slabs with appropriate fittings. 3) Terminate waterstops 3 inches below top of finished surfaces at walls and slabs unless otherwise indicated or shown on the Drawings. d. Do not drive nails,screws,or other fasteners through waterstops in vicinity of construction}pints. e. Hold and securely fasten waterstops in position at intervals of not more than 24 inches (unless a closer spacing is recommended by the manufacturer)so that they do not move during placing of concrete. 03150 F 071005 g1s 03154-8 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase II I Expansion 2. Polyvinyl Chloride Water-stops: a. Positioning: 1) Position waterstops so they are symmetrically divided between adjacent concrete placements. Place center axis of 6 inch or 9 inch dimension of waterstop to be coincident with the center of the joint. 2) Use wires at not more than 24 inches on center near the outer edge to tie waterstops into position. Special clips may be used in lieu of wires at Contractors's option. b. Welding. 1) Weld joints with thermostatically controlled equipment recommended by the waterstop manufacturer. a) Material shall remain undamaged after heating, b) Prmde smooth,even joints. Prepare held-cut joints by overlapping and then simultaneously cutting the sections to be joined. c) Heat and support waterstops as recommended by the manufacturer,and ensure complete fusion at joints. d) Maintain continuity of waterstop ribs,center bulbs,and axes. e) Provide splices with a tensile strength equal to not less than bfl percent of that of the un-spliced material. 2) Joints other than butt joints between two ends in straight runs shall be prefabricated by manufacturer,or prepared by Contractor in accordance with manufacturer's recommended details,before waterstops are placed in the forms. Provide a continuous straight run of waterstop not less than 24-inches long along each leg before butt welding to adjacent runs of waterstop. a) Vertical crosses and tees. Factory fabricated. b) Horizontal crosses and tees: Factory or field fabricated. 3. Hydrophilic Rubber Waterstops. a. Conform to manufacturer's recommendations for installation. b. Prepare joint surfaces by wire brushing or scraping as necessary to expose an uncontaminated surface. Clean joint with high-pressure air or water to remove residue and debris.Confirm that surface moisture conditions conform to manufacturer's requirements before installing materials. c. Install primers or adhesives as recommended by manufacturer before setting waterstop strips. 1) Fill all voids and rough areas under waterstops with sealant as recommended by 03150 F 071005 gls 03150-9 7/15 2005 a City of Fort Worth Eagle Mountain WYP Phase IN Expansion E, The manufacturer. d. Provide laps and splices as recommended by manufacturer and as required to ensure water tightness of the structure. 1] At concrete construction joints,fix waterstop in place and keep taut. Do not allow any gap between concrete and waterstop.Use sealant at all corner joints and overlap splices. 4. Injected Tube Waterstops: a. Conform to manufacturer's recommendations for installation. b. Do not inject grout before surrounding concrete has reached its minimum specified compressive strength (f c),nor less than 21 days after concrete placement, c. Prepare joint surfaces by wire brushing or scraping as necessary to expose an uncontaminated surface, Clean joint with high-pressure air or water to remove residue and debris. d. Spacing of injection ports shall not exceed 25 feet. e. Provide laps and splices as recommended by manufacturer,and as required to ensure water tightness of the structure. f. Immediately before injecting grout, flush tubes with water to clean and moisten full length of tube,unless otherwise recommended by the manufacturer. g. Provide grout pumps as recommended by the manufacturer,and that are capable of providing a continuous flow of liquid grout. h. Seal injection tubes and commence injection at the next adjacent port before grout sets. C. Joints: 1. Construct expansion,contraction,and construction joints as indicated on the Drawings. 2. Preformed Expansion Joint Material: Fasten expansion joint strips to concrete,masonry,or forms with adhesive. No nailing will be permitted,nor shall expansion joint strips be placed without fastening. 3. Expanded Polystyrene Joint Filler: a. When filler is indicated on the Drawings or specified,place filler incorrect position before concrete is placed against filler. b. Fill holes and joints in filler with caulking to prevent entry of mortar into joint or passage of mortar or concrete from one side of joint to other. 4. Hardboard: a. When indicated on the Drawings, face surface of joint filler with hardboard. 03150 F 071005 gls 03150-10 7115r'005 City of Fort Worih Eagle Mountain WTP Phase ISI Expansion b. Other facing materials may be used provided they furnish equivalent protection. c. Hold boards in place by nails, waterproof adhesive, or other means acceptable to the Engineer. 5. Sealants: a. Install sealants and caulking as shown on the Drawings and specified in Section 07900. END OF SECTION 03150 F 071005 g1s 03150-11 7/15/2005 City of Fort Worth Eagle Mountain WT? Phase IN Expansion SECTION 03200 CONCRETE REUVFORCEMENT PART l: GENERAL 1.41 SUMMARY A. Section Includes: Concrete reinforcement. B. Related Sections: 1. Section 01300 -Submittals. 2. Section 04090 -Masonry Reinforcement and Accessories. 1.02 REFERENCES A. American Concrete Institute(ACT): 1. 315 -Detailing Manual; Details and Detailing of Concrete Reinforcement. 2. 318 -Building Code Requirements for Structural Concrete. B. American Society for Testing and Matenials(ASTM): 1. A 185 - Specification for Steel Welded Wire Fabric, Plain., for Concrete Reinforcement. 2. A 615 - Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 3, A 706 -Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. C. American Welding Society(AWS): I. D1.4- Structural Welding Code-Reinforcing Steel. D. Concrete Reinforcing Steel Institute (CRSI): 1. Manual of Standard Practice. E. International Code Council (ICC): 1. Evaluation Service(ES) Reports. 1.03 S'YS'TEM DESCRIPTION A. The Drawings contain general notes concerning amount of reinforcement and placing, details of ._ reinforcement at wall corners and intersections, and details of extra reinforcement around openings in concrete. 03200 F 071405 gis 03200-1 7/15/2005 City of Fart Worth Eagle Mountain WTP Phase 11i Expansion 1.04 SUBMIT'T'ALS A. General: Submittal procedures shall be in accordance with Section 01300 unless modified herein. B. Product Data: I. Precast Concrete Bar Supports: Manufacturer's product data indicating compression strength of concrete supports, 2. Reinforcing Bar Couplers:Manufacturer's product data indicating type or size identification, and bar size and grade to be spliced. Include installation and testing instructions. 3_ Reinforcing Bar Terminators: Manufacturer's product data indicating type or size identification, and bar size and grade to be spliced. Include installation and testing instructions. C. Shop Drawings: I. Reinforcing Steel: a. Submit drawings showing bending and placement of reinforcement in accordance with the Contract Documents. 1) Submit drawings as specified in Section 01300. At least one copy shall be in reproducible form acceptable to the Engineer. 2) Drawings shall conform.to the recommendations of AGI 315. 3) Clearly indicate portions of structure covered by each submittal. 4) Placement drawings: a) Clearly show placement of each bar listed in the bill of materials, including additional reinforcement at corners and openings required by detail in the _ Contract Documents. b) Show splice locations.Indicate locations of mechanical reinforcing couplers if used, c) Show locations of reinforcing bar terminators. if used. d) Clearly identify locations of reinforcement with special coatings or special yield strength. 5) Bending details: a) Reference bars to same identification marks shown on placement drawings. b) If bend types or nomenclature differs fron-i that recommended in the CRSI Manual of Standard Practice, provide details showing bend types and 03200 F 071405 gis 032.00-2 7/15/2405 City of Fort Word, Eagte Mountain WTP Phase III Expansion dimensional designations. c) Clearly identify reinforcement with special coatings or special yield strength. 2, Changes to Contract Drawing requirements for reinforcement: a. Indicate in a separate letter or on shop drawings any changes to requirements indicated on the Contract Drawings. b, Changes will not be acceptable unless Engineer has accepted such changes in writing. D. Samples: L Wire Reinforcement Supports: Samples of each type of chair and bolster proposed for use along with letter stating where each will be used. 2. Precast Concrete Bar Supports: Samples of each type of precast support proposed for use along with letter stating where each will be used. E. Test Reports: I. Certified copy of mill test for each steel proposed for use. Show physical properties and chemical analysis. 2. Reinforcing bar couplers: ICC ES approval report and test data confimung that couplers provide specified tension and compression strength and conform to specified limits on total slip within the splice sleeve. 3. Reinforcing bar terminators: ICC ES approval report and test data confirming that terminators provide specified tension strength. 1.05 DELIVERY, STORAGE,AND HANDLING A. Packing and Shipping: 1, Deliver bars bundled and tagged with identifying tags. B. Acceptance at Site: I. Reinforcing Bars: Deliver reinforcing bars lacking grade identification marks accompanied by manufacturer's guarantee of grade, 1.06 SEQUENCING AND SCHEDULING A. Bar Supports: Do not place concrete until product data and samples for bar supports have been accepted by the Engineer. 03200 F 071405 sr: 03200-3 7/15/2005 City of Fort Worth Eagle Mounlain WTP Phase III Expans+an PART 2: PRODUCTS 2.01 MATERIALS A. Reinforcement: 1. General: Provide reinforcing steel that is new material,of quality specified, free from excessive rust or scale or any defects affecting its usefulness. B. Reinforcing Bars: 1. Reinforcing Bars to Be Embedded in Concrete or Masonry: Grade 60 deformed bars conforming to ASTM A 615 except as specified in the following paragraphs. 2. Reinforcement designated on the Drawings or required to be field bend or welded: ASTM A 706, a. ASTM A 615 Grade 60 reinforcement may be substituted for ASTM A 706 if the following requirements are met: 1) The actual yield strength based on mill tests does not exceed the specified yield strength by more than 18,000 pounds per square inch (retests shall not exceed this value by more than an additional 3,000 pounds per square inch). 2) The ratio of the actual ultimate tensile stress to the actual tensile yield strength is not less than 1.25. 3. Thread Bars: a_ Provide thread bars having continuous rolled-in pattern of thread-like defamations along entire length. b. Provide hex nuts and couplers for the thread bars that develop 125 percent of yield strength of bar, c. Thread Bars: 1) Conform to ASTM A 615 Grade 60 unless otherwise noted, 2) M2InUfactIIrerS: One of the following or equal: a) DYWIDAG Systems International,DYWiDAG Threadbar,. b) Williams Form Engineering Company, All-Thread Bars. d. Do not substitute cut threads on regular reinforcing bars for thread bars. C. Bar Supports: I. Wire Reinforcement Supports: 03200 F 0 714 05 gls 03200-4 7/15/2005 City of Fon Woyth Eagle Mountain WTP Phase III Expansion a. Stainless Steel: 1) Stainless steel supports conforming to CRSI Class 2,Type B. b. Precast Concrete Bar Supports. 1) Precast concrete blocks with cast-in annealed steel wires, 16 gage or heavier. Compression strength of concrete blocks shall be equal to or greater than compression strength surrounding concrete. Block height to provide required concrete cover. Block footprint dimensions not exceeding 3-inches x 3-inches unless otherwise accepted by Engineer. D. Mechanical Reinforcing Bar Couplers and Terminators: 1. Sleeve-threaded or sleeve-swaged type mechanical butt splicing couplers and mechanically- attached terminators conforming to the requirements of ACI 318 and the following. a. Sleeve-threaded type shall include steel splice sleeve with tapered interior threads joining matching threads on the reinforcing bars.Thread taper designed to avoid cross- threading of bars during assembly. Each sleeve marked with the heat treatment lot number. b. Sleeve-swaged type shall include seamless steel sleeve applied over the end of the reinforcing bars and swaged to the bars by means of a hydraulic press. c. Strength and deformation characteristics: Provide ICC ES test report documenting the following: 1) Designed to develop intension or compression the lesser of the following: a) Not less than 160 percent of the ASTM-specified minimum yield strength of the reinforcement being spliced or terminated. b) Not less than 95 percent of the ASTM-specified minimum ultimate strength of the reinforcement being spliced or terminated. 2) For couplers, total slip of the reinforcing'bars within the splice sleeve limited as follows: a) For bar sizes#14 and smaller, elongation between gage points measured clear of the splice sleeve not exceeding 0.010 inches after coupler has been loaded to a tension of 30,000 pounds per square inch and load relaxed to a tension of - 3000 pounds per square inch. d. Manufacturers: One of the following,or equal: 1) Reinforcing Bar Couplers: a) ERICO, Inc: Lenton Mechanical Rebar Splicing System. b) Dayton/Richmond: Dowel Bar Splicer System. 03200 F 071405 g1s 03200-5 7/15/2005 City of fart Worth Eagke Mountain WTP Phase HI Expansion 2) reinforcing Bar Terminators: a] ERICO, Inc.: Lenton Terminator. b) DaytonfRichmond: End Anchorage System. E. Tie Wires: Annealed steel. F. Welded Wire Fabric Reinforcement: 1. Welded Wire Fabric: ASTM A 185. 2. Fabric may be used in place of reinforcing bars if accepted by the Engineer. 3. Provide fabric in flat sheet farm. 4. Provide fabric having cross-sectional area per linear foot of not less than cross-sectional area per linear foot of reinforcing bars indicated on the Drawings. 2.42 FABRICATION - A. Shop Assembly: 1. Cut and bend bars in accordance with provisions of ACI 31.5 and ACT 318. 2. Bend bars cold. 3. Provide bars free from defects and kinks and from bends not indicated on the Drawings. 4. Bars to be fitted with mechanical couplers or terminators shall be cut square. PART 3: EXECUTION 3.01 E,YAMINATION A. Verification of Conditions: L Reinforcing Bars: a. Verify that bars are new stock free from rust scale, loose mill scale,excessive rust, dirt, ` oil, and other coatings which adversely affect bonding capacity when placed in the work. 3.02 PREPARATION A. Surface Preparation: 1. Reinforcing Bars:Thin coating of red rust resulting from short exposure will not be considered objectionable.Thoroughly clean any bars having rust scale, loose mill scale, or thick rust coat. 2. Cleaning of Reinforcement Materials: remove concrete or other deleterious coatings from 03200 F 071405 gls 03200-6 711512(165 City of Fon W Drill Eagle Mouniain WTP Phase 111 Expansion dowels and other projecting bars by wire brushing or sandblasting before bars are embedded in subsequent concrete placement. 3.03 INSTALLATION A. Reinforcing Bars: I. No field bending of bars will be allowed. 2. Welding: a, Weld reinforcing bars only where indicated on the Drawings or with prior written acceptance from the Engineer. b. Perform welding in accordance with AWS DIA. B. Placing Reinforcing Bars: 1. Accurately place bars and adequately secure them in position. 2. Overlap bars at splices as specified or indicated on the Drawings. 3. Unless specifically otherwise indicated on the Drawings, install bars at lap splices in contact with each other and fasten bars together with tie wire. 4. If lap splice length for bars in concrete is not specified or indicated on the Drawings, bars shall be lap spliced in accordance with ACI 31&, 5. Bar Supports: a. Provide in sufficient number to prevent sagging and to support loads during construction,but in no case less than quantities and at locations as indicated in ACI 315. b. Ido not use brick,broken concrete masonry units, spalls,rocks, or similar material for supporting reinforcing steel. c. Support reinforcing for concrete placed on ground using precast bar supports as specified herein. d. Support reinforcing for concrete placed over or between forms using wire bar supports as specified herein. Provide bar supports at formed vertical faces if required to maintain clear concrete cover indicated on the Drawings. b. Provide clear concrete cover indicated in the Typical Details unless otherwise noted on the Drawings. C. Tying of Bar Reinforcement: I. Fasten bars securely in place with wire ties. 2. Tie bars sufficiently often to prevent shifting. 03200 F 071405 g1{ 03200-7 711512005 City of Foil Worth Eagle Mountain WTP PiIaSe 111 Expansion 3. There shall be at least 3 ties in each bar length(does not apply to dowel lap splices or to bars shorter than 4 feet, unless necessary for rigidity). 4. Tie slab bars at every intersection around perimeter of slab. 5. Tie wall bars and slab bas- intersections other than around periphery at not less than every fourth intersection,but at not greater than following maximum spacings: - Wall Bars Slab Bars Spacing Spacing Bar Size (Inches) (Inches) Bars Number 5 and Smaller 60 48 Bars Number 6 through Number 9 96 60 Bars Number 16 and Number 11 120 96 6. After tying wire ties,bend ends of wire ties in towards the center of the concrete section. Wire ties shall conform to the cover requirements of the reinforcing bars. 7. Preceding tying requirements do not apply to reinforcement for masonry. Refer to Division 4 for tying requirements for masonry. D. Lap Splices of Reinforcing Bars:. i. Where bars are to be lap-spliced at 3oints in concrete,ensure bars project from concrete first placed,minimum length equal to lap splice length indicated on the Drawings. 2. Where lap splice length is not indicated on the Drawings, then provide lap splice length as specified in ACI 318 and this Division. 3, Circular tank structures: Vertically adjacent splices in horizontal circumferential wall reinforcement shall be staggered horizontally as noted in Structural Typical Detail AE on Sheet SZ-4. E. Reinforcing Bar Mechanical Couplers and Terminators: I. Install only at locations shown on the Drawings,or where prior written approval has been obtained from the Engineer. 2. Make splices in accordance with manufacturer's instructions. Provide manufacturer's standard equipment,jigs,clamps, and accessories as required. a. Tighten splices as recommended by the manufacturer. Mininsram tightening torque shall not be less than 200 foot-pounds for all bar sizes. 3, Provide clear cover over mechanical couplers and terminators as indicated in the Standard. Details for the work. Modifications to provide concrete cover, such as addition of concrete or moving of stirrups,ties, etc, may be completed if approved by the Engineer. _ 03200 F 071405 gls 032408 7/15/2005 City of Fort Wurth Nagle Mountain WTI' Phase III Expansion F. Welded hire Fabric Reinforcement: 1. Install necessary wiring, spacing chairs, or supports to keep welded wire fabric in place while concrete is being placid. 2. Bend fabric as indicated on the Drawings or required to fit work. 3. Unroll or otherwise straighten fabric to make perfectly flat sheet before placing in the Work. 4. Lap splice welded wire fabric as indicated on the Drawings. 5. If lap splice length is not indicated on the Drawings, splice fabric in accordance with ACI 318. END OF SECTION 03200 F 071405 g1s 03200-9 7115/2005 w City of Fort Worth Eagle Mountain WTP Phase 111 Expansion SECTION 03300 CAST-IN-PLACE CONCRETE PART I. GENERAL '= 1.01 SUMMARY A. Section Includes: Cast-in-place concrete. B. Related Sections: 1. Section 03071 -Epoxies. 2. Section 03102--Concrete Forinwork, 3, Section 03150-Concrete Accessories. 4. Section 03200--Concrete Reinforcement. 5, Section 03366-Tooled Concrete Finishes. 6. Section 013931 - Epoxy Injection System. 7. Section 07900 -Joint Sealers. 1.02 REFERENCES A. American Concrete Institute(ACI): I. 395R—Hot Weather Concreting. 2. 306.1 —Standard Specification for Cold Weather Concreting 3. 318-Building Code Requirements for Structural Concrete. B. American Society for Testing and Materials(ASTM): 1. C 31 -Practice for Making and Curing Concrete Test Specimens in the Field. 2. C 33 -Specification for Concrete Aggregates. 3. C 39 -Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 40 -Test Method for Organic Impurities in Fine Aggregates for Concrete. 5. C 42 -Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 6, C 88-Test Method of Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. 7, C 94- Specification for Ready-Mixed Concrete. 03360E-cast in place correrete.doc 071405 gls 03300-1 711512005 City of Fort Worth Eagle Mountain WTP Phase III Expansion 8. C 114 -Test Methods for Chemical Analysis of Hydraulic Cement. _ 9. C 117 -Test Method for Material Finer than 75 pm(No. 204)Sieve in Mineral Aggregates by Washing. 10. C 123 -Test Method for Lightweight Particles in Aggregate. 11. C 131. -Test Method for Resistance to Degradations of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 12. C 136 -Test Method for Sieve Analysis of Fine and Coarse Aggregates. 13. C 138—Test Method for Unit Weight,Yield, and Air Content (Gravimetric)of Concrete. 14. C 142 -Test Method for Clay Lumps and Friable Particles in Aggregate_ 15. C 143 -Test Method for Slump of Hydraulic Cement Concrete. ` 16. C 150 -Specification for Portland Cement. 17. C 156 -Test Method for Water Retention by Concrete Cm-ing Materials. 18. C 157 -Test Method for Length Change of Hardened Hydraulic-Cement Mortar and _ Concrete. 19. C 171 -Specification for Sheet Materials for Curing Concrete. 20. C 172-Practice for Samp�ing Freshly Mixed Concrete. 21. C 173 - Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method, 22. C 277 -Test Method for Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Har Method). 23. C 231 —Test Method for Air Contest of Freshly Mixed Concrete by the Pressure Method. 24. C 260 - Specification for Air-Entraining Admixtures for Concrete. 25. C 289 -Test Method for Potential Alkali-Silica ReactiAty of Aggregates (Chemical Method). 26. C 295 -Guide for Petrographic Examination of Aggregates for Concrete. 27, C 309-Specification for Liquid Membrane-Farming Compounds for Curing Concrete. 2$. C 3 I 1 -Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland-Cement Concrete. 29, C 334—Specification for Lightweight Aggregates for Structural Concrete. 30. C 469 -Test Method for Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression. 0330OF-cast in place concrete doc 071403 gls 03300-2 7/15/2005 C i ty of Fort Worth Eagle Mountain WTP Phase III Expansion 31, C 494 -Specification for Chemical Admixtures for Concrete. 32. C 595 -Specification for Blended Hydraulic Cements, 33. C 618 - Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland-Cement Concrete. 34. C 1064—Test Method for Temperature of Freshly Mixed Portland Cement Concrete. 35. C 1017—Specification for Chemical Admixtures for use in Producing Flowing Concrete 36. D 75 -Practices for Sampling Aggregates. C. NSF International (ISF)1 American National Standards Institute(ANSr) 1. NSF 1 ANSI 61 —Drinking Water System Components—Health Effects. 1.03 DEFINITIONS A. Alkali: The sum of sodium oxide and potassium oxide calculated as sodium oxide in the cement. B. Average Daily Temperature: The arithmetic average of the highest and lowest temperature occurring during the 24-hour period from midnight to midnight. C. Cold Weather: A period when, for more than 3 successive days, the average daily outdoor temperature drops below 40 degrees F. D. Green Concrete: Concrete with less than 100 percent of the specified strength. E. Hairline Crack: Crack with a crack width of less than 4 thousandths of an inch(0.004 inches). F. Hot Weather: Any combination of high air temperatures, low relative humidity, and wind Y velocity that produces a rate of evaporation approaching or exceeding 0.2 pounds per square foot per hour when estimated in accordance with ACI 3058. 1.04 SYSTEM DESCRIF'I ON A. Performance Requirements: 1. Workmanship and Methods: Provide concrete work, including detailing of reinforcing, conforming with best standard practices and as set forth in ACI 318 and as Specified. 2. Mix Design. a, Except as otherwise specified,provide concrete composed of portland cement, fine aggregate, coarse aggregate, and water so proportioned and mixed as to produce plastic, workable mixture in accordance with requirements as specified in this Section and. suitable to specific conditions of placement. b. Proportion materials in a mariner that will secure lowest water-cement ratio which is consistent with goad workability,plastic,cohesive mixture,and one which is within R specified slump range. 03300F-cast in place concrete doc 071405 gIs 03300-3 7/15/2405 City of Fort Wortl Eagle Mountain WTP Phase Ill Expansion c. Proportion fine and coarse aggregate in manner such as not to produce harsluiess in placing nor honeycombing in structures. 3. Appearance. a. Certain portions of the concrete exposed in the finish work will have an abrasive blast finish as specified in Section 03360. Provide mixes for such areas with aggregates and cement having a coloration similar to that of the limestone veneer used on the structures, and concrete previously installed at the site. b. Coordinate selection of cement and aggregate with Engineer before preparing trial mires, and submitting tested mixes including samples for review. 4. Watertightness of Concrete Work: It is intent of this Section to secure for every part of the Work concrete and grout of homogeneous structure that, when hardened, will have required strength,watertightness,and durability. a. It is recognized that some surface hairline cracks and crazing will develop in the concrete surfaces. b. Construction, control,and expansion joints have been positioned in structures as indicated on the Drawings,and curing methods have been specified, to reduce number and size of these expected cracks,due to normal expansion and contraction expected from specified concrete mixes. c. Class A and Class B Concrete: Watertight. Repair cracks that develop in walls or slabs and repair cracks which show any signs of leakage until all leakage is stopped. d. Pressure inject visible cracks, other than hairline cracks and crazing, in following areas with epoxy as specified in Section 03931. 1) Floors and walls of water bearing structures. 2) Walls and overread slabs of passageways or occupied spaces, outsides of which are exposed to weather or may be washed down and are not specified to receive separate waterproof membrane_ 3) Other Items Not Specified to Receive Separate Waterproof Membrane: Slabs over water channels,wet wells,reservoirs,and other similar surfaces. _ e. Walls or slabs, as specified above, that leak or sweat because of porosity or cracks too srmil for successful pressure grouting: Seal on water or weather side by coatings of surface sealant system,as specified in this Section. f. Grouting and Sealing: Continue as specified above until structure is watertight and remains watertight for not less than one year after final acceptance or date of final repair,whichever occurs later in time. 1.+05 SUBMITTALS A. Product Data: Submit data completely describing products. 033001;-c3st in pace concrete.doc 073405 gls 03300-4 7115/2005 City of Fort Worth Eagle:Mountain WTP Phase III Expansion B. Lnformation on Heating Equipment to Be Used for Cold Weather Concreting: Submit information on type of equipment to be used for heating materials and/or new concrete in process of curing during cold weather. C. For conditions that promote rapid drying of freshly placed concrete such as low Humidity, high temperature,and wind: Submit corrective measures proposed for use prior to placing concrete. D. Copies of Tests of Concrete Aggregates: Submit certified copies of commercial laboratory tests not more than 90 days old for samples of each aggregate proposed for use in concrete. I. Fine Aggregate: a. Sieve Analysis. b. Clay lumps. c. Reactivity. d. Shale and chert. e. Soundness. f. Color. g. Decantation. 2. Coarse Aggregate: a. Sieve Analysis, b. Clay lumps and friable particles. c. Reactivity. d. Shale and chert. e. Soundness. f. Abrasion loss. g. Coal and lignite. h. Materials finer than 200 sieve. E. Sieve Analysis: Submit sieve analyses of fine and coarse aggregates being used in triplicate at r least every 3 weeks and at any time there is significant change in grading of materials. F. Concrete Mixes: Submit full details, including mix design calculations for concrete mixes proposed for use for each class of concrete. I Include information on correction of batching for varying moisture contents of fine aggregate. 03300F•east in place concwte.doc 071405 gIs 03300-5 V 502005 City of tort Worth Eagle Mountain WTP Phase HI P%pAmion 2. Submit source quality test records with mix design submittal. a. Include calculations for required average compression strength of concrete(fer) based on source quality test records. G. If There is Change in Aggregate Source, or Aggregate Quality from Same Source: Submit new set of design mixes covering each class of concrete. H. Test Batch Test Data: I. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. T I. Trial Batch samples: for color J. Aggregate samples for color K. Cement samples for color. L. Sequence of Concrete Placing: Submit proposed sequence of placing concrete showing proposed beginning and ending of individual placements. M. Curing Compound: Submit complete data on proposed compound. N. Repair of Defective Concrete: Submit mix design for grout. O. Acceptance of Method of Concrete Repair: Make no repair until the Engineer has accepted method of preparing surfaces and proposed method of repair. P. If Either Fine or Coarse Aggregate Is Batched from More than One Bin: Submit analyses for each bin, and composite analysis made up from these, using proportions of materials to be used in mix. Q. Cement Mill Tests: Include alkali content, representative of each shipment of cement for verification of compliance with specified requirements. R. Pozzolan Certificate of Compliance: Identify source of pozzolan and certify compliance with requirements of ASTM C 618. S. Admixtures: Manufacturer's catalog cuts and product data indicating compliance with standards specified. !, If air entraining admixture requires test method other than ASTM C 231 to accurately determine air content, make special note of requirements in submittal. T. Information on mixing equipment. U. Drying shrinkage test data. V. Contractor's report of field quality control testing for slump, temperature, unit weight, and air - entrainment. Include identification numbers for associated compressive strength test cylinders with report. 0330oF-cast in place concrete rloc 071405 gls 03300-6 7!1512005 s City of F0F1 worth Eagle Mountain'NTP Phase Ill Expansion 1.06 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: 1. Deliver, store., and handle concrete materials in manner as to prevent damage and Mclusion of foreign substances. 2. Deliver and store packaged materials in original containers until ready for use. 3. Deliver aggregate to mixing site and handle in such manner that variations in moisture content will not interfere with steady production of concrete of specified degree of uniformity and slump. S. Acceptance at Site: Reject material containers or materials showing evidence of water or other damage. 1.07 PROJECT CONDITIONS A. Environmental Requirements: 1. Hot Weather Concreting: a. When Ambient Air Temperature is above 90 Degrees Fahrenheit: Prior to placing concrete, cool forms and reinforcing steel to by water cooling to below 90 degrees Fahrenheit. b_ Temperature of Concrete Mix at Time of Placement: Keep temperature below 90 degrees Fahrenheit by methods which do not impair quality of concrete. 2. Cold Weather Concreting: a. Concrete placed below ambient air temperature of 45 degrees Fahrenheit and falling or below 40 degrees Fahrenheit: Make provision for heating water. b. If materials have been exposed to freezing temperatures to degree that any material is below 35 degrees Fahrenheit: Heat such materials. c. Heating Water, Cement, or Aggregate Materials: 1) Do not heat in excess of 1+60 degrees Fahrenheit. d. Protection of Concrete in Forms: 1) Protect by means of covering with tarpaulins, or other acceptable covering. 2) Provide means for circulating warm moist air around forms in manner to maintain temperature of 50 degrees Fahrenheit for at least 5 days. 3. For conditions that promote rapid drying of freshly placed concrete such as low humidity, high temperature,and wind: Take corrective measures to minimize rapid water loss from concrete. 03300F-cast in place concrele.doc 071405 gls +03300-7 7115120-6 City or Forl Worth Eagle Mountain WTP Phase[I[Expansion 4. Furnish and use sufficient number of maximum and minimum sett-recording thermometers to adequately measure temperature around concrete. 1.08 SEQUENCING AND SCHEDiJLf1NG _ A. Schedule placing of concrete in such mangler as to complete any single placing operation to a construction,control, or expansion joint. PART 2: PRODUCTS 2.01 MATERLAL.S A. Aggregate: 1. General: a. Provide concrete aggregates that are sound,graded as specified,and free of deleterious r material in excess of allowable amounts specified, b. Test for aggregate gradation in accordance with ASTM D 75 and C 136. c. Provide unit weight of fine and coarse aggregate to produce in place concrete with weight of: not less than 140 pounds per cubic foot for normal weight concrete. 2. Aggregate for Normal Weight Concrete. a. Fine Aggregate: 4) Provide fine aggregate conforming to ASTM C 33, except as modified in the following paragraphs. 2) Deleterious substances: not in excess of percentages specified in ASTM C33 and the following: Item Test Method Percent Shale or Chert ASTM C 295 1 Clay Lumps ASTM C 142 I 3) Provide fine aggregate not containing strong alkali nor organic matter which gives color darner than standard color when tested in accordance with ASTM C 40. 4) Provide aggregate having soundness complying with requirements of ASTM C 33 when tested in accordance with ASTM C 88. 5) Provide aggregate complying witl}reactivity requirements of ASTM C 33 when i tested in accordance with ASTM C 289. 6) Color. See mix design requirements in paragraph 1.04A3. 0330OF-cast in place concrete.doc 071405 gls 03300-8 7/1512005 City of Fort Worth Eagle Mountain W7P Phase III Expansion b. Coarse Aggregate: 1) General: Provide coarse aggregate conforming to the requirements of ASTM C 33, except as modified in the following paragraphs. 2) Weight: Not exceeding 15 percent,for thin or elongated pieces having length greater than 5 times average thickness. 3) Deleterious Substances: Not in excess of percentages by weight, required by ASTM C33 for aggregates in"Severe Weather Regions",Class 4S,and the following requirements. Item Test Metbrod Percent Shale or chert ASTM C 295 1 Coal and lignite ASTM C 123 114 Clay lumps and ASTM C 142 114 friable particles Materials finer ASTM C 117 1 than Number 200 sieve * Except when material finer than Number 200 sieve consists of crusher dust, maximum amount shall be 1.5 percent. 4) Grading: a) Aggregate: As specified in ASTM C 33,Size Number 57, unless otherwise specified or authorized in writing by the Engineer. b) Aggregate for Class CE Concrete for Encasement of Electrical Conduits: Graded as specified in ASTM C 33, Size Number 8. 5) Soundness when tested in accordance with ASTM C 88: Have loss not greater than 10 percent when tested with sodium sulfate. 6) Abrasion Loss: Not exceed 45 percent after 504 revolutions when tested in. accordance with ASTM C 131. 7) Reactivity: Not exceed limits specified in Appendix of ASTM C 33 when tested in accordance with ASTM C 289. 8) Color: See mix design requirements in paragraph 1.04A3. E. Portland Cement: 1. General: Conform to specifications and tests for ASTM C 150,Type II or U1, Low Alkali, except as specified otherwise. 0334017-cast in place concrete.doc 071405 gis 0330M 7/15/2005 Cary orrort worth Eagle Mountain oval? Phase lil Expansion a. Low Alkali Portland: Have total alkali containing not more than 4.60 percent n b. Limit C,A to no more than 8 percent. 2. Color: See mix design requirements in paragraph 1,04A3. a, Exposed Concrete in Any Individual Stnicture: Use only one brand of portland cement. b. Cement for Finishes: Provide cement from same source and of same type as concrete to be finished. C. Admixtures: i. General: a. Ido not use admixtures other than those specified, unless written authorization has been obtained from the Engineer in advance. b. Admixtures shall be compatible with concrete constituents and with other admixtures. All admixtures in a given mix shall be products of the same manufacturer to ensure compatibility, c. Admixtures for concrete that will be in contact with potable water: Nontoxic and shall _ not impart taste or odor to the water. Admixtures shal l be listed under NSF 61 or carry other approval, acceptable to the Engineer, for use in contact with potable water. d. Do not use admixtures containing chlorides calculated as chloride ion in excess of 0.5 percent by weight. e. Use in accordance with manufacturer's recolru-nendations and add each admixture to concrete mix separately. 2. Air Entraining Admixture: a. Provide entrained air as bubbles,evenly dispersed at the time of placement and during curing. b. Conforming to ASTM C 260,and providing entrained air percentages as specified,. 