WA9301-CN 970324 SPECIFICATIONS
FORMS OF CONTRACT AND BONDS
FOR
COPPELL 2 METERING STATION
CONTRACt NO. 94-81
WATER UTILITIES DEPARTMENT
CITY OF DALLAS, TEXAS
MINORITY/WOMEN OWNED BUSINESS PARTICIPATION
It is the goal of the City of Dallas that a certain percentage of ~vork under each
contract will be done by one or more M/WBEs. Following are the amended goals adopted by Council
resolution on May 26, 1993 for construction contracts: (Interim goals have amended the following goals.
See * NOTICE * at the end of this page):
Mriean American
Hispanic American
Asian American
Native American
Women Business Enterprise
22.6%
8.7%
1.4%
0.3%
4.3%
While minority business participation may vary from time to time and in accordance with the nature or
procurement and the availability of minority enterprises in that line of work, the City of Dallas believes the
goals to be realistically obtainable.
The successful BIDDER must submit the following forms within (15) working days
from the date of request for information letter.
1. Contractor's Good Faith Effort Documentation
2. Schedule of Work and Subcontractor/Supplier Participation
3. MJWBE Contract Documentation Form
Any firm listed as M/WBE must be certified by the North Central Texas Regional
Certification Agency (N.C.T.R.C.A.), (817) 640-0606. A list of minority/women owned business enterprises
or other information or assistance can be obtained from the Office of Minority Business Opportunity
(OMBO), City Hall, 4DN, 1500 Marilia Street, Dallas, Texas, (214) 670-3346.
* NOTICE *
The Council has approved the following interim M/WBE goals, replacing the above goals, in effect until May
14, 1997.
African American
Hispanic American
Asian American
Native American
Women Business Enterprise
14.17%
6.17%
1.66%
0.33%
2.67%
WORK WITH OWN
FORCES
Where a con~mc:or indic=tas lower .WWBE participation than the City of Dallas typically sees for similar
projects and the contractor is indicating there are limited subcontracting oppodunities as a result of
the contractor perfonTting the remaining work with their own forces as their normal business practice,
the following information may be deemed adequate documentation.
For each previous project
Name of Project
Location
Contracting Agency
Description of work performed
For each specific item of work (i.e. hauling, concrete pavement, pipe installation, etc.)
Work Force
Documentation showing name and job classifications,
Which individuals actually performed the work?
If individuals were classified other than what the work called for,.why? (i.e.
pipelitter performing concrete finishing work
List of extra individuals hired to do this work (temporary, day laborers, etc.)
Is the same work force to be used on this project?
Note: Ir additional personnel are required, an MRVBE subcontracting opportunity
exists. This includes, but is not limited to, MRVBE temporary personnel agencies,
subcontractors, and suppliers,
Equipment
List equipment required for that specific item of work. Did the contractor own
the equipment? Is it available for use on this job?
Note: If equipment was rented, is not available for this job or if additional equipment
will be required, an M/WBE subcontracting opportunity exists. This includes, but is not
limited to, equipment rental or purchase from M/WBE firms.
Verification:
The contractor must provide written verification from a representative of the
contracting agency with knowledge of the project verifying that the contractor did
perform the work stated with its own forces,
For each area where specific work was subcontracted on previous jobs but the intent is to use the
contractor's own forces for the proposed job:
Reason for change in practice
If work load, provide documentation to prove
If new responsibilities for crews, provide documentation on training or reclassilication,
etc.
Note: Documented previous poor performance on the part of a subcontractor is a legitimate
reason not to use that padicular subcontractor again but does not eliminate the need to contact
other qualified MNVBE firms for that work item.
January 12,,1995 (5:11pm)
Contractor's Good Faith Effort Documentation
Project Name:
Name and Address of Contractor:
CITY OF DALLAS
Summarize the planned M/WBE City Goals for
participation for the pn3ject by ethnic
group in the ruble below. Construction
African American 14.17
Hispanic American 6.17
Asian American 1.66
Native American 0.33
WBE 2.67
Planned M/M/BE
Participation
Agenda Date:
Item #:
Contract Amount:
Total M/WBE
Subcontract Amo,unt:
Total M/V/BE
The undersigned bidder hereby assures that our firm will meet or exceed established City M/WBE goals
or demonstrate and document a Good Faith Effort to comply with the City of Dallas Minority and Women-
owned Business Enterprises Program in subcontract awards.
SIGNATURE TITLE DATE
Determination of good faith efforts requires full knowledge of all of the facts involved. The City's decision
concerning the adequacy of the bidder' s/proposer's good faithefforts mustbe documented in a satisfactory manner
in its files. The bidders/proposers must have exerted efforts that were of an intense, aggressive and sincere nature
for the specific project far beyond any simple paper work exercise to demonstrate a good faith effort in achieving
the goal.
The Contractor and the Departmental M/WB E Coordinator must respond The Contractor Dept M/WBE
to these questions in the appropriate column ONLY. Attach additional Coordinator
sheets, if neccessary. Yes No N/A WP Ref,
l.) Did your firm attend a City pre-bid conference? [~ ~l ~l
Comments:
2.) Were bid documents reviewed for the purpose of identifying subcon-
tracting opportunities including opportunities for M/WBE firms?
Comments:
3.) Was the contract broken down into economically feasible units to
facilitate M/WBE participation?
Comments:
Objective Criteda
Contractor's-Good
"Hie Contractor attd tile Departmenh'd MFWBE Coordinator must respond
to' these questions in the appropriate column ONLY. Attach additional
siteeLs, ir neccessary.
4.) What methods were used to ideadry potential M/'WBE sub-contractors'/
a.) Industry relationships;
b.) North Central Texas Regional Certification Agency's List;
c.) Adverdsementingene:ralcimula~onmedia, tradepublicationsorminority
focus media; (If so, please list name/date of publication or aUach copy.)
d.) Phone conversations with potential minority sub-contractors;
e.) Written notices sent to certified M/WBEs;
f.) Conversations with City staff; or
h.) Other. (If so, please explain fully and provide the appropriate documentation.)
Comments:
Faith Effort Documentation
The Coiltractor '
0
0
0
0
0
0
Dept M/WBE
Coordinator
WP Ref.
5.) Type of information provided to M/WB E firms contacted.
a.) specifications;
b.) scope of work;
· c.) project schedule; or
d.) equipment requirements.
Comments:
0 0 0
0 D
0 0 0
6.) If M/WBE's bids were rejected as unqualified, what investigation of
their capabilities was performed?
Comments:
0 0 0
7.) Describe efforts, if any, made to assist interested M/WBEs in obtaining:
a.) bonding,
b.) lines of credit, or
e.) insurance as required by the City or contractor?
Comments:
8.) Describe efforts, if any, made to assist M/WB Es in obtaining necessary:
a.) equipment,
b.) supplies,
c.) materials, or
d.) other related assistance or services?
Comments:
Attach Io tills form n complete list of all M/WIlE firms contacted and indicate whether th
firms were contacted prior to or after the bid opening date.
ObJecHve Crl(erh
,, , ~1. " 1 [ [ "'
~m T 'I '[
INDEX TO SPECIFICATIONS
ADVERTISEMENT FOR BIDS
PART A - INFORMATION TO BIDDERS
SECTION
A1.
A2.
A3.
A4.
A5.
A6.
A7.
A8.
A9.
A 10.
All.
Time and Place for Receiving Proposals
Location and description of Project
Special Provisions
Bid Items
Minimum Wage Schedule
Proposal Tabulation
Time
Specifications
Addenda
Good Faith Effort Plan
Minority/Women Business Enterprise Program
Drug-Free Jobsite
on City Construction Projects
PART T - TECHNICAL SPECIFICATIONS
CONTRACT BONDS AND FORMS
INFORMATION TO BIDDERS
ADVERTISEMENT FOR BIDS
Sealed bids clearly identified on the envelope for "COPPELL 2 METERING STATION". ~ONTRACF NO.
94-81, as detailed on Water Utilities plans and as described in the contract specifications, will be received
in the Office of the Purchasing Agent of the City of Dallas until 1:30 p.m. on Thursday May 1. 1997 and
will be publicly opened and read by the Purchasing Agent at 2:00 p.m. on the same day in the Office of the
Purchasing Agent, 1500 Marilia Street, 3/F/S, Dallas, Texas 75201.
Plans and specifications~nay be examined and obtained at Dallas Water Utilities, 320 East Jefferson Blvd.,
Room 215, Dallas, Texas 75203, (214) 948-4584, after April 10. 1997. There is no charge for the first set
but any additional sets must be purchased for $10.00 per set, non-refundable.A charge of $10.00 per set will
be required if U.S. postage is requested. Arrangements can be made by Bidder for an alternate delivery
method at no expense to the City.
There will be a pre-bid conference held on Tuesday, April 22, 1997 @ 10:00 AM @ 2121 Main Street, Suite
300 Training Room, Dallas, Texas 75201.
Cashier's check or acceptable bidder's bond, payable to the City of Dallas in an amount of not less than five
percent of total bid submitted must accompany bid. City reserves the right to reject any or all bids. All
Bidders will be required to comply with Chapter 15B, Equal Opportunity Contract Compliance,,?f the Dallas
City Code.
It is the goal of the City of Dallas that certain percentage of work under each contract will be done by one
or more M/WBEs. Following are the amended goals adopted by Council Resolution on May 26, 1993 for
Construction Contracts: (Interim goals have amended the following goals. See * NOTICE * below):
African American
Hispanic American
Asian American
Native American
Women Business Enterprise
22.6%
8.7%
1.4%
O.3%
4.3%
* NOTICE *
The Council has approved the following interim M/WIlE goals, replacing the above goals, in effect until May
14, 1997:
African American 14.17%
Hispanic American 6.17%
Asian American 1.66%
Native American 0.33%
Women Business Enterprise 2.67%
Plans and specifications are also available for examination at the following locations:
Construction Assistance Center
(D-FW M.B.D.C.)
2720 Stemmons Freeway
1000 Stemmons Tower South
Dallas, TX 75207-2212
(214)630-0747
McGraw-Hill Companies, Inc.
F. W. Dodge Division
1341 W. Mockingbird Lane, Suite ll01-E
Dallas, Texas 75247-4943
(214) 688-5012
FAX (214) 688-5003\688-5004 (Planroom)
Texas Contractor
2510 National Drive
Garland, TX 75041
(972) 271-2693
Americas Company
4320 North Belt Line Rd., Suite A102
Irving, TX 75038
(800) 544-2156
FAX (800) 358-2266
AGC Plan Room
11111 Stemmons Freew.ay
Dallas, Texas 75229 s
(214) 484-2030
FAX (214) 484-1442
The successful Bidder will be required to furnish a Payment Bond and a Performance Bond, each in an
amount equal to 100 percent of the Contract Price. Insurance shall be furnished according to Item 1.26 of
the Dallas Water Utilities Addendum to North Central Texas Standard Specification for Public Works
Construction.
No proposal may be withdrawn within a period of 150 days after the date fixed for opening proposals.
NOTE:
YOU DO NOT HAVE TO BE A M/WBE FIRM TO UTILIZE THE
CITY OF DALLAS SPONSORED SURETY SUPPORT PROGRAM
All individuals or firms needing assistance with bid preparation, M/WBE participation, Bid Bond,
Performance Bond, Payment Bond or Insurance may call 948-4060.
SPECIHCATIONS
AND
FORMS OF CONTRACT AND BONDS
FOR
COPPELL 2 METERING STATION
CONTRACT NO. 94-81
PART A - INFORMATION TO BIDDERS
A1.
TIME AND PLACE FOR RECEIVING PROPOSALS
Sealed proposals will be received in conformity with the official advertisement inviting
bids for the project. Proposals will be received at the Office of the Purchasing Agent of the City of Dallas,
Texas as specified in the Advertisement for Bids.
A2.
LOCATION AND DESCRIPTION OF PROJECT
This project consists of construction of a new Coppell 2 Metering Vault located on
the site of City of Coppell Village Parkway Pump Station which is located on Kimbel Kourt Road at Village
Parkway. Also included are pipeline modifications consisting of installation of two (2) pressure reducing
vaults and construction of approximately 150 linear feet of 42-inch RCCP Water pipe and approximately 92
linear feet of 24-inch RCCP water pipe along Sandy Lake Road.
For details of location and construction see Map 685W-676C plan-profile sheets 1,
2 and Map 681Q-18A.2 sheets 1 thru 15 and sheet 18 and the applicable Standard Appurtenance Sheets.
CONTRACT NO. 94-81 P I OF 20 PART A - INFORMATION TO BIDDERS
]']It ~ ] "["
Pipeline Modifications
MAPSCO 1B S
Dl157
dallas water
utilities
Contract No, 94-81
Coppell 2 Metering Station
project
Locations
A3.
S-1
S-2
S-3
S-4
S-5
SPECIAL PROVISIONS
ETHNIC COMPOSITION
All bidders are required to submit a completed Work Force Statement (included in the
proposal book.) The Work Force Statement details the breakdown of employee statistics by
race and sex.
EXPERIENCE RECORD
The Low Bidder may be required to submit a completed experience record questionnaire to
be included in the proposal book. The record must reflect the firm's experience in work of
the same nature and similar magnitude as that of the project for which bids are being
received. Such experience must have been on projects completed within the last three (3)
years. Resumes of key personnel to be assigned to the project must be provided with current
project assignments listed.
There shall be no currenf litigation against the City by the Contractor or by the City against
the Contractor.
NOTIFICATION OF CONSTRUCTION OPERATIONS
INSPECTION of work associated with water and wastewater facilities will be by the Water
Facilities Project Management Division of the Dallas Water Utilities. Inspection Personnel
will be on-site for notification regarding inspection.
STAKING of work associated with water and wastewater facilities will be the responsibility
of the Contractor and coordinated by the Water Facilities Project Management Division of
Dallas Water Utilities.
POST CONSTRUCTION CONTRACTOR AND SUBCONTRACTOR/SUPPLIER
EVALUATION
The Contractor will be evaluated by the Owner. The completed form will be submitted for
the Contractor's signature prior to final payment.
The Contractor shall evaluate each Subcontractor and Supplier. The evaluation(s) will be
furnished to the Owner prior to payment of the final estimate.
Examples of the evaluation forms are available at 2121 Main Street, Suite 300,
Dallas, Texas 75201.
SAFETY RECORD
All contractors bidding on the City of Dallas projects must submit a notarized affidavit with
their bid attesting to their safety record.
CONTRACT NO. 94-81 P 3 OF 20 PART A - INFORMATION TO BIDDERS
S-6
S-7
The Contractor must provide safety records from the Dallas OSHA Office or the local
OSHA Office in which the firm is located..The Contraetor's safety record may not reflect
penalties for six (6) or more serious violations, none of which may be repeat violations, nor
may it reflect three (3) or more willful violations, none of which may be repeat violations,
within three (3) years preceding award. This information will be considered in determining
the responsibility of the Bidder for purpose of award.
SUBCONTRACTS
In accordance with Item 1.46 of the Standard Specifications, all subcontractors must be
approved by the Owner. Special attention should be given to a portion of this Item which
states 'Upon request of the Owner, the Contractor shall promptly furnish additional
information tending to establish any proposed subcontractor has the necessary facilities, skills,
integrity, past experience and financial resources to perform the work in accordance with the
terms and conditions of this Contract~.
The Contractor must submit, with the request for approval of a subcontractor, the location,
within the Dallas-Fort Worth Metroplex area, of at least three contracts where the
subcontractor has performed construction similar to the construction outlined in this contract.
A point of contact by name, agency, telephone number, and address of the. contracting
agency must be furnished for each of the referenced contracts.
If required by the Owner, the subcontractor will accompany the Owner's representative on
the examination of the reference's work.
SUBCONTRACTOR MONTHLY PAYMENT
Your attention is directed to Paragraph 1.46.1 of the Dallas Water Utilities Addendure to
the North Central Texas Specifications for Public Works Construction that requires the
Contractor to submit to the Owner a Statement of Payment to Subcontractors PRIOR to the
PAYMENT OF ANY ESTIMATE.
CONTRACT NO, 94-81 P 4 OF 20 PART A - INFORMATION TO BIDDERS
S-8 SUBMIT'FAL~
S-9
S-IO
S-11
The Contractor is required to furnish written SUBM1TFALS as outlined'in Sectibn 01300,
The following additional information is required with estimates:
Monthly Estimate
CONTRACTOR AFFIDAVIT OF SUBCONTRACTOR/SUPPLIER PAYMENT
MATER/AL ON HAND (if applicable)
SUBCONTRACTOR/SUPPLIER AFFIDAVIT
CONTRACTOR'S PAYROLL
NEIGHBORHOOD JOB OPPORTUNITIES FORM
INSPECTOR'S OVERTIME FEE PAID
Final Estimate
CONTRACTOR AFFIDAVIT OF SUBCONTRACTOR/SUPPLIER PAYMENT
POST CONSTRUCTION CONTRACTOR EVALUATION
REI-EASE OF CLAIMS (if applicable)
M/WBE SUBCONTRACTOR/SUPPLIER EVALUATION(S) -.
INSPECTOR'S OVERTIME FEE PAID
PAYMENT SCHEDULE FOR SUBCONTRACTORS
Prior to initial contract payment, the Contractor shah provide his anticipated payment
schedule for each subcontractor listed on Schedule of Work and Subcontractor/Supplier
Participation at the 25%, 50% and 75% payment levels of the contract. During construction,
if payments to any subcontractor are not meeting the schedule as expected, an explanation
must be submitted prior to payment of estimate.
PRE-BID CONFERENCE
There will be a prebid conference held on Tuesday, April 22, 1997 @ 10:00 AM @ 2121
Main Street, Suite 300 Training Room, Dallas, Texas 75201.
PRE-BID INOUIRIES
Pre-bid inquiries shall be directed to:
Ms. Jennifer Cottingham, P.E.
Project Manager
Water Facilities Project Management
2121 Main Street, Suite 300
Dallas, Texas 75201
Phone (214) 948-4563
FAX (214) 948-4551
CONTRACT NO. 94-81 P 5 OF 20
PART A - INFORMATION TO BIDDERS
S-12 PRE-BID INSPECTION
S-13
Pre-bid inspections shall be directed to:
Mr. Matt Cast
Superintendent of Public Services, City of Coppell
732 De Forest Road
Coppell, Texas 75019
Phone (972) 304-3545
STORMWATER POLLUTION PREVENTION
PERMIT: As defined in the federal regulations, a National Pollutant Discharge Elimination
System (NPDES) permit is required for construction activities that result in the disturbance
of more than five acres of total land. The contractor is responsible to obtain the permit.
Permitting information and requirements may be obtained from EPA Region VI, 1445 Ross
Ave. Suite 1200, Dallas, Texas 75202-2733, Phone (214) 655-7175. The NCTCOG "Storm
Water Quality Best Management Practices" handbook (BMP Manual) [Part II, Sec. 8] is
adopted by the City of Dallas as the official reference for erosion and sedimentation control
design and implementation. The methods of control shall result in a minimu. m sediment
retention of 70%.
NOTICE OF INTENT (NOI): If a permit is required, the contractor shall sign at the
preconstruction meeting a NOI to the EPA prepared by the engineer. It serves as a
notification to the EPA of construction activity as well as commitment that the contractor
understands the requirements of the permit for storm water discharges from construction
activities and that measures will be taken to implement and maintain storm water pollution
prevention at the site. The NOI is to be submitted 48 hours prior to the contractor moving
on site.
NOTICE OF TERMINATION (NOT): If a permit is required, the contractor shall sign prior
to final payment a NOT to the EPA prepared by the engineer. It serves as notice that the
site is no longer subject to the requirements of the permit.
The NOI and NOT are to be mailed to:
Storm Water Notice of Intent (4203)
401 M Street, S.W.
Washington, DC 20460
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.
AREA OVER 5 ACRES (PERMIT REOUIRED): The SWPPP will be included in the
contract documents. The contractor shall submit a schedule for implementation of the
SWPPP. Deviations from the plan must be submitted to the City Project Manager for
approval.. 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 requirement of the Permit.
A copy of the most current SWPPP must be kept at the construction site by the contractor.
CONTRACT NO. 94-81 P 6 OF 20 PART A - INFORMATION TO BIDDERS
S-14
Any alterations to the SWPPP proposed by the contractor must be prepared and submitted
by the contractor to the engineer for review and approval.
?
AREA UNDER 5 ACRES (PERMIT NOT REOUIRED): A SWPPP is not required; however
the contractor must use control measures necessary to prevent and control soil erosion,
sedimentation and water pollution will be included in the contract document. The control
measures shall be installed and maintained throughout the construction to assure effective
and continuous water pollution control.
The controls may include silt fences, straw bale dikes, rock berms, diversion dikes, interceptor
swales, sediment traps, and basins, pipe slope drains, inlet protection, stabilized construction
entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-
structural storm water pollution controls. The method of controlls 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.
Prior to beginning construction, the contractor must submit to the City Project Manager for
approval the proposed pollution control devices to be used and schedule of implementation.
This submittal shall include on site and off site areas such as equipment and material storage
areas, staging sites, and other areas subject to water pollution which support the construction
effort. "
NEIGHBORHOOD JOB OPPORTUNITIES
Notice is hereby given to aH prospective bidders for City of Dallas construction projects,
pursuant to City Council Resolution 90-1961, that all construction bid proposal received by
the City of Dallas after October 1, 1990, shall comply with the following City of Dallas
Policy:
The goal of the Neighborhood Job Opportunities Program is to encourage "Good Faith
Effort" in hiring unemployed Dallas residents. The Contractor agrees to make a "Good Faith
Effort" to promote the City's Job opportunity program regardless of the jurisdictional
location of the project.
The Bidder certifies by submission of his bid that if awarded the contract the Bidder will:
Post signs at the job site, providing information on employment opportunities, the
location of the employment office, the telephone number, and the name of the
contact person.
Make good faith effort to hire unemployed Dallas residents when hiring new
employees.
Provide monthly reports indicating the number of employees hired during the month
on all contracts and the number of Dallas residents hired, and
CONTRACT NO. 94-81 P 7 OF 20 PART A - INFORMATION TO BIDDERS
] Ill T 11 1~
The Contractor shall establish an on-site employment office/center on contracts in
excess of $5,000,000.00 In those cases where the construction site lies outside the
City limits of Dallas, the Contractor may establish an employment office/center inside
the City limits of Dallas in lieu of the on-site location.
The following form shall be utilized for the monthly report in accordance with Item 3 above:
CONTRACT NO. 94-81 P 8 OF 20 PART A - INFORMATION TO BIDDERS
As requested in a resolution hy dte Dallas City Cou;~il nn June 13, 1990, eslahlisldn~j a "Good Faith Elfoft" to promote the
City's job opponunity pro0ram, |he purpose of v~hich is to e~ouraOe and facilitate the hirino of tu~empIoyed I~al residents
for City constrt~lion oonlracts, our lirm and all sul~onlractors hired the followinD unemployed persons durin0 the
n~onlh o{ , 199__.
TOTAL tJ!,IEMPLOYED I IFIED
'Erapie ment
C!assi~alion
C onstrt~tion M ~qrs.
I-oreman
Relpers
Laborers
]r,4an~_QerS
~rtlslralofs
~iesSionalS
'I ~hnctans
Uiice & Cler~ai
G~~L
HIspanx::
I-I:IJ'AJ.L: MALE
BFEdk Ulller v','ITil~ __ I.I;span~c UaFaFaFaF~k L~|l~er y;ri'ie['~'
TOTAL UNEMPLOYED CITY OF DALLAS RESIDENTS I-lIFtED
Employmen!
Cl~ssilication
Eonstrt~tton M,r'Jrs.
IToreman
J:ielpers
Laborers
~,(ana ors
~slralors
I.'rol'essionais
I ochrnclans
el|ice & Clerical
GHANU I(,)IAL
Hispani~
FEMALE
Dlack Other
DATE
White
9q
__ Hispanic
MALE
Dlack
CONTRACTOIl
8T
O|l~er White
t"'r'lklT~Ar"T I. JCi
A 4. BID ITEMS
ITEM NO. I COPPELL 2 METERING STATION AND PIPELINE M(}DIFICATIONS
This item consists of furnishing all supervision, labor, materials, tools,
equipment, transportation, trench safety system, storm water pollution prevention, project partnering,
incidentals, and related items required in accordance with the plans and specifications and related work for
the Coppell 2 Metering Station and Pipeline Modifications.
_-- Payment will be per lump sum price as set forth in the contract.