3_ Fly Ash Pozzolan Admixture: a. PoZZoian: 1) Conforming to requirements of ASTM C 618, Class F or C may be used as admixture in concrete made with Type H Portland cement. 2) Pozzolan may replace portland cement at ratio of 1.0 pound fly ash for each pound of portland cement replaced. 3) Maximum of 20 percent by weight of minimum quantities of portland cement listed in Table A:ander paragraph 2.113E may be replaced with pozzolan. 0330017-cast in place conuete.dac 071405 gas 03300-10 7n5/2ee5 City of Fort Worth Eagle Mountain W TP Phase Ili Expansion ~ 4) Do not use pozzolan as an admixture in concrete made with portland-pozzolan cement. b, Loss on Ignition for Pozzolan: Not exceed 3 percent. 4, Water Reducing Admixture: a. Conform to ASTM C 494,Type A or Type D. b. Not containing air entraining agents. c, Liquid form before adding to the concrete mix. d. No decrease in cement is permitted as result of use of water reducing admixture. S. High-Range Water Reducer("Super plasticizer") a. If accepted,shall conform to ASTM C 494,Type F or ASTM C 1017,Type I. Use shall produce non-segregating plasticized concrete with little bleeding and the physical characteristics of low water/cement ratio concrete. Admixture shall maintain treated concrete in a plasticized state for not less than 2 hours. 6. Retarders 1 Accelerators a. Shall not be used without prior written approval from the Engineer. b. When permitted, shall be retarding or accelerating water reducing or high range water reducing admixtures. D. Water: 1. Water for Concrete, Washing Aggregate, and Curing Concrete:Clean and free from oil and deleterious amounts of alkali,acid, organic matter,or other substances, 1 Chlorides and Sulfate Ions: 9 a. Water for Conventional Reinforced Concrete: Use water not containing more than 1,000(1ng/L)of chlorides calculated as chloride ion, nor more than 1,000(mg/L)of sulfates calculated as sulfate ion. E. Nonslip Abrasive: ' l. Type: Aluminum oxide abrasive of size 8116,having structure of hard aggregate, homogenous, nonglazing, rustproof,and unaffected by freezing, moisture, or cleaning compounds. Z. ManLlfacturers: One of the following or equal: a. Exolon Company,Tonawanda,New York. b. Abrasive Materials, Incorporated, Hillsdale, Michigan. 0330CF-cast in place concrete.doc 071405 gls 03300-11 7115/2005 City of For!Worth Eagle Mountain WTP Phase ill Expansion F. Concrete Sealer: I. Manufacturers: One of the following or equal: a. Hillyard ChernicaI C rimpany, St. Joseph, Missouri, SEAL 341. b. A. C. Horn, Inc., Hom Clear Seal EM-180. G. Conduit Encasement Coloring Agent: !. Color: Red color concrete used for encasement of electrical ducts, conduits,similar type items. 2. Manufacturers: One of the following or equal. a- Frank D. Davis Company, Red Oxide Number 1117. b. I. Reiss Company, Inc., equivalent product, 3. Conduit Encasement Concrete: Mix into each cubic yard of concrete 10 pounds of coloring agent. H. Curing and Finishing Materials _ 1. General: a. Materials shall be compatible with concrete and with other materials b. Curing and finishing materials for concrete that will be in contact with potable water shall be non-toxic and shall not taste or odor to the water. Materials shall be listed - under NSP 61 or carry other approval, acceptable to the Engineer, for use in contact with potable water. 2. Sprayed Membrane Curing Compound: a. Clear type with fugitive dye conforming to ASTM C 309,Type 1 D, and containing no _ wax,paraffin, or oil. 3. Evaporation Retardant: a. Manufacturers: One of the following nr equal: ]) Master Builders Technologies, Cleveland,Ohio, Contilm. 2} Eucid Chemical Company,Cleveland,Ohio,Eucobar. 4, Plastic Membrane Curing:Use polyethylene film conforming to ASTM C 171 unless otherwise noted. a. Color: White b- Thickness. Minimum 6 mils. 03300E-cast in place concrete doc 071405 gls 03300-12 7115/2005 City of t=ort Worh Eagle Mountain WTP Phase 211 Expansion c. Loss of Moisture: Not exceed 0.055 grams per square centimeter of surface when tested in accordance with ASTM C 156. 1. Surface Sealant System: Manufacturers: One of the following or equal: I, Radcon Laboratories, Inc.,Las Vegas, Nevada, Formula Number 7, 2. IPA Systems, Philadelphia,Pennsylvania, Duripal. 2.02 EQUIPMENT A. Mixing Concrete- I. Mixers may be of stationary plant,paver,or track mixer type. 2. Provide adequate equipment and facilities for accurate measurement and control of materials and for readily changing proportions of material. 3. Mixing Equipment: a. Capable of combining aggregates, cement,and water within specified time into thoroughly mixed and uniform mass and of discharging mixture without segregation. b. Maintain concrete mixing plant and equipment in good working order and operated at loads,speeds,and timing recommended by manufactItrer or as specified. c. Proportion cement and aggregate by weight. B. Machine Mixing 1. Batch plant shall be capable of controlling delivery of all material to mixer within 1 percent by weight of individual material. 2. If bulk cement is used, weigh it on separate visible scale which will accurately register scale load at any stage of weighing operation from zero to full capacity. 3. Prevent cement from coming into contact with aggregate or with water until materials are in mixer ready for complete mixing with all mixing water. 4. Procedure of mixing cement with sand or with sand and coarse aggregate for delivery to project site, for final mixing and addition of mixing water will not be permitted. 5. Retempering of concrete(re-nuxing of concrete that has started to take its initial set) will not be permitted. 6. Discharge entire batch before recharging. 7. Volume of Mixed Material Per Batch: Not exceed manufacturer's rated capacity of mixer. S. Mi xers: a. Perform mixing in batch mixers of acceptable type 0330OF-cast in place concrete.doc 071405 gIs 03300-13 7/1512(35 City of Fan Worth Eagle Mount-am WTP Phase 111 Expansion b. Equip each mixer with device for accurately measuring and indicating quantity of water entering concrete,and operating mechanism such that leakage will not occur when valves are closed. c. Equips each mixer with device for automatically measuring, indicating, and controlling time required for mixing. 1) Interlock device to prevent discharge of concrete front mixer before expiration of mixing period. C. Transit-mixed Concrete: i. Mix and deliver in accordance with ASTM C 94. 2, Total Elapsed Time Between Addition of Water at Batch Plant and.Discharging Completed Mix: Not to exceed 90 minutes nor 300 revolutions of the mixing drum. Under conditions contributing to quick setting, total elapsed time permitted may be reduced by the Engineer. 3. Temperature—minimum and maximum allowable during mixing and transporting: Minimum: 55oF Maximum: 90°F 4. Equip each truck mixer with device interlocked so as to prevent discharge of concrete from drum before required number of turns and furnish such device that is capable of counting number of revolutions of drum. 5. Continuously revolve drurn after it is once started until it has completely discharged its batch. a. Do not admit water until drum has started revolving. b. Engineer reserves the right to increase required minimum number of revolutions or to decrease designated maximum number of revolutions allowed, if necessary, to obtain a satisfactory mixing.The Contractor will not be entitled to additional compensation because of such increase or decrease. D. Other Types of Mixers: In case of other types of mixers,mixing shall be as follows: I. Mix concrete until there is uniform distribution of materials,and discharge mixer completely before reebargi ng. 2, Neither speed nor volume loading of mixer shall exceed manufacturer's recommendations. 3. Continue mixing for minimum of 1-]I2 minutes after all materials are in drum, and for batches larger than one cubic yard increase minimurn mixing time 15 seconds for each additional cubic yard or fraction thereof. ` 2.03 MIXES A. Measurements of Materials: 1. Measure materials by weighing,except as otherwise specified or where other methods are _ 0330017-cast in place concrete.doc 071405 gls 03300-14 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase III Expansion specifically authorized in writing by the Engineer. 2. Furnish apparatus for weighing aggregates and cement that is suitably designed and constructed for this purpose. 3_ Accuracy of Weighing Devices: Furnish devices that have capability of providing successive quantities of individual material that can be measured to within one percent of desired amount of that material. 4. Measuring or Weighing Devices: Subject to review by the Engineer,and bear valid seal of the Sealer of Weights and Measures having jurisdiction_ 5. Weighing Clement: a. Weigh cement separately. b. Cement in Unbroken Standard Packages(Sacks): Need not be weighed. c. Bulk Cement and Fractional Packages:Weigh such cement. 6. Mixing Water: Measured by volume or by weight. B. Concrete Proportions and Consistency: 1. Concrete Consistency and Composition: a. Provide concrete that can be worked readily into corners and angles of forms and around reinforcement without excessive vibration and without permitting materials to segregate or free water to collect on surface. b. Prevent unnecessary or haphazard changes in consistency of concrete. 2. Aggregate: a. Obtain aggregate from source which is capable of providing uniform quality, moisture content, and grading during any single day's operation. j. Concrete Mix Water to Cement Ratio, Minimum Cement Content, and Slump Range: Conform to values specified in Table A in this Section. a. Computing Water to Cement Ratio And Cement Content Per Cubic Yard Of Concrete: Consider cement weight to be weight of portland cement plus 100 percent of weight of fly ash. 4. Concrete Batch Weights: Control and adjust so as to secure maximum yield, and at all times maintain proportions of concrete mix within specified limits. 5. Mixture Modification: If required,by the, modify mixture within limits set forth in this Section. 6. Admixtures: Provide admixtures as specified in this Section 03300F-cast in place concrete doc 071405 gis 03300-15 7J1512005 City of Fon Waith Eagle Mountain W;P Phase 1f1 Expansion a. Batch solutions using mechanical hatcher capable of accurate measurement. b. Air Entraining admixture: Add to batch in portion of the mixing water C. Concrete Mixes: 1. Proportioning of Concrete Mix: Proportion mixes for required average on compressive strength (Fcr)as defined herein.. Z. Mixes a. Adjusting of Water: After acceptance, do not change mixes without acceptance by Engineer, except that at all times batching of water shall be adjusted to compensate for free moisture content of fine aggregate. b. Total Water Content of Each Concrete Class: Not exceed those specified in Table A in this Section. c. Checking Moisture Content of Pine Aggregate: Furnish satisfactory means at batching plant for checking moisture content of fine aggregate. Change in Mixes: Undertake new trial batch and test program as specified in this Section 4. Classes of Concrete: a. Provide concrete classes,referenced herein as Classes A, A 1,B,C,and CE specified in this Section and use where specified or indicated on the Drawings. b. Class A Concrete: Normal weight concrete with a minimum weight of 140 pounds per cubic foot. Use Class A concrete at a]I locations except where Classes A 1,B,C and CE are specified or indicated on the Drawings. c. Class A 1 Concrete: Normal weight concrete with a minimum weight of 140 pounds per cubic foot. Use Class Al concrete for drilled piers. d. Class B Concrete: Normal weight concrete with a minimum weight of 140 pounds per cubic foot. Class B concrete maybe substituted for Class A concrete, when high-early strength concrete is needed,in areas specifically accepted by the Engineer,and for areas that do not require sulfate resistant concrete. e. Class C Concrete. Normal weight concrete with a minimum weight of 140 pounds per cubic foot. Class C concrete may be used for seal slabs, for fill for unauthorized excavation, for thrust blocks and ground anchors for piping, for bedding of pipe,and where indicated on the Drawings. f. Class CE Concrete: Normal weight concrete with a minimum weight of 140 pounds per - cubic foot. Use Class CE for electrical conduit encasements. 0330t3F-cast in place concrele.doc 071405 gis 03300-16 7/15/2005 40 City of Fort Worth Eagle Mountain WTP Phase III Expansion "TABLE A" CONCRETE WITH AIR ENTRAINMENT Class Minimum Aggregate Ratio:Weight Minimum Slump Entrained Specified Type(1) of Maximum Cementitous Range Air Compressive Net Water to Material per (Inches) (Percent) Strength at Cementitious Cubic Yard of 28 Days(fc) Materials Concrete 3 A 4500 psi Normal 4.42 584 lb 2 to 4 2 6+ 1.5 � A] 4040 psi Normal 4.45 560 lb 5 to 7 6+ 1.5 B 4544 psi Normal 4.42 564 lb 4 2 to 4(2) 6+ 1.5 C 2540 psi Normal 0.52 423 lb 3 to 6 1 5 + 1 CE 1 2544 psi Norma] 1 0.62 1 423 lb 3 to 6 5 + 1 NOTES: (1) Ratio of coarse aggregate to fine aggregate not less than 1.0 or more than 2.0 for all classes except CE. (2)Slump for slabs,decks,walks,and beams shall be not more than 3-1/2 inches. (3)Provide Type H low-alkali cement unless otherwise noted, (4) Type III cement for Class.B. 5. Pumped Concrete: Provide pumped concrete that complies with all requirements of this Section. a. Concrete classes to be pumped are considered separate classes from those placed by gravity.Provide a separate mix design for each class to be pumped. 6. Do not place concrete with slump outside limits indicated in Table A. 7. Admixtures: Provide admixtures as specified in this Section. 2.04 SOURCE QUALITY CONTROL A. General 1. Make trial batches of proposed mixes and test as specified to establish mix designs and acceptability of materials. 2. Do not place concrete until the concrete mix design and trial batch have been accepted by Engineer. B. Trial Batches: 1. After concrete mixes have been accepted by Engineer,have trial batches of the accepted concrete mix designs prepared by testing laboratory acceptable to the Engineer. a. Prepare trial batches for each class and slump range required within that class. Use cement and aggregates proposed to be used for the Work. b. Provide batches of sufficient quantity to determine slump,workability,consistency,and finishing characteristics,and to provide sufficient test cylinders. 033411F-c3s!in place concrelc.doc 071405 g1s 03344-17 7/15/2005 City of Fort Worth Eagle Mountain WIT Phase Ill Expansion c. Make trial batches and ;perform required testing to establish acceptability of materials and mixes at no additional cost to the Owner. d. If trial batches do not conform to specif=ied requirements for slump, strength, workahility, consistency, drying shrinkage, or finishing, change mix proportions and, if necessary,sources of materials. Make additional trial batches and perform tests until a batch that conforms to requirements of this Section is produced. e. Do not place concrete until mix design and testing of trial batches has been accepted by Engineer. 2. Compression Strength Test: Provide cylinders having six inch diameter by 12 inch length prepared in accordance with ASTM C 31 for tests specified in this Section. a. Determine slump in accordance with ASTM 0143. b. Test 8 cylinders from each trial batch for compressive strength in accordance with ASTM C 39, 1) Test 4 cylinders at 7 days and 4 at 28 days. 2) Establish ratio between 7 day and 28 day strength for mix. Seven day strength may be taken as satisfactory indication of 28 day strength provided effects on concrete of temperature and humidity between 7 day and 28 day are taken into account. 3) Average compressive strength of 4 test cylinders tested at 28-days shall be equal to or greater than required average compressive strength fcr on which concrete mix design is based. 3. Drying Shrinkage Test- a. For Class A and B trial batches, prepare 5 drying shrinkage specimens in accordance with ASTM C 157,except as modified herein. 1) Remove drying shrinkage specimens from molds at age of 23 hours plus or minus 1 hour after trial batching, then immediately place them in water at 73 degrees Fahrenheit plus or minus 3 degrees for at least 30 minutes and then measure specimens within 30 minutes thereafter to determine original length. Then submerge specimens in saturated lime water at 73 degrees Fahrenheit plus or minus F three degrees for moist curing. 2) Make measurement to determine expansion expressed as percentage of original length at age 7 days. Use length at age 7 days as base length for drying shrinkage calculations. 3) Immediately store specimens in humidity controlled room maintained at 73 degrees Fahrenheit plus or minus 3 degrees and 50 percent plus or minus 4 relative humidity for remainder of test. 03300F-cast in place concrete doc 071405 gls 03300-18 7/15/2005 City of Fon Wont} Eagle Mountain WTi P Phase]t!Expansion 4) Make and report measurements to determine shrinkage expressed as percentage of base length separately for 7, 14, 21,and 28 days of drying after 7 days of moist curing. b. Drying Shrinkage Deformation: I) Measure drying shrinkage deformation of each specimen as difference between base length and length after drying at each test age. ?) Measure average drying shrinkage deformation of specimens to nearest 0.0001 inch at each test age. 3) 1f drying shrinkage of any specimen departs ,frorn average of test age by more than 0.0004 inch, disregard results obtained from that specimen and test another specimen. 4) Shrinkage of trial batch concrete at 28 days drying age shall not exceed 0.045 percent maximum. 4. Testing results: a. If trial batch tests do not meet specified requirements for slump, strength, workability, consistency, drying shrinkage, and finishing,change concrete mix design proportions and, if necessary,source of aggregate. Make additional trial batches and tests until an acceptable trial batch is produced that meets requirements of this Secttor>. 5. Required Average Compressive Strength: a. Determine required average compressive strength(Per) for selection of concrete proportions for mix design, for each class of concrete, using calculated standard deviation and its corresponding specified compressive strength Fc, in accordance with .ACI 318, fart 3, Chapter 5. b. When test records of at least 30 consecutive tests that span period of not less than 45 calendar days are available, establish standard deviation as described in ACI 318, Part 3,Chapter 5 and modified herein. c. Provide test records from which to calculate standard deviation that represent materials, quality control procedures,and conditions similar to materials, quality control procedures, and conditions expected to apply to concrete for the Work. d, Provide changes in materials and proportions within test records that are more restricted than those for the Work. e. Specified Compressive Strength(Cc)of Concrete Used in Test Records: Within 1,000 pounds per square inch of that specified for the Work. f. When lacking adequate test records for calculation of standard deviation meeting requirements,determine required average compressive strength f er from following Table B. 03300F-cast in place concrete.doc 071405 gls 03300-19 7/15/2005 City of Fan W or th Eagle Mountain WTP Phase III Expansion d" TABLE$ ; Specified Compressive Required Average Compressive Strength fC Strength Per (pounds per square inch) (pounds per square inch) Less than 3,000 f,+ 1,000 3,000 to 5,000 fc+ 1,200 Over 5,000 fG+ 1,400 C. Sampling and Testing of Materials 1. Pozzolan: a. Sample and test in accordance with ASTM C 311 before production and at any times when characteristics of materials or concrete mixes change appreciably, 2. Aggregate: a. Sample aggregate in accordance with ASTM D 75 and C 136. b. Sieves: 1) Use sieves with square openings for testing grading of aggregates. 2) Sieve Analyses:If sieve analyses indicate significant change in materials,the — Engineer may require that new mix design be submitted and accepted before further placing of concrete. c. Sample aggregate in accordance with ASTM D 75 and C 136- 3. Portland Cement: a. Test,including testing for alkali content,in accordance with ASTM C 114.. PART 3: EXECUTION 3.01 INSTALLATION A. Under conditions which result in rapid evaporation of moisture from the surface of the concrete, immediately after the concrete has been screeded, coat the surface of the concrete with a liquid evaporation retardant. Apply the evaporation retardant again after each work operation as necessary to prevent drying shrinkage cracks. Conditions which result in rapid evaporation of moisture may include one or more of the following: 1. Low humidity. 2. Windy conditions. 3. High temperature. 0330QF-cast in place concrete-doe 071405 gIs 03300-20 7/15/20155 City of Fort Worth Eagle Mountain WTP Phase III Expansion 8. Surface Sealant System: Apply as recommended by manufacturer published instructions. Where concrete continues to sweat or leak, apply additional coats of surface sealant until the sweating or leaks stop. C'- Joints and Bonding: I. As far as practicable construct concrete work as monolith, 2. Locations of, construction,control, expansion, and,other joints are indicated on the Drawings or as specified in this Section. 3. Keyways in Joints. Provide keyways in joints as indicated on the Drawings. Treat lumber keyway material with form release coating,applied in accordance with manufacturer's instructions. 4. Waterstops: Take special care to ensure that concrete is well consolidated around,below, and against waterstops and that waterstops are secured in proper position. 5. Construction Joints: a. Where construction joints are not indicated on the Drawings,provide slabs and walls with construction joints at intervals not greater than 30 feet, Submit proposed locations for Engineer's review. b. In order to preserve strength and watertightness of structures, make no otherjomts, except as authorized the Engineer. c. At construction joints, thoroughly clean concrete of laitance, grease, oil,mud,dirt, curing compounds, mortar droppings,or other objectionable matter by means of heavy sandblasting, and wash surfaces just prior to succeeding concrete placement. 1) Wash construction joints free of sawdust,chips, and other debris after forms are built and immediately before concrete or grout placement. 2} Should formwork confine sawdust,chips,or other loose matter in such manner that it is impossible to remove them by flushing with water,use vacuum cleaner for their removal, after which flush cleaned surfaces with water. 3) Provide cleanout hole at base of each wall and column for inspection and cleaning. d. At Horizontal Joints: Immediately prior to resuming concrete placing operations, thoroughly spread bed of grout not less than 112 inch in thickness nor more than I inch in thickness over horizontal joint surfaces. 6. Expansion,Control, and Construction Joints a. Construct where and as indicated on the Drawings. b. Waterstops, Expansion Joint Material, Synthetic Rubber Sealing Compound, and Other Similar Materials:As specified in Sections 03150 and 07900. 03300F-cast in place coocrctc.doc 07t405 gls 03300-21 7/$5/2005 City of Fort Worth Eagle Mountain WYP Phase III Expansion D. Conveying Concrete: I. Convey concrete from mixer to place of final deposit by methods which prevent separation or loss of materials. 2, Use equipment for chuting, pumping,and conveying concrete of such size and design as to ensure practically continuous flow of concrete at delivery end without separation of — materials. 3. Design and use chutes and devices for conveying and depositing concrete that direct concrete vertically downward when discharged from chute or conveying device. 4. Keep equipment for conveying concrete thoroughly clean by washing and scraping upon completion of any day's placement. E. Placing Concrete: 1. Place no concrete without prior authorization of the Engineer. 2. Do not place concrete until: a. reinforcement is securely and properly fastened in its correct position and loose form ties at construction joints have been retightened. b. Dowels,bucks,sleeves,hangers,pipes,conduits, bolts, and any other fixtures required to be embedded in concrete have been placed and adequately anchored. c. Forms have been cleaned and form release agents are applied. 3. Do not place concrete with slump or air entrainment outside the limits specified in Table A. 4. Placement of concrete in which initial set has occurred,or ofretempered concrete,will not be permitted. 5. Place no concrete during rainstorms or high velocity winds. 6. Protect concrete placed immediately before rain to prevent water from coming in contact with such concrete or winds causing excessive drying. 7_ Keep sufficient protective covering on hand at all times for protection of concrete. 8. After acceptance, adhere to proposed sequence of placing concrete, except when specific changes are requested and accepted by the Engineer. 9. Notify the Engineer in writing of readiness, not just intention, to place concrete in any portion of the work. - a, Provide this notification in such time in advance of operations as the Engineer deems necessary to make final inspection of preparations at location of proposed concrete _ placing. 03300F-cast in place concrete.tlac WHO gls 03340-22 71E SC20D5 City of Fort Worth Eagle Mountain W7P phase III Expansion b. Place forms, steel, screeds, anchors, ties, and inserts in place before notification of readiness is given to the Engineer. 10, Depositing Concrete: a. Deposit concrete at or near its final position to avoid segregation caused by rehandling or flowing. b. Do not deposit concrete in large quantities in one place and work along forms with vibrator or by other methods. c. Do not drop concrete freely into place from height greater than 5 feet. d. Use tremies for placing concrete where drop is aver 5 feet_ e. +Commence placement of concrete on slopes, at bortom of slope. 1 1. place concrete in approximately horizontal layers not to exceed 24 inches in depth and bring up evenly in all parts of forms. 12. Continue concrete placement without avoidable interruption, in continuous operation, until end of placement is reached. 13. If more than 20 minutes lapse prior to placement of new concrete over concrete previously placed, reduce depth of layers being placed at one time, and/or increase placing equipment, until it is possible to return with placing operation to previously placed concrete w_thin 20 minutes. 14. If concrete is to be placed over previously placed concrete and more than 20 minutes have elapsed, then spread layer of grout not less than 1/2 incn in thickness nor more than 1 inch in thickness over surface before placing additional concrete. 15. Placement of Concrete for Slabs,Beams, or Walkways: a. It cast monolithically with walls or columns, do not commence until concrete in walls or columns has been allowed to set and shrink.Typically, a minimum set time of at least one hour will be required. Keep top surface of lower placement moist during set time to prevent cold joints. b. Do not place concrete for supported elements until the concrete in the supporting element has achieved sufficient strength to provide the required support. 16. Protect wall and slab surfaces at edges of placement against concrete spatter and thoroughly clean upon completion of each placement. F. Consolidating Concrete: 1. Consolidate concrete with aid of acceptable mechanical vibrators. 2. Thoroughly consolidate concrete around reinforcement, pipes,or other shapes built into the work. 0330OF-cast in place concrete doe 071445 g!s 03300-23 71512405 Ciry of Fort Wofth Eagle Mountain WTP Phase III Expansion 3. Provide sufficiently intense vibration to cause concrete to flow and settle readily into place and to visibly affect concrete over radius of at Ieast 18 inches. 4. Vibrators: a. Keep sufficient vibrators on hand at all times to vibrate concrete as placed. b. In addition to vibrators in actual use while concrete is being placed,have on hand minimum 1 spare vibrator in operable condition. c, Place no conerete until it has been ascertained that all vibrating equipment, including spares, are in serviceable condition. d. Do not over-vibrate so as to cause segregation. 5. Take special care to place concrete solidly against forms so as to leave no voids. 6. `fake every precaution to make concrete solid, compact, and smooth,and if for any reason surfaces or interiors have voids or are in any way defective,repair such concrete in manner acceptable to the Engineer. G. Placing and Consolidating Footings and Slabs: 1, Slabs on Grade. a. Do not place concrete on ground or compacted fill until subgrade is in moist condition acceptable to the Engineer. I) If necessary,sprinkle subgrade with water not less than 6 nor more than 24 hours in advance of placing concrete. — 2) If subgrade becomes dry prior to actual placing of concrete, sprinkle again, without forming pools of water. — 3) Place no concrete if subgrade is muddy or soft. 2. Spread and consolidate concrete as specified. 3. Finish as specified in the following paragraphs and Section 43366. 4. Screed concrete to the grades and surfaces shown on the Drawings and to specified flatness or levelness requirements.Complete screeding before excess moisture or bleed water appears on the surface. — a. Level floors and slabs to a tolerance of plus or minus 1l8-inch when checked with a 10- foot long straight edge placed anywhere on the slab in any direction. b. Pitch floors uniformly toward low points,sumps, or drains, 3.42 CONCRETE FINISHING A. Provide concrete finishes in accordance with Section 03366 and as indicated on the Drawings, 6330OF-cast in pace concrete doc 471405 g1s 03300-24 71192005 City of Fort Worih Eagle Mountain WTP Phase III Expansion B. Horizontal concrete surfaces: I. Screed concrete as specified in the preceding paragraphs. 2. After screeding and before bleed water appears, bull float the surface, filling all surface voids and slightly embedding the coarse aggregate. 3. Defer additional finishing operations until the concrete has stiffened enough to support foot pressure with an indentation of not more than 1.14 inch. 4. When bleed water and excess moisture has left the surface, finish concrete as specified. See Section 03366 for details of finishing horizontal concrete. 5. Edge concrete and provide tooled joints as shown on the Drawings. a. Edges 1) Edge concrete sidewalks, driveways, and steps, Provide 118-inch radius a_joints subject to vehicular traffic_ 2) Do not edge floor slabs that will be covered with the or carpet unless specifically noted on the Drawings. 3) Slab edges at joints may be lightly stoned after forms are stripped, and before adjacent placements are made in such areas. b. Tooled contraction joints. 1) Tool contraction joints using a straight edge. 2) When approved the Engineer, contraction joints maybe saw-cut with a power blade,providing that reinforcement is not damaged and that cuts are made within 4 to 12 hours after slab placing and finishing. C. Concrete Sealer. 1. Floors and Slabs to Receive Sealer: As specified in DIVISION 9 and on Room Fnish Schedule, 2. At Contractor's option, sealer may be applied to all floor slabs except the following: a. Those indicated on the Drawings to receive seamless Floor surfacing. b. Any slabs which receive concrete or grout surfacing, (in lieu of water or curing compound). 3.03 PROTECTING AND CURRING CONCRETE. A. General: 1. Protect finished surfaces from sun,wind,precipitation,and temperatures to ensure finish and strength as specified. 03306E-cast in place conerele.doc 071405 g1s 03340-25 7/1512005 City of Fort Worth Eagle hlountain WTP Phase]f]Expansion B. Protection 1. Hot Weather 2. Cold Weather C. Curing — 1. Cure concrete by methods specified in this Section. 2_ Cure concrete minimum of 7 days at average daily temperature not less than 50'F. In no case shall temperature of curing concrete drop below 40°F. a, Average daily temperature is calculated by summing hourly measurements of air temperature in the shade at the face of the concrete, and dividing the sum by 24, In calculating sum of the temperatures recorded,any measurement less than 54°F shall be recorded as 0' F and included in the sum. — 3. Schedule of Curing Methods:. a. Slabs for liquid-containment structures. Water curing only. b. SIabs on grade, footings and structural slabs not for liquid containment: Water curing, _ plastic membrane curing, or liquid membrane curing. c. Surfaces as follows: Water or plastic membrane curing. 1) Surfaces that will receive another material that must be bonded to the concrete substrate. Such inaterials include additional concrete,coatings, grout, sealers, concrete repairs,or other materials specified. 2) Joint surfaces at construction, control,and expansion joints, 4. Water Curing: a. Keep surfaces of concrete being water cured constantly and visibly moist day and night _ for period of not less than 7 days. 1) Flood top of walls with water at least 3 times per day,and keep concrete surfaces moist at all times during 7 day curing period. b. Each day forms remain in place may count as I day of water curing, No further curing credit will be allowed for forms in place after contact has once been broken between concrete surface and forms. Do not loosen form ties during period when concrete is being cured by leaving forms in place. 1) When steel forms are used,leave forms in place minimum 48 hours. Application of water curing shall commence only after, but within I hour of, the time forms are removed, 6330OF-cast in place concrete doe 071405 g]s 03304-25 7/35/2005 Ciry of Fort Wonh Eagle Mountain WTP Phase 111 Expansion 5. Plastic Membrane Curing: a. Install plastic membrane as soon as concrete is finished and can be walked on without damage. b. Sea]joints and edges with small sand berm. Anchor membrane to prevent wind uplift. 6. Keep concrete under plastic membrane moist. • 7. Sprayed Membrane Curing: a. Apply curing compound to concrete surface after repairing and patching, and within I hour after forms are removed. 1) If more than 1 hour elapses after removal of forms, do not use membrane curing compound,but apply water curing for full curing period. b. Curing compound shall remain in place for not less than 7 days. • I) Remove curing compound from concrete joints by heavy sandblasting before any new concrete is placed against the joint. 2) Prior to final acceptance of the work,remove,by sandblasting or other acceptable method, any curing compound on surfaces exposed to view, so that only natural color of finished concrete is visible uniformly over entire surface. _ c. Curing Compound: 1) Jf Contractor desires to use curing compound other than that specified, coat sample areas of concrete wall with proposed compound and a similar adjacent area with specified compound for comparison. Apply both as specified Herein. If proposed sample is not equal or better, in opinion of the Engineer. in all features, the substitution will not be allowed. 2) Apply curing compound by mechanical, power operated sprayer and mechanical agitator that will uniformly mix all pigment and compound. 3) Apply compound in at least 2 coats. Apply each coat in direction 90 degrees to preceding coat. 4) Apply compound in sufficient quantity so that concrete has uniform appearance and that natural color is effectively and completely concealed at time of spraying. i 5) Continue to coat and recoat surfaces until specified coverage is achieved anal until coating film remains on concrete surfaces, 6) Thickness and Coverage of Compound: Provide compound having film thickness that can be scraped from surfaces at any and all points after drying for at least 24 hours. 03300F-ca5t in place concrete.doc 071405 g1s 113300-27 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase lil Expansion 7) The Contractor is cautioned that method of applying curing compound specified herein may require more compound than normally suggested by manufacturer of compound and also more than is customary in the trade. 8) Apply amounts specified herein,regardless of manufacturer's recommendations or customary practice, if curing compound is used in place of water curing. 3.04 LOADING CONCRETE A. Use construction methods, sequencing, and allow time for concrete to reach adequate strength to - prevent overstress of the concrete structure during construction. B. Loading of green concrete will be not be permitted. C. Do not place backfill against concrete walls until the concrete in the wall and any connecting slabs and beams has been cast and has reached the minimum specified compressive strength. 3.05 FIELD QUALITY CONTROL A. Testing Laboratory I. Owner will designate a testing laboratory for compression strength testing of field-cast concrete cylinders in accordance with ASTM C 39. Laboratory testing expenses will be paid _ by Owner. B. Contractor's Testing Personnel 1. Provide at least two individuals holding current ACI certification as"Concrete Field Testing Technicians —Grade i"as members of Contractor's on-site staff. Make these individuals available to perform field quality control testing as specified and upon Engineer's request. C. Testing I. During progress of construction, sample and test concrete in accordance with ASTM C 172 to confirn7 that concrete produced complies with project Specifications. 2 Contractor's personnel shall prepare test report including date and location of placement, name(s)of personnel performing tests,concrete batch delivery ticket number, concrete temperature, slump, unit weight,and air content. 