CONTRACT NO. 94-81 P 10 OF 20 PART A - INFORMATION TO BIDDERS
I I[ [ '[ [
Schedule "A"
Building Construction
Prevailing Wage Rates
City of Dallas - 1997
Classification
AC Mechanic
AC Mechanic, Helper
Acoustical Installer
Asbestos Worker, Supervisor
Asbestos Worker
Asbestos Worker, Helper
Backhoe Operator
Bricklayer
Bricklayer, Helper
Carpenter, Journeyman, Foreman
Carpenter, Journeyman
Carpenter, Helper
Concrete Finisher
Concrete Finisher, Helper
Concrete Form Builder
Concrete Form Builder, Helper
Cement Mason
Cement Mason, Helper
Construction Superintendent
Drywall Installer
Drywall Installer, Helper
Drywall Taper
Drywall Taper, Helper
Electrician, General Foreman
Electrician, Journeyman, Foreman
Electrician, Journeyman
Electrician, Helper
Electronic Technician
Electronic Technician, Helper
Elevator Constructor, Mechanic-In-Charge
Elevator Constructor. Mechanic
Elevator Constructor. Helper
Elevator Renovator, Mechanic
Floor Installer
Forklift Operator
Front End Loader Operator
Glazier
Glazier. Helper
HVAC Mechanic
HVAC Mechanic, Helper
Insulator
Insulator, Helper
Laborer, Skilled
Laborer, Common
Laborer - Landscape
Laborer- Mason Tender
.... , t~
L,
970091
Prevailing
Rate
$17.76
$9.32
$12.16
$12.50
$9.OO
$8.88
$15.09
$8.61
$15.92
$15.55
$9.29
$11.77
$9.05
$-I 0.00
$8.50
$13.00
$12.00
$24.92
$13.10
$9.46
$9.81
$8.54
$20.90
$19.06
$15.79
$10.06
$10.07
$8.00
$17.54
$25.25
$19.26
$10.00
$23.45
$9.17
$12.84
$9.11
$13.50
$9.61
$9.57
$7.32
$5.04
$8.67
! 'V
Schedule "A"
Building Construction
Prevailing Wage Rates
City of Dallas = 1997
Classification
Laborer- Pipe Layer
Laborer - Asbestos Removal
Laborer - Construdtion Specialist
Lather
Metal Building Assembler
Metal Building Assembler, Helper
Millwright
Millwright Trainee
Operating Engineer- Heavy
Operating Engineer - Light
Operating Engineer, Helper
Painter
Painter, Helper
PlasteredLather
PlasteredLather, Helper
Plumber/Pipefitter, Foreman
Plumber/Pipefitter, Journeyman
Plumber/Pipefitter, Helper
Reinforcing Steel Setter
Roofer
Roofer, Helper
Sheet Metal/HVAC Worker, Gen Super
Sheet Metal/HVAC Worker, Foreman
Sheet Metal/HVAC Worker, Lead Worker
Sheet Metal/HVAC Worker, Mechanic
Sheet Metal/HVAC Worker, Helper
Sprinkler System Installer, Fire-Foreman
Sprinkler System Installer, Fire
SpdnkJer cjystom Installer
Sprinkler System Installer, Helper
Steel Worker- Structural, Foreman
Steel Worker- Structural
Steel Worker- Structural, Helper
Truck Ddver
Welder, Foreman
Welder
Welder, Helper
# Included with 'Plaster' classification in this survey.
* Included with 'Operating Engineer-Light' in this survey.
@ Included with 'Sheet Metal Workers' in this survey.
97009]
Prevailing
Rate
$8.47
$10.40
$10.00
$10.00
$7.38
$14.06
$9.51
$10.97
$8.92
$7.50
$12.35
$8.75
$-14.77
$8.13
$21.19
$14.45
$9.35
$9.00
$12.40
$8.80
$23.09
$16.39
$14.00
$14.59
$10.51
$21.71
$19.54
$12.07
$15.64
$19.03
$15.70
$12.06
$8.09
$11.50
$13.97
$8.69
Schedule "A"
Building Construction
Prevailing Wage Rates
City of Dallas - 1997
9700
Classification
Prevailing
Rate
If the construction project involves the expenditure of federal funds in excess of $2,000, the
minimum wages to be paid various classes of laborers and mechanics will be based upon
the wages that wil_[. be determined by the Secretary of Labor to be prevailing for the cor-
responding classes of laborers and mechanics employed on the project of a character
similar to the contract work in the City of Dallas.
91
Except for work on legal holidays, the "General Prevailing Rate of Per Diem Wage" for the
various crafts or type of workers or mechanics is the product of (A) the number of hours
worked per day, except for overtime hours, times (B) the above respective rate per hour.
For legal holidays, the "General Prevailing Rate of Per Diem Wage" for the various crafts
or type of workers or mechanics is the product of (A) one and one-half times the a.bove
respective rate per hour times (B) the number of hours worked on the legal holiday.
The "General Prevailing Rate for Overlime Work'" for the crafts or type of workers or
mechanics is one and one-half times the above respective rate per hour.
Under the provisions of Article 5159a Vemon's Annotated Texas Statutes, the contractor
shall forfeit as a penalty to the entity on whose behalf the contract is made or awarded, sixty
dollars ($60.00) for each laborer, worker or mechanic employed, for each calendar day, or
portion thereof, such laborer, worker or mechanic is paid less than the said stipulated rates
for any work under the contract, by him, or by any subcontractor under him.
Amended Schedule "B"
Heavy/Highway
Prevailing Wage Rates
, City of Dallas - 1997
Classification
Airtool Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigl'ier
Batterboard Setter
Carpenter
Carpenter, Helper
Concrete Finisher- Paving
Concrete Finisher Helper - Paving
Concrete Finisher- Structures
Concrete Finisher Helper - Structures
Concrete Rubber
Electrician
Electrician, Helper
Flagger
Form Builder- Structures
Form .Builder Helper - Structures
Form Liner- Paving & Curb
Form Setter o Paving & Curb
Form Setter Helper- Paving & Curb
Form Setter o Structures
Form Setter Helper - Structures
General Job Foreman/Superintendent
Laborer - Common
Laborer- Utility
Manhole Builder
Mechanic
Mechanic, Helper
Operating Engineer- Heavy
Oiler
Servicer
Painter- Structures
Painter Helper- Structures
Pileddyer
Piledriver, Helper
Pipe Layer, Leadman/Foreman
Pipe Layer
Pipe Layer, Helper
Blaster
Blaster, Helper
Asphalt Distribution Operator
Asphalt Paving Machine
Broom or Sweeper Operator
Bulldozer, 150hp & Less
Bulldozer, Over 150hp
Con~
Prevailing
Rate
$7.55
$9.67
$8.26
$9.37
$8.92
$10.30
$7.70
$10.48
$9.44
$9.14
$8.08
$7.73
$12.61
'$8.50
$5_60
$8.69
$7.55
$8.91
$10.35
$7.79
$8.92
$7.36
$16.92
$7.06
$8.16
$11.00
$13.24
$8.35
$18.60
$10.45
$10.25
$10.91
$8.00
$7.50
$7.00
$12.83
$8.69
$7.61
$11.33
$7.25
$8.40
$9.84
$7.91
$10.00
$10.62
~R 71
I
Amended Schedule "B"
Heavy/Highway
Prevailing Wage Rates
City of Dallas - 1997
Classification
Concrete Paving Finishing Machine
Concrete Paving Form Grader
Concrete Paving Joint Machine
Concrete Paving Joint Sealer
Concrete Paving Float
Concrete Paving Saw
Concrete Paving Spreader
Paving Sub-Grader
Slipform Machine Operator
Crane, Clamshell, Backhoe, Derdck,
>> Dragline, Shovel, Less than 1.5 C.Y.
Crane, Clamshell, Backhoe, Derrick,
>> Dragline, Shovel, 1.5 C.Y. & Over
Crucher or Screening Plant Operator
Form Loader
Foundation Drill Oper o Crawler Mount
Foundation Drill Oper - Truck Mount
Foundation Drill Oper Helper - Truk/Crawlr
Front End Loader, 2.5 C.Y. or Less
Front End Loader, 2.5 C.Y. & Over
Hoist- Double Drum
Milling Machine Operator
Mixer (Over 16 C.F.)
Mixer (16 C.F.or Less)
Mixer- Concrete Paving
Motor Grader Operator - Fine Grade
Motor Grader Operator
Pavement Marking Machine
Roller, Steel Wheel - Plant Mix Pavement
Roller, Steel Wheel - Other Flatwheel or
>> Tamping
Roller, Pneumatic, Self-Propelled
Scraper- 17 C.Y. & Less
Scraper- Over 17 C.Y.
Side Boom
Tractor - Crawler Type, 150hp & Less
Tractor - Crawler Type, Over 150hp
Tractor- Pneumatic
Traveling Mixer -,
Trenching Machine - Light
Trenching Machine - Heavy
Post Hole Driller Operator
Wagon - Drill, Boring Machine
Reinforcing Steel Setter- Paving
Reinforcing Steel Setter - Structures
Reinforcing Steel Setter Helper
~l~ "'! I ! I
Prevailing
Rate
$9.50
$8.50
$9.04
$7.35
$7.88
$11.25
$9.75
$9.OO
$8.5O
$9.34
$11.56
-$9.50
$12.00
$1(~.00
$8.46
$8.69
$9.41
$9.58
$8.92
$6.65
$9.00
$7.91
$9.50
$12.96
$12.42
$6.40
$8.34
$8.60
$8.56
$8.14
$9.77
$7.79
$8.45
$10.54
$7.74
$7.62
$8.19
$8.56
$9.00
$10.93
$9.22
$10.04
$8.67
I
Amended Schedule "B"
Heavy/Highway
Prevailing Wage Rates
City of Dallas - 1997
Classification
Steel Worker - Structural
Sign Erector
Sign Erector Helper
Spreader Box Operator
Barricade Servicer Zone Work
Mounted Sign Installer - Permanent Ground
Truck Driver - Single Axle, Light
Truck Driver - Single Axle, Heavy
Truck Driver - Tandem Axle, Semi-Trailer
Truck Driver- Lowboy/Float
Truck Ddver - Transit Mix
Truck Driver - Winch
Vibrator Operator
Welder
Welder Helper
Rod/Chain Person
Prevailing
Rate
$12.86
$11.44
$6.40
$6.99
$6.40
$6.40
$7.82
$8.O7
$8.26
$9.83
$7.51
$8.2O
$7.OO
$11.93
$9.OO
$4.00
If the construction project involves the expenditure of federal funds in excess of $2,000, the
minimum wages to be paid various classes of laborers and mechanics will be based upon
the wages that will be determined by the Secretary of Labor to be prevailing for the cor-
responding classes of laborers and mechanics employed on the project of a character
similar to the contract work in the City of Dallas.
Except for work on legal holidays, the "General Prevailing Rate of Per Diem Wage" for the
various crafts or type of workers or mechanics is the product of (A) the number of hours
worked per day, except for overtime hours, times (B) the above respective rate per hour.
For legal holidays, the "General Prevailing Rate of Per Diem Wage" for the vadous crafts
or type of workers or mechanics is the product of (A) one and one-half times the above
respective rate per hour times (B} the number of hours worked on the legal holiday.
The "General Prevailing Rate for Overtime Work" for the crafts or type of workers
or mechanics is one and one-half times the above respective rate per hour.
Under the provisions of Article 5159a Vernon's Annotated Texas Statutes, the contractor
shall forfeit as a penalty to the entity on whose behalf the contract is made or awarded, .sixty
dollars ($60.00) for each laborer, worker or mechanic employed, for each calendar day, or
portion thereof, such laborer, worker'or mechanic is paid less than the said stipulated rates
for any work under the contract, by him, or by any subcontractor under him.
A6.
PROPOSAL TABULATION:
Proposals for the project will be tabulated only as shown on the summary at the end
of the proposal.
A 7. TIME:
Time is the essence of the contract.
contract is May 1, 1998.:
A 8. SPECIFICATIONS:
Besides this Part A, the following are a part of this contract:
2.
3.
4.
,
The time allotted for the completion of this
Part ~F, Technical Specifications (where this part is required)
Contracts and Bond Forms
Drawings .
Proposal :~.
Standard Specifications for Public Works Construction - North Central Texas (Second
Edition - 1987 including all Amendments or First Edition - 1983 including all Amendments).
A copy may be obtained from the North Central Texas Council of Governments, 616 Six
Flags Dr., Arlington, Texas, telephone (817) 640-3300.
Dallas Water Utilities Addendum to North Central Texas Standard Specifications for Public
Works Construction - July 1995. A copy may be obtained at Dallas Water Utilities, 320 E.
Jefferson BIrd., Room 215, telephone (214) 948-4584.
Dallas Water Utilities Standard Drawings, Details & Appurtenances for Water and Sanitary
Sewer Comtruction Methods - March 1991. A copy may be obtained at Dallas Water
Utilities, 320 E. Jefferson BIrd., Room 118, telephone (214) 948-4500.
Occupational Safety and Health Standards - Excavation, 29 CFR Part 1926, effective January
2, 1990.