3. Contractor shall make and protect cylinders for compression testing in accordance with ASTM C 31. Deliver cylinders to Owner's testing laboratory for curing and testing. a. Label cylinders to indicate cylinder number and location of placement in the work. b. Required number of cylinders for test set: Not less than 3 cylinders, each 6 inches in diameter by 12 inches long. Test one cylinder at 7 days,and two at 28 days. c. Required number of test sets,- 1) ets:_1) Provide at least one test set for each half-day's placement of each class of concrete. 03300F-cast in place cmcrete.doe 071405 gls 03300-2E 7/15/2005 • City of Fort Worth Fagic Mountain WTP Phase Il)Expansion 2) Provide at least one test set for each 150 cubic yards of each class placed. 4. Additional testing perforrned by Contractor's ACI-certified personnel: a. Slump test in accordance with ASTM C 143. 1) Test slump at the beginning of each placement,when requested by Engineer,and as often as necessary to maintain slump within specified range. b. Temperature test in accordance with ASTM C 1064. c. Test for unit weight in accordance with ASTM C t38. d. Test for air content in accordance with ASTIM C 231. 1) If air entraining adrruxture used requires testing methods other than ASTM C 231 to accurately determine air content,report testing requirements to Engineer well in advance of concrete placement. 2) Test percentage of entrained air at beginning of each placement, when requested by Engineer,and as often as necessary to maintain entrained air within specified range. 3.06 ENFORCEMENT OF SPECIFICATION REQUIREMENTS A. Compression Strength. 1. Concrete is expected to reach higher compressive strength than that which is indicated in Table A. 2. Strength of concrete will be considered acceptable if following conditions are satisfied. a. Averages of all sets of 3 consecutive strength test results is greater or equal to specified compressive strength fc. b. No individual strength test (average of 2 cylinders) falls below specified compressive strength f c by more than 540 pounds per square inch. 3. Whenever one,or both, of the conditions stated are not satisfied,provide additional curing of affected portion followed by cores taken in accordance with ASTM C 42 and ACI 318 and comply with following requirements: a. if additional curing does not bring average of 3 cores taken in affected area to at least specified compressive strength fc,designate such concrete in affected area as defective. 4. The Engineer may require the Contractor to strengthen defective concrete by means of additional concrete, additional reinforcing steel,or replacement of defective concrete,all at the Contractors expense- 03 30OF-ca st xpense_0330OF-cast in place roticrele.doc 071405 g)s 033010-29 7115/2005 city of Forl.Worth Eagle Mountain WTP Phase III Expansion 3.07 ADJUSTING A. Repair of Defective Concrete: 1. Remove and replace or repair defective work. a. Make no repair until the Engineer has accepted method of preparing surfaces and - proposed method of repair. b. Do not patch, repair, or cover defective work without inspection by the Engineer. Provide repairs having strength equal to or greater than specified concrete for areas involved. a. Chip out and key imperfections in the work and make them ready for repair. b. Where it is necessary to repair concrete by bonding mortar or new concrete to concrete -" that has taken its initial set, first coat surface of set concrete with epoxy bonding agent as specified in Section 03071. 3, Dry Pack Method: a. Dry Pack Method: Use for holes having depth nearly equal to or greater than least surface dimension of hole, for cone-bolt,and narrow slots cut for repair. b. Smooth Holes:Clean and roughen by heavy sandblasting before repair. 4. Mortar Method of Replacement: Use for following: a. Holes too wide to dry pack and too shallow for concrete replacement. b. Comparatively shallow depressions, large or small, which extend no deeper than reinforcement nearest surface. 5. Concrete Replacement: a. Use: When holes extend entirely through concrete section or when holes are more than 1 square foot in area and extend halfway or more through the section. END OF SECTION 0334OP-cast in place concrete.doc 071405 gis 03300-30 711512405 City of Fort Wottlh Eagle Mountain WTP Prase 111 Expansion SECTION 03366 TOOLED CONCRETE FINISHES PART I: GENERAL 1.01 SUMMARY Y A, Section Includes:Tooled concrete finishes. B. Related Sections 1. Section 03304—Cast-in-Pince Concrete 1.02 SUBMITTALS T A. 1.03 QUALITY ASSURANCE A, Mock-ups: Test Panels for Concrete Finishes: 1. Prepare test panels for F4 and F5 finishes and tie-hole repairs for review by Engineer. a. Accepted panels shall serve as standard of quality and workmanship for project. 2. Test Panels Showing Horizontal and Vertical Joints: Prepare test panel showing horizontal and vertical joints proposed for project for review by the Engineer. Refer to finishes as specified in this Section. a. Accepted panels shall serve as standard of quality and workmanship for project. 3, Test Panels Indicating Methods for Malang Concrete Repairs: Prepare test panels for proposed repairs at beginning of project for review by Engineer. a. Panels shall serve as standard for repairs du>-ing the project. 1.04 DELIVERY,STORAGE, AND HANDLING A. Packing and Shipping: 1. Deliver and store packaged materials in original containers until ready for use. PART 2: PRODUCTS 2.01 MIXES A. Mortar Mix for F4 Finish: Consist of 1 part cement and 1-112 parts of fine sand passing Number 100 screen, mixed with enough water and emulsified bonding agent to have consistency of thick cream. 03366F-fooled concrete doc 071405 gIs 03366-1 7/1517005 City of Fort W onh Eagle Moijntain WTP Please 111 Expansion B. Mortar Mix for FS Finish: Consist of I part cement to 1-112 parts of sand which passes Number 16 screen. 2.02 NDN-SLIT'ABRASIVE A. See Section 03300 for non-slip abrasive. 2.03 SEALER A. See Section 03300 for concrete sealer, _ PART 3.- EXECUTION 3.01 GENERAL A. Finish as described in the following paragraphs, and as scheduled in paragraph 3.03. B. Addition of white cement may be required to produce finish which matches color of concrete to be finished. C. During finishing of concrete flatwork, addition of water to mixes or concrete surfaces is not allowed. A concrete finishing agent 1 evaporation retardant may be used for surfaces other than those requiring water curing if approved in advance by the Engineer. Use of finishing agents shall _ not relieve Contractor ofresponsibility to provide curing and protection specified. 3.02 FINISHES -VERTICAL CONCRETE SURFACES 1. F1 Finish (Formed Finish). a. Repair defective work. b. Fill depressions 1 inch or deeper and tie holes with mortar after removal of curing materials. 2_ F2 Finish. a. While concrete is still green,carefully remove fins and projections. b. Repair defective work. c. Fill depressions 112 inch or deeper and tie]toles with mortar after removal of curing materials. 3. F3 Finish. a, While concrete is still green,carefully remove fins. Grind projections smooth. - b. Repair defective work:. c. Fill depressions 1/4 inch or larger in depth or width and tie holes with mortar after removal of curing materials. 03366F-tooled concrete.doe 071405 gls 03366-2 II15/2 005 City of Fart Worib Eagle Mountain WTP Phase III Expansion 4. F4 Finish ("Rubbed Finish"). a. As specified for F3 Finish,except fill depressions and holes 1/16 inch or larger in depth or width with mortar in accordance with the following procedure. 1) "Brush-Off' sandblast surfaces before filling to expose all holes near surface of the concrete. 2) Thoroughly wet surfaces and commence filling of pits,holes,and depressions while surfaces are still damp. 3) Perform tilling by rubbing mortar over entire area with clean burlap, sponge rubber floats, or trowels. 4) Wipe surfaces clean. Do not tet any material remain on surfaces,except that within pits and depressions. 5) Moist cure finished surfaces for at least 3 days after wiping, using a fine fog spray and providing protection as required to maintain continuously moist conditions. 6) Continue curing for remainder of time specified in Section 03300 5. F5 Finish' ("Stoned Finish"). a, Ass specified for F3 Finish and in addition provide special stoned finish in accordance p , p p , with following requirements. 1) Wet surfaces thoroughly with brush and rub with hard wood float dipped in water containing 2 pounds of portland cement per gallon. 2) Rub surfaces until form marks and projections have been removed. 3) Spread grindings from rubbing operations uniformly over surface with brush in such manner as to fill pits and small voids. 4) Moist cure brushed surfaces as specified for F3 finish, and allow to harden for 3 days. 5) After curing, obtain final finish by rubbing with carborundum stone of approximately Number 50 grit until entire surfaces have smooth texture and are uniform in color. b) Continue curing for remainder of time specified in Section 03340. b. If any concrete surface is allowed to become too hard to finish in above specified manner, modify finishing as follows: 1) Sandblast and wash related surfaces exposed to view,whether finished or not, 2) While still damp,rub plastic mortar over surface, as specified for brushed surfaces and handstoned with Number 60 grit carborundum.stone, using additional mortar for brushed surfaces until surface is evenly filled without an excess of mortar. 113356r-tooled conerete.doc 111401 gls 03366-3 711512005 City of Fort Wo-1h Eagle Mountain WTP Phase III Expansion 3) Continue stoning until surface is hard. 4) After moist curing for 3 days, make surface smooth in texture and uniform in color by use of Number 50 or Number 60 grit carborundum stone. 5) After stoning, continue curing until 7 day curing period is completed. 6. F6 Finish ("Abrasive Blast Finish"). a. As specified for F4 Finish, except provide abrasive blast in accordance with the _ following procedure. 1) The rubbed finish portion of the F4 finish may be deleted by the Engineer if the unfinished concrete surface is of adequate quality for abrasive blanking, a) Decisions to require or delete the rubbing operations shall be at the discretion of the Engineer alone. ` 2) Do not begin abrasive blasting until F3 finishing operations are complete, and concrete has reached its typical average 7-day compressive strength as indicated by the mix design submittals under Section 03300. 3) Provide light abrasive blast to match finish of surrounding structures at the site. (1) Specifications for previous abrasive blast work described the finish to be provided as follows: "Medium blast—Generally expose coarse aggregate, 114-inch to 318-inch reveal_" (2) Determine type of nozzle, nozzle pressure,and blasting techniques required to match existing finishes. b) Abrasive blast finishing operations shall conform to all regulatory agency requirements.Contractor shall be responsible for obtaining all required permits and or licenses. c) Prepare a sample area,minimum 4 feet high and 16 feet long, at a location of the walls that is acceptable to the Engineer and that will not be exposed in the finished work. Sample area to represent a variety of finishes obtained with differing nozzles, nozzle pressures,grit materials,and blasting techniques. (1) Final accepted sample shall remain exposed until completion of all blast finish operations. (2) Maintain patterns and variations in depth of blast as present on the accepted sample area. d) Perform abrasive blast finishing in as continuous an operation as possible, using the same work crew and equipment to maintain continuity of finish on each surface or area of work. _ (1) Blast corners and edge of patterns carefully,using backup boards to maintain uniform comers and lines. 03365F-loQied concrete-doc 071405 gls 03366-4 7115/2065 City of Fort Worth Eagic 141ourntain WTP Phase 111 Expansion e) On completion of the blast operation,thoroughly flush finished surfaces with clean, clear water to remove dust and grit. Allow to dry until curing of concrete is complete, f) After concrete htas curers fnr at least?R-clays, apply char acrylic sealer as specified in accordance with the sealer manufacturer's instructions. B. Horizontal Concrete: Use following finishes for horizontal concrete surfaces.. 1- S l Finish ("Screeded Finish") a. Screed concrete to grade and leave without special finish, 2. S2 Finish: ("Steel Trowel Finish"). a. Screed,edge, and joint concrete as specified in Section 03300. b. Float the surface hen water sheen has disappeared, and concrete will support a power float without its digging into the surface or a finisher on Imee boards. 1) Float surface to a true,even plane with no coarse aggregate visible. For hand- floated areas, use sufficient pressure on the float to bring moisture to the surface. 2) Begin floating along wails and around columns, and in areas most exposed to sun or wind,and move systematically across the surface leaving a smooth matte finish. c. Steel trowel to a smooth, hard finish. d. Restore edging or jointing removed by floating. Maintain joint uniformity and lines. 3. S3 Finish: ("Smooth Steel Trowel Finish") a. Finish as specified for S2 Finish. b. Steel trowel to a smooth, hard finish that is free of high or low spots,trowel marks, anct other surface defects and irregularities. 1) Provide a minimum of two p troweling s unless otherwise specified or noted. 2) Complete the first troweling keeping the trowel blade as flat against the surface as possible. 3) Allow concrete to harden slightly between successive trowelings, 4) For each successive troweling, increase the pitch (or tilt) between the trowel blade and the surface of the concrete. c. Restore edging or jointing removed by troweling. Maintain joint uniformity and line. 4. S4 Finish: ("Broomed Finish") a. Finish as specified for S2 Finish. 03366F-tooled concrete doc 071405 gls 03355-5 7/15/2005 City of Fort Worth Eagle Mountain WT? Phase SII Expansion b. Abrade the surface with a light hair-broom brush. Do not use stiff bristle brooms or brushes. Provide resulting finish that is rough enough to provide non-skirl finish. Finish shall be subject to review and acceptance by the Engineer. c. Brooming indentations shall run in the direction of drainage; or,in the case of walks and stairs,in a direction perpendicular to the direction of traffic. 5. S5 Finish: ("Non-Slip Abrasive Finish"): a. After concrete has been screeded level and hardened enough to support man standing on a board, sprinkle abrasive from shake screen into surface at uniform rate of 25 pounds for each 100 square feet of surface area. b. Wood float abrasive into finish, then trowel with steel trowel as specified for S-2 Finish, properly exposing abrasive in surface as required to provide nonslip surface. 3.03 LOCATIONS FOR CONCRETE FINISHES A, Finish concrete surfaces as indicated on the Drawings. Where not specified or indicated on the Drawings, finish surfaces as follows: - B. Vertical Surfaces: ]. F4 Finish for Following Vertical Surfaces: y a. Concrete surfaces specified or indicated to be painted. b. Concrete surfaces, interior or exterior,exposed to view. Includes surfaces in channels, basins, and similar structures to a point 12 inches below the normal operating water level. - 2. F3 Finish for Following Vertical Surfaces: a. Surfaces in channels,basins,and similar structures that are located more than 12 inches below the normal operating water level. 3. F2 Finish for Following Vertical Surfaces: a. Concrete surfaces not exposed to view in the finished work. C. Horizontal Surfaces: 1. S5 Finish for the Following Surfaces: a. Exterior ramps. 2. S4 Finish for Following Surfaces: a. Exterior walkways. b. Tops of exterior walls or beams which are to serve as walkways. 03366F-tooled ccncrete.doc 0 714 05 gls 03366-6 7/1512OU5 City of Fort warth Eagle Mountain WTP Phase 111 Expansion c. Tops of exterior walls or beams which are to support gratings. 3. S3 Finish for Following Surfaces: a. Building and Machine Room Floors Which Are Not Covered with Surfacing Material. 4. SZ Finish for Following Surfaces: a. Tops of corbels. b, Tops of walls and beams not designated for S4 finish_ c. Tops of slabs not designated for S4 finish. d. All other horizontal surfaces not specified to be finished otherwise. S. S1 Finish for Following Surfaces: a. a. Basin bottoms to which layer of grout is to be applied. b. b. Projecting footings that are to be covered with dirt. C. C, Stab surfaces that are to be covered with concrete fill END OF SECTION 03355F-tooled concrete.doc 071405 gls 03356-7 7/15/2005 City of Fon Worth Eagle Mountain WTP Phase 111 Expansion SECTION 03565 BASIL GROUT PART I.- GENERAL 1.01 SUMMARY A. Section Includes: Grouting basin bottom slabs. B. Related Sections: 1. Section 03300 - Cast-in-Place Concrete. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM): I. C 33 - Specification for Concrete Aggregates. 1.03 DEFINITIONS rA. When Grouting Basin Bottom Slabs; 1. Grout That Has Not Bonded: Is defined as grout that,after placing and setting, has hollow sound when tapped with 4 foot long, nominal, 2 by 4 inch,piece of lumber,or when a steel Fchain is dragged across the surface. B. Quality Control Submittals: I. Manufacturer's Instructions: ra. For equipment to be used in grouting basin bottom slabs. 1) Submit grout placement instructions tiom manufacturer of equipment designated to roperate in basin, 2) Include in such instructions statements on limitations and precautions to be P observed when using equipment for grout placement. 1.04 SUBMITTALS '' A. Submit proposed materials, mix design, and testing for compressive strength, slump and drying shrinkage as required by Section 03300. 1.05 QUALITY ASSURANCE A. Pre-installation Conference for Grouting Basin Bottom Slabs: Schedule meeting with Engineer not less than 24 hours before planned grouting operations to discuss method of placement of grout. 03565 F 070405 g1s 013565-1 7/1512005 City of Fort Worth Eagle Mountain WTP Phase III Expansion PART 2: PRODUCTS 2.01 MA.TERLALS A- Cntnent, aggregates, pozzolan and admsxrtire.s for water rerdttetion and air ent-r-inmPnt as specified in Section 03300 unless otherwise modified herein: 1. Coarse aggregate: ASTM C 33 Size No. 3 (112-inch rrtaximum). B. Synthetic reinforcing fibers: 1. Manufacturers: One of the following or equal. a. Fibermesh Company, Chattanooga TN: Fibertnesh, 2. Synthetic reinforcing fibers shall be 104 percent polypropylene collated, fibrillated fibers. Fiber length and quantity shall conform to manufacturer's recommendations as approved by Engineer. 2.42 MIXES A. Conform to the requirements of Section 43304 except as modified herein. 1. Proportion mix to produce minimum specified compressive strength at 2$days(f'c) greater than or equal to 2544 psi. Water content: Sufficient to allow workability and placement with specified screeds,but as low as practical to prevent formation of surface water, laitance,and slumping aftet placement. 3. Synthetic reinforcing fibers: Add at rate of 1.5 pounds of fibers per cubic yard of grout. Add fibers direct from manufacturer's pre-measured bags,znd using manufacturer's recommended procedures to ensure complete dispersion of fiber bundles as single monofilaments within the grout. PART 3: EXECUTION 3.01 PREPARATION A. Surface Preparation: T 1. Basin Slab Surface Preparation a, Ensure that slab surfaces have rough texture,suitable for bonding grout. b. Roughen smooth areas by heavy sandblasting. c_ Heavy sandblast and clean entire slab surface as required to remove dirt,oil, curing compound, laitance, dust,and other matter that may prevent proper grout bonding. d. Saturate concrete slabs and surfaces 12 inches past bond lines of the grout with water for at least 24 hours before placing grout. _ 03565 F 070405 gls 03565-2 7/15/2005 City of'Fort Worth Eagle Mountain WTP Phase flf Expansion M e. At time grout is placed, concrete shall be saturated and surface damp. Remove excess waterjust prior to placement of grout. B. Equipment Preparation: I. Preparation of Equipment for Grouting Basin Bottom Slabs: a. Setting the Screeds: I) Bolt nominal 2 by a inch section of lumber blades on arms of equipment mechanism. 2) Locate leading edge of lumber approximately 2 inches in front of blade and cut it parallel to centerline of arm. 3) Securely nail nominal 2 by 6 inch screed board to ends of 2 by 4 lumber, in manner such that screed runs parallel to centerline of arm. 4) Nail bent sheet metal to lower edge of screed board. I 5) Ensure that bottorn of screed board is 1-112 inch below steel blades on arms of equipment mechanism. 3.02 APPLICATION A. Grouting Basin Bottom Slabs: 1. General: a. Place grout in accordance with equipment manufacturer's instructions and in accordance with limitations and precautions given in such instructions. b. Promptly bring to attention of the Engineer,conflicts between equipment manufacturer's instructions and this Section. 2, Placing Grout: a. Use grouting equipment to apply grout for basin bottom slabs. b. Perform grouting continuously without interruptions until basin slab is covered. c. Place ring of grout approximately 3 feet wide on outer edge of slab and gradually widened towards center, following spiral pattern until basin bottom slab is covered. d. Unacceptable Placing:procedures: The following procedures will not be accepted: 1) Grouting by circular sectors or"Pie" sections.. 2) Grouting from center outward. e. Use finishing workers to control area immediately in front of screed boards in mariner so that: 03565 F070405 gls 03565-3 7115!2{1)5 City of Fort Worth Eagle Mounlain WTP Phase IN Expansion 1) Grout is installed to specified thickness. 2) No low areas occur. 3) No excessive amount of grout accumulates. f. Coordinate grout placement rate and number of finishing Workers with travel speed of _ screeds. g. Last grout area to be grouted in center may be finished by worker operating from 1 of the arms. 3. Following Grout Placement; _ a. After completion of'slab grouting,allow mechanism to runt continuously until there is no more danger that grout sloughing may occur. b. Prevent dry clumps of grout or rocks from being caught under screed board and gouging finish surface of grout. 4. Corrections: a. Before Grout Has Set- 1) Where sloughing has occurred,remove grout from sloughed areas and place grout in low areas. 2) Repair gouges in grouted surface. ?. Curing: a. Water cure grout for minimum of 7 clays as specified in Section 03300. b. Keep grout surface continuously wet and protected from wind for duration of curing. period. B. Tolerances: 1. For Grouting Basin Bottom Slabs: a. Tolerance in Elevation of Finished Grout Surfaee: Plus or minus 1I8 inch. 1) Specified tolerance is more exacting than customary industry standards for slab — finish. 2) Tolerance is required for proper operation of equipment. b. Thickness of Grout Layer: 3) Not less than 1 inch at any point. 2) Provide average thickness of grout as indicated on the Drawings. 03565 F070405 g1s 03565-4 71E512005 City or Fort worth Eagle Mountain WTP Phase 311 Expansion 3.03 FIELD QUALITY CONTROL A. Inspection: I_ Verification of C;rnutistg Flevation Tolerance on Basin Rottorn Slabs- Verify as fellows: a. After grout is set,operate grouting equipment with blades set to clear grout surface. b. Under these conditions,blades shall not clear grout surface by more than 114 inch at any point. 1) Excess Clearance. Correct as specified in article titled "Adjusting" in this Section. F 3.04 ADJUSTING A. Grouting Basin Bottom Slabs: 1. After Grout Has Set: a. Where clearance between blades and grouted surface exceed tolerance specified ' this� Section, grind high points in grout surface Using terrazzo machine until specified tolerance is met. fin b, Grout that has not bonded to concrete slab is not acceptable. Remove and replace such grout. 2_ Remove synthetic fibers projecting from finished grout surface by methods reconunended by the manufacturer and acceptable to the Engineer. END 4F SECTION op lF 03565 F 070405 gls 03565-5 7/15/2005 Ory of Fon Worth Eagle Mountain WTP Phase r31 Expansion SECTION 03600 GROUTS PART 1: GENERAL 1.01 SUMMARY A. Section Includes: I. Concrete mortar. 2. Grout.. 3. Drypack mortar. 4. Nonshrink grout. 5. Epoxy grout. 6. Non-shrink epoxy grout. B. Related Sections: 1. Section 03071 - Epoxies. 2. Section 03300—Cast-in-PIace Concrete. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM): 1. C 109 -Test Method for Compressive Strength of Hydraulic Cement Mortars(using 2 inch or 50 millimeter cube specimens). 2. C 230-Standard Specification For Flow Table For Use In Tests Of Hydraulic Cement. 3. C 531 -Test Method for Liner Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars,Grouts,Monolithic Surfacings, and Polymer Concretes. 4. C 579-Test:Method for Compressive Strength of Chemical-Resistant Mortars and Monolithic Surfacings. 5. C 939 -Test Method for Flow of Grout for Preplaced-Aggregate Concrete(Flow Cone Method). 6. C 1107 -Standard Specification for Packaged Dry, Hydraulic-Cement Grout(Nonshrink). 7. C 1181 -Test Methods for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. 03600 F 071005 gls 03600-1 7!1512405 City of Fort Worth Eagle Mountain WTP Phase ill Expansion 1.03 SUBMITTALS A. Nonshrink Grout, Epoxy Grout, and Non-shrink Epoxy Grout: Subnvt manufacturer's literature and certified test data prior to installation. 1.04 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered to the jobsite in their original, unripened packages or containers, clearly labeled with the manufacturer's product identification and printed instructions. B. All materials shall be stored in a cool dry place and in accordance with the manufacturer's recommendations. C. All materials shall be handled in accordance with the manufacturer's instructions. 1.05 PROJECT/SITE CONDITIONS A. Refer to manufacturer's literature or contact the manufacturer for any special physical or environmental limitations that may be required for use of products. 1.06 WARRANTIES A. Non-shrink Grout: The manufacturer shall warranty that the non-shrink grout will never go below _ its initial placement volume when tested in accordance with ASTM C 1107. B. Non-shrink Epoxy Grout: The manufacturer shall warranty that non-shrink epoxy grout will show negligible shrinkage or expansion when tested in accordance with ASTM C 531. PART 2: PRODUCTS 2.01 MATERIALS A. Concrete Mortar: i. General: Consist of concrete mixture as specified in Section 03300 with coarse aggregate removed and water quantity adjusted as required. a. Blend white cement with mix as required to match color of surrounding surfaces. B. Grout: 1. Consist of mixture of Portland cement and sand. Materials shall be a specified in Section 03300. C. Dry-pack Mortar: I. Consist of mixture of Portland cement and sand. Materials shall be a specified in Section 03300. D, Non-shrink Grout: I. Manufacturers: One of the following or equal: 03600 F 071005 gis 03600-2 711512005 City of fort Worth Eagle Mountain WTP Phase III Expansion a. Five Star Products, Inc.,Fairfield, CT: Five Star Grout. b. Degussa Building Systems, Shakopee MN; Masterflow 928. c. L&M Construction Chemicals, Inc., Omaha, NE: CRYSTEX. 2. Non-shrink grout shall be a pre-portioned and prepackaged cement-based mixture, It shall contain no metallic particles such as aluminum powder and no metallic aggregate such as iron filings. It shall require only the addition of potable water_ 3. Potable water for pre-soaking, mixing,and curing shall be clean and free of oils,acids, alkalis, organics, and any other deleterious matter. 4. Bleeding: Non-shrink grout shall be free from the emergence of mixing water from within or the presence of water on its surface. S. Non-shrink grout shall be in accordance with ASTM C 1147. 6. Consistency: Non-shrink grout shall remain at a minimum flowable consistency fcr at least 45 minutes after mixing at 45 degrees Fahrenheit to 94 degrees Fahrenheit when tested in accordance with ASTM C 230. If at a fluid consistency, it shall be verified in accordance with A STM C 939. 7. Dimensional Stability (height change):Non-shrink grout shall be in accordance with ASTM C 1107, volume-adjusting Grade B or C at 45 degrees to 90 degrees. It sha'l show 90 percent or greater bearing area under bases or baseplates. 8. Compressive Strength: Non-shrink grout shall show mnimurn compressive strengths at 45 degrees Fahrenheit to 90 degrees Fahrenheit in accordance with ASTM C 1107 for various periods from the time of placement, including 5,000 pounds per square inch at 28 days when tested in accordance with ASTM C 149 as modified by C 1147, E. Epoxy Grout. I. Consist of mixture of epoxy and sand. 2. Sand: Clean, bagged, graded,and kiln dried silica sand. F. Non-shrink Epoxy Grout: I. Manufacturers: One of the following or equal: a. Five Star Products, Inc.,Fairfield,CT: Five Star Epoxy{Grout. b. Degussa Building Systems, Shakopee MN: Master-flow 648 CP Pius. c. L&M Construction Chemicals, Inc.: EPOGROUT. 2. Non-shrink epoxy grout shall be a 104 percent solids,pre-measured,prepackaged system containing a two-component thermosetting epoxy resin and inert aggregate. 3. Consistency: Non-shrink epoxy grout shall maintain a Plowable consistency for at least 03600 F 071005 gis 03600-3 711517005 City of Fort W0761 Eagle Mountain WTP Phase ill Expansion 45 minutes at 74 degrees Fahrenheit. T 4. Dimensional Stability(height change): a. Non-shrink epoxy grout shall have negligible shrinkage or expansion (less than 0.0006 inlin) when tested in accordance with ASTM C 531. 5. Compressive Strength:Nan-shrink epoxy grout shall show a minimum compressive strength of 10,000 pounds per square inch at 24 hours and 14,400 pounds per square inch at 7 days when tested in accordance with ASTM C 579, Method B. 6. Compressive Creep: The compressive creep for non-shrink epoxy grout shall not exceed 0.0027 inlirn when tested under a 400 pounds per square inch constant load at 140 degrees Fahrenheit in accordance with ASTM C 1181. 7. Then-nal Capability; The coefficient of thermal expansion for non-shrink epoxy grout shall not exceed 0.000018 inches per inch per degree Fahrenheit when tested under ASTM C 531, Method B. 2.02 MDCES A. Concrete Mortar Mix: 1. Use water-cement ratio that is no more than that specified for concrete being repaired. 2. At Exposed Concrete Surfaces Not to Be Painted or Submerged in Water: Use sufficient white cement to make color of finished patch match that of surrounding concrete. B. Grout Mix: I. For Concrete Repair: Mix in same proportions used for concrete being repaired, with only sufficient water to give required consistency for spreading. 2. For Spreading over the Surfaces of Construction or Cold Joints: Mix with no more water used than allowed by water-cement ratio specified for concrete. 3. For Other Applications: Mix in proportions by weight of one part cement to four parts of concrete sand. C. Dry-pack Mortar Mix: Use only enough water so that resulting mortar will crumble to touch after being formed into ball by Rand. D. Non-shrink Grout: Mix in accordance with manufacturer's installation instructions such that resulting mix has fluid or Plowable consistency and is suitable for placing by pouring. E. Epoxy Grout: 1. Mix in accordance with manufacturer's installation instructions for mixing. 2. Proportioning: a. For horizontal work,consist of mixture of one part epoxy as specified in Section 03071 03600 F 071005 gls 03600-4 7/15/2005 City of Fort Wonh Eagle Mountain W7P phase III Expansion with not more than 2 parts sand. b. For vertical or overhead work, consist of 1 part epoxy gel as specified in Section 03071 with not more than 2 parts sand. F. Non-shrink Epoxy Grout: Mix in accordance with manufacturer's installation instructions. PART 3: EXECUTION 3.61 EXAMINATION A. Inspect concrete surfaces to receive grout or mortar and verify that they are free of ice, frost, dirt, grease, oil, curing compounds, paints, impregnations and all loose material or foreign matter likely to affect the bond or performance of grout or mortar. _ B. Inspect baseplate and anchor systems for rust, oil, and other deleterious substances that may affect the bond or performance of,grout. C. Confirm that newly placed concrete has been cured sufficiently to attain its design strength and r' limit further shrinkage. D. Verify that temperature of cementitious or epoxy grout does not exceed manufacturer's - recommendations. 3.62 PREPARATION A. Surface Preparation: 1. Roughen all concrete surfaces by heavy sandblasting,chipping, or other mechanical means to assure bond. Loose or broken concrete shall be removed. 2. All grease, oil, dirt,curing compounds, laitance, and other deleterious materials that may affect bond that were identified in the inspection process shall be completely removed from concrete and bottoms of baseplates. Ali metal surfaces should have a 2 to 3 mil peak-to- valley profile for epoxy grouts. 3. For cementitious mortars and grouts,concrete surfaces shall be saturated surface dry to a point at least 12 inches past the limits of any grout placement. Maintain saturated conditions for at least 8 hours prior to grout placement. Any standing water shall be removed prior to placing grouts. 4. For epoxy grouts, do not wet concrete surfaces with water. instead, where required,wet surfaces with epoxy for horizontal work or epoxy gel for vertical or overhead work prior to placing epoxy grouts. B. Forms and Headboxes for Grouts(Cementitious or Epoxy): 1. Forms for grouts shall be built of material with adequate strength to withstand the placement of grouts. 2. Forms must be rigid and liquid tight. All cracks and joints shall be caulked with an elastomeric sealant. All forms shall be lined with polyethylene for easy grout release. Forms 03600 F 071005 grs 03600-5 7/15/2005 City or Fort Worth Eagle MOUMain WTP Phase 1P1 Expansion carefully waxed with two coats of heavy-duty paste wax shall also be acceptable. 3. Forms shall be 4 to 6 inches higher than the baseplate on one side of the baseplate configuration when using head pressure for placement. _ 4. A sufficient number of headboxes shall be built to facilitate placement of grouts. 5. Air relief holes a minimum 1/8 inch in diameter shall be provided when required by a baseplate configuration to avoid entrapping air underneath_ 3.03 APPLICATION A. Cementitious Mortal-and Grout: l. For Defective Concrete Repair: a. Filling: Filling of voids around items through the concrete. b. Grout Spreading: Spread over construction joints,cold joints, and similar type items. 2. Concrete Surfaces: a. Apply epoxy bonding agent to clean, roughened, and dry surfaces before placing mortar or grout. 3. Placing: _ a. Exercise particular care in placing Portland cement mortar or grout since they are required to furnish structural strength or impermeable water seal or both. b. Do not use cement mortar or grout that has not been placed within 30 minutes after mixing. B. Epoxy Grout: I. Apply in accordance with manufacturer's installation instructions. ._ 2. Use where specified herein or where indicated on the Drawings.. 3.04 PLACEMENT A. Grout shall only be installed after the final equipment alignment is correct and accepted by the Engineer. ` 1. Grouts shall be mixed in accordance with the manufacturer's recommendations. 2. A mortar mixer with moving paddles shall be used for mixing grouts. For cementitious grouts, pre-wet the mixer and empty out excess water before beginning mixing. 3. Cementitious Grouts: a. Nan-shrink:cementitious grout shall be added to a premeasured amount of water that 03600 F 071005 gls 03600-6 Til 512005 City of Fan Worth Eagle Mountain WTP Phase III Expansion does not exceed the manufacturer's maximum recommended water content. b. Mix cernentitious grouts per manufacturer's instructions for uniform consistency. c. Grouts may be drypacked, flowed, or pumped into place, All baseplate grouting shall take place from one side of a baseplate to the other to avoid trapping air. Do not overwork grouts. d. Do not retemper grout by adding more water after stiffening, e. Hydrostatic head pressure shall be maintained by keeping the level of the grout in the headbox above the bottom of the baseplate.The headbox should be filled to the y maximum level and the grout worked down to top of baseplate. 4. Epoxy Grouts- a. Epoxy grouts shall be mixed in complete units. Do not vary the ratio of components or add solvent to change the consistency of the mix. b. Pour the hardener into the resin and rnix for at least one minute and until each mixture is uniform in color, Pour the chemical components into the mortar mixer wheelbarrow and add the aggregate. Mix until aggregate is uniformly wetted. Overmixing will cause air entrapment in the mix. c. All epoxy grout shall be flowed into place using a headbox. All grouting shall tape place from one side of a baseplate to the other in a continuous flow to avoid trapping air. d. Hydrostatic head pressure shall be maintained by keeping the level of grout in headboxes above the bottom of baseplates. Headboxes shall be filled to the maximum level and grout worked down to the bottom of baseplates. e. Epoxy grouts shall not be cut back after setting.The final level of grout will be as installed with all chamfer edges built into the formwork. 3.05 CURING A. Cementitious Grouts. 1, Grouts must be cut back to the lower edge of baseplates after reaching initial set. Provide a 45 degree angle cut back. 2. Clean equipment and tools as recommended by the grout manufacturer. 3. Cure Grouts in accordance with manufacturer's specifications and recommendations. Keep grout moist for a minimum of 3 days.The method needed to protect grouts will depend on temperature,humidity,and wind. Wet burlap, a soaker hose, sun shading,ponding and, in extreme conditions, a combination of methods shall be employed. 