City of Dallas Good Faith Effort Plan - November 1993. A copy may be obtained at the
Office of Minority Business Opportunity, 1500 Marilia, Room 4BN, City Hall, telephone
(214) 670-3346.
A 9. ADDENDA:
All bidders are required to acknowledge receipt of all addenda.
CONTRACT NO. 94-81 P 15 OF 20
I
PART A - INFORMATION TO BIDDERS
A 10.
GOOD FAITH EFFORT PLAN
MINORITY/WOMEN-OWNED ENTERPRISE
It is the policy of the City of Dallas to involve qualified Minority and Women-Owned Business Enterprise
(M/WBEs) to the greatest extent feasible in the City's construction, procurement, and professional services
programs. The Good Faith Effort Plan (The Plan) was created to increase the participation of M/WBEs
in the contracting of goods and services with the City of Dallas.
The Plan establishes stahdard requirements for all prospective consultants, vendors, bidders, etc. to ensure
a reasonable degree of participation by M/WBEs. It is the goal of the City of Dallas that a certain
percentage of work under each contract will be done by one or more M/WBEs. Following are the City
Council adopted interim M/WBE goals in effect until May 14, 1997 (Council Resolution # 97-0691).
Other Other
Ethnicitv Construction A & E Professional Services Goods
African American 14.17% 10.60% 14.20% 13.00% 8.10°7o
Hispanic 6.17% 8.40% 730% 4.00% 320%
Asian 1.66% 3.09% 2.50% 1.30% 1.20°70
Native American 0.33% 0.44% 0.20% 0.20% 0.10%
WBE 2.67% 7.29% 12.10% 530% 5.40%
Total M/WBE 25.00% 29.82% 3630% 23.80% 18.00%
Prospective bidders/proposers shall agree to meet established goals or shall demonstrate and document a
"Good Faith Effort" to include M/WBEs in subcontracting/sub-consulting. In the case of firms who perform
the entire contract using their own work forces, documentation of intent to utilize M/WBEs for material
purchases of goods or other services is required.
Credit toward the goals will only be considered for participation of M/WBEs who are directly involved in
performing the scope of the contract awarded by the City of Dallas to the low bidder/best proposal.
To ensure that all obligations made to M/WBB in awarded contracts are met, the City will review the
M/WBE involvement during the performance of the contract. The successful bidder/proposer (the FIRM)
shaH, on a monthly basis, provide a breakdown of expenditures to date with M/WBE firms identified as
participants in the awarded contract.
If, for any reason during the performance of the contract, the M/WBEs named in the contract are unable
to fulfill their commitments to the FIRM, the FIRM shall notify the City of any action taken to dismiss and/
or replace such M/WBEs. The FIRM shall submit all documentation relating to reasons for dismissal of any
M/WBE firm to the City of Dallas.
In addition, the FIRM shall document all steps taken to maintain their original level of commitment to
M/WBE participation as stated in the awarded contract. Such documentation may include:
CONTRACT NO. 94-81 P 17 OF 20 PART A - INFORMATION TO BIDDERS
1. Copies of advertisements in general circulation media, trade association publications and
minority-focus media.
2. Efforts to contact other M/WBE firms (including, where appropriate, splitting contracts into
units which facilitate participation).
3. Reason for rejection of other firms contacted.
4. Efforts to aid M/WBE firms with assistance in obtaining required bonding, insurance or lines
of credit.
5. Efforts that demonstrate effective use of the services of minority community organizations
and/or other organizations that provide assistance and placement of M/WBE firms.
6. Revised "Schedule of Work and Subcontractor/Supplier Participation" forms.
A contractor who fails to adequately document good faith efforts to subcontract with M/WBE firms or to
purchase significant material supplies from M/WBE firms may be denied award of the contract by the City
based on the contractor's failure to be a "responsive" or "responsible" bidder.
If, during the performance of the contract, the contractor is found not to be fulfilling commitments to utilize
M/WBE firms and no acceptable justification has been offered by the Contractor, this failure to fulfill
commitments may result in sanctions, including termination of the contract, and may be considered in the
award of future contracts and may result in the denial of such future contracts to the Contractor.
Contractor's Information Line - 670-MWBE
Office of Minority Business Opportunity - 670-3346
CONTRACT NO. 94-81 P 18 OF 20 PART A - INFORMATION TO BIDDERS
All.
DRUG-FREE JOBSITE
ON CITY CONSTRUCTION PROJECTS
I. In the interest of job safety and to protect the general public, other contractors and the Owner's
employees from the consequences of accidents that are caused by Worker abuse of controlled substances
on City construction projects, the bidder certifies by submission of its bid that it will make a good faith effort
to maintain a drug-free jobsite, and also certifies that to further this objective it will:
(a) establish a controlled substance abuse program that will test for
controlled substance use:
employees utilized by the bidder on this project in safety-sensitive
positions; for purposes of this provision a "safety sensitive" position
is a position performed at the jobsite which, if performed by a
person impaired by the effects of a controlled substance, would or
could:
(D
pose a serious risk of death or personal injury to the employee, fellow
employees or other persons in the vicinity; or
(ii)
comprise the quality of construction in such manner as would
impose a significant public safety risk in the use or operation
of the City improvement in question;
(2)
employees when there is a reasonable suspicion that an employee is
using a controlled substance on the jobsite, or off the jobsite in a
manner that affects jobsite performance;
(3) employees as part of a voluntary drug testing program; or
(4)
employees as part of or as a follow-up to counseling for or rehabilita-
tion from abuse of a controlled substance;
CONTRACT NO. 94-81 P 19 OF 20
PART A - INFORMATION TO BIDDERS
(b)
establish a program that will test an employee utilized by the bidders
on this project in a safety-sensitive position when there is .a reason-
able suspicion that the employee is impaired by th~ effects of alcohol
on the jobsite;. for purposes of this provision, a safety-sensitive
position is a position performed at the jobsite which, if performed by
a person impaired by the effects of alcohol, would or could:
(1)
pose a serious risk of death or personal injury to the employee, fellow
employees or other persons in the vicinity; or
(2)
compromise the quality of construction in such manner as should
impose a significant public safety risk in the use or operation of the
City improvement in question.
(C)
publish a statement notifying employees that the unlawful manufac-
ture, distribution, selling, dispensing, possession or use of controlled
substance is prohibited on the jobsite and specifying the actions that
will be taken against employees for violations of such prohibitions;
(d)
establish a drug-free awareness program to inform employees about
the danger of drug abuse on the jobsite, about the bidder's policy
regarding a drug-free jobsite, about available counseling and rehabili-
tation programs, and about the penalties that may be imposed upon
employees for drug abuse violations occurring on the jobsite; and
(e)
provide a copy of the statement required by subsection o to all
employees of the bidders who will be involved in performanceof the
Contract.
II Employees who test positive for controlled substance use in one of the tests conducted pursuant to
paragraph I.(a), or who are impaired by the effects of alcohol on the jobsite pursuant to paragraph I.(b),
shall be considered unfit for purposes of Item 1.31 of the Standard Specifications for Public Works
Construction, Second Edition 1987 as amended.
III For purposes of Section I. above, the term "controlled substance" means a drug substance or
immediate precursor listed in Schedules I through V of Subchapter 2 or Penalty Groups 1 through 4 of
Subchapter 4 of the Controlled Substances Act, Article 4476-15, Texas Revised Civil Statues.
IV The bidder shah be solely responsible for the maintenance and administration of the program
required in Section I above. Nothing in these provisions shall be construed on the Owner's part as
authorizing, permitting or requiring the bidder to engage in conduct that is otherwise illegal or that otherwise
constitutes an unreasonable or unlawful invasion of privacy under Texas or Federal law.
CONTRACT NO. 94-81 P 20 OF 20 PART A - INFORMATION TO BIDDERS
li I l .... ][ ......
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
FOR
COPPELL 2 METERING STATION
CON'II~C~ NO. 94-81
HENRY GR DY NIBLO J
· ~...~----;;; .....
DIVISIONS 1-15
FI'ENRY G. NIBLO, P.E.
CITY OF DALLAS
WATER UTILITIES DEPARTMENT
DALLAS, TEXAS
TABLE OFCONTENTS
Subject
Page..s
DMSION 1 - GENERAL REQUIREMENTS
Summary of Work;
Project Partnering
Abbreviations and Symbols
Submittals
Sequence of Construction
Temporary Facilities and Controls
Project Record Documents
01010-1 thru 2
01012-1 thru 3
01070-1 thru 4
01300-1 thru 9
01311-1 thru 2
01500-1 thru 6
01720-1 thru 2
DMSION 2 - SITE WORK
Sitework
Erosion Control During Construction
02000-I thru 2
02290-1 thru 6
DMSION 3 - CONCRETE
Concrete
Precast Concrete
DMSION 4 - MASONRY
Not Used
03000-1 thru 5
03413-1 thru 2
DIVISION 5 - METALS
Miscellaneous Metals
05500-1 thru 2
DMSION 6 - CARPENTRY
Not Used
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Damproofing 07100-1 thru 2
DMSION 8 - ARCHETECTURAL
Not Used
Coppell 2 Meter Vault/94-81/2-7-97 Table - 1 TABLE OF CONTENTS
DIVISION 9 - FINISBF~S
Painting
DIVISION 10 - SPECIALITIES
Not Used
09900-1 thru 4
DIVISION 11 - EQUIPMENT
Sump th:mp
11318-1 thru 3
DIVISION 12 - SPECIAL CONSTRUCTION
Not Used
DIVISION 13 - SPECIAL EQUIPMENT
Flow Measurement Devices
Controls and Instn:mentation
13305-1 thru 5
13315-1 thtu 9
DIVISION 14 - CONVEYING SYSTEMS
Not Used
DIVISION 15 - MECHANICAL
Piping And Valves
Rate-Of-Flow Control Valve
Rate-Of-Flow Valve Actuator
Pressure Regulating Valves
Air Distribution
15010-1 thru 3
15109-1 that 5
15114-1 thru 6
15121-1 thru 3
15800-1 thru 2
DIVISION 16 - ELECTRICAL
General Provisions
Basic Materials and Methods
Wires and Cables
Switches and P, cceptacles
Circuit Breakers
Service and Distribution
Grounding
Distribution Panelboard
Lighting
Alarm and Detection
Electric Heater
16010-1 thru 4
16100-1 thru 4
16120-1 that 4
16140-1 thru 2
16182-1 thru 2
16400-1 thru 2
16450-1 thru 3
16471-1 thru 2
16500-1 thru 2
16720-I thru 2
16800-1 thru 3
Coppell 2 Meter Vault/94-81/2-7-97 Table - 2 TABLE OF CONTENTS
DIVISION 1
GENERAL REQUIREMENTS
SECTION 01010
SUMMARY OF WORK
PART 1
1.01
A.
C,
GENERAL
SCOPE
This Section descn~es the project in general and provides an overview of the extent of
the work to;l~e performed. Detailed requirements and extent of work is stated in the
applicable Specification sections and shown on the Drawings. The Contractor shall,
except as othenvise 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.
Any part or item of the work which is reasonably implied or normally required to make
each installation satisfactorily and completely operable shah be performed by the
Contractor and the expense thereof shall be included in the applicable lump Sum price
bid for the work. All miscellaneous appurtenances and other items of work that are
incidental to meeting the intent of these Specifications shall be considered as having
been included in the applicable lump, ~:m price bid for the work even though these
appurtenances and items may not be specifically called for in the Specifications or
shown on the Drawings.
The work shall not interrupt the City of Dallas or City of Coppelrs ability to maintain
continuous operation of the existing facilities at the site, except where required by
Section 013 11, or special written permission from the Project Manager.
1.02
A.
DESCRIPTION OF PROJECT
The work ofthi~ project is located at a Dallas Water Utilities Customeer City Metering
Station site, inside the City of Coppell, Texas, and shown on the Location Map and
Cover Sheet of the Contract Drawings.
The project work is described as follows:
Construct underground concrete vault complete with 24-Inch Venmri Meter and
Rate-of-Flow Control Valve, 12-Inch Turbine Meter and all necessary
mechanical, instrumentation and electrical appurtenances.
Construct two underground precast concrete strucntres for housing new 24-Inch
Prcssttrc Reducing Valves.
Excavate and install new 24-Inch piping connecting Meter Vatfit with supply
lines.
4. Construct pavement driveway and parking area as shown on the Drawings.
Construct new 42-Inch Water Service piping at the Sandy Lake Road Pump
Station and existing DWU Meter Facility.
Coppert 2 Meter VaultY94-81/2-5-97
01010- I
SUMMARY OF WORK
1.03
WORK SEQUENCE
The Contractor is required to determine his own method of construction and detailed
work sequence, within the general terms and constraints of the contract, and the
specific requirements of Section 013 11, so long as the constraints are observed and the
orerail project completion time is achieved.
1.04
SPECIFICATIONS
Unless oth_.e!wise shown on the Drawings or specified by the individual sections in these
Specifications, all work must comply with the provisions of the North Texas Council
of Governments Standard Specifications For Public Works Construction (NTCOG),
and the DWU ADDENDUM to NTCOG.
1.05
A~
B,
C,
D,
CONTRACTOR'S RESPONSIBILITIES
Execute all work, including piping and equipment, as described on the Drawings and
in these Specifications.
Arrange for the necessary equipment and materials required for construction and
testing.
Provide adequate temporary sanitary facilities. The Contractor and his subcontractors
will not be allowed to use existing sanitary facilities at the site.
Furnish, install, maintain, and remove all temporary service facilities for construction
purposes.
Provide and maintain fire protection equipment in working order during the entire
construction period.
END OF SECTION
Coppell 2 Meter VaultS94-81/2-5-97
01010 ~ 2
SUMMARY OF WORK
PART 1
1.01
A.
B$
C,
SECTION 01012
#
PROJECT PARTNERING
GENERAL
THE REQUIREMENT
The CONTRACTOR is to participate in the ongoin8 "project partnering," along with
the CONSULTING ENGINEER and the OWNER for this important project.
Parmering will be effective only if all parties willingly and enthusiastically enter into this
cooperative arrangement which is supported by each entity at the highest level in their
organizations. Partnering is considered important to the overall success of this project
by both the CONSLILTING ENGINEER and the OWNER. It is desired that the
CONTRACTOR will be equally concerned with quality, performance, budget and
schedule and will endorse and adopt partnedng as an effective tool for achieving these
objectives. This is a requirement of the Contract Documents, and the Contractor shall
include all costs associated with this item in his bid.
It must be recognized that the OWNER, CONTRACTOR and CONSULTiNG
ENGINEER all hold in common the goal of successful completion of this project.
Success necessarily must include the following requirements.
Construction of a facility that meets the project performance standards, as
defined in the Drawings and Technical Specifications.
,
Completion of this project on schedule in order to correctly interface with other
concurrent and related projects and provide an operational water treatment
facility.
3. Conformance to budgetary requirements and limitation.
In addition, it is recognized that safety, profit, liability limitation, avoidance of
litigation, reputation, good will and other factors are of significant importance to all
parties involved in the project. These goals can be achieved most readily, if the
CONTRACTOR, OWNER and CONSULTING ENGINEER join together in a
mutually beneficial alliance which recognizes the issues that each considers of greatest
importance and work to accomplish them.
Through partnedng the three parties will agree among themselves regarding the
primary goals for the project and the methods that will be used to accomplish them.
This will require development of a trust relationship, not an adversarial one, among
these parties who will be working closely and cooperatively for the duration of the
project. Commitment, communication and conflict resolution must be of highest
importance for this relationship to succeed. The parties will mutually develop a
communication flamework and a conflict-resolution system to be used throughout the
project.
Coppell 2 Meter Vault/94-81f3-26-97
01012-1
PROJECT PARTNERING
E,
F,
G,
H,
The CONTRACTOR should include his major subcontractors and suppliers in
partnering, so these participants may "buy-into" the concept and work cooperatively
with other parties on the project.
PartnerLug will include an initial one-day workshop in which the basic requirements for
the partnering relationship will be established. The following persons will be expected
to attend the workshop, at a minimum.
CONTRACTOR
o
o
O
o
Project Sponsor (Principal-In-Charge)
Project Manager
Superintendent
Foreman
OWNER
City of Coppell Representatives (2)
City of Dallas Program Manager
City of Dallas Project Manager
City of Dallas Construction Superintendent
City of Dallas Inspector
CONSULTING ENGINEERS
City of Dallas Design Engineers (3)
The one-day partnering workshop will be held within thirty (30) days of the Notice to
Proceed, at a time and date agreed upon by all parties and at a neutral location away
from each entity's home office and/or field facilities.
Partnering will become a part of every meeting and will be advertised and endorsed by
development of a partnering logo, including the names of the CONTRACTOR,
ENGINEER, and OWNER. It is an important goal that everyone on the job, including
tradesmen, laborers, suppliers and staff, will become enthusiastic supporters of, and
participants in partnering.
Quarterly half-day parreefing sessions, also may be held throughout the project in order
to confirm the relationship and assure the parmering effort continues to be successful.
In this manner, it can best be assured that the CONTRACTOR, OWNER, AND
ENGINEER all will enjoy a win-win-win relationship throughout the project. The
Coppell 2 Meter Vault/94-81/3-26-97
01012-2
PROJECT PARTNERING
: I
costs associated with a partnering facilitator will. be included in the Contractor' s lump
sum bid for the project. The anticipated costs of the partnering facilitator include
facilitator labor cost, travel and lodging expenses, meeting room rental, food and
reproduction costs. The CONTRACTOR shah also pay all costs (including travel and
lodging) associated with its own personnel, subcontractors and suppliers participating
in pannedng at no additional cost or time extension to the OWNER.
END OF SECTION
Coppell 2 Meter Vault/94-81/3-26-97
01012-3
PROJECT PARTNERING
SECTION 01070
ABBREVIATIONS AND SYMBOLS
PART 1 GENERAL
1.01 ABBREVIATIONS
Common abbreviations which may be found in these Specifications are:
Abbreviation Definition Abbreviation Definition
avg. Average LF
BOD Biochemical Oxygen Max_
Demand
BHP Brake Horsepower MG
BTU British Thermal Unit MGD
C Degrees Celsius Min.
Co. Company No.
Cu. In. Cubic Inch Oz.
Cu. Ft. Cubic Foot OD
Cu, Yd, Cubic Yard (+)
CFM Cubic Feet per Minute pm
CFS Cubic Feet per Second LB
Db Decibel psf
Deg C Degrees Celsois
Deg F Degrees Fahrenheit
Dia. Diameter
$ Dollars
Ea. Each
F Fahrenheit
Ft Feet
fph Feet per Hour
fpm Feet per Minute
fps Feet per Second
Fig. Figure
GPM Gallons per Minute
GPS Gallons per Second
I4_r. Hour
HP Horsepower
In. Inch
In - Lb Inch - Pounds
ID Inside Diameter
psi
RPM
Sec
Sq.
Sq. Ft.
Sq. In.
Sq. Yd.
Std.
TDH
TH
Linear Foot
Maximum
Million Gallons
Million Gallons per Day
Minimum -.,
Number
Ounce
Outside Diameter
Plus or Minus
Post Meridian
Pound
Pounds per Square
Foot
Pounds per Square Inch
Revolutions per Minute
Second
Square
Square Foot
Square Inch
Square Yard
Standard
Total Dynamic Head
Total Head
Coppetl 2 Meter Vault/94-81/2-6-97 0 1070 - 1 ABBREVIATIONS AND SYMBOLS
1.02 ORGANIZATIONAL ABBREVIATIONS
Abbreviations of orgainations which may be referenced in these Specifications are:
Organizational Abbreviation Definition
ACS
ACI
AGMA
API
AIChE
AISC
AISI
ANSI
APHA
AREA
ASTM
ASCE
ASME
ASHRAE
AWI
AWWA
AWS
DIPRA
CRSI
EPA
FM
HEW
HUD
IEEE
ISA
ISO
JIC
MSS
NAAMM
NAKUC
NBHA
NCTCOG
NEC
NEMA
NFPA
American
American
American
American
American
American
American
Amencan
Amencan
Amencan
Amencan
American
Amencan
Chemical Society
Concrete Institute
Gear Manufacturer's Assocation
Petrolera Institute
Institute of Chemical Engineers
Institute of Steel Construction
Iron and Steel Institute
National Standards Institute
Public Health Association
Railway En~ineerin~ Institute
Soci.ety for the Testin~ of Materials
Society of Civil Engineers
Society of Mechanical Engineers
Amencan Society of Heating, Kefxigeration and
Air Conditioning
American Woodwork Institute
American Water Works Association
American Welding Society
Ductile Iron Pipe Kesearch Association
Concrete Reinforcing Steel Institute
Environmental Protection Agency
Factory Manual
Department of Health, Education and Welfare
Department of Housing and Urban
Development
Institute of Electrical and Electronic Engineers
Institute of Risk Insurance
Instrnment Society of America
Insurance Service Office
Joint Industrial Council
Man~_~facUtrer's Standardization Society of
America
National Association of Architectural Metal
Manufacturers
National Association of Railway and Utilities
Commi,~ioners
National Builders Hardware Association
North Central Texas Council of Governments
National Electric Code
National Electrical Manufacturers Association
National Fire Protection Association
Coppeil 2 Meter Vault/94-81/2-6-97
0 1070 - 2
ABBREVIATIONS AND SYMBOLS
NSF
OSHA
PCI
SDHPT
SMACNA
SSPC
TNRCC
UL
USGS
USPHS
WEF
WWEMA
WPCF
National Sanitation Foundation
Occupational Safety and Health Act
Precast Concrete Institute
Texas State Department of Highways ~nd
Public Transportation Commission
Sheet Metal and Air Conditioning National
Association
Steel Structures Painting Council
Texas Natural Resource Conservation
Commission
Underwriters Laboratory
United States Geological Survey
United States Public Health Service
Water Environment Federation
Water and Wastewater Equipment
Manuf~acturers Association
Water Pollution Control Federation
1.03
ADDITIONAL ABBREVIATIONS
Abbreviation
De_finition
HOA
SCADA
RTU
BCD
EEPROM
QUICS
BCH
BAUD
MODEM
AC
DC
mA
Hz
LED
RTD
UPS
SIP
SCP
KVA
V
A
MCC
RMS
NO
Hand-Off-Auto
Supervisory Control And Data Acquisition
Remote Thermal Unit
Binary Coded Decimal
Electrically Eraseable Read Only Memory
Name of a Company
Bose Chaudri Code
Unit of Data Transmission Speed
Modulator Demodulator Device
Alternating Current
Direct Current
Hertz/Cycles
Light Emitting Diode
Resistance Thermal Detector
Uninterrupted Power Supply
Station Instrument Panel
Station Control Panel
Killovolt Amp
VoRs
Amperes
Motor Control Center
Root Means Square
Normally Open
Coppell 2 Meter Vault/94-81/2-6-97 0 1070 - 3 ABBREVIATIONS AND SYMBOLS
NC
SPDT
UV
Normally Closed
Single Pole Double Throw
Ultraviolate
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97 01070 - 4 ABBREVIATIONS AND SYMBOLS
SECTION 01300
SUBMITTALS
PART 1:
L01
GENERAL
DESCRIFrION OF REQUIREMENTS
This section specifies the general methods and requirements of submissions applicable
to: ~
Schedule of Values
Shop Drawings, Product Data and Samples
Operation and Maintenance Manuals
1.02
A.
C,
SCHEDULE OF VALUES
Within ten days after Notice to Proceed, submit to the Project Manager, in triplicate,
a tentative schedule of values (a breakdown of the h,mp sum bid) for the purpose of
developing a schedule of values, which in turn wilil be used to determine partial
payment estimates and may be used to verify costs of credits, change orders, et~. -
The tentative schedule of values will be reviewed by the Project Manager to
determine whether, in his judgement, it is s~,fficiently detailed for the purpose
intended. The Project Manager will also evaluate the schedule to determine
whether, in his judgement, the prices included are "unbalanced" or "front-end
loaded" in an effort to inflate the prices of those items of work to be completed
in the early stages of the work.
The Engineer will provide the Contractor with his comments and/or may request
additional information from the Contractor to justify certain items, quantities and
prices therefor. On the basis of the Project Manager's comments, the Contractor
shall revise and resubmit the tentative schedule for further review and/or
approval
Once the tentative schedule is approved by the Project Manager, it shall become
the schedule of values to be used in determining partial payment estimates. 3
copies ofthi.~ schedule shall be submitted to the Project Manager for distribution
and his use.
No partial payment request (including the first) will be approved until the
schedule of values has been approved by the Project Manager.
Include with each partial payment request the approved schedule of values, modified
to indicate the total quantity and price of work completed to the date of the request.
After approval ofthe submittal, no modifications can be made to the schedule of values.
Show total quantities and ,,nit prices for all items of work, separating each item by
material.~ and labor and such other sub-items as may be desired. Avoid "LHmp Sum",
"miscellaneous", and other such general entries in the schedule. Such items as Bond
premh,m.~, temporary facilities and equipment storage may be listed separately in the
schedule of values, provided the costs can be substantiated. Do not list overhead and
profit as separate items.