4. Grouts shall be maintained above 40 degrees Fahrenheit until they have attained a compressive strength of 3,000 pounds per square inch or above 70 degrees Fahrenheit for a minimum of 24 hours to avoid damage from subsequent freezing. 03600 F 071005 gis 03600-7 7115/2005 city of Fort Worth Eagle Mountain WT? Phase 311 Expansion B. Epoxy Grouts. I, Cure grouts in accordance with manufacturers'specifications and recommendations.Do not wet cure epoxy grouts. 2. Consult the manufacturer for appropriate cure schedule. In no case should any surface in contact with grout be allowed to fail below 54 degrees Fahrenheit for a minimum of ' 48 hours after placement. 3. Equipment and tools shall be cleaned immediately with a strong liquid detergent and water solution before grout hardens. 3.06 FIELD QUALITY CONTROL _ A. Non-shrink cementitious grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 149. B. Non-shrink grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 579(Method B). END OF SECTION! 03600 F 071005 g1s 43640-8 7/15/2005 City of Fon Worth Eagle Mountain WTP Phase III Expansion SECTION 03931 EPDXY INJECTION SYSTEM PART 1: GENERAL 1.01 SUrMMARY A. Section Includes: Epoxy injection system. 1.02 SUBMITTALS A. Product Data: Submit manufacturer's data completely describing epoxy injection system materials,and including test methods and results for strength in tension, flexure,compression and bond; flexural modulus of elasticity; coefficient of thermal expansion;and elongation. B. Quality Control SubrzZittals: I. Certificates of Compliance. 2. Manufacturer's Instructions. PART 2: PRODUCTS 2.01 MATEFJALS A. Manufacturers: One of the following or equal: 1. Degussa Building Systems:Concressive Standard LVI. .7 2. Sika Chemical Corp.: Sikadur 35, Hi-Mod LV. B. Epoxy: Provide epoxy materials that are new and use them Within shelf life limitations set forth by manufacturer. Water-insensitive 2 part type tow viscosity epoxy adhesive material containing 100 percent solids. 2.02 EQUIPMENT A. Purnp Unit: 1. Furnish unit to be used for injection that is positive displacement type with interlock to provide in-line mixing and metering system for 2 component epoxy, 2. Furnish pressure hoses and injection nozzle of such design as to allow proper mixing of 2 components of epoxy- 3. Presence of standby injection unit may be required, 03931 F071005gis 03931-1 7115105 s City of Fort Worth Eagle Mountain WTP Phase III Expansion 2.43 MMES A, Epoxy Injection System Materials- Mix epoxy in accordance with manufacturer's installation instructions. 2. Do not use solvents to thin epoxy system materials introduced into cracks or joints. PART 3: EXECUTION F 3.01 PREPARATION A. Surface Preparation: - 1. Epoxy Injection System: a. General: Before processing, sweep or clean area in vicinity of crack location to receive epoxy and leave in generally clean condition. b. Joints to Receive Epoxy: Clean in manner such that joints are free from dirt, laitance, and other loose matter. 3.02 INSTALLATION A. Install and cure epoxy materials in accordance with manufacturer's installation instructions. B. Perform and conduct work of this Section in neat orderly manner. C. Epoxy Injection Systern: 1. Apply adequate surface sea] to crack or joint to prevent escape of epoxy. 2. Establish entry points at distance along seal not less than thickness of cracked member. 3. Force epoxy into crack at first port with sufficient pressure to advance epoxy to adjacent port. 4. Seal original port and shift entry to port at which epoxy appears. 5. Continue this manner of port-to-port injection until each joint has been injected for its entire length. b. For small amounts, or where excessive grout pressure developed by pump unit might further damage structure, premixed material and hand caulking gun may be used if acceptable to the Engineer. - 7. Seal ports, including adjacent locations where epoxy seepage occurs, as necessary to prevent drips or ruse out. END OF SECTION 03931 F 071005 gts 03931-2 7115/05 DIVISION 4 MASONRY City of Fort Worth Eagle Mountain WTP Phase III Expansion a SECTION 04090 MASONRY REINFORCEMENT AND ACCESSORIES PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Masonry accessories, including: 1. Dovetail Anchors, 2. Reinforcing Bars. 3. Wire Joint Reinforcement, Single Wythe Type. 4. Control Joint Piller. B. Related Sections: 1. Section 03102 -Concrete Formwork, 2. Section 03200 -Concrete Reinforcement. 3. Section 04220 -Concrete Masonry Units, 4. Section 04812 -Glass Unit Masonry. 5. Section 04852 - Stone Masonry Veneer. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM): 1. A 82 -Specification for Steel Wire,Plain, for Concrete Reinforcement. 2. A 153 -Specification for Zinc Coating(Hot Dip)on Iron and Steel Hardware. A 615 - Specification for Deformed and Plain Billet-Steel Bars for Concrete-Reinforcement. 3. A 641 -Specification for Zinc-Coated(Galvanized)Carron Steel Wine, 4. A 951 -Specification for Masonry Joint Reinforcement. 5. D 1456-Specification for Flexible Cellular Membranes - Sponge or Expanded Rubber. 6. D 2000 -Classification System for Rubber Products in Automotive Applications. 7. D 2287 -Specification for Nonrigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds. 04090 F 071405 gis 04439-1 7/15/2005 Cay of Fort Worth Eagle MounWn WTP Phase III Expansion 1.03 S1UBMr17ALS A. Shop Drawings: 1, Reinforcement. Submit Masonry reinforcement drawings as specified in Section 03200 for concrete reinforcement. Drawings shall include wall elevations and jointing as noted in — Section 04220 for all concrete and glass block masonry. B. Product Data: r 1. Submit manufacturer's product data demonstrating compliance with the requirements of the Specifications, and indicating inaterials of fabrication,details of construction,and installation procedures for products specified. 1.04 DELIVERY, STORAGE AND HANDLING A. Store materials off ground and protect from weather. B. Protect materials from bending and distortion. PART 2: PRODUCTS 2.01 MATERIALS A. General: 1. Where hot-dip galvanizing is specified,conform to the requirements of ASTM A 153 unless otherwise noted. B. Reinforcing Bars: ASTM A 615, Grade 60,deformed billet steel bars. 1. Fabrication of reinforcing bars shall be as specified in Section 03200 unless otherwise - shown on the Drawings. C. Wire. Joint Reinforcement: ASTM A 951 with wire conforming to ASTM A 82, hot-dip galvanized after fabrication to ASTM A 153-132. "Ladder" type. Maximum if-inch spacing between points where cross wires connect to eac}z longitudinal wire. 1. Single Wythe Wall Construction: a. 3116-inch diameter wire side rods x 3116-inch diameter cross rods. b. Out to out spacing: Approximately 2 inches less than nominal thickness of wall,and sized to provide at least 518-inch mortar cover at each face. c. Provide rrranufacturer's prefabricated corner and tee sections at wall comers and intersections. d. Manufacturers_ One of the following or equal: 1) AA Wire Products,Co.: AA500 Blok-Lois. 04090 F 071005 gls 04090-2 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase Il[Expansion 2) Dur-O-Wal, Inc.: Ladur-type. 3) Masonry Reinforcing Corporation of America: Wire-Bond, Ladder Type Series 200, 2 Wire System. 2. Glass Block Wall Construction: See Section 04812. D. Control Shear Key: The key shall be of the width and shape indicated on the Drawings. 1 Conforming to either of the following: a. Rubber compound: ASTM D 2000,M2 AA-805 with minimum durometer hardness of 8D. b. PVC compound: ASTM D 2287 Type FVC 654-4 with minimum durometer hardness of 85. 2. Manufacturers: One of the following or equal: a. AA Wire Products,Inc.: AA2000 Blok-Tice. b. Dur-O-Wall: Rapid Poly-Joint. c. Vert-A-Joint Co.: Vert-A-Joint. E. Joint Filler Material: Size and shape as indicated on the Drawings. Sponge or extruded rubber conforming to ASTM D 1056,Class 2 A I. F. Dovetail Anchors: Minimum 16 gauge corrugated sheet steel, hot dip galvanized, I inch wide, suitable for use with embedded slots specified in Section 03102. Length as required to provide rrunirnum i 112.-inch embedment in veneer and minimum 518-inch mortar cover at exterior face. G. Stone Veneer Tier, Weep Holes,and Accessories: See Section 04852. FART 3: EXECUTION 3.01 INSTALLATION A. Install products as specified in Section 04220. END OF SECTION 04090 F 071005 gis 04090-3 7/15/2005 City o1 Fon Worth Eagle Mountain W7P Phase III Expansion SECTION 04100 MORTAR AND MASONRY GROUT PART l: GENERAL, - PART 2: COMMENT 2.01 SUMMARY A. Section Includes: Mortar and masonry grout. B. Related Sections: 1. Section 04090—Masonry Reinforcement and Accessories. 2. Section 0420 -Concrete Masonry Units. 3. Section 04812—Glass Unit Masonry. 4. Section 04852—Stone Masonry Veneer. 2.02 REFERENCES A. American Society for Testing and Materials(ASTM): 1. C 143 —Test Method for Slump of Hydraulic Cement Concrete. 2. C 144 - Specification for Aggregate for Masonry Mortar. 3. C 150 - Specification for Portland Cement. 4. C 207 - Specification for Hydrated Lime for Masonry Purposes. 5. C 270 -Specification for Mortar for Unit Masonry. 6, C 404 -Specification for Aggregates for Masonry Grout. 7. C 476 -Specification for Grout for Masonry. 8. C 780 -Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. 9. C 979—Specification for Pigments for Integrally Colored Concrete. 10. C 1019—Standard Test Method for Sampling and Testing Grout. 11. E 329-Specifications for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. 04100E-mortar and rnasy grout-doe 071405 gls 04100-1 711512p05 City of Fort worth Eagle Mounrtain WTP Prase ill Expansion B. Intemational Code Council(ICC): 1. International Building Code -2003 Edition. (IBC 2003), 2.03 DEFNITIONS A. Alkali: Sum of sodium oxide and potassium oxide calculated as sodium oxide. ` 2.04 PERFORMANCE REQUIREMENTS A. Mortar for Concrete Masonry Units. 1. Conform to ASTM C 270 2. Compressive Strength: M`nimum 1,800 pounds per square inch at 28 days. 3. Water Retention: Minimum 75 percent, ` 4. Air Content: Maximum 12 percent. B. Mortar for Glass Unit Masonry. 1. Conform to ASTM C 270,Type S. C. Mortar for Stone Masonry Veneer. 1, Conform to ASTM C 270, ` 2. Color to match existing stone veneer masonry at the site. D. Masonry Grout for Concrete Masonry Units. I. Compressive Strength: Minimum 2,000 pounds per square inch at 28 days when sampled and tested in accordance with ASTM C 101 9. 2. Slump: Mixed to slump of 8 to t 1 inches as determined by ASTM C 143, 2.05 SUBMITTALS A. Product Data/Test Data: 1. Submit sources of cement, lime, and aggregates. 2. Cement. Submit manufacturer's statements of conformance to material specifications indicated. Provide manufacturer's chemical analysis and physical properties test results, along with confirmation that material conforms to requirements for low-alkali materials as _. specified herein. 3. Lime. Submit manufacturer's statements of conformance to material specifications indicated. Provide manufacturer's chemical analysis and physical properties test results. C14 i Off-morisr Ind mast'groul.doc 071405 gis 04100.2 7/15/2005 City of fort Wonh Eagle lvlounwn WT? Phase Il!Expansion 4. Aggregates. Submit test reports on sieve analysis, physical properties, and deleterious substances. B. Samples: Submit mortar color samples. C. Design Data: Submit proposed mix proportions for mortar and grout. Include available strength histories for mixes proposed. D. Test Reports: 1. Source Quality Control: Trial batch compression strength test results for.- a. or:a. Mortar. ?. Field Quality Control: Field batch compression strength test results for. a. Mortar. b. Grout. 2.06 QUALFFY ASSURANCE. A. Materials for Mortar and Grout: Do not change source of materials that will affect the appearance of finished work after the work has started unless acceptable to Engineer. 2,07 PROJECT CONDITIONS A_ Environmental Requirements: I. Cold Weather Requirements: a. In accordance with the IBC Cold Weather Construction Procedures. b. Provide adequate equipment for heating mortar and grout materials when air temperature is below 40 degrees Fahrenheit,Temperatures of separate materials, including water, shall not exceed 140 degrees Fahrenheit when placed in mixer. Maintain mortar temperature on boards above freezing. 2. Hot Weather Requirements: a. In accordance with IBC Hot Weather Construction Procedures. b. Wet mortar board before loading and cover mortar and mortar boards to retard drying when not being used. PART3: PRODUCTS 3,01 MATERIALS A_ Portland Cement: ASTM C 150,Type II, low alkali,containing maximum 0.6 percent total alkali. B. Hydrated Lime: ASTM C 207;Type S. 04 1 0OF-mortar and masy grout doe 071405 gls 04100-3 VI 5/2005 Cq of Fort Worth Eagle Mountain WTP Phase I I!Expansion C. Aggregate T 1, Mortar: ASTM C 144. 7. Crot't' a. Fine aggregate: ASTM C 404. b. Coarse aggregate: ASTM C 404, Size No. 8, D. Color Admixture: Conforming to ASTM C 979 maximum 15 percent lime proof, inorganic compounds, unless recommended otherwise by manufacturer, and maximum 3 percent carbon black by weight of cement, with: I. Factory blend for full color saturation of mortar joint. 2. Packaging for unitized jobsite mixing at ratio of I unit of color per sack of Portland cement. E. Other Admixtures: Prohibited, unless accepted in advance by the Engineer- F. Water: Clean, clear and potable, free of oil, soluble salts, chemicals, and other deleterious substances. 3.02 MORTAL MIXES A. Mortar Mixing: I. Mortar shall be portiand cement--time mortar mixed on job site in accordance with ASTM C 270 to meet performance requirements. 2. Mix in mechanical mixer and only in quantities needed for immediate use. Mortar not used within 2 hours of initial mixing shall be discarded. 3. Mix for minimum 3 minutes, and maximum of 5 minutes after materials have been added to mixer. B. Measurement for ingredients for mortar sl-tall be either by volume or weight Measure by one of the following methods: l. Measurement by Volume: If ingredients are measured by volume,measurement of sand shall be accomplished by the use of a container of known capacity. 2. Measurement by Weight: If ingredients are measured by weight, measurement of sand shall be based on the dry weighs of sand of 80 pounds per cubic foot. C. Water shall be mixed with the dry ingredients in sufficient amount to provide a workable mixture which will adhere to the vertical surfaces of masonry units. 1. Use no mortar which has been standing for more than 1 hour after being mixed. _ 2. Whenever 90 minutes has elapsed since last batch was mixed, completely empty mixer drum of materials and wash down before placing next batch of materials. 04 1 0OF-mortar and trrasy grout.doc 071405 gig 04100-4 7/150005 City of Fori worth Eagle Mountain wTP Phase 111 Expansion 3. Mortar for glass unit masonry: a. Reduce water content to compensate for reduced absorption of glass units. b, Do not reternper mortar after initial set. 3.03 GROUT MIXES A. Grout Mixing: 1, Grout shall he portland cement grout [with grout admixture] mixed on jobsite in accordance with ASTM C 476 or in transit mixer to meet performance requirements.Grout shall have sufficient water added to produce pouring consistency without segregation. 2. Use within 90 minutes after addition of mixing water, 3 Mix for minimum of 5 minutes after ingredients are added and until uniform mix is attained. B. Grout for hollow cell masonry units with cell dimensions of 4 inches or more in both horizontal directions shall include coarse aggregate. C. Measurement for ingredients for grout shall be by weight, Measurement of sand shall be based on dry weight of sand of 80 pounds per cubic foot. 3.04 SOURCE QUALITY CONTROL A. Mortar Strength Testing: 1. Before incorporating mortar into the Work;perform compressive strength tests on trial batches of mortar in accordance with ASTM C 780. 2. Testing shall be performed by Contractor's independent testing laboratory,and the Contractor shall pay cost of testing. B. Grout Strength Testing: I. Pre-construction testing of grout rrLxes conforming to ASTM C 476 is not required. PART 4: EXECUTION 4.01 INSTALLATION A. Install as specified in Sections 04220, 04512 and 04852 for concrete masonry units, glass unit masonry, and stone masonry veneer respectively. 4.02 FIELD QUALITY CONTROL A. During construction, prepare mortar and grout specimens for testing and deliver to testing laboratory designated by Owner. Cost of laboratory testing will be paid by the Owner. 04100F-mortar ano masy grouizoc 071405 gis 04100-5 7r i 5r.UUs City of Fort Worth 1:agte Moundain WTI' Phase III Expansion B. Testing of mortar: I. During progress of construction, test mortar for conformance to requirements specified. ?. Test for compression strength in accordance with ASTM C 780. 3. Prepare and test at least two specimens(cylinders)or sets of test specimens (cubes) for each 5000 square feet of wall area for each week when mortar is mixed. C. Testing of grout: _ I. During progress of construction, test grout for conformance to requirements specified. 2. Test for compression strength in accordance with ASTM C 1019. 3, Conduct at least two tests,each consisting of three specimens,but not less than one test for each 5000 square feet of wall area for each week when grout is mixed and placed. END OF SECTION 04100E-mortar and masy grout doc 071405 g#s 04100-6 7/15/2005 City of Fort Worth Eagle Mour•tain WT? Phase III Expansion SECTION 04220 CONCRETE MASONRY UNITS PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Concrete masonry waits and accessories. B. Related Sections: Section 01455 - Special Tests and Inspections. 2. Section 04090 - Masonry Reinforcement and Accessories. 3. Section 04100 -Mortar and Masonry Grout. 4. Section 04852 - Stone Veneer Masonry, 5. Section 05120 - Structiaal. Steel. • 6. Section 07190 -Water Repellents. i Section 07900-Joint Sealers. T 8, Section 09902 -Finish Painting, 1.02 REFERENCES A. American Concrete Institute(ACI): I. ACI 534 - Building Code Requirements for Masonry Structures. 2. ACI 530.1 - Specifications far Masonry Structures. B. American Society for Testing and Materials(ASTM): I. C 90-Specification for Load Bearing Concrete Masonry Units. C 146 -Test Methods of Sampbrig and Testing Concrete Masonry Units. ?. C 426-Test Method for Drying Shrinkage of Concrete Masonry Units. C. International Code Council(ICC) I. International Building Code,2003 Edition (2003 IHC'}. 04220 F 071405 g1s 04220-1 71 512005 City of Fort Worth Eagle Mountain WT? Phase ill Expansion 1.03 DEFINITIONS A. Level of Quality: I. Standard Level of Quality: Five percent of shipment may contain slight chips, cracks or other imperfections,but such imperfections shall not detract from - appearance when viewed from a distance of 20 feet under diffused lighting. B. Mean Daily Temperature: The average daily temperature of temperature extremes predicted by a local weather bureau over the next 24 hours. C. Minimum Daily Temperature: The low temperature predicted by a local weather bureau to occur within the next 24 hours. D. Specified Compressive Strength of Masonry, Cm: Minimum compressive strength required by these Construction Documents, and on which the project design is based. E. Wythe: Each continuous, vertical section of a wall, one masonry unit in thickness. 1.04 SYSTEM DESCRIPTION A. Compressive Strength Requirements: I. Compressive strength of masonry shall equal or exceed the:specified compressive strength of masonry, Pm,as shown on the Drawings. 2. Compressive strength of the system of concrete masonry units,mortar and grout will be determined in accordance with the Unit Strength Method as specified under Quality Assurance. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's product data for each type of masonry unit included r. in the work. B. Test]Data: For each type of masonry unit included in the work; 1. Prior to construction, results of compression strength testing in accordance with ASTM C 1401 and drying shrinkage testing in accordance with ASTM C 426 to confirm compliance with ASTM C 90 requirements. 2. Test reports for masonry units as specified under"Field Quality Control." C. Shop Drawings: Include elevations of each wall indicating type and layout of units, including type of mortar joints, bond pattern, reinforcing steel, connecting dowels,joint - reinforcement, grouted cells, and control joints. See Section 04690 for requirements for reinforcement. D. Samples: 1. Submit samples of stretcher units in sufficient quantity to illustrate color range 04220 F 071405 gia 04220-2 Iii 5J2005 City of Fort Worth Eagle Mountain WTP Phase 1I1 Expansion 2. Submit samples of veneer units for Owner's selection of surface texture and color to be provided. 1.06 QUALITY ASSURANCE A. Pre-Construction Testing and Confirmation of Materials and Assemblies: 1, Before beginning construction, sample and test materials, and submit information specified in this Section to confirm that materials conform to the standards specified, 2. Confin-cation of Specified Compressive Strength -Unit Strength Method: a. Before beginning masonry construction, submit the following test data to confirm properties of the materials to be provided. b. Concrete Masonry Units:Test each type of concrete masonry unit supplied for the work to demonstrate that units conform to the product standards specified. Submit test results. 1) Sample and test units in accordance with ASTM C 140 for net area compressive strength; absorption and density; average dimensions; minimum and equivalent thickness; and moisture content. c. Submit data for mortar as specified in Section 04100. d. Submit data for grout as specifiers in Section 04100. B. Inspection: Masonry construction will be subject to inspection and evaluation during construction,as specified herein. 2. The Owner will employ a qualified masonry inspector for inspection of the masonry work. Acceptance by the local building official will be considered adequate qualifications. 3. The masonry Inspector shall perform the following duties: a_ review Drawings and Specifications before work commences. b. Before masonry work commences,attend pre-construction meeting with Contractor,Contractor's Quality Control Representative, and Engineer, to review the requirements for testing,inspection,and quality control of the masonry work. c. Check brand and type of cement, lime(if used), and source of sand. d. Ensure that foundation is clean,rough, and ready to receive units. e. Check reinforcing steel dowels for straightness,proper alignment, spacing, size, and length. (34120 F 071101 gls 04220-3 7%15/2005 City of Fart Worth _ Eagie MOLntain WT? Phase i11 Expansion f. Observe held proportioning of mortar. Visually check aggregate to determine uniformity of grading, cleanliness, and moisture. g. Ensure that joints are full of mortar and kept right during work. Inspect grout cells to assure that fins will not interfere with grouting. Ensure that masons keep grout cells clean of mortar droppings and inspect to determine compliance. h. Continuously observe placing of grout. i. perform or supervise performance of required sampling and testing. 4. Keep complete record of inspections including description of the portion of _ construction represented by each inspection,conditions under which inspection was made, and a sun-unary of observations. a. Report daily to the Engineer and to Contractor's Quality Control Representative the results of the masonry inspection. b. Submit final signed report stating whether or not the Work inspected was,to = the best of Inspector's knowledge, in confonnarice with the Contract Documents. 5. Inspector's duties exclude the following: a. Authority to revoke,relax, enlarge, or release any requirement of the Contract Documents. b. Authority to approve/accept or to reject/disapprove any portion of the Work. 6. Contractor's responsibilities: a. Allow and facilitate access for performance of quality assurance, inspection, and testing activities. b. Provide to the designated inspector and/or testing agency advance notice of required inspections and testing so that proper personnel may be assigned and quality assurance procedures completed. c. Furnish necessary labor to assist the designated inspector and/or testing agency in obtaining and handling required samples of materials. d. Provide and maintain adequate on-site facilities for test agency's use in storing and curing test specimens. C. Mock-up: F 1. Prior to starting,construction of masonry,construct minimum 4 foot square mock- up. 2. Use accepted materials, containing each different kind and color of concrete masonry units to illustrate wall design. 04220 F 071405 gls 042204 715/2005 City of Fort Worth Eagle Mountain WTF Phase 111 Expansion f3. When not accepted, construct another mock-up. 4. When accepted, mock-up will be standard of comparison for remainder of masonry work, 5. Upon completion of Project, dispose of mock-ups in legal manner at Offsite location. 1.07 DELIVERY, STORAGE,AND HANDLING y A. Transport and handle concrete masonry units as required to prevent discoloration, chipping,and breakage. B. Store masonry units off the ground in a dry location, covered and protected from absorbing moisturc. Locatc storage piles,stacks, and bins to protect materials from heavy traffic. C. Remove chipped, cracked,and otherwise defective units from jobs)te upon discovery. 1.08 ENVIRONMEN-1`AL REQUIREMENT'S A. Cold Weather Requirements: In accordance with International Building Code procedures. Provide adequate equipment for heating masonry materials when air temperature or temperature of masonry units is below 40 degrees Fahrenheit. B. Hot Weather Requirements: In accordance with International Building Code procedures. Implement hot weather protection procedures when ambient air temperature exceeds 100 degrees Fahrenheit, or when ambient air temperature exceeds 90 degrees Farenheit and wind velocity is greater than 8 miles per hour. 1. Wet mortar board before loading and cover mortar to retard drying when not being used. 2. Do not spread mortar beds more than 48 inches ahead of placing masonry units. Place masonry units within one minute of spreading mortar. 1.49 SEQUENCING AND SCHEDULING A. Order concrete masonry units well before start of installation to ensure adequate time for manufacturing and minimum 28 days curing before starl of installation. PA.T 2: PRODUCTS 2.01 HOLLOW LOAD BEARING CONCRETE MASONRY UNITS ("CMU") A. Type: ASTM C 90, Class 3 (lightweight), Standard Level of Quality with minimum compressive strength of 1,900 pounds per square inch based on average net area for the average of three units. 1. Provide Type I(moisture controlled) units having maximum moisture content as required by ASTM C 90,Table I for"Intermediate"humidity conditions and linear 04220 F 071405 gis 04220-5 7/25/2005 City of For!Worth Eagle Mountain WTP Phase ill Expansion drying shrinkage specified. 2. Drying shrinkage, when sampled and tested in accordance with ASTM C 426= Maximum 0.065 percent. B. Surface Texture: Standard with dense faces suitable for painting where scheduled to be painted. C. Color: Natural concrete gray. D. Typical Size: Nominal thickness as noted on the Drawings with nominal face dimensions of S inches high by 1.6 inches long, unless otherwise indicated on the Drawings, or needed to minimize cutting. E. Special Sizes and Shapes, As required for*window and door openings, bond bean-is, piers, lintels, control joints.,and other special appiications to minimize cutting. 2.02 MORTAR AND GROUT A. As specified in Section 04140. 2.03 ACCESSORIES A. Anchor Bolts: As specified in Section 05120,Structural Steel. B. Steel Reinforcement_As specified in Section 04090,Masonry Accessories. C. Stone veneer anchors and veneer accessories: As specified in Section 04852, Stone Masonry'Veneer. D. Wire Joint Reinforcement:As specified in Section 04090, Masonry Accessories. E. Control Joint Filler: As specified in Section 04090, Masonry Accessories. _ PARI' 3: EXECUTION 3.01 INSPECTION A. Confirm that reinforcing dowels from foundations or slabs to masonry are positioned and have lap splice projections as required by the Drawings_ I. If dowels are not in conformance with requirements of the Drawings and Specifications, notify Engineer and obtain Engineer's written directions for required modifications before proceeding. 3.42 PREPARATION A. Protect adjacent construction with appropriate means from mortar droppings and other effects of laying of concrete masonryunits. _ B. Thoroughly clean foundations and projecting reinforcement of laitance, grease, oil, mud, dirt, mortar droppings,and other objectionable matter. 04220 F 07 14 05 g1s 04220-6 71f 512005 Cily of Fon Worth EagYe Mountain WTP Phase 1I1 Expansion C. Cleanouts Provide cleanouts at bottom course of each grout pour where height of grout pour will exceed 5 feet. 1. In solid grouted masonry, space cleanouts maximum 32 inches on center horizontally. 2. Construct cleanouts so that space to be grouted can be cleaned and inspected,and with an opening of sufficient size to permit removal of debris. Minimum size of opening shall not be less than 3 inches in any direction. 3. After cleaning and inspection,close cleanouts and brace closures to resist grout pressure. 3.03 FORMS AND SHORES A. Where required,construct forms to the shapes indicated on the Drawings. 1. Construct forms sufficiently rigid to support construction loads and to prevent deflection which may result in cracking or other damage to supported masonry and sufficiently tight to prevent leakage of mortar and a out. 2. Do not remove supporting forms or shores until the supported masonry has acquired suf#icient strength to support safely its weight and any construction loads to which it may be subjected. a. Wait at least 16 hours after grouting masonry columns or walls before applying uniform loads. B. Wait at least 64 hours before applying concentrated loads. 3.01 ERECTION OF CONCRETE MASONRY—GENERAL REQUIREMENTS A, Provide Standard level of Quality, B. Lay concrete masonry units dry. Do not wet concrete masonry units before laying. C. Lay units in uniform and true courses, level, plumb, and without projections or offset of adjacent units. Keep bond pattern plumb throughout. D. When possible, use full units of the proper size in lieu of cut units. Cut units as required to form chases,openings, for anchorage,and for other appurtenances. I. Cut and fit units with power-driven carborundurn or diamond disc blade saw. 2. Position cut units so that exposed faces and edges are unaltered manufactured surfaces. E. Place clean units while mortar is soft and plastic. 1. Where new placements join previously placed masonry that has taken a full or partial set,clean and roughen bonding surfaces of units already set before placing new units. 04220 F 071405 gls 04220-7 7/35/2005 City of Fon worth Eagle Mountain W" Phase M Expansion 2. Remove and re-lay in fresh mortar any unit disturbed to the extent that initial bond is broken after from initial positioning. F. Lay units to preserve unobstructed vertical continuity of cells to be filled with grout or insulation, 1. Keep cells free of mo:-tar droppings,debris, and loose aggregates as masonry wall - height increases, Remove mortar protrusions that extend 112 inch or more into cells or cavities to be grouted. 2. Align vertical cells to be filled with grout to maintain clear, unobstructed continuous vertical cell measuring not less than 2 by 3 inches. G. Mortar joints: 1. Provide straight,clean joints of uniform thickness and with smooth finish. Unless otherwise shown or specified, head and bed joints shall be 318-inch thick. a. Bed Joints: Bed joints of starting course placed over foundations and slabs shall be not less than 114 inch nor more than 3/4 inch thick. 2. Bed joints: a. Hollow units: I j Solidly fill face shell joints from outside face of units to inside face of cells. 2) Solidly fill web joints at the following locations: in al courses of piers, columns, and pilasters; in the starting course over foundations and slabs; where adjacent cavities will be grouted; where.necessary to confine grout or loose-fill insulation, and at other locations indicated. b. Solid units: Provide full mortar coverage on entire bonded surface of unit. Do not furrow bed joints so deeply as to produce voids. 3. Head joints: Form by buttering the specified area on the vertical end of the unit,all shoving mortared end tight against the adjoining masonry unit so that mortar bonds to both units. a. Hollow units: Butter vertical head joints for thickness equal to face shell thickness of units. b. Open end units: Head joints of open end units with beveled ends need not be mortared if beveled ends foam a grout key that permits grout to flow to within 5/8 inch of the face of the unit. Tightly butt units to prevent grout leakage. c. Solid units: Provide full mortar coverage of entire surface of unit. Do not fill head joints by slushing with mortar. — 4. Tooled joints:Tool joints when mortar is"thumbprint hard". 04220 F M 1405 grs 04220-8 7!1512005 City of Fort Worth Eagle Mountain WTP Phase 111 Expansion n a. Exposed joints: Tool with around jointer to form concave profile. b, Concealed joints: Strike joints flush. H. Ruild in rCgl3ired items, such as anchors, flashings, sleeves, frames, structural steel, lintels,anchor bolts,and metal fabrications,as required for complete installation. M0 I. Lay masonry within the following tolerances: a. 1. Mortar joints: + 118 inch. 2. Maximum variation from the plumb in the lines and surfaces of columns,walls,and in the flutes and surfaces of fluted or split faced blocks: a. In adjaccnt masonry units: 118 inch. b. In 10 feet: 1/4 inch. c. In any story or 20 feet maximum:318 inch. d. In 40 feet or more:112 inch. 3. Maximum variations from the plumb for external comers, expansion joints, and other conspicuous lines: a. In 1 O feet:+114 inch. b. In 24 feet.+318 inch. Its c. Maximum: +112 inch. 4. Maximum variations from the level or grades for tops of walls,exposed lintels, sills, r parapets, horizontal grooves,bed joints,and other conspicuous lines: a. In any bay or 10 feet maximum: 114 inch. b. In 40 feet or more: 112 inch, 5. Maximum variations of the linear building lines from established position in plan or elevation and related portion of columns,walls,and partitions: a. In 10 feet or story height: +114 inch. r b. In any bay or 20 feet maximum:+318 inch. c. In 40 feet or more: +112 inch, 6. Maximum variation in cross sectional dimensions of colun-ins and in thickness of walls: a. Minus: i14 inch. 04220 F 071405 g]s 04220-9 711 S/M5 City of Fors Worth Eagle Moun6ain WT? Phase III Expansion b. Flus. ill inch. 3.05 BOND PATTERN A. Lay concrete masonry units in running bond pattern, unless otherwise indicated on the Drawings. 3.06 WIRE JOINT RE-1NFORCEMENT A. Place longitudinal wires in approximate centers of mortar beds with minimum Sig inch =- mortar cover on exposed faces. B. Lap splice longitudinal wire joint reinforcement minimum 75 wire diameters. C. Provide intersecting masonry walls with prefabricated wire joint reinforcement tees. D. Rake intersecting joints 112 inch and caulk joints. 3.07 MILD STEEL REINFORCEMENT A. Place reinforcement, ties and anchors in grout spaces before grouting. B. Where horizontal and vertical bars are spliced, minimum splice length shall be as shown _ on the Drawings, but not less than the following- Bar Splice Length (inches) ##3 is #4 30 #5 45 Larger Contact Engineer C. Hold vertical reinforcing bars in position at top and bottom and at intervals not exceeding _ :200 bar diameters. Use steel wire bar positioners to position bars and tie reinforcing bars to dowels with Wire ties. D, Horizontal Reinforcement 1 Bond Beams. 1. Place horizontal reinforcement and solidly grout bond beam units in place. 2. Where walls are not grouted solid,provide wire mesh at openings in bottom of bond beams to support grout. E. Obtain acceptance of reinforcement placement before grouting. F. Tolerances on placement of reinforcement. 1. Provide clear distances between reinforcing bars in grouted cells and any face of masonry unit as shown on the Drawings,but not less than 114-inch for fine grout or 04220 F071405 g1s 04220-10 7/1512005 City of Fart WOFih Eaglc Moualain WT? Phase ifl Expansion 112 inch for coarse grout Z. When distance from the centerline of reinforcement to any adjacent outside face of the masonry is 8 inches or less: t 1 inch. 3. For vertical reinforcement:+_2 inches from the designated locations along the length of the wall. 4. When it is necessary to move bars more than one bar diameter,or a distance exceeding the tolerance stated in order to avoid interference with other reinforcing steel or embedded items, obtain Engineer's acceptance of proposed rnodi fi cati ons before proceeding with construction. 3.08 GROUTING A. Where walls are designated to be partially grouted, till spaces and cells containing reinforcing bars solidly with grout. Where walls are designated to be hilly grouted, till all spaces and cells solidly with grout. E. Grouting procedures and equipment. I. Place grout so as to completely fill the grout spaces without segregation of the aggregates. ?. Place grout to final position within 90 minutes after mixing water is added using grout pump, concrete hopper, or hand bucket. �. Grout Pumps: a. Do not pump grout through aluminum babes. b. Operate pumps to produce a continuous stream of grout without air pockets, c. Upon completion of each days pumping, eject grout from pipeline without contamination or segregation of the grout_ d. Remove waste materials and debris from the equipment. Dispose of waste materials,debris,and all flushing water outside the masonry. 