Coppell 2 Meter Vault/94-81/2-6-97
01300-1 SUBMITTALS
D,
The sum of the items listed on the schedule of values must equal the contract !,rap
price. No additional payment will be allowed if the quantities shown on the schedule
are less than those actually required to accomplish the work, unless the quantities are
abered by a change order. ,
1.03 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
A. Shop Drawings
Include in all shop drawings, but not necessarily limit to, custom prepared data
such as fabrication and erection/installation drawings, scheduled information,
setting diagrams, actual shop work and manufacturing instructions, custom
temp. htes, special wiring diagrams, coordination drawings, individual system or
eqmpment inspection, and test reports including performance curves and
certifications; as applicable to the work.
,
Check all shop drawings before submitting to the. Engineer. The Contractor is
responsible for their submission at the proper time so as to prevent delays in
delivery of materials. After checking is complete, indicate the check' by stamp
and signature on the shop drawings.
,
Check all shop drawings regarding measurements, size of members, materials,
and details to satisfy him~lfthat they conform to the intent of the Drawings and
Specifications. Correct all drawings found to be inaccurate or otherwise in error
before submitting to the Engineer.
,
Show clearly aH details on shop drawings submitted for approval elevations of
the various parts of the main members and lines of the structure. Where correct
fabrication of the work depends upon field measurements, make and note such
measurements on the Drawings before submitting to the Engineer.
B. Product Data
Include, but not necessarily limit to product data as specified in the individual
sections, standard prepared data for manufactured products (sometimes referred
to as catalog data), such as: the manufacturers product specification and
installation instructions, availab'dity of colors and patterns, manufactttrefs printed
statements of compliances and applicability, rou_.nhin.g-.in diagrams, temphtes,
catalog cuts, product photographs, standard wumg diagrams% printed
performance curves, operational-range diagrams, production or quality control
inspection; test reports and certifications; mill reports; product operating;
maintenance instructions; recommended spare parts listing; and printed product
warranties, as applicable to the work. Include all data specified in the
Contractoes submittal
2. Complete data on motors in accordance with Division 16.
Complete wiring diagrams and schematics of each control panel, controllers,
control device, and operators station furnished under Divisions 13 and 16.
Complete interconnection diagrams and riser-type diagrams of all power and
control systems showing interconnection wiring requirements between all system
components, motors, sensors,, control panels, etc., including connections to
work of other sections. Reference interconnection/riser diagrams to conduits by
the exact number detailed on the electrical drawings, conduit size and Contents.
Coppell 2 Meter Vault/94-81/2-6-97
01300- 2 SUBMITTALS
C,
Where additional conduits or hrger conduits are required over those detailed on
the electrical drawings, the supplier of the System must detail them to the shop
drawings utilizing a numbering scheme similar to that utilized on the electrical
drawings.
Document and cross reference aH changes required on the electrical drawings,
instrumentation loops, and/or conduit schedules due to the system furni.qhed to
the affected sheets.
Samples
Samples, as specified in individual sections, include, but are not necessarily limited to,
physical examples of the work such as sections of manufactured or fabricated work,
small cuts or containers of materials, complete units Of repetitively-used products,
color/texture/pattern swatches and range sets, specimens for coordination of visual
effect, graphic symbols, and units of work to be used by the Engineer for independent
inspection and testing, as applicable to the work.
1.04
A.
OPERATION AND MAINTENANCE MANUALS
Prepare an operation and maintenance manual for each piece of equipment. Assemble
the final operation and maintenance manual in volumes of miniform binders sized
appropriately for ease of use. Separate major categories of mechanical, electrical and
instrumentation instructions and procedures out for each piece of equipment. Submit
the operation and maintenance manual with the equipment submittal documents.
Include the following specific requirements:
1. Contents
a). Table of contents and index
b). Brief description of each system and components
c). Starting and stopping procedures
d). Special operating instructions
e). Routine maintenance procedures.
f). Manufactttrer's printed operating and maintenance instructions, parts list,
illustrations, and diagrams.
g). One copy of each wiring diagram
h) . One approved copy of each shop drawing and Contra cto~'s coordination
and hyout drawing (not required for preliminary copies of manuals)
i). List of spare parts, manufactureis price and recommended quantity
j). Complete namephte and/or catalog data for each item included
k). Equipment tag number(s)
1). Lubrication schedule and type and amount of lubrication required
Coppell 2 Meter Vault/94-81/2-6-97 0 13 00 - 3 SUBMITTALS
Materials
a).
b).
c).
d).
e).
Loose leaf on 60 pound, punched paper
Holes reinforced with plastic cloth or metal
Page size, 8-1/2 inches by 11 inches
Diagrams and illustrations, attached foldouts as
quality, reproducible by dry copy method
Covers:
required or original
oil, moisture, and wear resistant, 9-inch by 12-inch size
Make each mnnual specific for this project. Cross out all non-applicable information
and highlight the applicable or otherwise indicate in a manner to prevent confusion of
those utilizing the manuals.
Submittals to the Engineer:
Three preliminary copies of manuals with the shop drawings for each piece of
equipment.
Three revised copies ofmannnlg. incorporating revisions required by the Engineer
upon review of the preliminary or previously revised manuals.
,
Seven (7) final copies of the manuals, identical to the preliminary and revised
preliminary copies approved by the En~/neer.
1.05 CONTRACTOR' S RESPONSIBILITY
Review and verify all shop drawings, product data and samples prior to submission for
information, including but not limited to the following:
1. Field measurements
2. Field construction criteria
3. Catalog numbers and shnilar data
4. Conformanee with the Specifications
Afrnc to each shop drawing, working drawing, sample and catalog data submitted the
following Certification Statement, signed by the Contractor: "Certification Statement:
By this submittal, I hereby represent that I have determined and verified all 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 and all Contract requirements."
Notify the Engineer, in writing, at the time of submittal, of any deviations in the
submittals from the requirements of these Specifications and the Contract Documents.
D$
The review and approval of shop drawings, samples or catalog data by the Engineer
does not relieve the Contractor ~om his respons~ility with regard to the fld~llment of
the terms of the Contract. M risks of error, omi~qsion and deviation from the Contract
requirements are assumed by the Contractor and the Engineer will have no
Coppert 2 Meter Vault/94-81/2-6-97
01300 - 4 SUBMITTALS
responsflfility thereof
Do not start nor begin fabrication of any materials for those portions of the work
requiring a shop drawing, working drawing, samhie, or catalog data sheet. Fabrication
performed, materials purchased or on-site construction accomplished whicl; does not
conform to approved shop drawings and data is at the Contractor's risk. The Engineer
will not be liable for any expense or delay due to corrections or remedies required to
accomplLgh conformity.
Project work, materials, fabrication and installation shall conform with approved shop
drawings, Working drawings, applicable samples and catalog data.
1.06
A.
E,
ENGINEER'S REVIEW RESPONSIBILITIES
Re-view submittals with reasonable promptness and in accord with schedule, as noted
in Paragraph 1.16 of this section.
Affix stamp and initials or signature, and indicate the requirements for resubmittal or
approval of submittal.
Send reviewed submittals to Project Manager for distribution.
Review the data for general conformity to the Plans and Specifications. The Engineer
will COmment On items called to his attention for approval or verification. Approvals
will be based on this review and do not constitute a blanket approval of substance, fit
or function.
The Engineer will check dimensions, ~mples and details as a service to the Contractor.
Any discrepancies found thus will be noted for verification by the Contractor.
1.07 SUBMISSION REQUIREMENTS
Make submittals promptly in accordance with approved schedule, and in such sequence
as to cause no dehy in the work or in the work of any other Contractor. Dehys in
submittals may dehy the Project.
B. Identify submittals as follows:
Number each transmittal by the section number for which it is being submitted.
Number trn_n~ in sequence for each section. For example, Transmittal No.
11318-3 is the third tranmlttal for items and work covered under Section 113 18.
Identify resubmittals with a letter of the alphabet following the original number,
using A for the first resubmittal B for the second and so on. A second
resubmittal affecting transmittal 11318-3 would be numbered 11318-3B. The
number 11318-3A would then be entered in the space marked "Previous
Transmittal", which is left blank except for resubmittals.
C. Number of submittals required:
Shop Drawhgs and Product Data: Submit the number of copies as required
under Paragraph 1.12.
2. Samples: Submit the number stated in each specification section.
Coppell 2 Meter Vault/94-8 I/2-6-97 01300 - 5 SUBMITFALS
D. Submittals shah contain:
1. Attached submittal form, filled out completely.
2. Field dimensions, clearly identified as such.
3. Rehtion to adjacent or critical features of the work or materials.
4. Applicable standards, such as ASTM or Federal Specification numbers.
Verilic. ation that produce(s) and/or installation method(s) conform to plans,
including (where applicable): dimensions, orientation, appearance, external
connections and anchorages, installation clearances.
,
Verification that produce(s) and/or installation method(s) conform to
specifications, including (where applicable): kind, size, arrangement, finides,
and operation of component materials and devices.
7. · Specific purpose or design conditions and adequacy to meet same: weights,
dynamic loads, supports required, operating characeeristics.
Identification of coordination with other work, including items needed by this
trade, but fumi~ed by others, and information needed by others to perform-their
part.
,
Exceptions to or deviations from specified requirements, if any, and reasons for
10. Delivery Date.
a).
This should be stated as a firm date of delivery, not measured from
approval of drawings to date of shipping. For thl.q purpose the time taken
by the Engineer to process data may be taken as not exceeding the number
of days specified herein.
b).
The Contraceor should determine that proposed delivery dates will not
cause delay or result in failure to complete the project on time.
c).
No extension of time or waiver of liquidated damages will be granted due
to failure to deliver on time tinless the Contraceor presents written evidence
that favorable delivery is not obtainable for an acceptable item
d).
Such evidence will be considered as a basis for extension of time only when
presented promptly aRer award of contrace.
11. Names, addresses, and telephone numbers of subcontractor, supplier and
manufacturer.
12. Identification of revisions and resubmittals.
13. A 5 in. x 5 in. blank space for the Engineer's review stamps.
14.
Contraceor's stamp:, inilialed or signed, certifying review of submittal, verification
of products, field measurements and field constmceion criteria, and coordination
of the information within the submittal with requirements of the work and of
Contrace Documents.
Coppell 2 Meter Vault/94-81/2-6-97
0 1300 - 6 SUBMITTALS
' E. Do not use red for marIcing or si~ning submittals. Use green.
1.08
A.
C,
1.09
A~
1.10
RESUBMISSION REQUIREMENTS ~
Make any corrections or changes in the submittals required by the Engineer and
resubmit until approved.
Shop Drawings and Product Data:
1. Revide ~ drawings or data, and resubmit as specified for the initial submittal.
2. Indicate any changes which have been made other than those requested by the
Engineer.
Samples: Submit new samples as required for initial submittal.
DISPOSITION OF SUBMHTALS
After review, the Engineer will return the specified number of copies to the Project
Manager with one of the following review comments:
I. Submittals marked "NO EXCEPTIONS TAKEN" shall be distn~buted for
construction and/or manufacture.
,
Submittals marked "MAKE CORRECTIONS NOTED" shall have all copies
marked with corrections by the Engineer and distributed for construction and/or
manufacture.
When the submittals are marked "REVISE AND RESUBMIT", the Contractor
shall respond accordingly.
Submittals which do not comply with the Drawings or do not meet the
Specifications ~ be rejected. Only one copy of each item designated
"REJECTED" will be marked; other copies will be returned to the Contractor
unmarked.
Any drawings submitted without the Contractoes approval will not be considered and
will be returned to the Contractor for proper submi~e~sion.
ROUTING OF SUBMITFALS
Approval data and related correspondence should be routed as follows:
B.
C.
D.
E.
Supplier to Contractor (through representative if applicable) for preliminary check.
Contractor to Engineer for review and approval or COmment.
Simultaneous copies oftransmittal letter to Project Manager.
Engineer to Project Manager for distribution or back to Contractor for resubmission.
Project Manager to Contractor.
Coppell 2 Meter Vault/94-81/2-6-97 01300 - 7 SUBMITTALS
. F. Contractor to supplier.
1.11
A. Engineer
B,
C,
ADDRESSES FOR COMMUNICATION
Henry G. Niblo, P.E.
320 E. Jefferson, Rm 204
Dallas, Texas 75203
(214) 948-4576
Project Manager
Jennifer J. Cottingham, P.E.