4. Low-lift Grouting: Hollow unit masonry to be grouted by the low lift method shall be constructed and grouted in lifts not exceeding 4 feet.Double wythe masonry which will be grouted by the low-lift method shall be constructed and grouted in lifts not exceeding 8 inches. Slushing with mortar will not be permitted. S. High-lift Grouting: If grouting is accomplished by the high-lift method,double wythe masonry shall be allowed to cure at least 72 hours and hollow unit masonry shall be allowed to cure at least 24 hours before grouting. Grout barriers shall not be spaced more than 30 feet apart. Grout shall be placed in lifts not to exceed 5 feet in depth. Each lift shall be allowed to set for 10 minutes after initial consolidation of grout before successive lift is placed.The frill height of each section of wall shall be grouted in one day. 04220 F 071405 gis 04220-11 7/15P-005 City of Fon Worth Eagle Mountain WTP Phase III Expansion C. Grout in cells shall have full contact with top surface of concrete foundation. D. When grouting stops for one hour or longer, form grout key at horizontal construction joints by stopping grout placement 1-112 inches below top of uppermost unit containing grout. E, After placement, consolidate grout using mechanical immersion vibrators designed for consolidating grout. 1. Internal vibrators shall maintain a speed of not less than 5,000 impulses per minute when submerged in the grout. 2. Maintain at least one spare vibrator, at the site at all times. _ 3. Apply vibrators at uniformly spaccd points not f irthcr apart than the visibic effectiveness of the machine. 4. Limit duration of vibration to time necessary to produce satisfactory consolidation without causing segregation. 5, Ensure that reinforcing bars are completely surrounded by and embedded in grout, and that cells or bond beams shown to be filled are completely filled. 6. Do not insert vibrators into lower grout placements that are in a semi-solidified state. 7. Reconsolidate grout after initial water loss and settlement of grout has occurred, 3.09 CONTROL JOINTS A. Provide in masonry walls where indicated on the Drawings. B. Make full height and continuous in appearance. Cr. Run bond beams and bond beam reinforcing bars continuously through control joints. D. Insert control joint filler in points as wall is constructed. E. Apply sealant as specified in Section 07900, 3.10 OPENINGS AND LINTELS A. Place horizontal reinforcement in fully grouted bond beam units. t B. Use lintel block units where underside of lintel will be exposed. C. Provide minimum of 8 inch bearing at each end of lintel. D. Embed reinforcing bars minimum 24 inches or 40 bar diameters, whichever is longer, into wall past edges of openings or as indicated on the Drawings. 1. At corners,provide 90 degree bend with equivalent total embedment. 04220 F 071405 gis 042201-12 7115/2005 City or Fon Wonh Eagle Mountain WTP Phase III Expansion 3,11 STEEL DOOR FRAMES A. Anchor and fully grout iambs and head of steel door frames connected to concrete unit masonry. B. Fill frames with grout as each 2 feet ofconcrete unit masonry is laid. 3.12 13EARING PLATES A. Provide minimum of 12 inches of grouted concrete unit masonry below steel bearing plates and beams hearing on masonry wal Is. 3.13 ANCHOR BOLTS A. Hold anchor bolts in place with template during grouting to assure precise alignment. B. Do not cut or ream members being anchored or use other means to accommodate misaligned anchor bolts in roof deck support.angles. C. Provide minimum b inch wide grouted concrete unit masonry entirely around anchor bolts and other attachment devices. 3.14 WALL'TIES A. Embed ends of wall ties in mortar joints. Do not bend ties after embedding;them in grout or mortar. 1. Ends of lies shall engage at least 112-inch of outer face shells of hollow units. 2. Embed wire ties at least 1 112 inches into the mortar bed of solid masonry units, or solid-grouted hollow units. 13, In composite or cavity 2 wythe walls, bond masonry units together by embedding wall ties with a minimum of one tie per 4-1/2 square feet of wall area. C. Stagger ties in alternate courses, with maximum vertical distance between ties at 18 inches on center and maximum horizontal distance between ties at 36 inches on center. D. Do not place dissimilar metals in contact with each other. 115 ENCLOSURES AND EMBEDDED ITEMS A. Where concrete masonry units enclose conduit, pipes, stacks, ducts, and similar items, construct chases, cavities, and sinvlar spaces as required, whether or not such spaces are indicated on the Drawings. B. Build in wall plugs, accessories, flashings, pipe sleeves, and other items required to be built-in as the masonry work progresses. I. Point openings around flush mounted electricai outlet boxes with mortar, including flush joints above boxes. 04220 F 071405 gts 04220-13 711512405 City of Fort Worth Eagle Mountain WT? Phgse III Expansion 2. Do note embed aluminum items in masonry,grout,or mortar finless the items have been coated to prevent chemical reaction between aluminum and cement,or electrolytic action between aluminum and steel. a. Coat aluminum items using coatings as specified in Section 09902 for aluminum in contact with dissimilar metals. C. Do not cover enclosures or embeds until inspected and,when appropriate, tested. 3.15 PATCHING A. Patch exposed concrete masonry units at completion of the Work and in such manner that patching will be indistinguishable from similar surroundings and adjoining construction. 3.17 CURING A. Cold Weather: Protect newly constructed concrete masonry from freezing in accordance _ with the following. Requirements shall be based on the following: For grouted masonry: Anticipated minimum daily temperature. For ungrouted Masonry: Anticipated mean daily temperature. For grouted masonry,protection periods noted shall be extended to 48 hours unless only Type III portland cement is used in the grout. I. Temperatures between 40°F and 25°F: Cover with a weather-resistant membrane for minimum 24 hours after construction. 2. Temperatures between 25T and 20°F:Cover with weather-resistant insulated blankets,or equal, for at least 24 hours after construction. 3. Temperatures below 20"F: Maintain at temperature shove 32°F for at least 24 hours after construction by use of heated enclosures,electrical heating blankets, infiared lamps, or other methods acceptable to the Engineer. B. Hot Weather: Protect newly constructed concrete masonry from drying too rapidly by frequently fogging or sprinkling so walls will always be visibly damp for mimmurn 72 hours after laying. 3.18 MISCELLANEOUS 3.14 FIELD QUALITY CONTROL A. General: 1. Concrete masonry construction for the project requires Level 1 and Level 2 Quality Assurance as specified in the 2003 IBC. B. Site Testing: I. During construction, test 3 concrete masonry units of each type provided in - accordance with ASTM C 90, C 140,and C 425 to verify conformance to Specifications. Provide one test for each 5040 square feet of construction for each 04220 F 07 1405 gts 04220-14 7/15/2005 City of Fort Worth &a&Mountain WTP Phase III Expansion type of units, but not less than one lest for each type of units. 2. Tests shall include compressive strength, linear shrinkage,total absorption, moisture content as percent of total absorption, and unit weight. Employ and pay acceptable independent testing laboratory to perform testing. C. Site Inspection: 1. Level of Special Inspection for each element of masoruy construction shall be as specified in Section 01455 and as scheduled in the following tables. 2. During construction the Special Inspector shall observe the following elements and procedures of construction: 04220 F 0 71405 g1s 04220-15 7n sn_nos 0 l of Fort Worth Fagle Mountain WTP Phase HI Expansion IBC Level 1 Special Inspection Frequency of Ins ection Continuous Periodic a General al 9Confirm that materials conform to approved submittals. b Mason!: b] Confirm size and location of structural x elements. b2 Confirm proportions of site-prepared X mortar W Confirm placement of masonry units and X 1 construction of mortar joints c .Reinforcement: c I Confirme,size, location& ositionin X c2 [observe welding of reinforcement X d Anchors,_Connectors&Accessories: dI Confirm type,size,locations& X positioning. d2 Confirm attachment to masonry,structural x members, and frames. e Grouting: e 1 Before grouting,confirm that grout space ?C is clean. e2 Confirm proportions of any site-prepared X aut. e3 Observe grout placement and consolidation X procedures. f Masogy Protection&Curing: fl {Observe methods and duration of X protection during cold weather. f2 Observe methods and duration of X protection during hot weather. Test Specimens gI Observe preparation of any required grout X specimens,mortar specimens, and/or masomy prisms. 04220 F 071405 gls 04220-16 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase!Il Expansion r■ LBC Level 2 Special Inspection Frequency of Inspection Continuous Periodic a General al Confirm that materials conform to approved submittals. b Maso bl Confirm size and location of structural X elements. b2 Confirm proportions of site-prepared X mortar b3 Confirm placement of masonry units and X construction of mortar joints c Reinforcement: cl Confirm type, size,location&positioning X c2 Observe welding of reinforcement X d Ancktors,Connectors&Accessories: dl Confirm type,size, locations& X positioning. d2 Confirm attachment to masonry,structural X members,and frames. e Grouting: el Before grouting,confirm that grout space X is clean. Confirm proportions of any site-prepared X out. e3 Observe grout placement and consolidation X e2 procedures. f MasoM Protection&Curin fl Observe methods and duration of X *! protection during cold weather. f2 Observe methods and duration of X protection during hot weather. Test S ecimens gl Observe preparation of any required grout X sr specimens,mortar specimens,and/or masonry prisms. P 04220 F 071405 gls 44224-17 71192005 City of Fart Worth Eagle Mountain WTP Phase III Expansion 3.20 GLEANING A. Exercise extreme care to prevent mortar splotches. B. Do not attach construction supports to concrete masonry walls. C. Wash off concrete scum and grout spills before scum and grout set. D. Remove grout stains from walls. E. Clean exposed masonry. Rernove scaffolding and equipment. Dispose of debris, refuse, and surplus material offsite legally. F. Remove efflorescence on exposed surfaces with commercially prepared cleaning solution acceptable to masonry unit manufacturer. 1. Apply cleaning solution in accordance with cleaning solution manufacturer's printed instructions. 2. Do not use muriatic acid as cleaning solution. 3. Do not use high pressure cleaning equipment. e. 3.21 PR OTECTI DN A. Provide temporary protection for exposed masonry corners subject to damage.. B. Bracing: I. Adequately brace masonry walls to prevent overtiiming and to prevent collapse unless wall is adequately supported by permanent supporting elements so wall will not overturn or collapse. 2. Kccp bracing in place until permanent supporting clemcnts of structurc are in place. C. Limited Access Zone: 1. Establish limited access zone prior to start of masonry wall construction. 2. Zone shall be irmediately adjacent to wall and equal to height of wall to be constructed plus 4 feet by entire length of wall on unscaffolded side of wall. 3. Limit access to zone to workers actively engaged in constructing wall. Do not permit other persons to enter zone. 4. Keep zone in place until wall is adequately supported or braced by permanent supporting elements to prevent overturning and collapse. D. Cover top of unfinished work to protect it from weather and intrusion of debris. END OF SECTION 04220 F 071405$is 04220-18 7)1512005 I on City of Fort worth Eagle Mountain WTP Phase Ill Expansion SECTION 01812 ' GLASS UNIT MASONRY s FART 1 GENERAL 1.01 SECTION INCLUDES r A. Glass masonry units. B. Mortar bed and pointing mortar. C. perimeter treatment. ar 1.02 RELATED SECTIONS .. A. Section 04100- Mortar and Masonry Grout: Mortar for glass unit masonry. B. Section 07900- Joint Sealers: Perimeter calking and sealant tooled joints. r+ 1.03 REFERENCES �• A. ASTM A 123/A 123M - Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products; 2002. B. ASTM C 270 - Standard Specification for Mortar for Unit Masonry; 2003b. C. ASTM C 780- Standard Test Method for Preeonstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry;2002, 1.04 SUBMITTALS A. See Section 01300 - Submittals, for submittal procedures, B. Product Data: Provide data for glass units and accessories. C. Samples: Submit two glass units and two curved units illustrating calor, design, and face pattern. D. Manufacturer's Installation Instructions: Indicate special procedures, positioning of reinforcement, perimeter conditions requiring special attention. 1.05 QUALIFICATIONS A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. r F43716SO4812 04812 - 1 7111/2005 City of Fart Werth Eagle Mountain W-TP Phase 1111 Expansion B. Installer Qualifications: Company specializing in performing the work of this section with minirnurn three years of docurnented experience. 1.06 MOCK-UP A. Provide one mock-up,4 feet long by 4 feet high,which includes glass units with head,jarnb, and sill conditions; perimeter chase and construction. B. Locate where directed. C. Mock-up may not remain as part of the Work. 1.07 DELIVERY, STORAGE, AND HANDLING A. Accept glass traits on site on pallets, inspect for damage 1.08 ENVIRONMENTAL 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 max iinuin 90 degrees F prior to, during, and 48 hours after completion of masonry work. amp 1.09 EXTRA MATERIALS A. See Section 0 16 10- Material and Equipment, for additional provisions. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Glass Units: 1. Pittsburgh Corning Corporation; www.pittsburgheorning.com. 2. Substitutions: See Section 0 16 10- Material and Equipment. 2.02 GLASS UNITS A. Solid Glass Units: Made of one piece of glass with.joint key to assist mortar bond. MR I. Provide specially shaped units where indicated, including corners, curved units, and end units. 2. Pattern and Design: Pittsburg Corning VistaBrick. 3. Compressive Strength. 400-600 psi. 2.03 ACCESSORIES A. Panel Reinforcement: Steel,galvanized after fabrication in accordance with requirements of ASTM A 123IA 123M: F43716SO4812 04812 -2 7111/2005 City of Fort Wo-th Eagle Mountain WTP f* Phase M Expansion L I. Side Rods: Two 9 gage rods spaced 2 inches apart. 2. Cross Rods: 14 gage rods welded 8 inches on center. B. panel Anchors: Steel strips, 20 gape thick x 1 3/4 inch wide; punched with three rows of elongated holes, pattern staggered, hat dip galvanized after fabrication in accordance with requirements of ASTM A 123JA 123 M. C. Per irneter Ch anne 1: Extruded aluminum channel profile, 4-3/4 inch by 1-114 inch by 118 inch size,one piece per length installed, uncoated finish. D. Asphalt Emulsion: Water based. 2.04 MORTAR AND POINTING MATERIAL A. Mortar; ASTM C 270, Type M using the Proportion specification. B. Pointing Mortar: ASTM C 270, Type M rising the Proportion specification with maximum 2 percent ammonium stearate nr calcium stearate per cement weight, with beach sand aggregate. 2.05 MORTAR MIXING rA. Mix mortar ingredients in accordance with Section 04100. B_ Do not use anti-freeze compounds to lower the freezing point of mortar. � + C. 1f water is lost by evaporation, re-ternper only within two hours of mixing. !f D. Use mortar within two hours after mixing at temperatures of 90 degrees F. or- two-and-sane-half hours at temperatures under 40 degrees F. r2.05 M I X TESTS A. Testing of Mortar Mix: In accordance with ASTM C 780 for compressive strength, consistency, mortar aggregate ratio, water content, air content, and splitting tensile strength. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings are ready-to receive work. 3.02 PREPARATION rA. Clean glass units of substances that may impair bond with mortar or sealant. B. Establish and protect Imes. levels, and coursing. r F43716SO48!2 04812 - 3 7111/2005 r airy of Fort worth Eagle Mountain WTV Phase til Expansion C. Protect elements surrounding the work of this section from damage and disfigurement. 3.03 INSTALLATION A. Erect glass units and accessories in accordance with manufacturer's instructionS. B. Locate and secLrre perimeter metal channel. C. Coat sill under units with asphalt emulsion as a bond breaker, and allow to dry. D. Set panel anchors in mortar bed directly over coating. not E_ Provide full mortar joints. Furrowing is not permitted. Remove excess mortar. F. Maintain uniform joint width of 114 inch. G. Place panel reinforcenient at every second horizon tai joint in full mortar bed and at first course above and below openings within the glass unit panel H. Lap reinforcement joints 6 inches. Discontinue reinforcement at expansion joints. .. i. Isolate panel frorn adjacent construction on sides and top with expansion strips concealed within perimeter trim, beep expansion joint voids clear of mortar. w J. Shore assembly until setting bed will maintain panel in position without movement. K. To accommodate pointing mortar, rake out joints 518 to 3/4 inch. " L. Fill joints wit17 pointing mortar. Pack into voids. Neatly tool surface to a concave profile. M. Remove excess mortar. .3.04 TOLERANCES A. Variation F'rorn Joint Width: PILrs 1!8 inch and minus 0 inches, B. Maximum Variation from Plane of Unit to Adjacent Unit: 1132 inch, C. Maximum Variation of Panel fi-om Plane- 118 inch. 3.05 CLEANING A. Clean and polish faces of glass unit masonry, Lrsing materials and technique that will not scratch or deface Linits. 3.06 PROTECTION OF FINISHED WORK A. Maintain protective boards at exposed external corners. Provide protection without damaging — F43716SO4812 04812- 4 7/11/2005 City of Fort Worth Eagle Mow lain WTI Phase III Expansion completed Work. END OF SECTION r r r 141711104912 04812- 5 7/11/2005 City of Farm Worth Eagle Mountain WTP Phase 111 Expansion SECTION 04852 ' STONE MASONRY VENEER .� PART 1 GENERAL 1.01 SECTION INCLUDES n A. Cut stone veneer at exterior walls. r B. Metal anchors and accessories. 1.02 RELATED SECTIONS A. Section 04100 - Mortar and Masonry Grout: Setting and pointing mortar. ,. B. Section 04224- Concrete Masonry Units: Stone back-up. C. Section 07620- Sheet Metal Flashing and Trim: Flashings. 1.03 REFERENCES ,. A. ASTM C b7: Method of Sampling and Testing Brick and Structural Clay Tile B. ASTM A 123/A 123M - Standard Specification for Zinc (Hot-Dip Galvanized)Coatings on Iron and Steel Products; 2002. 1.04 SUBMITTALS low A. See Section 01300-Submittals, for submittal procedures. B_ Samples: Submit two stone samples illustrating minimum and maxim Lim stone sizes, color range, texture, and markings_ C. Samples: Submit mortar color samples. 1.05 QUALITY ASSURANCE A. Stone Fabricator Qualifications: Company specializing in fabricating cut stone with minimum ten years of documented experience. B. Installer Qualifications: Company specializing in perform ting work of the type required by this section, with minimum five years of documented experience. 1.06 MOCK-UP A. Construct stone wall mock-up, 4 feet long by 6 feet wide, which includes stone anchor F43716SO4952 04852- 1 7/11/2005 City of Furl Worth Eagle Mountain WTP Phase I II Expansion accessories, corner condition, and typical control joint. B. Locate where directed. C. Mock-up may not relnain as part of the Work, D. Work may not proceed until sample panel has been approved for color and shading. Approved panel steal I be the standard of comparison for workmanship and materials. Do not destroy, after or move panel until stone work is accepted. 1.07 PRE-INSTALLATION MEETING A. Convene one week before starting work of this section. 1.08 DELIVERY, STORAGE, AND PROTECTION A. Protect stone from discoloration during storage on site. B. Provide ventilation to prevent condensation from forming on stone. 1.09 PROJECT CONDITIONS A_ Sequence wort: to coordinate the installation of stone work with installation of adjacent construction. 1.10 ENVIRONMENTAL, REQUIREMENTS A. Maintain materials and ambient air at minimum of 40 degrees F(5 degrees Q prior to, during, and for 48 hours after completion of work. PART 2 PRODUCTS 2.01 MATERIALS A. facing Limestone: To match existing. B. Cleaning Agent: Trisoditun Phospate(Calgon)and household detergent. C. Water: Clean and free of deleterious acids, alkalies, or organic materials. 2.02 ACCESSORIES A. WalI Ties: Formed steel wire, 12 gage diameter, lilt dip galvanized per ASTM A 1231A 123M, eye and pintle type, with provision for vertical adjustment after attachment. .� B. Flashings:Type as specified in Section 07620. F43716SO4852 04852 -2 71110-005 Dry of Fort worth Eagle Mountain WTP Phase III Expansion C. Weep/Cavity Vents- Polyethylene tubing. D. Back Coating: 1. RitulnlnnLIS. E. Cleaning Solution; Type which will not harm stone,joint materials, or adjacent surfaces. PART 3 EXECUTION 3.01 EXAMINATiON A. Verify that support work and site conditions are ready to receive work, of this section. B. Verify that items built-in under other sections are properly located and sired. 3.02 PREPARATION A. Establish lines, levels, and coursing, Protect from disturbance. B. Clean stone prior to erection. Do not use wire brushes or implements which can marl: or damage exposed surfaces. C. Clean sawn surfaces of rust stains and iron particles. D. Coat back surfaces not to be in contact with setting mortar with back coating material. Allow coating to cure. 3.03 INSTALLATION ra A. install flashings of longest practical length and seal watertight to back-up. Lap end joints rninimum 6 inches and seal watertight, B. Cut stone at site to produce clean Faces. C. Size stone units to fit opening dimensions and perimeter conditions. D. Wet stone in preparation for placement to minimize moisture suction from mortar. E. Arrange stone pattern to provide color uniformity and minimize visual variations. F. Lay stone in bill bed of mortar with head and edge joints completly filled. Spread mortar for bed joint only so far ahead of laying units that the mortar will be plastic when the units are laid. Butter end of stone for head joints with ample mortar so the vertical joint is completely filled with mortar when unit is placed in position. G. Provide setting and pointing mortar in accordance with Section 04100. I. If water is lost by evaporation, re-tern per mortar only within two hours after mixing. 2. At ambient air temperature 80 degrees F and above,use mortar within two hours after F43716SO4852 04852-3 7/1112005 r City of Fon Worth Eagle Mountain WTP Phase 11i Fsprmsion a mixing;at ambient air temperature below 50 degrees F, use mortar within two-and-one-half hours after mixing. H. Fill dowel holes in stone units With mortar, I. Set stone in ful I mortar setting bed to fully support stone over bearing surface. Use setting "^ buttons or shims to maintain correct joint width, J. Install weep/cavity vents in vertical stone joints at 4$ inches on center horizontally; immediately above horizontal flashings, above shelf angles and supports, and at top of each cavity space, do not permit mortar acciunlilatinn in cavity space. 3.04 REINFORCEMENT AND ANCHORAGE A. Embed wall ties in masonry back-up to bond veneer to back-tip at maximum 24 inches on center vertically and 15 inches on center horizontally, 13. In addition, place wall ties at maxinuUm 3 inches ort center each way around perimeter of �- openings, within 12 inches of openings. 3.435 JOINTS A, Leave the following joints open for sealant: L Head joints in top courses, inciuding copings, parapets, cornices, sills, and steps. 2. Joints in projecting units. 3, Joints between rigidly anchored units, including soffits, panels, and column cc Vers. 4, Joints below lugged sills and stair treads. _ 5. Joints below ledge and relieving angles. 6. Joints labeled "expansion joint". B. Rake out mortar joints 51$ to 314 inch and brush joints clean to accommodate pointing mortar. Fill joints with pointing mortar. C. Pack mortar into joints and work into voids. Neatly tool surface to concave joint. D. At joints to be sealed,clean mortar out of joint before it sets. Brush joints clean. 3.06 CLEANING A. Remove excess mortar as work progresses,and upon completion of work. B. Clean soiled surfaces with cleaning solution. C. Use non-metallic tools in cleaning operations. 3.07 PROTECTION OF FINISHED WORK A. DUE"Ing temporary storage on site, at the end of working day,and during rainy weather,cover F43716SO4851 04852-4 7/12/20DS City of Fort Worth Eagle Mountain WTP Phase III Expansion stone work exposed to weather with non-staining waterproof coverings, securely anchored. END 4F SECTION F43716SO4852 04852 - 5 7117!2005 DIVISION 5 METALS �1 w City of Fort Worth Eagle Mounlain WTP Phase ill Expansion SECTION 05120 STRUCTURAL STEEL PART 1: GENERAL 1.01 SUMMARY A_ Section includes: Structural steel including: 1. Structural steel shapes and plate. 2. Welding. 3. Fasteners. a. High-Strength Bolts. b. Threaded rods.. c. Anchor bolts (anchor rods). d. Assembly bolts. e. Chemical anchors. E Concrete anchors. g. Deformed bar anchors, h. Eyebolts. i. Flush shells. j. Powder actuated fasteners. k. Headed anchor studs. 4. Associated accessories. B, Related Sections: I. Section 01340 - Submittals, 2. Section 01455 - Special Tests and Inspections, 3. Section 03055 - Epoxy Bonding Reinforcing Bars And Rods In Concrete. 4. Section 03200 -Concrete Reinforcement, 5. Division 9-Coatings. 05120 F 071405 gis 05120-1 W15/05 City of Fart Wcnh Eagle ivlountair WTP Phase III Expansion 1.02 REFERENCES A. American Institute of Steel Construction (A1SC): 1. Specification for Structural Steel Buildings - Allowable Stress Design and Plastic Design. 2. Load and Resistance Factor Design Specification for Structural Steel Buildings. ` 3. Load and Resistance Factor Design Specification for Steel follow Structural Sections, 4. Load and Resistance Factor Design Specification for Single Angle Members. 5. Code of Standard Practice for Steel Buildings and Bridges. 6, Specification for Structural Joints Using ASTM A 325 or A 490 Bolts. B. American National Standards Institute (ANSI): 1. B212-15 -Cutting Tools - Carbide tipped Masonry Drills and BIanks For Carbide-tipped Masonry Drills, C. American Iron and Steel Institute(ALSO; I. Steel and stainless steel alloys ("types")as indicated. D. American Society for Testing and Materials{ASTM}: I. A 361A 36M-Specification for Structural Steel. ?. A 53 -Specification for Pipe, Steel, Black and Hot-Dipped,Zinc-Coated, Welded and Seamless. 3. A 108 - Specification for Steel Bars,Carbon, Cold-Finished, Standard Quality. 4. A 123 -Specification for Zinc (Hot-Dip Galvanized)Coatings on Iron and Steel Products, 5. A 153 -Specification for Zinc Coating(Hot Dip)on iron and Steel Hardware, 6. A 193 - Specification for Alloy-Steel and Stainless Steel Bolting Materials for High- Temperature Service. 7_ A 240-Specification for Heat-Resisting Chromium and Chrornium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. - 8. A 276_Specification for Stainless Steel Bars and Shapes. 9. A 307 - Specification for Carbon Steel Bolts and Studs,60,000 psi Tensile Strength. 10. A 325 - Specification for High-Strength Bolts for Structural Steel Joints. M 11. A 459 Specification for Carbon Steel Lifting Eyes, 05120 F 071405 gis 05120-2 711 5i05 City of Fore Wonh Eagle Mounlain WTF Phase Ill Expansion 12. A 490 - Specification for Heat-Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength. 13. A 493 -Specification for Stainless Steel Wire and Wire Rods for Cold Heading and Cold Forging. 14. A 496-Specification for Steel. Wire, Deformed, for Concrete Reinforcement. 15. A 500- Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 16. A 501 Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. 17. A 510- Standard Specification for General Requirements for Wire Rods and Coarse Round Wire, Carbon Steel. 18. A 554 -Specification for Welded Stainless Steel Mechanical Tubing. 19. A 563 - Standard Specification for Carbon and Alloy Steel Nuts. 20. A 572 -Specification for High-Strength,Low-Alloy Columbium-Vanadium Structural Steel. 21. A 606 -Specification for Steel Sheet and Strip, High-Strength, Low-Alloy, Hot-Rolled and Cold-rolled with Improved Atmospheric Corrosion Resistance, 22, A 653 -Specification for Steel Sheet,Zinc-Coated (Galvanized)or Zinc Iron Alloy-Coated (Galvannealed)by the Hot Dip Process. 23. A 786-Specification for Hot-Rolled Carbon, Low-Alloy,High-Strength Low Alloy,and Alloy Steel Floor Plates. 24. A 992-Specification for Structural Steel Shapes. 25. B 633 -Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 26, F 436- Specification for Hardened Steel Washers. 27. F 593 - Standard Specification for Stainless Steel Bolts,Hex Cap Screws,and Studs. 28. F 959 -Standard Specification for Compressible-Washer-Type Direct Tension Indicators for Use With Structural Fasteners. 29, F 1554 -Specification for Anchor Bolts, Steel, 36, 55 and 105-ksi Yield Strength. 30. F 1852 -Specification for"Twist-Off'Type Tension Control Structural Bolt/Nut/Washer Assemblies, Heat-Treated, 120/I05 ksi Minimum Tensile Strength. E American Welding Society (AWS): 1. A 5.1 - Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. 01111 F 1111105 Is 05120-3 V)5105 City of Fort Worth Eagle Mountain WT? Phase 11]Expansion 2. A 5.17 -Specification for Carbon Steel Electrodes and Fluxes for Submerged Arc Welding, 3. A 5.20 - Specification for Carbon Steel Electrodes for Flux Cored Are Welding, 4. D 1.1 - Structural Welding Cade -Steel. 5. D 10.4-Recommended Practices for Welding Austenitic Chromium-Nickel Stainless Steel - Piping and Tubing. F. SSPC - Society for Protective Coatings: _ 1. SSPC SP3 -Power Too] Cleaning. G. International Cade Council(ICC): I. International Building Code(LBC)-2003 Edition(LBC 2003). 2, TCC Evaluation Service; Evaluation Service Report(ICC ES Report). 1.03 DEFWITIQNS A. Cast-In Anchor: A headed bolt or stud installed before placing plastic concrete or masonry grout around the anchor, B. Post-Installed Anchor: A fastener installed in hardened concrete or completed masonry construction. C. Wet and Moist Locations: When used with reference to fasteners, locations that are subject to deterioration from moisture and corrosion. Includes: I. Liquid-containing structures: a. Locations at or below the maximum operating liquid surface elevation. b, Locations above the maximum operating liquid surface elevation and below the top of the walls, c. Locations above the maximum operating Iiquid surface elevation and at the underside of a roof, slab,beam, or walkway spanning over the container) liquid. d. The dry side of walls containing liquids. 2. Bases of pumps and equipment that handle liquids. 3. Exterior locations exposed to moisture or weathering, 1,04 SUBMUTALS A. General: L See Section 01300 for general requirements and procedures for submittals. 05120 F 071405 gls 05120-4 7/15i05 City of For[Worth Eagie,'Mountain WTP Phase H]Expansion B. Product Data: 1. Fasteners. a. For each type of fastener used in the work, provide manufacturer's catalog data describing materials of construction and details of installation. Include]CC Evaluation Service Report, load test data, and recommendations for allowable and ultimate loads under various spacings,edge distance effects,and combined shear and tension loading. C. Shop Drawings: I. Structural Steel: a. Submit as specified in Section 01300. One copy shall be in reproducible fonnat acceptable to Engineer. b. Submit fabrication drawings and schedules and erection drawings for all struckural steel. 1) Clearly indicate portion of the structure covered by submittal,. 2) Drawings may not be marked-up copies of Contract Documents. 3) Clearly identify members with special coatings or material properties,and clearly note their locations in the finished work on the erection drawings. 4) Erection drawings shall clearly shop placement of each piece shown on the fabrication drawings or listed in the bill of materials. D. Test Reports: 1. Certified copies of mill tests and analyses made in accordance with applicable ASTM * standards,or reports from a recognized commercial laboratory, including chemical and tensile properties of each shipment of structural steel or part thereof having common properties. 2. Fasteners: a. Post-installed anchors: ICC Evaluation Service Evaluation Reports. 1) Visible evidence of turning by a concrete anchor will be cause for ENGINMER to reject concrete anchors.] } E. Qualifications: 1. Certifications that welders are qualified in accordance with AWS DI.I for shop and field welding procedures when requested by Engineer. 05120 F 071405 gls 05120-5 Vi5/45 City of fort Werth Eagle Mountain WTP Phase III Expansion I.05 QUALITY ASSURANCE A. Qualifications - Welding: — I. Perform welding of structural metals with welders who have current AWS certificate for the type of welding to be performed. a. Contractor shall bear costs of qualifying welders. 2. Notify Engineer 24 hours minimum before starting shop or field welding. 3. Engineer may check materials,equipment,and qualifications of welders. 4. Remove welders performing unsatisfactory Work, or require to requalify. 5. Engineer may test using garnma ray, magnetic particle,dye penetrant, trepanning,or other R aids to visual inspection to examine any part of welds or all welds. 6. Contractor shall hear costs of retests on defective welds. B. Special Tests and Inspections: I. Provide as specified in Section 01455. 1.06 DELIVERY, STORAGE,AND HANDLING A. Packing and Shipping: Deliver structural steel free from mill scale,rust,and pitting. B. Storage and Protection: — I. Fabricated steel items not galvanized or protected by a shop coat of paint shall be protected from weather until such time as they are erected. — 2. keep fasteners protected from weather until installation. PART 2: PRODUCTS - 2.01 STRUCTLWAL SHAPES, PLATES, SHEET AND STRIP A. Unless Other-wise Specified or Indicated on the Drawings, Materials Shall Conform to the Following: 45120 F 071405 gIS 05120-6 VIVO City of Fort Worth Eagle Mountain W TiP Phase Iii Expansion Class,Grade, Type Item ASTM Standard Item or Alloy Number Steel Rolled structural shapes: A 992 W,T Rolled structural shapes: A36 -- M, S, HP, C, MC Angle, plate, bar A36 - Raised pattern floor plate A 786 with plate -- conforinin-to A 36 Sheet and strip A606 Hollow structural sections (HSS), A 500 Grade B cold-farmed: Round, Square or Rectangular Tubing, hot-farmed A 501 -- Steel pipe A53 Grade B Cold-Formed Stainless Steel Plate, sheet,and strip A 240 Type 3174*Dr 316** Bars and shapes A 276 Type 304* or 316** Tubes and pipes A 554 Type 304* or 316** * Use Type 304L if material will be welded. ** Use Type 316L if material will be welded. B. Stainless steels are designated by type or series defined by ASTM and AISI. C, Where anchors, connections or other details of structural steel are not specifically indicated on the Drawings or specified, their material, size, and form shall be equivalent in quality and workmanship to items specified. 2.02 WELD METAL A. As surnmarized in AWS Dl.1,Table 3.1 for the base metal and grade, and electrode specified. B. Weld metal with a tensile strength FExx=70 ksi is most common. 2.03 FASTENERS A. General: 1. Furnish threaded fasteners,except high strength bolts,with flat washers,and self-locking riots, or lock washers and nuts. 2. Bolt Heads and Nuts: Hex-type. 45I24 F 071445 g" 05120-7 7n sros City of-Fort Wmih Eagle Mountain WTP Phase 11l Expansion 3. Materials and assemblies: Of domestic manufacture. 4. Where bolts, including anchor bolts, nuts, washers, and similar fasteners are specified to be galvanized, galvanize in accordance with ASTM A 153. B. High-Strength Bolts: I. Description: Steel bolt assemblies used for steel-to-steel structural connections. 2. Materials: a. Wet and Moist Locations: Galvanized in accordance with ASTM A 153. 1) Bolts: ASTM A 325,Type 1. 2) Nuts: ASTM A 563, heavy hex. Grade and finish to match bolts as specified in AISC "Specification for Structural Joints Using ASTM A 325 or A 49CI Bolts." 3) Washers: ASTM F 436; flat unless otherwise noted, 4) Load Indicator Devices: a) Twist-off type tension-control bolt assemblies: ASTM F 1552, with strength level conforming to ASTM A 325. b) Compressible Washer Direct Tension Indicators: ASTM F 959,Type A 325 _ for ASTM A 325 bolts. b. Other Locations: As specified in the preceding paragraph, but galvanizing not required. C. Threaded Rods: I. Description: Threaded steel assemblies used where indicated, 2. Materials: a. Wet and Moist Locations: AISI Type 316 stainless steel 1) Rods: ASTM F 593,condition CW (cold-worked). 2) Nuts: ASTM F 544,condition CW(cold-worked). 3) Washers: Flat unless otherwise noted; of same alloy as rod. 3. Aluminum or Stainless Steel Assemblies: AISI Type 304 or Type 316 conforming to ASTM standards indicated in the preceding paragraph. 4. Other Locations:(Hot dip galvanize rods,nuts and washers in accordance with ASTM A 153 for galvanized assemblies or where galvanizing is noted on the Drawings.) a. Rods: ASTM A 36 meeting the mechanical requirements of ASTM A 307, 05120 F 071405 gls 05120-8 711 VO5 City or Fort worth Eagle Mountain WT? Phase Ill Expansion b. Nuts. ASTM A 563, heavy hex. c. Washers: ASTM F 436; flat unless otherwise noted. D. Anchor Bolts(Anchor Rods): I. Description: Steel rod with headed end for embedment in concrete or grouted masonry base material, and threaded end projecting from that base for attaching other construction. Rod is installed before surrounding concrete or grout is placed. a. Headed end: Provide standard hex bolt head [unless otherwise indicated]. _ b. Where anchor bolts with 90-degree books are indicated on the Drawings,provide anchor with a hook length of not less than 4-diameters. 2. Materials: a. Wet and Moist Locations: AISI Type 316 stainless steel. 1) Bolts: ASTM F 593, condition CW (cold-worked). 