2121 Main Street, Rm 300
Dallas, Texas 75201
(214) 948-4563
Contractor
Name Job Address
Firm Job Phone
Address
City
Phone
1.12 NUMBER OF COPIES REQUIRED
A,
Submit In accordance with Paragraph 1.10 the following minimum number of submittal
copies to the Engineer for review and comment:
Copies
1. Engineer's File 1
2. Project Managers File (Office Copy) 2
3. Project Manager (Field Copy) 1
4. Project Manager (Pumping Div. Copy) 1
5. City of Coppell 1
6. Contractor 2
Minimum No. of Copies
The above number is a minimum amount. The Contractor may increase that amount
by the number of copies he may require.
B,
Send one copy of the transmittal letter to the Project Manager at the same time
submitting copies to the Engineer.
1.13 DISTI~mUTION BY CONSTRUCTION ENGINEER
A,
Distribute copies of shop drawings and product data received from the Engineer which
carry the Engineer's stamp of approval and do not require resubmission to:
1. Contractor (three copies minimum)
Coppell 2 Meter Vault/94-81/2-6-97 01300 = 8 SUBMITTALS
Bo
C,
1.14
2. Project Manager's File (three copies)
3. Project Manager~s Field File (one copy)
Distn]aute copies of shop drawings and product data received from the Engin~eer which
carry the Engineet's stamp and require resubmission to:
Contractor (eight copies minimum)
Distribute Samples.
INCLUSION OF SUBMITTALS, SPARE PARTS AND SPECIAL TOOLS
The submittals of shop drawings, product data, sarnples, the operation and maintenance
mature!.% special tools and recommended spare parts list as required by other sections
of these Specifications, are considered an integral part of the equipment for which they
are required. No partial payments nor payments will be made for any materials or
equipment which require submission of shop drawings and/or operation and
maintenance manuals, unless such submittals have been made, and the Project Manager
has found them acceptable. No final payment will be made until all required shop
drawings, operation and maintenance manuals, special tools, accessories and list of
spare parts have been submitted or delivered to the Engineer as is appropriate..I
1.15
1.16
REPET1T1VE REVIEW
Any need for more than one resubmission~ or any other delay in obtaining Engineer's
revtew of submittals, will not entitle the Contractor to extension of the Contract time.
ENGINEER'S SUBMHTAL REVIEW TIME
The Engineer will review and return submittals into the United States mail (first class
delivery) for all designated items within 10 working days (Saturdays, Sundays and City
holidays excluded) after their receipt in his office.
1.17
PAYMENT
The work specified in this section shah be considered incidental and payment will be
included as part of the appropriate lump, sum or unit prices stated in the Proposal
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
0 1300 - 9 SUBMITYALS
PART 1
1.01
1.02
A.
C,
D,
F,
SECTION 01311
SEQUENCE OF CONSTRUCTION
GENERAL
SCOPE
This Section lists construction constraints and outlines proposed sequences of
constructloft for the work on this project. It is not the intent of these contract
documents to rigidly define a sequence of construction to be followed by the
Contractor. Rather, the outline presented in the following paragraphs is intended to aid
the Contractor in planning and scheduling his work within the ~amework of restrictions
under which the project must be completed. It is not a complete listing of all work that
is required for this project. The Contractor is responsible for familiarlzing him~lfwith
the project work and its various requirements and providing all piping, electrical power,
equipment and other items necessary to complete the work with the time constraints
set by these documents. Proper construction scheduling and completion of the work
within the established contract time shah remain the sole responsibility of the
Contractor.
CONSTRUCTION CONSTRAINTS
The existing DWU metering facilities and City of Coppell pumping facilities operate
continuously and can not be interrupted during any construction activities, without
special written permission ~om the Project Manager.
The existing 60-hch DFW Transmission Line can not be shut down for tie-in of new
42-Inch Coppell Water supply line for any extended period of time. Provide special
"Wet" tap with gate valve for immediate isolation. However, a temporary shutdown
may be required to reduce pressure during the tapping operations, depending on the
requirements of the tapping Contractor. Any kind of shutdown must occur between
the months of November to April.
The existing 36-Inch line servicing the City of CoppeWs Village Parkway Pump, Station
cannot be shut down completely to tie in new 24-Inch Meter Vauk Supply line for any
extended period of~h~e. Spedal provisions will be made by City of Coppell and DWU
to service Coppell through an existing 16-Inch line in Sandy Lake Road so the existing
36-Inch can be shut down for a short period of time. All shutdown activities require
coordination and approval by the Project Manager and City of CoppelL
Shutdown of the existing 36-Inch Coppell Supply line along Sandy Lake Road will be
required at the existing DWU Metering Facility site to install pressure reducing valves
and tie-in of new 42-Inch Supply line. Coppell will be serviced through an existing 16-
Inch water line along north side of Sandy Lake Road during t_hi~ period of time.
Shutdown time and coordination require the approval of the Project Manager.
The new meter vault construction site is located inside the City of Coppell's Village
Parkway l~mp Station yard and will require special conditions and operations to
protect their facilities.
The new 42-Inch Water supply line construction site is located inside the City of
CoppeWs Sandy Lake Road I~mp Station yard and will require special conditions and
operations to protect their facilities.
Parkway Pump Station/92-053/2-6-97
01311-1
SEQUENCE OF CONSTRUCTION
The perimeter fence at V'~lage Parkway and Sandy Lake Road Pump Stations must stay
intact at all times. Where the fence is breached from construction activities, provide
temporary fencing in a manner that will secure the breach and not interrupt normal
activities in the area.
1.03
SEQUENCE OF CONSTRUCTION
There are no special sequences of construction required. However, the gate valve at
the 60-Inch line tap cannot be opened, until the temporay 24-Inch bypass line at the
Meter Vault site, or the Venturi Meter and Pressure Reducing Valve facilities are
installed, calibrated, tested and fully operational, unless otherwise permission is granted
by the Project Manager.
1.04
DESIGN OPERATION
The completed facility will be used to bill the City of CoppeH for potable water usage
from the Dallas Water Utilities distribution system The Venturi Meter will measure
a pre-determlned flowrate and a Rate-Of-Flow Control Valve will automatically
maintain that pre~determined flowrate.
END OF SECTION
Parkway Pump Station/92-053/2-6-97 0 13 11 - 2 SEQUENCE OF CONSTRUCTION
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1:
1.01
GENERAL
DESCRIFrION
The facilities and controls specified in thi~ section are considered minimum for the
project. The Contractor may provide additional facilities and controls which he
considers necessary for the proper execution of the work and to meet his
responsibilities for protection of the persons, property and the environment.
1.02
A.
B,
C,
FIELD OFFICES AND SFW~DS
Contractor's Field Office
Furnigh and maintain a trailer-housed office on the jobsite during the entire period of
construction. Locate field office in an area on the property that will not interfere
with construction and inspection activities. Maintain plans, working drawings and
Contract documents in thi.q office at all times. Install separate telephone service and
maintain at all times.
Storage
Provide watertight storage facilities as required with floor above ground level for
materials susceptible to weather damage. Place materials to permit easy access for
inspection and identification.
O~her Buildings
Locate or build all other forms of protection subject to prior approval by the Project
Manager.
PrQject Manager's Representative's Field Office
Furnish before starting construction work, new or like new fieM office with a
mininmm floor space of 360 square feet area and maintain for contract period.
Provide a covered entrance porch at the entrance door. Key entrance door
handle and provide separate deadbolt keyed the same as handle with three sets
of keys. Glaze windows with proper screens and adequate light entrance and
ventilation. Cover windows with security bars or diamond wire mesh fabric.
Equip trailer with adequate electric service convenience outlets, lighting and
HVAC facilities, as well as the following:
Coppell 2 Meter Vault/94-81/2-6-97 01500 - 1 TEMPORARY FACILITIES & CONTROLS
a).
b).
C).
d).
e).
f).
g).
O-
j).
k).
One kneehole desk.
One desk chair
One side chair.
One office type trash can.
One refrigerated water cooler.
One plan table 3'x6'
One drax°cing stool
One draining lamp assembly over plan table.
One plan rack.
One legal size filing cabinet of two drawers (lockable).
One copy machine in good working condition equal to a Xerox 1012 or
a Mira 1522. Contractor is responsible for all maintenance and supplies
:' including paper and toner.
1). One facsimile machine in good working condition equal to a Xerox
7020. Contractor is responsible for all maintenance and supplies
including paper and toner.
m). One three cubic foot minimum refrigerator in good working condition.
n). A locking closet to be used for storage of survey instr~ments.
o). Provide restroom facilities with a locking door, water closet, hvatory,
mirror; towel dispenser and a holding tank (serviced by the Contractor)
or be connected to the sanitary sewer.
p). Provide one book case (minimum 6 foot by 3 foot by 18 inches).
q). One microwave in good working condition, one cubic foot, General'
Electric, or equal.
Clean field office at the end of each working day. Perform all necessary
maintenance regularly and as required.
The Project Manager's Representative's Field Office shall be complete and
separate from the Contractor's field office. Field office shall be exclusively
used by the Project Manager and his/her personnel. ~
1.03 TEMPORARY TELEPHONE SERVICE
A. Contractor's Job Telephone
The Contractor will provide separate telephone service to his office and facilities and
maintain during the entire period of construction.
Project Manager's Representative's Telephone
Provide three touch tone sex-vice lines with one single line touch tone desk set
(DMTF telephone) and one combination touch tone desk set and answering machine
with dual mini-cassette tapes at the Contractor's expense for the duration of the
construction period. One telephone line and necessary appurtenances shall be
dedicated for the facsimile machine. Both of the remaining telephone lines are to
Coppell 2 Meter Vault/94-81/2-6-97 01500 - 2 TEMPORARY FACILITIES & CONTROLS
have the "Call Waiting", "Three-Way Calling", and "Call Forwarding" features as
provided by the telephone company. Telephones are for exclusive use by the
Project Manager and his representatives. Long distance calls concerning Contract
business will be at the Contractor's expense. ' '
1.04
TEMPORARY WATER SERVICE
The City will provide temporary water service from existing outlets and lines at the
site. Contractor is to furnish piping, hoses, fittings, or other necessary equipment.
1.05
A.
TEMPORARY SANITARY FACILITIES
Provide and maintain sanitary conveniences to satisfy requirements of local, state
and federal authorities, ordinances and laws. Obtain approval for location secluded
from view.
Personnel on thi.~ work will not be permitted to use any of the City of Coppel!'s.
facilities normally used by their personnel.
1.06
A.
TEMPORARY FIRE PROTECTION
Observe and enforce throughout the work all requirements of City, State, and
Insurance authorities to minimiTe fire hazards.
Remove combustible refuse from within the construction site daily.
Provide fire extinguishes and sprinklers as required by the local Fire Department and
City Ordinances.
1.07
BARRH~RS
Provide as required to prevent public entry to construction areas and adjacent
properties and facilities from construction operations.
PART 2:
2.01
PRODUCTS
CELLULARTELEPHONE
Provide one new transportable cellular telephone with a local carrier service. Equip
cellular with batteries (original and spare), carry phone rapid charger, AC wall
adapter/desk charger and car adapter. Cellular telephone and service to be
Motorola Model 2001 with a minimum three watts of power, or approved equal
Coppell 2 Meter Vault/94-81/2-6-97 01500 - 3 TEMPORARY FACILITIES & CONTROLS
PART 3:
3.01
A.
Provide cellular telephone and service for duration of this Contract. ~
comnletion of Contract the cellular telephones will be returned to the Contractor.
EXECUTION
UTILITIES
Electric Power
Provide and maintain temporary electric power during the contract period at
Contractor's expense.
Sanitary Facilities
Provide and maintain toilet and sanitary facilities for employees and subcontracto~:s
employees that will comply with regulations of State and Local health departments.
Obtain approval of a location secluded from general public view in accordance with
item 1.29.1 of the General Specifications. ..
3.02
ACCESS AND PARKING
Contractor and subcontractor parking areas shall be approved by the Project
Manager.
3.03
A.
C,
SECURITY AND TEMPORARY PROTECTION
Furni~h~ install and maintain suitable barriers and protection to prevent public entry
and to protect the work and existing facilities from construction operations. Damage
to existing facilities caused by the Contractor shall be repaired by the Contractor at
no cost to the City of Dallas.
Take all the necessary measures and responsibility for the protection of temporary
facilities, ~ni~ed construction areas, equipment and materials at the site, until the
project has been completed and accepted by the Project MEager.
Make arrangement with the Project Manager for access to the site.
3.04
PROJECT SIGN
Coppell 2 Meter Vault/94-81/2-6-97 0 1500 - 4 TEMPORARY FACILITIES & CONTROLS
B,
Signs, other than those specified will not be permitted on the project site without
approval.