2) Nuts: ASTM F 594,condition CW(cold-worked). 3) Washers: Flat unless otherwise noted; of same alloy as bolt. b. For Fastening Aluminum or Stainless Steel to Concrete or Masonry: AISI Type 304 or Type 316 stainless steel as specified in the preceding paragraph. c. Cather Locations: (Hot dip galvanize bolts,nuts and washers in accordance with ASTM A 153 for galvanized assemblies or where galvanizing is noted on the Drawings.) 1) Bolts: ASTM F 1554, Grade 36 unless otherwise noted,with weldability supplement S 1. 2) Nuts: Heavy Hex as indicated in ASTM F 1554, 3) Washers: ASTM F 436,Type 1. E. Assembly Bolts: I. Description: Bolts,nuts,and washers used for connections in wood or FRP baffles, collectors,and other field-assembled construction. 2_ Materials: a. Wet and Moist Locations, AISI Type 315 stainless steel_ 1) Bolts: ASTM F 593,condition CW(cold-worked). 2) Nuts: ASTM F 594,condition CW(cold-worked). 3) Washers: Flat and of same alloy as bolt. 05120 F 071405 gls 05120-9 7115105 City of Fart Wonh Eagle Mountain WTP Phase i11 Expansion b. Aluminum or Stainless Steel Assemblies: Type 304 or Type 316 stainless steel as specified in the preceding paragraph. c. Other Locations: Hot dip galvanized in accordance with ASTM A 153, 1) Bolts: ASTM A 307. 2) Nuts: ASTM A 563,heavy hex. 3) Washers: ASTM F 436,Type 1. - F. Chemical Anchors: I. Description: Manufactured post-installed anchor system consisting of a threaded anchor rod, nut and washer plus prepackaged adhesive capsule for bonding anchor into hardened, solid concrete substrate, a. See drawings for minimum embedment into concrete. Provide anchor of sufficient length to achieve this embedment and attach supported assemblies. b. Provide internally threaded anchor insert in lieu of anchor rod where "chemical anchor-threaded insert" is indicated on the Drawings. c. Use reinforcing bars in lieu of threaded rods where "chemical anchor-rebar"is indicated on the Drawings. 2. Manufacturers: One of the following,or equal: a. Hilt] Corporation,Tulsa OK: Hilti HVA Adhesive Anchor. 3. Materials: a. General: I) Anchor rod:Free of oil or coatings that reduce bond. Provide with 45-degree chisel or cut point to permit mixing of adhesive capsule components. Provide nuts and washers to match anchor rod material specified. 2) Reinforcing bars: Conforming to Section 03200. Fabricate bars with chisel or cut point recommended by adhesive manufacturer to provide mixing of adhesive capsule components. 3) Internally threaded anchor insert: Free of oil or coatings that reduce bond.Provide with 45-degree chisel or cut point to permit mixing of adhesive capsule components. 4) Adhesive: Self-contained, two-component, moisture insensitive, vinyl ester resin adhesive. 05120 F 071405 gls 05124-10 7n 5m5 City of Fort Worlh Eagle Mountain WTP Phase III Expansion b. Wet and Moist Locations: 1) Anchor rod: AISI Type 316 stainless steel conforming to ASTM F 593, Condition CW. " c. For Fastening Aluminum or Stainless Steel to Concrete or Masonry: 1) Anchor rod: AISI Type 304 or 316 stainless steel conforming to ASTM F 593, Condition CW. d. Other Locations: 1) Anchor rod: Hot-dip galvanized carbon steel conforming to ASTM A 36, or AISI Type 304 stainless steel conforming to ASTM F 593, Condition CW. G. Epoxy Bonded Anchors: I. Post-installed anchor system as specified in Section 03055. H. Adhesive Anchors: • 1. Description: Manufactured post-installed anchor system consisting of a threaded anchor rod, nut and washer(or internally threaded anchor insert)plus injectable adhesive for bonding threaded anchor rods into concrete or masonry. a. For anchoring into substrate with voids or holes, system to include mesh screen tube to contain and anchor adhesive. b. See drawings for minimum embedment requirements. Provide anchor of sufficient length to achieve this embedment and attach supported assemblies. c. Provide internally threaded insert in lieu of anchor rod where"adhesive anchor - threaded insert" is indicated on the Drawings. d. Use reinforcing bars in lieu of threaded rods where"adhesive anchor—rebar" is indicated on the Drawings. 2. Manufacturers: One of the following, or equal: a. Hilti Corporation,Tulsa OK: 1) Anchoring into solid base materials:(e.g.: concrete or solid-grouted masonry): Hilti HY-150. ' 2) Anchoring into materials with voids or holes(e.g.: hollow concrete masonry units, bricks with holes, multi-Wythe masonry walls, clay the): Hilti HY-20 _ 3. Materials: a. General: 05120 F 071405 g1s 05120-11 7115105 Ciry of Fore Wcnh Eagle Mou=ir,WTP Phase III Expansion 1) Anchor rod: Free of oil or coatings that reduce bond. Provide with 45-degree chisel or cone-shaped threaded end for ease of installation in adhesive-filled hole. Provide nuts and washers to snatch anchor rod material specified. 2) Reinforcing bars: Conforming to Section 03200. Fabricate with end as recommended by adhesive manufacturer. 3) Intern aIiy threaded insert: Free of oil or coatings that reduce bond. Provide with 45-degree chisel or cone-shaped threaded end for ease of installation in adhesive- filled hole. 4) Adhesive: Injectable, two-component, adhesive including resin and hardener mixed by static mixing nozzles provided by manufacturer. 5) Mesh screen tube: a) Carbon steel with zinc electroplating for carbon steel anchor rods or inserts. Stainless steel for stainless steel anchor rods or inserts. b) Formed into cylindrical shape with one end closed to prevent adhesive from _ extruding through that end. Mesh size and tube length and diameter as recommended by manufacturer for anchor rod or insert diameter and embedment. b. Wet and Moist Locations: 1) Anchor rod: AISI Type 316 stainless steel conforming to ASTM F 593, condition CW. c. For Fastening Aluminum or Stainless Steel to Concrete or Masonry: 1) Anchor rod: AISI Type 304 or 316 stainless steel conforming to ASTM F 593, condition CW. d. Other Locations: 1) Anchor rod: Carbon steel conforming to ASTM A 36, hot-dip galvanized In accordance with ASTM A 153 or zinc plated in accordance with ASTM B 633 SC 1. I. Concrete Anchors: (also noted as"Expansion Bolts"or Expansion Anchors) I. Description: Post-installed threaded stud and wedge expansion sleeve installed in gardened concrete or solid-grouted masonry. The sleeve is forced outward by the center stud such that the anchor transfers loads to or from the concrete by direct bearing or friction or both. a. Do not use slug-in,lead cinch,and similar systems that rely on deformation of lead alloy or similar materials in order to develop holding power. 2. Manufacturers: One of the following or equal: a. Hilti Corporation: Kwik Bolt H Expansion Anchor. 05120 F 071405 gls 05120-12 7/15.95 City Of Fort worth Eagle Mountain WTF Phase IN Expansion b. ITW RamsetfRedhead:Trubolt Wedge. c. Simpson Strong Tie-, Wedge-All concrete anchors. 3. Materials: a. Wet and Moist Locations: 1) Studs: AISI Type 316 stainless steel conforming to ASTM A 276 or A 493. 2) Nuts and Wedges: Stainless steel compatible with studs. b. For Fastening Aluminum or Stainless Steel to Concrete or Masonry: F) Studs-. AISI Type 304 or 316 stainless steel conforming to ASTIVT A 276 or A 493. 2) Nuts and Wedges: Stainless steel compatible with studs. c. Other Locations,- 1) ocations:1) Studs: Carbon steel conf'orrning to ASTM A 510 with AISI Type 1038 composition,or ASTM A 108 with AISI Type l l L41 composition. Zinc plated in accordance with ASTM B 633. 2) Nuts and Wedges: Zinc plated carbon steel compatible with studs. J. Deformed Bar Anchors: 1. Description: Deformed steel bar with ferrule for welding to steel plate or fillet of steel angle as shown on the Drawings. 2. Manufacturers: One of the following or equal. a. Nelson Stud Welding Company: D2L Deformed Ear Anchors. b. Stud Welding Products: DBA (Deformed Bar) Anchors. 3. Materials: a. Deformed Bar: ASTM A 496. R. Eyebolts: 1. Materials: a. Welded or forged,wheal manufactured of materials other than carbon steel. 2. Having geometric and strength characteristics of eyebolts specified in ASTM A 489, Type 1. The strength characteristics include proof load requirements,breaking strength requirements, tensile strength requirements, bend test, and impact strength. L. Flush. Shells: 05120 F071405 g1s 05120-13 7/15/05 Cisy of Fort Worth Eagle Mountar WTF Phase IM Expansion I Description: Post-installed anchor consisting of internally threaded expansion anchor sleeve installed in solid concrete. 2. Manufacturers: One of the following or equal: a. ITW Ramset/Redhead,Multi-Set II Drop-In. b. Hilti Corporation,Tulsa OK: HDI/HDI-L Drop-In Anchor, 3. Materials: a. Wet or Moist Locations and for Attaching Aluminum or Stainless Steel to Concrete: Stainless steel conforming to AISI Type 303. b. Other Locations: Carbon steel conforming to AISI Typc 1010M or 12L14 depending on diameter, and zinc plated in accordance with ASTM 8 633, SC 1, Type II-I. M. Headed Anchor;tads("Shear Studs'"}: 1. Description: Steel anchor conforming to the requirements of AWS D1.1 and affixed to a plate or similar steel attachment by the stud arc welding process before being embedded in concrete. 2. Manufacturers: One of the following or equal: a. Nelson Stud Welding Company: SR Shear Connectors or H4L Concrete Anchors. b. Stud Welding Products: Headed Concrete Anchors and Shear Connectors or Concrete Anchors. 3. Materials: a. Stud: Conforming to ASTM A 108 with minimum yield strength of 50,000 psi,and minimum tensile strength of 64,000 psi. 2.04 SUPPLEMENTARY ITEMS A. Isolating Sleeves and Washers: I. Manufacturers: One of the following or equal: a. Central Plastics Company, Shawnee, Oklahoma. b. Corrosion Control Products, PSI Inc.,Gardena, CA. 2. Sleeves: Mylar, 1132 inch thick,4004 volts per mil dielectric strength, of proper size to fit bolts extending half way into both steel washers. a. One sleeve required for each bolt. 3. Washers:The I.D. of all washers shall fit over the isolating sleeve and both the steel and isolating washers shall have the sante I.D. and O.D. 05120 F 07140 gis 45120-14 7/15"0,; Ciry of Fon Worth Eagle Mountain WTP Phase III Expansion a. 63 glass phenolic, 1J8 inch thick, 33,000 psi compressive strength, 500 volts per mil dielectric strength, 1.6 percent or less water absorption,of proper size to fit bolts.Two insulating washers are required for each bolt. b. Two 118 inch thick steel washers for each bolt. B. Thread Coating Manufacturers: 1. One of the following or equal: a. Never Seez Compound Corporation: Never-Seen. b. Oil Research, Inc.: WLR No. 11 1. 2.05 FABRICATION A. Shop Assembly: I. Fabricate structural steel in conformance with AISC"Code of Standard Practice for Steel Buildings and Bridges"unless otherwise specified or modified by applicable regulatory requirements. 2. For Structural members such as W Shapes, S Shapes,Channels, Angles,and similar members not available in quantity, size,and type of stainless steel specified or indicated on the Drawings, ra. Fabricate by welding together pieces of low carbon stainless steel plate, such as 316L. b. Make full penetration welds between pieces of plate to attain same or higher section modulus and moment of inertia as members indicated on the Drawings. 3. Where galvanizing is required, hot-dip galvanize structural steel after fabrication in 11P accordance with ASTM A 123. a. Do not electro-galvanize unless specified or accepted by Engineer. b. Restraighten galvanized items that bend or twist during galvanizing. 4. Round off sharp and hazardous projections and grind smooth. 5. Take measurements necessary to properly tit work in the field. 6. Mark numbers painted on shop fabrications shall be the same mark numbers shown on the fabrication and erection drawings. PART 3: EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine Work in place to verify that it is satisfactory to receive the Work of this Section. If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected. 05 111F171405 gls 05120-15 7115115 City of Fon Worth Eagle Mountain WTP Phase III Expansion 3.02 ERECTION A. General: I. Fabricate structural and foundry items to true dimensions without warp or twist. 2. Form welder} closures neatly, and grind off smooth where weld material interferes with fit or is unsightly. 3_ Install structural items accurately and sec.tarely, true to level, plumb, in correct alignment and grade, with all parts bearing or fitting structure or equipment for which intended. 4. Do not cock out of alignment,redrill,reshape, or force ft fabricated items. 5. Place anchor bolts or other anchoring devices accurately and make surfaces which bear against structural items smooth and level. 6. Rigidly support and brace items needing special alignment to preserve straight, level,even, and smooth lines. Keep items braced until concrete,grout, or dry pack mortar has hardened for 48 hours minimum. — 7. Erect structural steel in conformance with A1SC "Code of Standard Practice for Steel Buildings and Bridges"unless otherwise specified or modified by applicable regulatory _ requirements. 8. Round off sharp or hazardous projections and grind smooth. 9. Paint or coat steel items as specified in Division 9. B. Welding-General: _ 1. Make welds full penetration type, unless otherwise indicated on the Drawings. 2. Remove backing bars and weld tabs after completion of weld. Repair defective welds observed after removal of backing bars and weld tabs. C. Welding Stainless Steel: 1. General:Comply with AWS Dl.l. a. Perform with electrodes and techniques in accordance with AWS D J OA D. Welding Carbon Steel: 1. General: Comply with AWS D1.1. a. Weld ASTM A 36 structural steel, ASTM A 544 and A 501 structural tubing, and ASTM A 53 pipe with electrodes conforming to AWS A5.1,using E70XX electrodes; AWS A5.17, using F7X-EXXX electrodes; or AWS A5.20, using E7XT-X electrodes. b. Field repair cut or otherwise damaged galvanized surfaces to equivalent original condition using one of the following: 05120 F 071405 g1s 05120-16 7115!05 City of Fort Watch Eagle Mountain W-FP Phase H]Expansiaan. 1) Manuacturers: One of the following or equal. a) Galvinox. b) Galvo-Weld. E. interface With Other Products: I. Where steel fasteners come in contact with aluminum or other dissimilar metals,bolt with stainless steel bolts and separate or isolate from dissimilar metals with sleeves and washers. a. Sleeves:Mylar, 1132 inch thick and of proper size to fit bolts. One sleeve required for- , each bolt. 1) Manufacturers: One of the following,or equal. a) Central Plasties Company; Shawnee,Oklahoma. b. Washers: 63 glass phenolic, 118 inch thick and of proper size to fit bolts.Two crashers are required for each bolt. 2. Prior to installing nuts, coat threads of stainless steel fasteners with a specified product to prevent galling of threads. a. Manufacturers: One of the following or equal. ~ 1) Never Seez Compound Corporation: Never-Seen. 2) Oil Research,Eric._- WLR No. 11 I. F. Threaded Fasteners. _ 1. General: a. InstalI bolts, including anchor bolts and concrete anchors, to project 2 threads. minimum, but 1/2-inch maximum beyond nut. b. Unless otherwise specified, tighten bolts,including anchor bolts and concrete anchors, to the "snug-tight" condition,defined as tightness attained by a few impacts of an impact wrench or the full effort of a man using an ordinary spud wrench. 2. Anchor Bolts (Anchor Rods): a. Cast-in-place when concrete is placed,unless otherwise shown on the Drawings or approved by the Engineer. b. Accurately locate anchor bolts embedded in concrete with bolts perpendicular to surface from which they project. c. Do not allow anchor bolts to touch reinforcing steel. d. Where anchor bolts are within 114 inch of reinforcing steel, isolate with a minimum of 05120 h 071405 g1s 05120-17 7115/05 city of fort worth Eagle Mountain WTP Phase III Expansion 4 wraps of 10 mil polyvinyl chloride tape in area adjacent to reinforcing steel. e. In anchoring machinery bases subject to heavy vibration, use 2 nuts, with 1 serving as a loclmut. f. Where bolts are indicated on the Drawings for future use, first coat thoroughly with nonoxidizing wax, then turn nuts down full depth of thread and neatly wrap exposed thread with waterproof polyvinyl tape. g. Furnish anchor bolts with standard hex holt head unless otherwise indicated on the Drawings. Where anchor bolts with 90 degree hooks are indicated on the. Drawings, provide anchors with minimum 4 diameter hook length. h. Embed anchor bolts 10 diameters minimum. i. Where indicated on the Drawings, set anchor bolts in metal sleeves having inside diameter approximately 2 inches greater than bolt diameter and minimum 10 bolt diameters long, Seal top of sleeve to prevent grout from filling sleeve.][Fill sleeves with grout when a machine or other equipment is grouted in place. j. Anchor bolts may be cast in concrete in lieu of using concrete anchors. 3. Chemical Anchors: a. Accurately locate concrete anchors and set perpendicular to surtaces from which they project. b. Drilling Holes: 1) Do not damage or cut existing reinforcing bars, electrical conduits,or other items embedded in the existing concrete without acceptance by Engineer. 2) Determine location of reinforcing bars, or other obstructions with a nondestructive indicator device before drilling. c. Hole Drilling Equipment: 1) Electric or pneumatic rotary type with medium or light impact. 2) Drill Bits: In accordance with manufacturer's recommendations and ICC Research Council Evaluation Report for the product used. 3) Hollow drills with flushing air systems are preferred. Air shall be free of oil,water, _ or other contaminants which will reduce mond. 4) Where edge distances are less than 2 inches, use lighter impact equipment to prevent microcracking and concrete spalling during drilling process. d. Hole Diameter: 1) As recommended by chemical anchor cartridge manufacturer. 05120 F 071405 glx 0512.0-18 7115105 City of Fort W[arch Engle Mountain WTP Phase III Expansion e. Install reinforcing bars and all thread rods to depth, spacings, and locations as indicated on the Drawings. f. CIeaning Holes: I) Insert long air nozzle into hole and blow out loose dust. Use air which is free of tail, water, or other contaminants which will reduce bond. 2) Use a stiff Bristle brush to vigorously brush hole to dislodge compacted drilling dust. 3) Repeat step 1. 4) Repeat steps as required to remove drilling dust or other material which will reduce bond. The hole shall be clean and dry. g. Cleaning All Thread Rods: 1) Degrease over embedment length. Then all tluead rods shall be free of oil, grease, paint, dirt, mill scale,rust,or other coatings that will reduce bond. 4. Concrete Anchors: a. Do not use concrete anchors in lieu of anchor bolts. b. Accurately locate concrete anchors and set perpendicular to surfaces from which they project. c. Minimum embedment lengths: Diameter Embedmen=Length Inches Inches 114 2 318 3 lie 4-lis 518 5-118 314 6.518 d. Drilling Holes: 1) Do not damage or cut existing reinforcing bars,electrical conduits, or other means embedded in the existing concrete without acceptance by Engineer. 2) Determine location of reinforcing bars, or other obstructions with a non-destructive indicator device. e. Hole Drilling Equipment: 05120 F 071405 s 05 120-19 7115/05 City of Fork Wmh Eagle Mountain WTP Phase Ill Expansion 1) Electric or pneumatic rotary type with medium or light impact. 2) Drill Bits: Carbide-tipped in accordance with ANSI B 21.2-15. 3) Hollow drills with flushing air systems are preferred. Air shall be free of oil, Water, or other contaminants which will reduce bond. 4) Where edge distances are less than 2 inches, use lighter impact equipment to prevent microc racking and concrete spalling during drilling process. 5. High Strength Bolts: a. Consider connections with high strength bolts to be non-slip critical structural connections, unless Otherwise indicated on the Drawings. b. Connections with high strength bolts shall conform to AISC "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." c. Furnish Hardened Flat Washer; 1) tinder element,nut or bolt head,turned in tightening.. 2) an outer plies for short slotted holes, d. Notify Engineer in advance of method selected for tightening and verification pursuant to the referenced AISC Specification. 6. Deformed Sar Anchors: a. Butt weld with automatic stud welding gun as recommended by manufacturer. b. Ensure butt weld develops full strength of the anchor. 7. Flush Shells. a. Use only where specifically indicated on the Drawings. _ b. Accurately locate and set perpendicular to surfaces from which they project. c. Drilling Holes: I) Do not damage or cut existing reinforcing bars, electrical conduits,or other items embedded in the existing concrete without acceptance by Engineer. — 2) Determine location of reinforcing bars,or other obstructions with a non-destructive indicator device. d. Hale Drilling Equipment: 1) Electric or pneumatic rotary type with medium or light impact. 2) Drill Bits: Carbide-tipped in accordance with ANSI B212-15. 05120 F 071405 g1s 05120-20 7115105 City of Fort wonh Eagle Mountain WTP Phase 111 Expansion 3) Hollow drills with Tushing air systems are preferred.Air shall be free of oil,water, or other contaminants which will reduce bond. 4) Where edge distances are less than 2 inches, use lighter impact equipment to prevent microcra6ing and concrete spalling during drilling process. S. Powder Actuated Fasteners: Use powder actuated fasteners only for applications indicated on the Drawings or specified. 9. Headed Anchor Studs: a. Butt weld with automatic stud welding gun as recommended by the manufacturer. b. Ensure butt weld develops full strength of the stud. END OF SECTION 05120 F 071405 gls 05120-21 7115145 City of Fort Worth Eagle Mountain WTP Phase III Expansion SECTION 015140 STRUCTURAL ALUMINUM PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Structural aluminum products, including sheet, pipe, extrusions, and associated accessories. B. Related Sections: 1. Section 41300 -Submittals 2. Section 05120-Structural Steel. 3. Section 09902 -Finish Pair-ting. 1.02 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. B 18.2.1 -Square and Hex Head Bolts and Screws, Inch Series. 2. B 18.2.2 -Square and Hex Nuts. B. American Society for Testing and Materials(ASTM): 1, B 209-Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 2. B 221 -Specification for Aluminum]and Aluminum-Alloy Extruded Bars, Rods,Wire, Profiles, and Tubes. 3. B 308E 308M -Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. 4. F 593 - Specification for Stainless Steel Bolts,Hex Cap Screws, and Studs. 5. F 594- Specifications for Stainless Steel Nuts. C. American Welding Society(AWS): 1_ AWS A 5.10-Specification for Bare Aluminum and Auminum-Alloy Welding Electrodes and Rods. 2. AWS D 1.2 - Structural Welding Code- Aluminum. 1.03 SUBMITTALS A. Shop Drawings. I. Structural Aluminum: 05140 F 071005 g`.s 05140-1 711512005 City of Fort wcrth Eagle Mountair.WTP Phase 111 Exparsion a. Submit fabrication drawings and schedules, and erection drawings for all structural aluminum. 1) Submit as specified in Section 01300.One copy shall be in reproducible format acceptable to Engineer. 2) Clearly indicate portions of the structure covered by each submittal. 3) Erection drawings: a) Clearly show placement of each piece shown on the fabrication drawings or listed in the bill of materials. b) Clearly identify locations of members with special coatings and special yield strength. b. Drawings that,in Engineer's opinion, are not sufficiently clear or complete will be rejected and a re-submittal will be required. Such determination shall be solely at the discretion of the Engineer- Rejection may be with or without detailed review. c. Mark numbers painted on shop fabrications shall be the same mark numbers shown in the fabrication and erection drawings. 2. Indicate in a cover letter with submittal any changes to requirements shown in the Contract y Documents. Such changes will not be acceptable unless Engineer issues written acceptance of them. B. Test Reports: 1. Submit mill test reports for structural aluminum and fasteners. Indicate chemical and physical properties of eac.-t shipment.Tests and analyses shall be made in accordance with applicable ASTM standards. C. Qualifications: I. Certifications that welders are qualified in accordance with AWS D1.2 for shop and field welding procedures,when requested by Engineer. 1.04 QUALIFY ASSL ANCI A. Qualifications: 1. Perform welding of struct-iraI metals with welders who have current American Welding Society certificate for the type of welding to be performed. 2. Notify Engineer 24 hours minimum before starting shop or field welding. - 3. Engineer may check materials,equipment, and qualifications of welders. 4Remove welders performing unsatisfactory work, or require to requalify. S. Engineer may use gamma ray,magnetic particle dye penetrant,or other aids to visual 05140 F 071005 gis 05140-2 7/15/200 City of Fort Worth Eagle Mountain WTP Phase III Expansion • inspection to examine any part of welds or all welds. 6. Contractor shall bear costs of retests on defective welds. 7- Contractor shall bear cn,4ts in connection with qualifying welders PART 2: PRODUCTS 2.01 MATERIALS A. Structural Sheet Aluminum: ASTM B 209,Alloy 6061-T6, B. Structural Aluminum: ASTM B 348, Alloy 6061-T6. C. Extruded Aluminum: ASTM B 221, Alloy 6053-T42. D, Fasteners: 1. General. Fasteners and hardware shall be of domestic manufacture. Furnish threaded fasteners with flat washers and self-locking nuts, or lock washers and nuts.Bolts and nuts shall have hex-type heads and be fabricated from materials indicated unless otherwise noted on the Drawings. 2. Anchor Boits,Nuts and Washers—Stainless Steel. a. Bolts: ASTM F 593 alloy 304, condition CW(cold-worked). b. Nuts: ASTM F 594 alloy 304, condition CW (cold-worked). c. Washers: Of same alloy as bolt. 3. Assembly Bolts,Nuts and Washers—Stainless Steel. a. Bolts: ASTM F 593 alloy 304,condition CW(coil-worked). b. Nuts: ASTM F 594 alloy 304, condition CW(cold-worked). c. Washers: Of same allay as boat. E. Miscellaneous Materials: I. Furnish supplementary parts necessary to complete each itern even where such work is neither definitely indicated on the Drawings nor specified. 2. Size, form, attachment,and location shall conform to tl:e best of current practice. 2.02 FABRICATION A. Aluminum Layout: I. Center punch hole centers,and punch or scribe cutoff lines,except where marks would remain on fabricated material- 0514 0 aterial.05140 F 071 ops g1s 05140-3 7/1512005 City of Fort Woriir Eagle Mountain W rP Phase 111 Expansion 2. Apply temperature correction where necessary in layout of critical dimensions. Use a coeff dent of expansion of 0.0 000 13 per degree of Fahrenheit. $. Cutting Aluminum: 1. Material 112 Inch Thick or Less: Shear, saw,or cut with a router. 2. Material More than 112 Inch'Thick: Saw or rout. 3. Make cut edges true and smooth, free from excessive burrs or ragged breaks. 4. Avoid reentrant cuts wherever possible, Where used, fillet by drilling prior to cutting, 5. Do not flame cut aluminum alloys, d. Punch or drill rivet or bolt holes to finished size before assembly. a. Make finished diameter of holes for bolts 1/16 inch maximum larger than nominal bolt diameter. b. Make holes cylindrical and perpendicular to principal surface. c. Do not permit Proles to drift in a manner to distort metal. C. Aluminum Forming and Assembly: 1. Do Not Heat Structural Aluminum, Except as Follows: a. Heat aluminum to 400 degrees Fahrenheit for 30 minutes maxirnum,to facilitate bending or welding. b. Heat only when proper temperature controls and supervision can ensure that limitations on temperature and time are observed_ D. Before assembly,remove chips lodged between contacting surfaces. E. Welding Aluminum: 1, .Perform welding of aluminum in accordance with AWS D 1.2, "Structural Welding Code- Aluminum." R ?. Weld aluminum in accordance with the following: a. Preparation: 1) Remove dirt,grease, forming or machining lubricants,and organic materials from areas to be welded by cleaning with a suitable solvent or by vapor degreasing. 2) Additionally,etch or scratch brush to remove oxide coating just prior to welding when inert gas tungsten arc welding method is used. 3} Oxide coating may not need to be removed if welding is performed by automatic or 05140 F 071005 gis 05140-4 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase III Expansion a semi-automatic inert gas shielded metal arc. 4) Suitably prepare edges to assure 100 percent penetration in butt welds by sawing, chipping, machining, or shearing. Do not cut with oxygen. b. Filler Metal: Aluminum alloys conforming to the requirements of AWS A5.10 and AWS classification ER 4043, ER 5654, ER 5554, ER 5183, ER 5356, or ER 556. c. Perform welding of structures which are to be anodized using filler alloys which will not discolor when anodized, AWS ER 5654, ER 5554, ER 5183, ER 5356, or ER 5556. d. Perform welding by using a non-consumable tungsten electrode with filler metal in an inert gas atmosphere(TIG)or using a consumable filler metal electrode in an inert gas atmosphere (MIC). e. Do not use welding process that requires use of a welding flux. f. Neatly make welded closures. g. Where weld material interferes with fit or is unsightly in appearance, grind it smooth. h. Make welds full penetration welds unless other-wise indicated on the Drawings. i PART 3: EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine Work in place to verify that it is satisfactory to receive the Work of this Section. If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected. 3.02 INSTALLATION A. Install structural aluminum products as indicated on the Drawings and specified. S. Install structural aluminum products accurately and securely, true to level, plumb, .n correct alignment and grade,with all parts bearing or fitting structure or equipment for which intended. C, Do not cock out of alignment,redrill, reshape,or force fit fabricated items. D. Place anchor bolts or other anchoring devices accurately and make surfaces which bear against structural items smooth and true to level, E. Rigidly support and brace structural products needing special alignment to preserve straight, level,even, smooth lines, and keep braced until concrete, grout, or dry pack mortar has hardened for a minimum 48 hour period. F. Interface with Other Products: 1. Where aluminum comes in contact with dissimilar metals, bolt it with stainless steel bolts and separate or isolate it from dissimilar metals as specified in Section 05120. 05140 F 071005 gls 05140-5 7115120!45 CSry of Fort Wonh Eagle Mountain WTP Phase III Expansim 2. Coat those parts of aluminum which will be cast into concrete or which will be in contact with concrete, masonry, or wood,using coatings specified in Section 09902 for aluminum in contact with dissimular metals. END OF SECTION 05140 F 071005 gls 05140-6 7/1512005 City of Fort Won 11 Eagle Mounwin WTP Prase I11 Expansion SECTION 0521.6 OPEN WEB STEEL JOISTS PART l: GENERAL 1.01 SUMMARY A. Section Includes: Open web steel joists including bridging, subframing at openings, and appurtenances. B. Related Sections: 1. Section 01300 - Submittals. 2. Section 05120-Structural Steel. 3, Section 05310 -Steel Deck. 4. Division 9-Finishes. 1.02 REFERENCES A. Steel Joist Institute (SJI)Specifications: 1. Recommended Code of Standard Practice for Steel Joists and Joist Girders. 2, Standard Specifications for Open Web Steel Joists, K-Series(ANSI SJI-K-1.0). 3. Standard Load Table 1 Open Web Steel Joists, K-Series. B. American Welding Society(AWS): 1. A2.4- Symbols for Welding, Brazing and Nondestructive Examination, 2. D1.1 - Structural Welding Code-Steel. C. American Society for Testing and Materials(ASTM): 3. A 307 -Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 2. A 325 -Specification for High-Strength Bolts for Structural Steel Joints. 3. A 490-Specification for Heat-Treated, Steel Structural Bolts, ISO ksi Tensile Strength. D. International Code Council (ICC). L International Building Code-2003 Edition (IBC 2003), 2. ICC Evaluation Service; Evaluation Service Reports(ICC ES Report). 05216 F 071005 gis 05216-1 7/:5/2035 iL Ory of Fort Wonh Eagle Mountain WTP Phase III Expansion 1.03 SUBMITTALS A. Product Data: 1. Submit manufacturer's specifications,including information on materials and details of construction,and manufacturer's standard load tables for each type of joist and accessories. -- 2. Submit product data for shop primer applied to joists. B. Shop Drawings: Submit detailed erection/shop drawings showing layout of joists connections, and accessories. Include fabrication mark, type, number of units to be provided, location, and spacing of joists,and bridging. 1. Indicate standard designations,configuration, sizes,spacing and locations of joists, Show shop and erection details,including top and bottom chord extensions,cuts,connections, holes for threaded fasteners,and welds. Include design code information,cambers and design loads, locations, fabrication marks,quantities,materials,and shapes; and methods of connecting,anchoring, fastening,bracing,bridging, and attachment to Work of other Sections. 2. Indicate shop and field welds by welding symbols in accordance with AWS A2.4. For field welds,indicate weld sizes and net weld lengths. _. 3. Provide shop drawings sealed by a licensed professional engineer,registered in the state where the work will be erected,and qualified in the design of structures and steel joist and joist girder systems. C. Calculations: For record only, submit calculations for each joist type, cross bridging, and connections. Provide calculations stamped by a professional civil or structural engineer registered !' in the state where the Project is located. Include calculations demonstrating required bridging and joist resistance to wind uplift forces. D. Certificates: 1. P.E.Certification form for design of steel joists as included in Section 01300. 2. Manufacturer's certification that joists and joist girders conform to SJT standard specifications and standard load or weight tables applicable to that product. 3. Manufacturer's Mill Certificate: Submit certificate that products meet or exceed specified requirements. E. Test Reports: 1. Mill Test Reports: Submit Manufacturer's Certificates, indicating structural strength, destructive and non-destructive test analysis. 2. Welders'Certificates: Submit Manufacturer's Certificates, certifying welders employed on .�. the Work,verifying AWS qualifications within the previous 12 months. 05216 F 071005 gls 05215-2 M5/2005 City of Fore Worth Eagle Mountain WTP Phase ial Expam ion F. Manufacturers Instructions: I. Manufacturers instructions for erection and connection of joists to supporting structures. 1.04 SYSTEM DESCRIPTION A. System.: .. I. Joists,bridging and accessories conforming to standard specifications of a manufacturer accredited by SJI for the products to be provided. 2. Joists shall be of welded construction with top and bottom chords fabricated of hot-rolled shapes. Rods,reinforcing bars, or cold rolled shapes may not be used for top and bottom chord members. B. Design Requirements: 1 Open Web Steel Joists: The steel joists shall be designed for the deflection,loadings, and camber indicated on the Drawings. a. Maximum Deflection: Span length divided by 244 under the following load conditions: 1) Basic load combinations including total dead, roof live or snow(whichever is greater), wind and seismic in accordance with IBC "Basic Load Combinations using Allowable Stress Design" a) Snow loads: include drifting effects as shown on the Drawings. b. Minimum Design Loads as indicated on the Drawings: I) Dead load. 2) Live load. 3) Wind load(including uplift). a) Loads as indicated,but not less than 20 psf uplift on horizontally projected tributary area. 4) Axial tension and compression forces applied to the truss at end connections. 5) Combine loads as required by the IBC. c. Camber the joists in accordance with SJl criteria. In no case shall joists be manufactured with negative camber. d. Design briding and bridging connections to ensure stability and resist uplift forces. 1.05 DUALITY ASSURANCE A. Provide joist fabrication in compliance with the following and as specified. 05216 F 071005 gis 05216-3 7/15/2005 City of Fort wor rh Eagle Mountain wTP Phase III Expansion 3. SJI "Standard Specifications" (latest edition) for K, KCS, LH &DLH series steel joists and Joist Girders. B. Manufacturer Qualifications: i. Manufacturer shall gold current membership in the Steei Joist Institute(SJI} and shall submit documentation demonstrating SJI review of the products to be provided if requested by the Engineer. 2. Manufacturer shall be a recognized by ICC as a fabricator of structural steel building components and shall have a current report on file. C. Qualification of Field Welding: Performed by qualified processes and welding operators ill _ according with American Welding Society"Structiu`al Welding Code", AWS D1.1. D. Inspection: Inspect joists in accordance with SJI specifications. 1.06 DELIVER, STORAGE, AND HANDLING A. Deliver, Storage, and Handling: Deliver, store and handle steel joists as recommended in SJI specifications. Store materials off the ground and on skids or blocks. Handle and store joists in a manner to avoid bending or damage. PART 2: PRODUCTS 2.01 MATERIALS _ A. Joists and Joist Girders: I. Steel: Comply with SJI specifications. B, Miscellaneous Steel Bearing Plates and Structural Shapes: 1. A 36 steel in accordance with Section 175120. C. Fasteners: I. Threaded Fasteners: ASTM A 307,Grade A,regular hexagon type, low carbon steel. 2. High-strength Threaded Fasteners:ASTM A 325 and A 490 heavy hexagon structural bolts with nuts and hardened washers. 3. Anchor bolts,chemical anchors,concrete anchors, flush sheli anchors, headed anchor studs, and undercut anchors: as specified in Section 05120. 2.02 FABRICATION A, General: Mark fabricated pieces and assemblies with erection mark numbers shown on the shop drawings. B. Open Web Steel Joists: Fabricate steel joist in accordance with SSI specifications to sizes indicated on the Drawings.Furnish ceiling extensions as required. 05216 F 071005 gis 05216-4 7d!5/2005 City of Fort Worth Eaglc Mountain WTP Phase I I I Expansion C. Cross Bridging: Provide horizontal or diagonal type bridging for joists and joist girders as ` indicated on the Drawings, in accordance with SJI specifications, and as required for wind uplift loads. D. End Anchorage: Provide end anchorage's including bearing plates, to secure joists to adjacent construction in accordance with SJI specifications unless otherwise indicated on the Drawings. E. Shop Coatings: Shop-prime joists using manufacturer's standard primer. ,. PART 3: EXECUTION 3.41 INSTALLATION n A. Erection: 1. Place and secure steel joists in accordance with SJ1 specifications,final erection drawings, and as herein specified. 2. Allow for erection loads. Provide sufficient temporary bracing to maintain framing safe, +r plumb,and in true alignment until completion of erection and installation of permanent bridging and bracing. �. B_ Installation of Joist and Bridging: I, Do not start placement of steel joists until supporting work is in place and secured.Place joists on supporting bearing surfaces,adjust,and align in accurate locations and spacing before permanently fastening. 2. Conform to OSHA requirements for installation of steel joists and joist girders. r a. Where open web joist lengths are 44 feet and longer,install a minimum of l center row of bolted bridging per OSHA 29CFR-1926.75 1(c)2 or SH specifications to provide lateral stability for the joists before slacking of hoisting lines. Quantity of bolted diagonal erection bridging shall be in accordance with STI specifications. 3. Install bridging simultaneously with joist erection,and before construction loads are applied.Anchor ends of bridging lines at top and bottom chords where terminating at walls or beams. Quantity, size,and sequence for installing bridging shall be in accordance with SJI specifications. 4. Erection stability and handling shall be in accordance with SJI Specifications,and as required to provide a safe and stable installation. 5. Do not field-modify or cut joists unless prior written authorization is received from the Contractor and the steel joistljoist girder manufacturer. Details for any field modifications shall be prepared by the joist manufacturer and sealed by a registered professional engineer. C. Fastening Joists: 1. Each joist trust be attached at a minimum of one end immediately upon placement in the final erection position and before additional joists are placed. 05216 F 071005 gIs 05216-5 7/15/2005 City of Fort worth Eagle Mountain WTP Phase III Expansion 2. When field welding joists,weld to supporting steel framework in accordance with OSHA requirements, SJI specifications, and as indicated on the Drawings. Coordinate welding sequence and procedure with placing of joists. 3. When bolting,loists,bolt to supporting steel framework in accordance with OSHA requirements,SJI specifications,and as indicated on the Drawings. a. Threaded fasteners for bolted connections shall meet the requirements of ASTM A 307 except for as follows: 1) High-strength threaded fasteners for bolted connections of steel joists to steel columns,and at other locations where indicated on the Drawings,shall be installed in accordance with AISC "Specifications for Structural Joist Using ASTM A 325 or A 490 Bolts_" D. Miscellaneous Steel Subframing: Install as shown on the Drawings and recommended by the joist manufacturer. END OF SECTION q i Ih� w 05216 F 07105 g1s 05216-6 7/1512005 City of Fort Worth Eagle Mountain WTP Phase tlt Expansion SECTION 05310 STEEL DECK PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Steel deck for floors and roofs, and associated accessories. B. Related Sections: 1, Section 01300 - Submittals. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM): 1. A 653 -Steel Sheet,Zinc-Coated (Galvanized)or Zinc-iron Alloy-coated (Galvanized)by the Hot-Dip Process. B. American Welding Society(AWS): 1. D1.3 - Specification for Welding Sheet Steel in Structures. C. International Code Council (ICC): 1. International Building Code(IBC), 2003 Edition. D. Steel Deck Institute(SDI): 1. Specifications and Conunentary for Steel Roof Deck. 1.03 SUBMITTALS A. Product Data, 1. Materials, finishes, and details of fabrication for each type of decking to be included in the Work, Indicate deck thickness,profile,and finish. 2. Manufacturer's section properties and tables for vertical and horizontal load resistance, a. Tables for resistance to horizontal loads shall indicate diaphragm shear values for the spans and fasteners shown on the Drawings or specifies. N. Materials and finishes for each type of fastener included in the Worm. 4. Certification frorn SDI that the deck is designed and fabricated in accordance with SDI Specifications. 05310 F 071005 gls 05310-1 7/15/2005 City of Fort worth Eagle Mountain WTP Phase]11 Expansion B. Shop Drawings, 1. Steel deck: a. Submit fabrication drawings and schedules and erection drawings for all steel deck. 1) Submit as specified in Section 01300. One copy shall be in reproducible format acceptable to Engineer. 3) Clearly indicate portion of the structure covered by each submittal_ 3) Erection drawings: a) Clearly show placement of each piece shown on the fabrication drawings or listed in the bili of materials. b) Clearly idenfify locations of members with special coatings and special yield strength. b. Drawings that, in Engineer's opinion,are not sufficiently clear or complete will be rejected and a re-submittal will be required. Such determination shall be solely at the discretion of Engineer. Rejection may be with or without detailed review. c, Mark number painted on shop fabrications shall be the same mark numbers shown in the fabrication and erection drawings. ?. Changes to Contract Drawing Requirements: a. Indicate in a cover letter with submittal any changes to requirements shown in the Contract Documents. b. Such changes will not be acceptable unless the Engineer has accepted such changes in - writing. 3. Review of shop drawings by Engineer will be limited to general conformance with the Contract Documents. Approval of shop drawings shall not relieve Contractor of responsibility for supplying 11 material required by Contract Documents, nor of responsibility for proper quantity,materials,and fit of members. C. Qualifications: 1. Certifications that welders are qualified in accordance with AWS D1.3 for field welding procedures when requested by Engineer. 1.04 DELIVERY,STORAGE,AND HANDLING A. Storage and. Protection: I. Store roof decking and siding at the site stacked on platforms or pallets and covered with tarpaulins or other suitable weathertight covering. 05310 F WHO gls 05310-2 7/15/2005 City of Fon Wonh Eagle Mountain WTP Phase III Expansion f 2. Do not use roof decking for storage or working platform. 3. Remove damaged, unlabeled, untagged, rusty,and deteriorated material from the_job site. PART 2: PRODUCTS 2.01 MANUFACTURERS 2.02 MATERIALS A. Sheet Steel: 1. ASTM A 653, G 60 rra nimum coating designation,of section,minimum gauge thickness, and properties indicated on the Drawings. B. Manufacturer: One of the following or equal: 1. IMSA Building Products USA Inc. 2. Verco Manufacturing Company. 3. Vulcrafl. 2.03 FABRICATION A. Deck sheets shall he formed so every sheet is identical and will register perfectly with adjacent sheets. B. Decking used with concrete fill shall be deformed to develop composite action between the deck and the concrete. C. Furnish minimum section modulus (positive = Sp m[N; negative = Sri ma.,}, moment of inertia (I mm,), and allowable diaphragm shear per foot of deck width not less those indicated on the Drawings for each structure. D. Furnish roof deck ready to receive field painting without further pretreatment. Paint exposed roof deck in accordance with the Specifications. E. Accessories: I. Famish all accessories shown or needed to completed work. 2. Minimum Required Gauges: a. Sump Pans: 14 gauge. b. All Other Accessories: 20 gauge unless otherwise indicated on the Drawings. F. Welding Electrodes: AWS D1.3. G. Furnish roof decking in lengths to minimize number of end laps. 05310 F 071005 gls 05310.3 7/15/200-S City of Fore Worth Eagle Momlain WTP Phase III Expansion I-I. Fasteners: Type 304 and Type 316 stainless steel. 1. Furnish roof decking complete, including cutting, shaping, fitting, drilling, welding, ridge plates, valley plates, reinforcing plates for openings, trim, flashing, and miscellaneous pieces necessary for proper installation and weathertight construction. PART 3: EXECUTION - 3.01 EXAMINATION A. Verification of Conditions. Examine work in place to verify that it is satisfactory to receive the work of this Section, if unsatisfactory conditions exist, do not begin this work until such conditions have been corrected. 3.02 INSTALLATION A. Decking shall span over at least 3 spans wherever passible. B. Do not damage or overload roof deck during installation. C. Do not use roof deck for storage or as a working platform until sheets have been welded in position. D. Do not exceed maximum uniform distributed load of 24 pounds per square foot,nor SDI loading criteria for erection during installation. E. Install decking in straight and continuous rows as far as practicable, with ribs at right angles to supporting members. F. Lap 3 inches minimum, unless otherwise indicated on the Drawings. Lap ends over bearing points. G. For each end of deck section, provide 3 inches minimum bearing on supports and weld to - supports where ends of deck sections abut without overlapping at supports, unless otherwise indicated on the Drawings. H. Electric arc weld deck sections to bearing plates or supports at butt joints, at intermediate supports, side supports, and at end supports as indicated on the Drawings. Do not burn through the deck. Provide welding washers if required to avoid bum-through. Remove all slag. I. Fasten the longitudinal joints between deck sections together by the method indicated on the Drawings. J_ Neatly cut and fit openings in roof deck, and reinforce with structural steel members as indicated on the Drawings. K. Paint welds as specified. L, Install roof deck free of dents and bent members. M. Reinforce all holes and openings as indicated on the Drawings. 05310 F 071005 gls 05310-4 7715/2065 City oFFoTe woe►h Eagle Mountain WTP Phase Ili Expansion N. Do not hang piping, conduits, equipment, electrical fixtures, ceilings, or ether services from decking. O. Install all accessories required to complete work. P. Suspended Items: I. Ceilings and Ductwork: a. Do not attach hangers 'o deck within the center 113 of span. b. Only I hanger may be attached to any I rib within I span. c. Attach wire hangers to decking with clips through hanger tabs or through holes in decking. 3.43 REPAIR OF GALVANIZING AND COATING A. Touch-up damage to galvanized surfaces, including cut edges and holes, with zinc rich primer. B. Repair damage to factory-applied coating system in accordance with the manufacturer's printed recommendations. 3.44 CLEANUP A. After erection,remove weld spatter, grease, and oil from decking. END OF SECTION 05310 F 071005 gls 05310-5 7/1512003 City of Fort Worth Eagle,.Mountain WTP Phase M Expansion SECTION 05500 METAL FABRICATIONS PART 1: GENERAL 1.0I SUMMARY A. Section Includes: Miscellaneous metal fabrications including- I- ncluding:1_ Ladders. 2. Stairs. 3. Handrails and Guardrails. 4. Metal Gratings. 5. Metal Tread Plate. 6. Aluminum Stair Nosing. 7. Aluminum Stair Tread. &. Manhole Frames and Covers. 9. Manhole Steps. 10, Miscellaneous Metals: Includes aluminum,cast iron, stainless steel,structural steel 11. Associated accessories to the above items, B. Related Sections. 1. Section 09902- Finish Fainting. 2. Section 15061 -Pipe Supports, 3. Section 15062 -Preformed Channel Pipe Support System. 1.02 REFERENCES A. Aluminum Association (AA): 1. Specification M12-C22-A41 -Aluminum Finishes. B. American Association of State Highway and Transportation Officials(AASHTG): 1. Standard Specifications for Highway Bridges. 05500 F 071405 g1s 05500-1 7/15/2005 City Of For!WaFih Eagle mountain W7P Phase of Expansion C. American Iron and Steel Institute(AISI): 1. Steel and stainless steel alloys("types")as indicated. D. American Society for Testing and Materials (ASTM): 1. A 361A 36M-Specification for Structural Steel_ 2 A 48 - Specification for Grey Iron Castings. 3. A 53 -Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 4. A 123 -Specification for Zinc (Hot-Dip Galvanized)Coatings on Iron and Steel Products. 5. A 240 -Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels. 6 A 276 -Specification for Stainless Steel Bars and Shapes. 7_ A 307 -Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 8, A 325 -Specification for High-Strength Bolts for Structural Steel Joints. 9. A 489 -Specification for Carbon Steel Lifting Byes. 10. A 490 -Specification for Heat-Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength. ] I. A 500 -Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 12. A 501 - Specification for Hot-Farmed Welded and Seamless Carbon Steel Structural Tubing. 13, A 569 -Specification for Steel, Carron(4.15 Maximum, Percent)Hot-Rolled Sheet and Strip Commercial Quality. 14. A 5701A 570M -Specification for Steel,Sheet and Strip, Carbon. Hot-polled, Smactural Quality. 15, A 6351A 635M - Specification for Steel,Sheet and Strip, Heavy-Thickness Coils,Carbon, Hot-Rolled. 16. A 6531A 653M -Specification for Steel Sheet,Zinc-Coated(Galvanized)or Zinc-Iron Alloy-coated(Galvannealed)by the Hot-Dip Process. 17. B 209 -Specification for Aluminum and Aluminum-Alloy Sheet.and Plate. _ 18. B3081 B308M -Specification for Aluminum Alloy 5061-T6 Standard Structural Profiles. 05500 F071405 gls 05540-2 7115/2005 City of Fart Wonh Eagle Mountain WTP Phase 111 Expansion _y 19. B221 —Specification for Aluminum and Aluminum Alloy Welding Electrodes and Rods. 20. B 429 -Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. E. American National Standards Institute(ANSI}: I. A 14.3 -Ladders-Fixed: Safety Requirements. 1^. American Welding Society(AVMS): I. A2.4—Standard Symbols for Welding,Brazing and Non-destructive Evaluation. G. Occupational Safety and Health Administration (OSHA). 1.03 SUBMIT7ALS A. Product Data: Submit to the Engineer manufacturers product data including catalog cuts, dimensions, details of fabrication and installation, an material specifications for the following items. Include test data or load tables indicating products will resist loads specified elsewhere in this Section with deflection not exceeding those specified. I. Ladders(manufactured), 2. Handrails and guardrails. 3. Gratings and grating stair treads. 4. Stair nosings. 5. Manhole frames and covers. G. Miscellaneous cast iron fabrications. B. Shop Drawings: 1. Submit to the Engineer shop drawings showing details of fabrication connection, and erection for the fallowing items and assemblies: a. Ladder(fabricated). b. Stairs. c. Handrails and guardrails. Include details on connection attachments, gates, ]cickplates, and interfaces with ladders. d. Gratings and grating stair treads. e. Miscellaneous aluminum, stainless steel,and steel fabrications. 2. Indicate profiles, sizes, connections, attachments, reinforcing, anchorage,size and type of fasteners,and accessories, Endicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. 05500 F 071405 g1s 05500-3 7/15/2005 City o1 For1 worlh Eagle Mountain WTP Phase fit Expansion 3. Include with submittal a cover letter identifying any changes to requirements of the Contract Documents. 4. Submit three copies of drawings as specified in Section 01300. One copy shall be in reproducible format acceptable to Engineer. 5. Clearly indicate portions of project covered by each submittal. Identify locations of fabrications in the work with references to Contract Drawing and Typical Detail numbers. 6. Indicate on a separate cover letter with submittal any changes of requirements indicated in Contract Documents. Such changes will not be acceptable unless Engineer issues written acceptance of therm. C. Samples: Submit samples of the following in accordance with Section 01330. 1, Ladders: 6-inch long sample of rung when requested by the Engineer. Handrail and guardrail: Minimum l2-inch long sample showing finisher details of fabrication and workmanship at joints between posts and rails. 3. Gratings and stair treads: Minimum 8-inch long by 6-inch wide samples showing walking surface and attachment of bearing and cross bars when requested by the Engineer. D. Design Data: Manufacturer's calculations and design data for the following: l_ Guardrails. Calculations and test data demonstrating that manufacturer's brackets and connections for attaching guardrails to structures will resist forces generated by loadings specified elsewhere in this Section. l;or calculations,assume concrete to have a minimum 28-day specified compressive strength of(f c) of 4000 psi. 2. Grating: Calculations and test data demonstrating that materials and sections provided will meet the load and deflection requirements specified herein at the spans shown on the Drawings. PART 2: PRODUCTS 2.01 GENERAL A. Materials: Unless otherwise specified or indicated on the Drawings, structural and miscellaneous _ metals shall conform with the standards of the ASTM, including the following: 05500 F 071405 gis 05500-4 7115/200S s City of Fora Worth Eagle Mountain W TP Phase Ili Expansion ASTM Class,Grade 1!' Item Standard No. Type or Alloy No. Cast Iron A 48 Class 40B Steel Galvanized sheet iron or steel A 653 Coating G90 r' Black steel, sheet or strip A 569 -- A 570 Coil (plate) A 635 -- Structural plate,bars,rolled shapes, and A36 -- miscellaneous items Standard bolts,nuts, and washers A 307 -- High strength bolts,nuts,and hardened A 325 -- flat washers A 490 Eyebolts A 489 Type 1 Tubing,cold-formed A 500 -- Tubing, hot-formed A 501 Steel pipe A 53 Grade B Stainless steel Plate,sheet and strip A 240 Type 304* or 316* Bars and shapes A 276 Type 304* or 316* Aluminum Sheet aluminum-flashing B 209 Alloy 5005-H 14, PR 0.032 inches minimum thickness Sheet aluminum-structural B 209 Alloy 6061-T6 .. Structural aluminum B 308 Alloy 6061-T6 B 209 s Extruded aluminum B 221 Alloy 6063-T42 *Use Type 304L or Type 316L if material will be welded. (Stainless steels are designated by type or series defined by AISIJ 2.02 LADDERS A. General: 1. Type: Safety type conforming to local,State,and Occupational Safety and Health Administration standards as minimum.Fumish guards for ladder wells. a 05500 F 071405 gls 05500-5 7115/2005 Ciry of Fort Worth Eagle Mountain WTP Phase ill Expansion 2. Size: 18 inches wide between side rails of length, size,shape, detail,and location indicated on the Drawings. B, Aluminum Ladders: - I. Materials: 6063-T5 aluminum alloy- 2. Rungs: a. One inch minimum solid square bar with 118 inch grooves in top and deeply serrated on _ all sides. b. Capable of withstanding I,000 pound load without failure. 3. Side Rails: Flat bars. 4. Fabrication: a. Welded construction,of size, shape,location, and details indicated on the Drawings. b. For ladders over 20 feet high, fumish standard ladder cages or fall prevention system designed in accordance with State and Occupational Safety and Health Administration requirements. 5. Accessories: a. Fall Prevention System: Including but not limited to railing,brackets,clamps for each _ ladder where required. In addition, for use on all systems,provide 2 sleeves, and 2 belts,satisfying Occupational Safety and Health Administration safe climbing requirements. - 1) Manufacturers: One of the following or equal: a) North Consumer Products: Saf-T-Climb. b) Swager Communications: Climbers Buddy System. b. Ladder Safety Post Extension: At fixed ladders occurring below hatch doors or removable grating, provide attached telescoping tubular safety post extension unless otherwise noted. Unit to be completely assembled with stainless steel fasteners and R brackets provided by manufacturer for securing to ladder rungs. 1) Manufacturers: One of the following or equal: a) Bilco: ladder-UP Safety Post,Model 2. 2.03 STAIRS A. Aluminum: 1, Stringers: 6061-T6 aluminum alloy. 05500 F 071405 g1s 05500-6 7/15/2005 City of Fon Wonlr Eagle Mountain WTP Phase Ili Expansion 2. Stair Treads: a. Aluminum of same type specified under Aluminium Grating, b. Of sizes indicated on the Drawings, and 1-314 inch minimum depth with cast abrasive type safety nosings. 3. Handrails and Guardrails: Aluminum pipe specitied under Aluminum Handrails and Guardrails(Nonwelded Pipe). 4. Fasteners: Type 304 or Type 316 stainless steel. B. Steel Stairs. 2.04 HANDRAILS AND GUARDRAILS A. General: Design and fabricate assemblies to conform to current local, State, and Occupational Safety and Health Administration standards and requirements. B. Aluminum Handrails and Guardrails(Nonwelded Pipe): I. Rails, Posts,and Fitting-assembly Spacers: a. ASTM B 429, 6063-T5 or T6, minimum Schedule 40, extruded aluminum pipe of minimum 1.89 inch outside diameter and 0.14-inch wail thicImess. b. Alloy 6063-T6 may be used for pieces requiring bending only, 2. Kick Plates: 6061-T6 aluminum alloy. 3. Fastenings and Fasteners: Stainless steel as recommended or furnished by the manufacturer_ a. Fasteners embedded or drilled into concrete shall place the embedded end of fastener not less than 3 inches behind the loaded face of the concrete. 4. Other Parts: 6063 extruded aluminum,or F214 or F514.0 aluminum castings. a. Fabrications: ASTM B 209 or ASTM B 221 extruded bars, 1) Bases: 6061 or 6063 extruded aluminum alloy. b. Plug Screws or Blind rivets: Type 305 stainless steel. c. Other Parts: Type 300 series stainless steel. 5. Finish of Aluminum Components: a. Anodized finish, 0.7 mil thick, applied to exposed surfaces after cutting. Aluminum Association Specification M12-C22-A41, mechanical finish-medium satin, cherrucal finish-medium matte, anodic coating-clear Class I Architectural. b. Pretreat aluminum for cleaning and removing markings before anodizing. 05500 F 07}405 gls 05500-7 7/15/2005 City of Fort Worth Eagle Mountain WT? Phase til Expansion b. Fabrication and Assembly: a. Fabricate posts in single,unspliced pipe length. b. Perfot-rtt without welding. c. Do not epoxy bond the parts. d. Maximum clear opening between assembled railing components as indicated on the Drawings. 7. Manufacturers: One of the following or equal: a. Moultrie Manufacturing Company,Wesrail. R b. Julius Blum and Company, Inc.,Connectorail. c. Craneveyor Corporation Enerco Metals, C-V Rail. C. Stainless Steel Pipe Handrails and Guardrails: — 1. Manufacturers: One of the following or equal; a. R 8t' B Wagner, Inc. b. Julius Blum and Company. 2, General: Prefabricated shop-assembled type, held welded type, or mechanically joined type. 3. Materials:Type 304 or Type 316 stainless steel posts,rails,brackets,and accessory parts_ a, Railings and Posts: Nominal 1-112 inch,Schedule 5 pipe with minimum 1.900 inch outer diameter and 0.065 inch wall thickness. b. Post Insert Reinforcing for All Posts: 1.750 inch outside diameter pipe,of 0.083 inch wall thickness,and 26 inches long. c. Fasteners,Connection Plates,Splice Bars,and Fittings: Type 304 or Type 315 stainless steel, d. Stainless Steel Finish: Number 4 NAAMM finish, 4. Fabrication: a. Fabricate guardrails and posts to be 1n same plane. b. Fabricate posts in single,unspliced pipe length. c. Make handrail and guardrail sections between splices 20 feet maximum_ d. Form bends in pipe without use of fittings where practical. Form with internal mandrels on power benders. 05SOO F 071405 gis 05500-9 7/192005 Ciry of Fort Worth Eagle Mountain WTP Phase III Expansion e. Where handrail and guardrail are welded, make intersections and joints with continuous 360 degree welds and grind welds smooth. f. Where handrail and guardrail are mechanically joined,make joints with mechanical connections utilizing stainless steel machine screws with lock washers and threaded tubular rivets. D. Guardrail Gates: I. Supplied by guardrail manufacturer. a. Of same material, quality,and workmanship as specified for guardrail system in which they will be installed. b. Of design similar to that of handrail or railing system in which they will be installed. 2. Components: Gate frame, stainless steel self closing device,hinges, gate stops, and durable self-locking type latch. Fabricate components in conformance with Occupational Safety and Health Administration minimum strength requirements. E. Fastenings and Fasteners: Stainless steel as recommended or furnished by guardrail manufacturer for use with this system. 2.05 METAL GRATINGS A- General: I. Fabricate grating to cover areas indicated on the Drawings. 2. Unless otherwise indicated on the Drawings, gating over an opening shall cover entire opening. 3. Make cutouts in grating where required for equipment access or protrusion,including valve operators or stenos, and gate frames, a. Panel layout: Enable installation and subsequent removal of grating around protrusions or piping. b. Openings 6 inches and larger: Lay out grating panels with edges of 2 adjacent panels located on centerline of opening. c. Openings smaller than 6 inches: Locate opening at edge of single panel. r4. Band ends of grating and edges of cutouts in grating. a. End Banding: 114 inch less than height of grating, with top of,grating and top edge of banding flush. b. Cutout Banding: Full-height of grating. c. Use banding of same material as grating. 05500 F 071405 gks 05500-9 7/15/2005 L City of Fort WoTth Eagle Mountain WTP Phase[it Expansion 5. Fabricate grating in units weighing a maximum of 50 pounds each. a. Where an area requires more than one section to cover the area, clamp adjacent grating sections together at quarter points of span with fasteners acceptable to Engineer. 6. When requested by Engineer, test one section of each size grating for each span length involved on the job under full load. a. Furnish a suitable dial gauge for measuring deflections. 7. Grating shall be aluminum, unless otherwise specified or indicated on the Drawings. r B. Aluminum Grating: ] Material for Gratings, Shelf Angles,and Rebates: 6061-T6 or 6063-T6 aluminum alloy, except cross bars may be 6063-T5 aluminum alloy. 2. Shelf Angle Concrete Anchors:Type 304 or Type 316 stainless steel. 3. Grating Rebate Rod Anchors:6061-T6 or 6063-T6 aluminum alloy. - 4. Fabrication: a. Bar Size and Spacing: As detem-vned by manufacturer to enable grating to support 180 pounds per square foot uniform live load on entire grating area, using an extreme fiber stress of 12,000 pounds per square inch maximum. b. Maximum Deflection Under Specified Loading: 11240 of grating clear span maximum, c. Spacing of Main Grating Bars: Maximum of 1-118 inches clear between bars. d. Minimum Grating Height:2 inches. 5. Manufacturers: One of the following or equal: a. IKG Borden Industries,grooved Galok Aluminum i-Bar. b. Seidelhuber Metal Products, Inc., grooved]-Bar. 2.06 ALUME4UM STAIR NOSING - A. Manufacturers: One of the following or equal: I. Wooster Products, Inc.,Type 101 Nosing, 2. American Safety Tread Co.,Inc., Style 801 Nosing. B. Material: Cast aluminum abrasive nosings with aluminum oxide granules integrally cast into metal, forming permanent,nonslip,long-wearing surface. For installation in cast-in-place stairs. C. Configuration: Four inches wide, fabricated with integrally cast stainless steel anchors at approximately 12 inch centers. Length to extend within 3 inches of stair edge, each side. 05500 F 071405 gis 05500-10 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase Ili Expansion 2.07 ALUMINUM GRATING STAIR TREAD A. Manufacturers: One of the following or equal: I. IKG Borden Industries, Aluminum Grating Stair Tread with Mebac nosing. 2. McNichols Co.,Type A-Standard with.Corrugated Angle Nosing. B. Material. Welded aluminum grating tread with non-slip nosing and integral end plates for bolt on attachment to stair stringers. C. S ize: I. Tread Width:To equal tread spacing plus one inch minimum. 2. Tread Length. Length to suit stringer to stringer dimension indicated on the Drawings. 3. Depth: 1-314 inches. D. Bolts: Type 316 stainless steel. 2.08 MANHOLE FRAMES AND COVERS A. Material: Gray iron castings, ASTM A 48,Class 30-8. B. Type: Heavy-duty traffic type, with combined set weight of minimum 265 pounds. C. Machine horizontal and vertical bearing surfaces to fit neatly, with easily removable cover bearing firmly in frame without rocking. D. Frame: I- Bottom flange type. 2, Approximately 4-112 inches frame height. 3. 24 inches diameter clear inside dimension, unless otherwise indicated on the Drawings. 4. Approximately 32 inches bottom flange outside diameter. E. Cover- I, Skid-resistant grid pattern design stamped with name of utility service provided by manhole, such as "ELECTRICAL," "SEWER," "TELEPHONE," or "WATER." 2, Solid type without ventilation holes. F. Finish: Unpainted. 2.09 MANHOLE STEPS A. Type 316 stainless steel, of size and shape and spacing indicated on the Drawings. 05500 F 071405 gls 05500-11 7/15/2005 City of Fort worth Eagle Mountain wTP Phase III Expansion 2.14 METAL TREAD PLATE A. As specified in paragraph 2.01 with embossed diamond tread pattern. 2.11 MISCELLANEOUS METAL A. Miscellaneous Aluminum; Fabricate aluminum products, not covered separately herein, in •- accordance with the best practices of the trade and field assemble by riveting or bolting. Do not weld or flame cut. B. Miscellaneous Cast Iron. 1. General: a. Tough,gray iron, free from cracks,holes, swells,and cold shuts. b. Quality such that hammer blow will produce indentation on rectangular edge of casting " without flaking metal. c. Before leaving the foundry, clean castings and apply 16 mil dry film thickness coating of coal-tar epoxy,unless otherwise specified or indicated on the Drawings. C. Miscellaneous Stainless Steel: 1. Provide miscellaneous stainless steel items not specified herein as indicated on the Drawings or specified elsewhere.Fabricate and install in accordance with the best practices of the trade. D. Miscellaneous Steel: 1. Provide miscellaneous steel items not specified herein as indicated on the Drawings or specified elsewhere. Fabricate and install in accordance with the best practices of the trade. PART 3: EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine work in place to verify that it is satisfactory to receive the work of this Section. If unsatisfactory conditions exist, do not begin this work until such conditions have been corrected. 3-02 INSTALLATION A, General; Install products as indicated on the Drawings, and in accordance with shop drawings and manufacturer's printed instructions,as applicable except where specified otherwise. 3.03 LADDERS A. Secure to supporting surface with bent plate clips providing minimum $ inches between supporting surface and center of rungs. 05500 F 071405 gls 05500-12 7/1512005 Ciiy of Fora Wooih Eaglc Mountaln WT? Phase I[I Expansion B. Where exit from ladder is forward over top rung,extend side rails 3 feet 3 inches minimum above landing, and return the rails with a radius bend to the landing. C. Where exit from ladder is to side, extend ladder 5 feet 6 inches minimum above landing and rigidly secure at top. D, Erect rail straight, level, plumb, and true to position indicated on the Drawings. Correct deviations from true line or grade which are visible to the eye. 3.04 STAIRS A. General: Install guard railings around stair wells as indicated on the Drawings or specified. 3.05 ALL-MINUM HANDRAIL AND GUARDRAEL A. Fasten pipe rails to fittings with Series 300 stainless steel pop rivets or flush set screws. B. Make pipe cuts clean and straight, free of burrs and nicks, and square and accurate for minimum joint-gap. C. Drill and countersink holes to proper size, as required for a tight flush fit of screws and other component parts. D. Space attachment brackets as indicated in the manufacturer's instructions. 3.06 GUARDRAIL GATES A. Install gate to be a vertical plane with the guardrail when in :he closed position. B. Install hinges so that each gate can swing 180 degrees from the closed position to the fully open Position. C. Install so that the gates swing to the walkway side of the guardrail only. Install gate stops on the stationary railing posts to prohibit gates from swinging in the'wrong direction. D. Install gate frames, hinges, stops, and latches in conformance with Occupational Safety and Health Administration minimum strength requirements. 3.07 ALUMINUM AND STAINLESS STEEL PIPE HANDRAILS AND GUARDRAILS A. During construction, keep exterior surfaces of handrails and guardrails covered with 0.4 millimeters, minimum, heat shrink polyethylene film. B_ Do not remove protective film before handrails and guardrails have been accepted by Engineer nor before other work in proxii-nity of handrails and guardrails has been completed. C. Discontinue handrails and guardrails at lighting fixtures. D. Provide 1/8 inch diameter weep hole at base of each post. E. Where protection is applied for prevention of dissimilar materials electrolysis, make application such that none of the protective material is visible in the completed assembly. 05500 F 071405 gls 05500-13 7/15/2005 City of Fort Worth z Eagle Mountain WTP Phase 11I Expansi-Or) F. Space posts as indicated on the Drawings. G. Anchor posts into concrete by grouting posts into core drilled holes in concrete, into stainless steel sleeves cast in concrete, or bracket mount to face of concrete surfaces; as specified and - indicated on the Drawings. H. Space rails as indicated on the Drawings. - I. Make adequate provision for expansion and contraction of kickplates and rails. Make provisions for removable sections where indicated on the Drawings. J. Make lower rails a single,unspliced length between posts, or continuous. K. Make top rails continuous whenever possible, and attach single, unspliced lengths to 3 posts minimum. L. Space attachment brackets as indicated on shop drawings or in manufacturer's installation instructions. M. Completed installation shall have handrails and railings rigid and free of play at joints and -- attachments. N. Protect handrail and guardrail finish from scratches,gouges,dents, stains, and other damage. _ D. Replace damaged or disfigured handrails and guardrails with new. P. Shortly before final acceptance of the work, and after removal of protective polyethylene film, clean handrails and guardrails with mild detergent or with soap and water.. Q. After cleaning., thoroughly rinse handrails and guardrails and wipe with soft cloth. R. Erect guardrail straight, level, plumb, and true to the positions as indicated on the Drawings. Correct deviations from true line of grade which are visible to the eye. 3.08 GRATING A, Coat surfaces of aluminum shelf angles, rebates, and rod anchors in contact with concrete as - specified in Section 09902 for aluminum in contact with dissimilar metals. R. AIuminum Grating: Support on aluminum shelf angles. C. Allow 118 inch maximum clearance between ends of grating and inside face of vertical leg of shelf angles. D. Horizontal bearing leg of shelf angles shall be 2 inches minimum. E. Install aluminum plate or angles where necessary to fill openings at changes in elevation and at openings hetween equipment and grating. F. Install angle stops at ends of grating. G. Installed grating shall not slide out of rebate or off support. 05500 F 071445 gls 0-5500-14 7/15/2005 City of Fort Worth Eagle mountain WTP Phase III Expansion H. Weld stops in place, unless otherwise specified or indicated on the Drawings. I. Top surfaces of grating sections adjacent to each other shall lie in same plane. 3.09 STAIR NOSD4GS A. Install stair nosings on treads of concrete stairs, including top tread on upper slab, B. Omit stair nosings where concrete is submerged, C. Coat aluminum surfaces in contact with concrete as specified in Section 09902 for aluminum in contact with dissimilar metals. D. Cast stair nosings in fresh concrete, flush with tread and riser faces. Install nosing in center of step approximately 3 inches from each stair edge. 3.10 MANHOLE FRAMES AND COVERS A. Installation: As specified. in Section 02084, Utility Structures- 3.11 MANHOLE STEPS A. Space as indicated on the Drawings. END OF SECTION 05500 F 071405 gls 05500-I 5 7/1512005 City of Fon worth Eagle Mountain WTP Phase li]Expansion SECTION 05810 EXPANSION JOINT COVER ASSEMBLIES PART ] GENERAL 1.01 SECTION INCLUDES A• A, Expansion joint assemblies for roof and floor surfaces. 1.02 RELATED SECTIONS A. Section 43102 -Concrete Formwork: Placement of joint assembly frames in formwork, B. Section 43150-Concrete Accessories: Placement of joint assembly frames in formwork. C. Section 43300-Cast-in-Place Concrete: Expansion and contraction joints in exterior concrete joints and junction of concrete slab-on-grade and perimeter walls. D. Section 06114 - Wood Blocking and Curbing: Support for expansion joints and covers, E. Section 07620- Sheet Metal Flashing and Trim: Roof eontroI joints. F. Section 07900-Joint Sealers; Expansion and control joint finishing utilizing a sealant and bond breaker. 1.03 REFERENCES A. ASTM B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2002. 1.04 SUBMITTALS A. See Section 01300- Submittals, for submittal procedures. B. Product Data: Provide joint assembly profiles, profile dimensions, anchorage devices, available calors and finish. C. Shop Drawings: Indicate joint and splice locations, miters, layout of the work, affected adjacent construction, anchorage locations. D. Samples. Sttbinit two samples 12 inch long, illustrating profile, dimension,color, and finish selected. E. Manufacturer's Installation Instructions: Indicate rough-in sizes; provide templates for cast-in or placed frames or anchors; required tolerances for item placement. 1.05 QUALITY ASSURANCE F43716SOSSI0 05810- 1 7/11/2005 City of Fort Wonh Engle Mountain WTP Phase III Expansion +� A. Field Measurements: Verify compliance with manufacturer's requirements. 1.06 EXTRA MATERIALS A. See Section 41610 - Material and Equipment, for additional provisions. B. Provide 25 feet of resilient joint fiiler and special tools required for accessing and servicing components. PART 2 PRODUCTS 2.01 MANUFACTURERS A_ Expansion Joint Cover Assemblies: 1. Architectural Art Mfg., Inc. 2. Substitutions: See Section 01610- Material and Equipment. 2.02 MATERIALS A. Extruded Preformed Seals: Single or multicellular elastomeric profiles with or without !„ continuous, longitudinal, and internal baffles. B. Preformed Sealant: Elastomeric sealant complying with ASTM C920, Use T. factory-formed and bonded to metal frames or anchor members. C. Moisture Barrier: Continuous, flexible, vinyl moisture barrier under covers. D. Metal Floor-to-Floor Joint Cover Assemblies: Provide continuous, extruded metal frames of profile indicated. 1. Architectural Art Manufacturing Co: Joint No. A10-1 1-11, grade 304 stainless steel. 2. Allowable Movement: Plus or minus 100 percent of joint width. .3. Fixed Cover Plates: One side of the cover plate attached to frame permitting free movement on other side. 4. Self-Centering Cover Plates: Concealed centering device permitting free movement of cover plate on both sides. 5. Surfaces in Contact with Concrete: Zinc Chromate coated. E. Roof Expansion Joint Assemblies: Provide continuous, extruded metal and vinyl frames with vapor barrier, of profile indicated. ^* 1. Architectural Art Manufacturing Co: Joint No. L000-912-11 1, grade 304 stainless steel. 2. Allowable Joint Movement: Plus or minus 25 percent ofjoint width. F. Compression Seals: Preformed,elastomeric extrusions having internal baffle system with lubricant and adhesive for installation. G. Extruded Aluminum: ASTM B 22 1_ H. Resilient Filler: Neoprene,exhibiting Shore A hardness of 40 -50 Durometer. �. F43716SO5810 05810-2 7/1112005 b re city o Fort Worth Eagle Mountain WTP i+ Phase III Expansion I. Threaded Fasteners: Aluminum. i' J. Backing Paint: Asphaltic type 2.03 FABRICATION A. Joint Covers: Aluminum cover plate, aluminum frame construction, retainers with resilient elastomeric Miler strip,designed to permit plus or ininus 50 percent joint movement with full recovery, flush mounted. B. Back paint components in contact with cementitious materials. C. Galvanize embedded ferrous metal anchors and fastening devices. D. Shop assernble components and package with anchors and Fittings. E. Provide joint components in single length wherever practical. Minimize site splicing. 2.04 FINISHES r' A. Floors: Mill finish stainless. B. hoofs: Mill finish stainless. f C. Resilient Filler Exposed to View: Gray. PART 3 EXECUTION ., 3.01 EXAMINATION A. Verify that joint preparation and aFl-ected dimensions are acceptable. i•• 3.02 PREPARATION r A. Provide anchoring devices for installation and embedding under Section 03100. 1. Provide templates and rough-in measurements. 3.03 INSTALLATION A. Install components and accessories in accordance with manufact urer`s instructions. PM B. Align work plumb and level, flush with adjacent surfaces.. C. Rigidly anchor to substrate to prevent misalignment. 3.04 PROTECTION OF FINISHED WORK F43716SO5810 05810- 3 7/1112005 City of Fort W onh Eagle Moumain WTP Phase 111 Exp€rasion �. A. Do not permit traffic over•unprotected floor joint surfaces. B. Provide strippable coating to protect finish surface. END OF SECTION F43716SO5810 05810-4 7/11/2005 DIVISION 6 WOODS AND PLASTICS City of Fort W0-th Eagle Mountain W7P r Phase Ili Expansion SECTION 061 14 !' WOOD BLOCKING AND CURBING .. PART I GENERAL 1.01 SECTION INCLUDES A. Roof nailers and curbs. B. Roofing cants. C. Blocking in wail and roof openings. D. Wood furring and grounds. E. Fire retardant treatment of wood. F. Preservative treatment of wood. G. Telephone and electrical panel boards. . H. Concealed wood blocking for support of toilet and bath accessories, wall cabinets, and wood trim. A 1.02 REFERENCES A. ASTM A 1531A 153M - Standard Specification for Zinc Coating(Hot-Dip) on Iron and Steel Hardware;,2003. B. ASTM D 2898 - Standard Test Methods far Accelerated Weathering of Fire-Retardant-Treated Wood for Fire Testing; 1994(Reapproved 1999). C. ASTM E 84- Standard Test Method for Surface Burning Characteristics of Building Materials; 2004. D. AWPA C2- Lumber, Timber, Bridge Ties and Mine Ties-- Preservative Treatment by Pressure Processes; American Wood-Preservers' Association;2002. E. AWPA C20- Structural Lumber-- Fire Retardant Treatment by Pressure Processes; American Wood-Preservers' Association; 2002. F. AWPA C27- Plywood -- Fire-Retardant Treatment by Pressure Processes; American Wood-Preservers' Associations;2003. G. AWPA U 1 - Use Category System: User Specification for Treated Wood; American Wood-Preservers' Association;2003. F43716SO61 I4 06114- 1 7/1112005 w City or Fort Womb Eagle Mountain WTP Phase Il[E\pansiun W9 H. PS 1 -Construction and Industrial Plywood;National Institute of Standards and Technology (Department of Commerce); 1995. 1. PS 20 - Arnerican Softwood Lurnber Standard; National Institute of Standards and Technology(Department of Commerce); 1999. J. SPIB(GR) - Grading Rules; Southern Pine Inspection Bureau, Inc.;2002. 1.03 SUBMITTALS A. See Section 01300 - SUbmlttaIs. far submittal procedures. B. Product Data: Provide technical data on wood preservative materials. 1.04 QUALITY ASSURANCE A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies. I. Acceptable Lurnber Inspection Agencies: SPIB. 2. Lumber of other species or grades,or graded by other agencies, is acceptable provided structural and appearance characteristics are equivalent to or better than products specified. B. Plywood: Comply with PS 1. PART 2 PRODUCTS 2.01 DIMENSION LUMBER A. Grading Agency: Southern Pine Inspection Bureau, Inc. (SPIE). B. Sizes: Nominal sires as indicated on drawings, S4S. C. Moisture Content: S-dry or MC19. D. Miscellaneous Blocking, furring,and Nailers: I. Lumber; S4S, No.2 or Standard Grade_ 2. Boards: Standard or No. 3. 2.02 CONSTRUCTION PANELS A. Plywood Sheathing: PS 1, Grade C-D, Exposure 1. B. Miscellaneous Panels: 1. Concealed Plywood: PS 1, C-C Plugged, exterior grade. 2. Exposed Plywood: PS I, A-D, interior grade. 3. Electrical Cornponent Mounting: APA rated sheathing, fire retardant treated. 2.03 ACCESSORIES Fr43716SO6114 06114- 2 7/11/2005 City of Foci Worth Eagle Mounlain WTP Phase III E.xpans.ion A. Fasteners and Anchors: 1. Fasteners: Hot-dipped galvanized steel per ASTM A 153IA 153M for high humidity and treated wood locations, unfinished steel elsewhere. 2. Anchors: Toggle holt type for anchorage to hollow masonry. 2.44 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements ofAWPA U 1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. B. Fire Retardant Treatment, Exterior Type: AWPA Use Category UCFB, Commodity Specification H (Treatment C20 for lumber and C27 for plywood), chemical ly treated and pressure impregnated.. maximum game spread rating of 25 when tested in accordance with ASTM E 84 and with no evidence of significant combustion when test is extended for an additional 20 mintltes both before and after accelerated weathering test performed in accordance with ASTM D 2898; kiln dried after treatment to maximum moisture content of 19 percent for lumber and 15 percent for plywood. t C. Fire Retardant Treatment, Interior Type A: AWPA Use Category UCFA, Commodity Specification H (Treatment C20 for lumber and C27 for plywood), low temperature (Now hygroscopic)type, chemically treated and pressure impregnated, maximum flame spread rating of 25 when tested in accordance with ASTM E 84 and with no evidence of significant combustion when test is extended for an additional 20 minutes; kiln dried after treatment to maximum moisture content of 19 percent for lumber and 15 percent for plywood. D. Pressure Treatment of Lumber in Contact with Soil: AWPA Treatment C2 using waterborne preservative to 0.4 Iblctr ft retention. E. Restrictions: Do not use lumber or plywood treated with chromated copper arsenate (CCA) in exposed exterior applications subject to leaching. PART 3 EXECUTION 3.01 FRAMING INSTALLATiON A. Set members level and plumb. in correct position. B. Place horizontal members with crown side up. C. Construct curb members of single pieces. D. Space framing and Furring members 16 inches o.c. E. Curb roof openings except where prefabricated curbs are provided. Form corners by alternating lapping side members. F. Coordinate curb installation with installation of decking and support of deck openings, 1743716S i 14 06114-3 7/11/2005 City of Fora VWorth Eagle Mountain WTP Phase ili Expansion Im G. Provide miscellaneoLIS members as indicated or as regUired to support finishes, fixtures, specialty items,and trim. ^ 3,02 INSTALLATION OF CONSTRUCTION PANELS A. Sheathing: Secure with longe dimension perpendicular to framing members, with ends over ^ firm bearing and staggered, using,nails, screws, or staples. B. Install telephone and electrical panel back boards made of plywood or other acceptable structural panels at locations 'indicated. Size back hoards to be minimum 96 inches beyond size of telephone and electrical panels. END OF SECTION r F43716SO6114 06114-4 7/11/2005 i City of Fort Worih Eagle Mouniain WTP Phase iii 1~.xpansson SECTION 06410 CUSTOM CABINETS PARTI GENERAL 1.01 SECTION INCLUDES A. Plastic laininate faced cabinetwork. B. Cabinet hardware. 1.02 RELATED SECTIONS A. Section 06415 - Solid Surface Countertops. 1.03 REFERENCES A. ANSI A208.2 - American National Standard for Medium Density Fiberboard for Interior Use; 2002. S. AWIIAWMAC (QSI) - Architectural Woodwork Quality Standards Illustrated; Architectural Woodwork Institute and Architectural Woodwork Manufacturers Association of Canada; 2003. C. BHMA A156.9 - American National Standard for Cabinet Hardware; Builders Hardware Manufacturers Association;2003 (ANS IIBHMA A 155.9). D. NEMA LD 3 - High-Pre55llre Decorative Laminates; National Electrical Manufacturers Association;2000. pq E. PS I - Construction and Industrial Plywood;National Institute of Standards and Technology I (Department of Commerce); 1995. F. PS 20 American Softwood Lumber Standard;National Institute of Standards and Technology(Department of Commerce); 1999. 1.04 SUBMITTALS A. See Section 01300 - Submittals, for submittal procedures. B. Shop Drawings: Indicate materials, component profiles and elevations, assembly methods, joint details, fastening methods, accessory listings, hardware location and schedule of finishes. C. Product Data: Provide data for hardware accessories. D. Samples: Submit actual samples of architectural cabinet construction, minimum 12 inches square, illustrating proposed cabinet and shelf unit substrate and finish. 14371 G546,41 o 06410- 1 7/1)P-005 1 City of Fort Worth Eagle Mountain WTP Phase H I Expansion E. Samples: Submit actual sample items of proposed pulls, hinges, shelf standards, and locksets, dernonstr-ating hardware design, quality, and finish. 1.05 QUALITY ASSURANCE A. Perform work in accordance with A WI/AWMAC Architectural Woodwork Quality Standards Illustrated, Custorn quality, unless other quality is indicated for specific items, B. Manufacturer Qualifications: Member in good standing of the Architectural Woodwork Institute (A WI) or the Architectural Woodwork Manufacturers Association of Canada (AWMAC)and familiar with the AWIIAWMAC QSf. C. Quality Certification: Provide inspection and duality certification of completed custom cabinets in accordance with AWI/AWMAC Quality Certification Program. 1.06 MOCK-UP A. Provide mock-up of typical base cabinet, wall cabinet,and countertop, ic)cludino hardware. finishes, and pILim bing accessories. B. Locate where directed. C. Mock-up may remain as part of the Work. 1.07 PRE-INSTALLATION MEETING A. Convene not less than one week before starting work of this section. -_ 1.08 DELIVERY, STORAGE, AND PROTECTION A. Protect units frorn moisture damage. 1,04 ENVIRONMENTAL REQUIREMENTS w A. During and after installation of custom cabinets, maintain temperature and humidity conditions in building spaces at same levels planned for occupancy. PART 2 PRODUCTS 2.01 WOOD MATERIALS A. Softwood Lumber: NIST PS 20; Graded in accordance with AWIIAWMAC Architectural dw Woodwork Quality Standards Illustrated, Grade ll/Custom; average moisture content of 5-10 percent; species as recommended by manufacturer. I. Concealed Surfaces: Species Birch, poplar, or fir. 2.02 PANEL MATERIALS F43716SO6410 06410- 2 7/11/2005 City of fort Wonh Eagle Mountain WTP Phase 111 Expansion A. Concealed Surfaces: NIST PS 1 APA B-B Grade,rotary cut Douglas fir face veneer, Interior rated adhesives, core of medium density fiberboard, thickness as required. B. Medium Density Fiberboard (MDF): ANSI A208.2; type as specified in AWI/AWMAC Architectural Woodwork Quality Standards I I I Ll strated; composed of wood fibers pressure bonded with rnoisture resistant adhesive to suit application; sanded faces; thickness as required. 1. Use as backing for plastic laminate unless otherwise indicated. ■ 2.03 LAMINATE MATERIALS A. Manufacturers: 1. Formica Corporation: www.formica.corn. 2. Nevarnar Company: www.nevamar.coni, 3. Wilsonart International, Inc. www,wilsonart.com, 4. Owner reserves the right to make selections from the fiill line of manufacturer's product. No additional payment will be made forselection of custom or premium materials. B. High Pressure Decorative Larninate(HPDL.): NEMA LLQ 3, types as recommended for specific applications and as follows: i. Horizontal Surfaces: HGS, 0.048 inch nominal thickness, custom color as selected by Architect. 2. Vertical Surfaces: VGS, 0.028 inch nominal thickness,custom color as selected by Architect. + 3. Cabinet liner: CLS, 0.020 inch nominal thickness,custom color as selected by Architect. 4. Lafninate Backer: BKL, 0.020 inch nominal thickness, undecorated; for application to concealed backside of panels faced with high pressure decorative larninate. 2.04 COUNTERTOPS A. As specified in Section 05415 - Solid Surface Countertops. 2.05 ACCESSORIES A. Adhesive: Type recommended by fabricator to suit application. B. Plastic Edge Banding: Extruded PVC, convex shaped; smooth finish:self locking serrated tongue;of width to match component thickness, color to match face. C. Fasteners: Size and type to suit application. D. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; galvanized or ch ro rne-p lated finish in concealed locations and stainless steel,or chrome-plated finish in exposed locations. E. Concealed Joint Fasteners: Threaded steel. F. Grommets: Standard plastic, painted metal, or rubber grommets for cirt-outs. in color to match adjacent surface. F43716SO6410 06410- 3 711 1/2005 City of Foot Worth Eagle Mountain WTP Phase 111 Expansion 2.06 HARDWARE A. Hardware: BHMA A 156.9, types as recommended by fabricator for quality grade specified. B. Adjustable Shelf Supports: Standard side-mounted system using recessed metal shelf standards or multiple holes for pin supports and coordinated self rests, satin chrome finish, for nominal 1 inch spacing adjustments. C. Drawer and Door Pulls: "U" shaped wire pull,steel with satin finish, 4 inch centers. D. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, steel with satin finish. E. Catches: Magnetic. F, Drawer Slides: 1. Type: Full extension. 2. Static Load Capacity: Commercial grade. 3. Mounting: Side mounted. 4. Stops: integral type. 5. Features: Provide self closing/stay closed type, 6. Manufacturers: a. Accuride International, Inc: www.acCLiride.com. h. Knape& Vogt Manufacturing Company: www.kv.com. G. Hinges: European style concealed self-closing type,steel with polished finish. 1. Manufacturers: a. Hardware Resources: www.hardwareresources.com. b. Julius Blum, Inc: www.blum.coln. 2.017 SHOP TREATMENT OF WOOD MATERIALS _ A. Provide UL approved identification on fire retardant treated material. B. Deliver fire retardant treated materials cut to required sizes. Minimize field cututio 2.08 FABRICATION A. Cabinet Style: Flush overlay. B. Cabinet Doors and Drawer Fronts: Flush style. C. Drawer Constrtictioil Technique: Lock shoulder joints. D. Assembly: Shop assemble cabinets for delivery to site in units easily handled and to permit passage through building openings. E. Edging: Fit shelves, doors. and exposed edges with specified edging. Do not use more than one piece for any single length. F4.3716SO600 06410- 4 7/11/2005 a City of fort Worth Cagle Mountain WI-11 r' Phase III Expansion F. Fitting: When necessary to cut and fit on sites provide materials with ample allowance for cutting. Provide matching trim for scribing and site cutting. G. Plastic Laminate: Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Fit corners and joints hairline; secure with concealed fasteners. Slightly bevel arises. Locate counter butt joints lninimuln 2 feet from sink cut-outs. 1. Apply laminate backing sheet to reverse side of plastic laminate finished surfaces. 2. Cap exposed plastic laminate finish edges with material of same finish and pattern. H. Mechanically fasten back splash to countertops with steel brackets at 16 inches on center. PART 3 EXECUTION 3.01 EXAMINATION A. Verify adequacy of backing and su3p01-1 framing. B. Verify location and sizes of utility rough-in associated with work of this section. 3.02 INSTALLATION A. Set and secure custom cabinets in place,assuring that they are rigid, plumb, and level. B. Use fixture attachments in concealed locations for wall mounted components. C. Use concealed joint fasteners to align and secure adjoining cabinet units. D. Carefully scribe casework abutting other components,with maxilnLlm gaps of 1132 inch. Do not use additional overlay trim for this purpose. E. Secure cabinets to flour using apNI-u riate an les and anchorages. F. Countersink anchorage devices at exposed locations. Conceal with solid wood plugs of species to match surrounding wood; finish flush with surrounding surfaces. 3.03 ADJUSTING A. Adjust moving or operating parts to function smoothly and correctly. 3.04 CLEANING A. Clean casework, counters, shelves. hardware, fittings, and fixtures. END OF SECTION F43716SO6410 06410- 5 7111/2005 City of Fon Worth Eagle Mountain WTP as Phase Ill Expansion SECTION 06415 SOLID SURFACE COUNTERTOPS PART ] GENERAL 1.01 SECTION INCLUDES t~ A. Solid Surfacging for countertops and windowsills. 1.02 RELATED SECTIONS A. Section 05410- Custom Cabinets. 1.03 REFERENCES A. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials;2004. B. ISSFA-2-Classification and Standards for Solid Surfacing Material; International Sol id Surface Fabricators Association; 2001 (2002) C. NEMA LD 3 - High-Pressure Decorative Laminates; 2000. 1.04 SUBMITTALS A. See Section 01300- Submittals, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recolnrnendations. 2. Storage and handling requirements and recommendations. 3_ Specimen warranty. C. Shop Drawings: Complete details of materials and installation; combine with shop drawings of cabinets and casework specified in other sections. D. Selection Sarnples: For each finish product specified,color chips representing manufacturer's full range of available colors and patterns. E. Verification Samples: For each finish product specified, minimum size 6 inches s hare, representing actual product, color, and patterns. F. Test Reports: Chemical resistance testing, showing compliance with specified requirements. G. Maintenance Data: Manufacturer's instructions and recommendations for maintenance and repair of countertop surfaces_ 1.05 QUALITY ASSURANCE F43716SO6415 06415 - 1 7/11/2005 City of Fort Worth Eagle Mountain WTP Phase 111 Expansion A, Fabricator Qualifications: Same fabricator as for cabinets on which tops are to be installed. 1.06 DELIVERY, STORAGE. AND HANDLING *' A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 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. PART 2 PRODUCTS 2.01 COUNTERTOP ASSEMBLIES A. Solid Surfacing: Solid surfacing sheet or plastic resin casting self-supporting over structural members. 1. Flat Sheet Thickness: 314 inch, minimum. 2. Solid Surfacing Sheet and Plastic Resin Castings: Complying with 1SSFA-2 and NEMA LD 3; acrylic or polyester resin, mineral filler, and pigments; homogenous, non-porous and capable of being worked and repaired using standard woodworking tools; no surface coating; color and pattern consistent throughout thickness. a. Surface Burnin- Characteristics: Flame spread 25, maximum;smoke developed 454, maximurn; when tested in accordance with ASTM E 84. b. NSF approved for food contact. c. Finish on Exposed Surfaces: Matte, gloss rating of to 20. d. Color and Pattern: To be selected from manufacturer's full fine. No additional payment will be made for selection of premium or custom materials. e. Manufacturers: 1) Dupont: www.corian.com. 2) Formica Corporation: www.forrnica.corn. 3) Wilsonart International, Inc: www.wilsonart.com, 3. Other Components Thickness: 112 inch, minimum. 4. Exposed Edge Treatment: Built up to minimurn 1-114 inch thick; square edge. 5. Back and End Splashes: Same sheet material, square top; minimum 4 inches high. 6. Skirts: As indicated on drawings. 2.02 ACCESSORY MATERIALS A. Adhesives: Chernical resistant waterproof adhesive as recommended by 1111anufacturer of materials being,joined. B. Cove Molding;for Top of Splashes: Rubber with semi-gloss finish and T-spline to fit between splash and wall; 1/2 inch by 112 inch;color as selected. F43716SO6415 06415 - 2 7/11/2005 City of Fort Worth Eagle Mountain WTP Phase Illi Expaosion C. Joint Sealant: Mildew-resistant silicone sealant, white. 2.03 FABRICATION A. Fabricate tops and splashes in the largest sections practicable, with top surface of joints flush. Ir 1. Join lengths of tops using best method recommended by manufacturer. ?. Fabricate to overhang fronts and ends of cabinets I inch except where top butts against cabinet or wall. 3. Prepare all cutouts accurately to size, replace tops having improperly dimensioned or unnecessary cutouts or fixture holes_ h. B. Provide backend splash wherever counter edge abuts vertical surface unless otherwise indicated. 1. Secure to countertop with concealed fasteners and with contact surfaces set in waterproof glue. 2. Height: 4 inches, unless otherwise indicated. C. Solid Surfacing: Fabricate tops up to 144 inches long in one piece;join pieces with adhesive sealant in accordance with manufacturer's recommendations and instructions. D, Wall-Mounted Col17ters: Provide skirts, aprons, brackets, and braces as indicated on drawings, finished to match. t` 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. r C. Verify that wall surfaces have been finished and mechanical and electrical services and outlets are installed in proper locations. 3.02 PREPARATION A. Clean surfaces thoroughly prior to instal lati on. r 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. Securely attach Countertops to cabinets using concealed fasteners. Attache wiirdowsills to windowsill framing. Make flat surfaces level; shim where required. B. Seal joint between back/end splashes and vertical surfaces. ;'43716SO6415 06415 -3 7/1 11-005 r City of Fort Worth Eagle Mountain WTP Phase)H Expansion 1. Where indicated use rubber cave molding. 2. Where applied cove molding is not indicated use specified sealant. 3,44 CLEANING AND PROTECTION A. Clean surfaces thoroughly, B. protect installed products until completion ofproject. C. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION i V� F43716SO6415 06415 -4 713 113005 City of Fort Worth Fagle Mountain WTP Phase ill Expansion SECTION 06611 FIBERGLASS REINFORCED PLASTIC(FRP) FABRICATIONS PART 1: GENERAL 1.01 SUMMARY A. Section Includes: Fiberglass reinforced plastic fabrications including: 1. Weirs, 2. Stop plates. 1 Parshall flume liners. 4. Grating and stair treads. 5. Stairs and elevated platforms. 6. Covers. 7. Troughs. B. Related Sections: 1. Section 01600 - Product Requirements. 2. Section 01612 -Seismic Design Criteria. 3. Section 011614-Wind Design Criteria. 4. Section 05120 -Structural Steel. 5. Section 06522 - Fiberglass Reinforced Plastic Composite Sandwich Core Covers. 6. Section 06612 -Fiberglass Structural Baffle Panels and Columns. 7, Section 06616-Fiberglass Reinforced Plastic Handrail. S. Section 07900 -Joint Sealers. 1.02 REFERENCES A. American National Standards Institute/NSF International(ANSUNSF): 1. ANSUNSF Standard 61 -Drinking Water Treatment Chemicals-Health Effects. B. American Society for Testing and Materials(AS-174): I. D 635 -Standard Test Methods for Rate of Burning and/or Extent andTime of Burning Plastics in a Horizontal Position. 06611 F 071005 gis 06611-1 7/15/2005 City of Fort Wanh Eagle Mountain WTP Phase IN Expansion 2. E 84- Standard Test Method for Surface Burning Characteristics of Building Materials. - C. International Code Council (TCC): I. International Building Code,2003 Edition(TBC 2003). 1.03 SUBMITTALS - A. Product Data: I. Manufacturer's catalog cuts describing materials and configurations for products specified. 2. Data on resins and chemical resistance to materials specified. 3. For structurals,grating and stair treads, include manufacturer's loading and deflection tables for spans required. B. Shop Drawings- l General; a, Detailed fabrication and erection drawings for products specified. b. Indicate sizes,profiles, connections, reinforcing, anchorage;size and type, of fasteners and accessories. c. Include with submittal a cover letter identifying any changes to requirements in the Contract Documents. d. Submit three copies of drawings as specified in Section 013+00. One copy shall be in reproducible format acceptable to Engineer. e. Clearly indicate portions of project covered by each submittal. Identify locations of - fabrications in the work with references to Contract Drawing and Typical Detail numbers. f. Drawings that, in Engineer's opinion,are not sufficiently clear or complete will be rejected, and a resubmittal will be required. Such determination shall be solely at the discretion of Engineer. Rejection may be with or without review. g. Review of Shop Drawings will be limited to general compliance with the Contract Documents. Approval of shop drawings shall not relieve Contractor of responsibility for supplying all materials required by Contract Documents,nor of responsibility for - proper fit of members. 2. Elevated Platforms and Stairs: a. Fabrication and erection drawings showing full details of construction and bearing the seal and signatui-e of a licensed professional engineer,qualified in the design of FRP structures of the type proposed,registered in the state where the work will be constructed, and who is in responsible charge of the design. 06611 F 071005 gls 06611-2 7115/2005 City of Fort Worth Eagle Mountain WTP Phase M Expansion b. Indicate structure and component dimensions with locations and types of structural framing. c. Identify all loads from platforms and stairs to the supporting structure. Submit proposed anchor boll patterns and indicate minimum embedment and concrete side cover required to anchor bolts. 1) For design of anchor bolts,assume minimum.specified 28-day compressive strength of concrete(f c) of 4000 psi, and minimum masonry compressive strength (f'm)of 1350 psi. C. Design Data: I. For elevated platforms and stairs, two sets of design calculations bearing the seal and signature of a licensed professional engineer registered in the state where the structure will be constructed and who is u1,responsible charge of the design.Calculations will be submitted for record purposes only, and receipt of them shall not create any obligation of Engineer to review material contained therein. 2. P.E. Certification Form as provided in Section 01300. D. Closeout Documents: 1, Operation and maintenance data for FRP fabrications. _ 2. Warranties as specified herein. 1.04 QUALITY ASSURANCE A. Qualifications: I. Manufacturer. Recognized manufacturer of FRP fabrications with not less than 5 years experience in design and production of the products required for the work. 7. Engineer. Individual in responsible charge of design for elevated platforms and stairs shall be a licensed professional civil or structural engineer holding current registration in the state where the wort:will be constructed. B. Regulatory Requirements; 1. See"Design Criteria"specified in fart 2 for each product. 1.05 DELWERY, STORAGE, AND HANDLING A. Pack,ship, handle and store all components to prevent damage or deformation. B. Deliver materials in manufacturer's original packaging with seals unbroken and manufacturer's identification labels intact. C. Stack materials off the ground and on platforms or pallets with carton or part numbers visible. Cover with weather-tight ventilated veering. Slope materials and covers so any accumulated 06 61 1 F 071005 gls 06611-3 7151"2065 City of Port Worth Eagie Mountain WTP Phase III Expansion moisture will drain freely. Protect materials from staining due to contact with ground,weather,or other materials. 1.06 SEQUENCING A. Coordinate installation of FRP fabrications with completion of supporting and surrounding structures, and with installation of protective coatings and equipment. 1.07 WARRANTY A. Provide warranty on materials and workmanship for a period of 2 years following the date of Substantial Completion. Make necessary repairs without additional cost to Owner during that period. B. Provide warranty of fabrications against staining, chalking, and deterioration from ultraviolet light, weather, and chemical exposures expected for this project. Warranty shall continue for a period of at least 10 years following the date of Substantial Completion. PART 2: PRODUCTS 2.01 STRUCTURAL SECTIONS A. Manufacturers: One of the following or equal. 1. Strongwell lxtren: Series 525 or 625.. B. Materials: 1. Structural shapes and plate fabricated from premium grade polyester or vinyl ester resin with fire retardant additives to meet Class l flame rating of ASTM E 84 and the self- extinguishing requirements of the ASTM D 635. 2. Ultraviolet Stabilizer: Added to the exterior surface coat of fabrications intended for outdoor service. 3. Color: Grey(unless otherwise required for chemical resistance). C. Design Criteria: 1. Loads: Design to loads induced by tributary areas of grating and stair treads,or as indicated on the Drawings. Reduction of load based on tributary area is not allowed. 2. Deflections: Design to support loads with live load deflection of not more than 11364th of the span,but not more than 114 inch. 3. Chemical Resistance:Resistant to the following chemicals in incidental(less than 96 hours immersion)exposure: 06611 F 071005&Is 06611-4 7/192005 City of Fort Wo[th Eagle Mountain WT? Phase tit Expansion a. Chemical Storage Area and Chemical .Pump Area(Area "E". 1) 50% ferric sulfate. 2) 50%aluminum sulfate. 3) 40%sodium hydroxide. 4) 24%hydrofluosilic acid. b. Chlorine/Arnrnonia BLilding(Are "F"): 1) 100%elemental chlorine gas. 2) 3.5% solution hypochlorous acid. 3) 100%anhydrous ammonia(gas). 4) 40% solution sodium hydroxide. D. Fabrication 1_ Structurals shall be glass fiber reinforced polyester or vinyl ester resin matrix, with resin to glass ration of approximately 50 percent.Outer-most layer covering exterior surfaces shall be synthetic surface veil. Longitudinal strength shall be provided by internal glass strand rovings, and transverse strength provided by continuous strand mats. 2. Fabricate structural members using pultrusion process. 2.02 GRATING AND STAIR TREADS A. Manufacturers: One of the following or equal: 1. IKG Industries, Nashville,TN: Irving. 2. AFC, Inc.,Division of Strongwell, Chatfield, MN: Duradek. B. Materials: 1. Core: Unidirectionally aligned glass fibers. 2_ Mat: Submit standard corrosion liner. 3. Veil: Submit standard corrosion liner. 4. Ultraviolet Stabilizer: Added to the exterior surfaces in the type and amount recorrt,-nended by the resin manufacturer. 5. Resin: Fire retardant premium vinyl ester,antimony trioxide or pentoxide added to meet Class I flame spread rating of ASTM E 84 and self-extinguishing requirements of ASTM D 625. 066 1 1 F 071005 s> 06611-5 7115/2005 City of Fort Worth Eagle Mountain WTP Phase fil Expansion 6. Manufacturer: One of the following or equal as recommended by the resin manufacturer for the specific operating environment: a. Dow Derakane 530. b. Ashland Hetron 492. c. Interplastic VE 8400. d. Reichhold Dion VER 9300FR. 7, Color: Grey or as indicated on the Drawings unless otherwise required for chemical resistance. 8. Anti-slip Coating: Permanently bonded grit of selected color. C. Design Criteria: 1. Deflection and Concentrated Load:Maximum 0.15 inches at span of 48 inches under concentrated load of 250 pounds. t 2. Deflection and Uniform Distributed Load: Callable of carrying uniform distributed load of 100 pounds per square foot on simple span without deflecting more than 11360th of the span or 0.25 inches maximum. 3. Open area of minimum 50 percent. 4. Chemical Resistance: Resistant to the following chemicals in incidental (less than 96 hours immersion)exposure: a. Chemical Storage Area and Chemical Pump Area (Area "E": E) 50% ferric sulfate. 2) 50%aluminum sulfate. 3) 40% sodium hydroxide. 41) 20%hydrofluosilic acid. b. Chlorine/Ammonia Building(Are "F"): 1) 100%elemental chlorine gas. 2) 3.5% solution hypochlorous acid, 3) 100%anhydrous ammonia (gas). 4) 40% solution sodium hydroxide. 06611 1"0710005grs 06611-6 7/15/2005 City of Fon Worth Eagle Mountain WTP Phase 111 Expansion D. Components: 1. Bearing Bars: 1-bars,2-inch high, spaced at 1-3/16 inches on center. 2. Cross Bars: Minimum.318-inch diameter spaced at maximum 4 inches on center. 3. Hold Downs,Connectors, and Accessories: FRP or Type 316 stainless steel as recommended by grating manufacturer for the application. • B. Fabrication: 1. Produce grating bearing and cross bars by pultrusion process. Do not use hand lay-up construction methods. 2. Coat ends of grating with resin. 3, Fabricate single sections for each span. Do not clamp 2 or more grating sections together within spans, 4. Type 316 Stainless Steel Plates and Angles at Openings: a. Install 513-inch thick plate or angle where required to fill openings at changes in elevation and at openings between equipment and grating. b. Install angle stops at ends of grating to prevent grating from sliding. 5, Maximum 1/8-inch clearance allowed between ends of grating and inside face of vertical leg of support angles. 6, Cutouts: a. Provide where required for equipment access or penetrations, including valve operators, stems,and gate frames. b. Seal cut edges with resin. 2.03 STAIRS AND PLATFORMS A. Manufacturers and materials: 1. Assemble stairs and elevated platforms from FIU structurals, grating and stair treads as specified herein,and using FRP handrails as specified in Section 46616. B. Design Criteria: 1. Conform to the requirements of IBC 2003 and the following provisions. 06611 F 071005 gls 06611-7 7n 5 2005 City of Fort Worth Eagle Mountain WTP Phase 131 Expansion 2. Layout.- a. ayout;a. Platforms: Dimensions and locations as shown on the Drawings. b. Stairs: 1) Minimum clearance between rails and stringers: 36 inches unless otherwise noted. 2) Rise and run: a] Risers: not less than 4 inches nor more than 7 inches. Maximum distance between risers of 114 inch. b) Treads: 11 inches measured horizontally between vertical praiections of adjacent planes or nosings. 3. Loading Criteria: a. Reduction of loads based on tributary area is not permitted. b. IBC Building Classification: Category III (toxic materials). c. Floor Live Load: 17 Minimum 100 pounds per square foot or 300 pound load distributed over a 2 square foot area and placed so as to produce maximum stress. d. Seismic Load: In accordance with Section 01612. e. Wind Load: In accordance with Section 01614(exterior structures only). 4. Deflection Limits: As specified for structurals and for grating and stair treads. — C. Fabrication. 1. As specified for individual components unless otherwise noted. 2. Fasteners: Type 316 stainless steel unless otherwise noted. PART 3: EXECUTION? 3.01 EXAMINATION A. Verify that conditions are satisfactory for installation of products as specified in Section 01600- 3.02 ERECTION AND INSTALLATION, GENERAL A. Install products where indicated on the Drawings in accordance with manufacturer's printed instructions. 06611 f 071005 gts 06611-8 7/15/2005 City of Fort Worth Eagle Mountain WTP Phase III Expansion 3.03 GRATING AND STAIR TREADS A. Support FRP grating on FRP shapes indicated on the Drawings: 1_ Horizontal leg of bearing surface shal I be 2 inches minimum. 2. Allow 118-inch maximum clearance between ends of grating and vertical face of supporting shape. 3. Installed grating shall not slide of rebate or support. B. Top surfaces of grating sections adjacent to each other, and of supporting shapes, shall lie III the same plane. C. Provide FRl? plate or ankles 'where necessary to fill openings at changes in elevation and at openings between equipment and grating. 3.04 STAIRS AND PLATFORMS A. Fasters to concrete with Type 316 stainless steel anchor bolts as specified in Section 05120 unless otherwise noted. BIND OF SECTION 0'6611 F 071 QO5 g1s 06511-9 71192005