Description
2.
3.
4.
Quantity. One.
Size: 4 feet wide by 4 feet high.
Construction: Plywood with wood bracing.
Layout: Refer to 4 14G-4. Project title: Coppell 2 Meter Statiion.
3.05
A.
D,
SITE MAINTENANCE
Limit on site operations and storage of equipments and materials to the areas
designated and as directed by the Project Manager
Except as provided herein, do not use driveways, sidewalks, private property, or
other areas adjacent to the site for storage of equipment and materials.
Proceed with his work in an orderly manner, maintaining the construction site free
of debris and unnecessary materials.
At all time, keep the work area free from accumulations of waste, debris and rubbish
caused by construction operations.
Remove excavated material from the site in a manner that will cause the least
damage to adjacent lawns, grassed areas, trees, fence, or driveways regardless
whether these are on private property or on the public right-of-way.
3.06
FIRST All) FACILITIES
Maintain, at a well known location at the job site, articles for giving first aid to the
injured. Make standing arrangements for the immediate removal of persons,
incinding employees who may be injured on the job site, to a hospital or a doctor's
care. In no case shall employee be permitted to work at a jobsite before this has
been done.
3.07
REMOVAL OF TEMPORARY FACHJTIES AND CONTROLS
CoppeLl 2 Meter Vault/94--81/2-6-97
01500- 5
TEMPORARY FACILITIES & CONTROLS
Prior to final inspection, remove all temporary building, signs, and other items.
P~emove or restore, as required, all temporary roads and parking areas. Clean up all
construction areas at the site.
3.08
ENVIRONMENTAL CONTROLS
The Contractor shall, without additional expense to the City, be responsible for
complying with any applicable Federal, State and Municipal laws, codes and
regulations, in connection with the prosecution of the work. The Contractor shah
take proper safety and health precautions to protect the work, the workers, the
public and the property of others. The Contractor shall also be responsible for all
material delivered and work performed until completion and acceptance of the
work.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97 0 15 00 - 6 TEMPORARY FACILITIES & CONTROLS
PART 1:
1.01
SECTION 01720
PROJECT RECORD DOCUMENTS
GENERAL
SCOPE
Prepare ~ maintain record documents for the project to accurately reflect the
construction as built. Documents nmst be submitted at work completion as a condition
of final acceptance.
1.02
A.
MAINTAIN RECORD DOCUMENTS
Maintain at the job site, one copy oE
1. Contract drawings.
2. Specifications.
3. Addenda.
4. Reviewed shop drawings.
5. Approved ssrnl,.les.
6. Change orders and field orders.
7. Other contract modifications.
8. Field test records.
9. Correspondence.
10. Submittals.
11. M/WBE Participation Report
12. As-bult drawings.
Store record documents in an approved location apart from documents used for
construction. Do not use record documents for construction purposes. Provide
documents in clean, dry, legible condition. Make documents and samples available at
all times for inspection by the Project Manager.
1.03
MARKING DEVICES
Mark all changes legibly in a contrasting color.
1.04
A.
RECORDING
Keep record documents current.
information has been recorded.
Do not permanently conceal any work until required
Coppell 2 Meter Vault/94-81/2-6-97 0 1720 - 1 PROJECT RECORD DOCUMENTS
C,
D,
1.05
B,
Label each docment "PROJECT RECORD" in neat, large, printed letters.
mark contract drawings to record actual construction:
Depths of various elements of foundation in relation to grade.
,
Horizontal and vertical location of underground and undershb utilities and
appurtenances referenced to permanent surface improvements.
Field;changes of dimension and detail.
Changes made by change order or written authorization.
Details not on original contract drawings.
Legibly mark specifications and addenda to record:
1.
Manufacturer, trade name, catalog number and supplier of each product and item
of equipment actually installed.
2. Changes made by change order or written authorization.
3. Other matters not originally specified.
Legibly annotate shop drawings to record changes made after review.
At project completion, deliver record documents to the Project Manager. Place all
letter-sized material in a 3-ring binder, neatly indexed. Bind contract drawings and
shop drawings in rolls of convenient size for ease of handling.
Accompany the submittal with a transmittal letter in duplicate, containing:
2.
3.
4.
5.
6.
Date.
Project title and number.
Contractor's name and address.
Title and number of each record document.
Certification that each document as submitted is complete and accurate.
Signature of Contractor.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
' I
01720 - 2
PROJECT RECORD DOCUMENTS
DIVISION 2
SITE WORK
SECTION 02000
SITEWORK
PART 1:
1.01
A.
GENERAL
SCOPE OF WORK
Furni~ all labor, equipment and incidentals required to perform clearing, grubbing and
stripping of topsoil as shown on the Drawings and specified in Division 3 of NTCOG.
Furnish all labor, equipment and materials and perform all operations in connection
with the excavating, trenching, backfilling, embedment and concrete encasement
required to install the underground utilities shown on the Drawings, and as specified
in Division 6 of NTCOG.
Provide excavation for all structures, back-filling around completed structures and the
~sposal of all excess excavated material All operations required for the proper
completion of the excavation work, including .sheeting, shoring and bracing, dewatering
of excavations and completion ofbacic~ll are included. Refer to DMsion 7 of NTCOG.
Construct embankment and fill for the Meter Vault area with suitable materials
available from excavation or borrow in accordance with NTCOG Items 3.6 and 3.7
and in conformity with the lines and grades shown on the Drawings or as directed
by the Project Manager.
Provide all hbor, materials, equipment, tools and incidentals required for preparing
ground, providing for sowing of seeds and fertilizer, mulching and management
practices required for erosion control Areas requiring seeding for erosion control will
include the meter vault and new 36-Inch water line construction areas and any other
areas dismrbed by construction activities. Refer to NTCOG Items 3.8, 3.10 and 3.11.
1.02
A.
B.
C.
PROTECTION OF FACILITIES
Refer to NTCOG Items 1.24.1, 1.24.2, and 1.29.2.
Provide surface drainage according to NTCOG Item 3.3.4.
Conduct construction operations in such fashion that trucks and other vehicles do not
create a dirt nuisance in the streets. Provide trucks with beds sufficiently tight and
loaded in such a manner that objectionable materials will not spill onto the streets.
Clean up any dirt, mud, or other materials spied by the trucks.
1.03
QUALITY ASSURANCE
The City may employ and pay for the services of a testing laboratory to perform
completion tests on the compacted material Cooperate with the testing laboratory in
performing these tests. Notify the Project Manager at least 48 hours in advance of the
time at which tests will be required. Rework any area failing to comply with the
specifications as required.
Coppell 2 Meter Vault/94-81/2-6-97 02000 - 1 SITEWORK
PART 2:
2.01
2.02
A.
B.
2.04
2.05
PART 3:
PRODUCTS
MATERIALS FOR EMBEDMENT OF PIPE
Reference Item 2.1.8 of the bITCOG Specifications.
SELECT MATERIAL
Refer to NTCOG Item 2.1.5 (a)
On-site materials that meet item A above may be used.
GRANULAR FILL
Refer to NTCOG Item 2.1.8 (a) - Aggregate Grade 4
EMBANKMENT AND FILL
Materials placed in embankment and fill is specified in NTCOG Item 3.7. Borrow
materials required to complete the work are covered in NTCOG Item 3.6.
SEEDING, FERTILIZER AND HYDRO MULCH
NTCOG Items 2.15.1 (b) and (c), 2.15.2 and 2.15.3.
EXECUTION
Refer to NTCOG Divisions 3, 6 and 7.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
02000- 2 SITEWORK
SECTION 02290
EROSION CONTROL DURING CONSTRUCTION
PART 1
1.01
GENERAL
SCOPE OF WORK
Furnish all the necessary materials, labor, tools, equipment, and other incidentals
required to design, install, maintains and remove after construction all temporary
erosion control devices shown on the Drawings and specified herein. The purpose
of erosion control is to prevent sediment laden nmofffrom leaving the construction
area at any time. Refer to NTCOG Item 3.12.
1.02
REFERENCED STANDARDS
North Texas Council of Governments (NTCOG) - "General Specifications For_.
Public Works Construction".
1.03
A~
Co
TYPES OF EROSION CONTROL
Straw Bale Dike
The purpose of a straw bale dike is to intercept and detain small amounts of
sediment laden nmofffrom relatively small unprotected areas. This type of system
can only be used in conjunction with other devices, such as a silt fence. It is not a
"stand alone" option.
Silt Fence
A silt fence serves the purpose to intercept and detain water borne sediment from
unprotected areas to a limited extent. Silt fences are the most common means of
erosion control used.
Triangular Sediment Filter Dike
A triangular sediment filter dike intercepts and detains water borne sediment from
unprotected areas of less than one acre. fithe uphill slope above the dike exceeds
10 percent, the length of slope above the dike should not exceed 50 feet without
additional devices uphill. This device is effective on paved areas where installation
of a silt fence is not practical.
Coppell 2 Meter Vault/94-81/2-6-97
02290-I
EROSION CONTROL DURING
CONSTRUCTION
D. StabiliTed Construction Entrance
The purpose of constructing a temporary stabilized construction entrance is to
prevent sediment from leaving the project site and becoming a nuisance on ~l'paved
street. Install a temporary stabilized construction entrance at any point where traffic
will be entering or leaving a construction site to a paved surface, thus reducing or
eliminating the tracking or flowing of sediment onto the paved surface.
E. Other Control Devices
Diversion Dike: A temporary diversion dike is a barrier created by the
placement of an earthen embankment to reroute the flow ofnmoffto an
erosion control device or away from an open, easily erodible area.
Interceptor Swale: A temporary interceptor swale is excavated as required to
shorten the length of exposed slope by intercepting runoff They can also
serve as perimeter swales preventing off-site runoff from entering the
disturbed area or prevent sediment hden nmoff from leaving the construction
site or disturbed area.
Rock Berm: A rock berm is to serve as a check dam in areas of concentrated
flow to intercept sediment laden nmo~ detain the sediment and release the
water in sheet flow.
Sand Bag Bern~ A sand bag berm is to intercept sediment laden water from
disturbed areas such as construction in stream beds, create a retention pond,
detain sediment and release water in sheet flow.
Stone Outlet Sediment Trap: A stone outlet sediment trap is an impoundmerit
created by the placement of an earthen and stone embankment to prevent soft
and sediment loss from the site. A sediment trap is to intercept sediment laden
runoffand trap the sediment in order to protect drainage ways, properties and
rights of way below the sediment trap from sedimentation. A sediment trap is
usually installed at points of discharge from disturbed areas.
Pipe Outlet Sediment Basin: A temporary pipe outlet sediment basin is an
irr~oundment created by the phcement of an earthen embankment and an
integral pipe spillway structure for the purpose ofdewatering the
impoundment as well as an emergency spillway structure for heavy flows. A
sediment basin is to intercept sediment laden rimoff and trap the sediment in
order to protect drainage ways, properties, and rights of way below the
sediment basin from sedimentation. A sediment basin is usually installed at
points of discharge from disturbed areas.
Settling Tanks: A temporary tank is used to impound discharged water from
an open trench or tunneling operation for settlement of sediment hden water
prior to discharge into a storm water ditch or storm water system or
Coppell 2 Meter Vault/94-81/2-6-97
02290-2
EROSION CONTROL DURING
CONSTRUCTION
waterway. The sediment laden water must be held in the tank a minimum of
two hours to allow settlement of the suspended particles. When sediment
occupies 1/3 of the tank capacity it shotrid be removed. Discharge must be ,.
through a filtered opening to reduce suspended sediment volume. ~
PART 2 PRODUCTS
2.01
STRAW ~BALE DIKE
Straw bales must weigh a minimnm of 50 pounds and be at least 30 inches in length.
Use binding wire or nylon string and not jute or cotton binding. Do not use bales
for more than three months and replace sooner if structural integrity is lost.
2.02
SILT FENCE
Use silt fence fabric ofnylon reinforced polypropylene fabric conforming to
NTCOG hem 2.24.4. Provide galvAniTed steel fence posts according to NTCO.G
hem 2.8.2(bX2). Use woven wire support of W1.4 x W1.4, 4 inches x 4 inches,
zinc coated steel woven wire fence conforming to ASTM A116. Standard 2 inch x
2 inch chain !ink fence is acceptable as well as other welded steel fabrics consisting
of equal or greater gauge wire and equal or smaller spacing.
2.03
TRIANGULAR SEDIMENT FILTER DIKE
Use silt fence fabric ofnylon reinforced polypropylene fabric conforming to
NTCOG Item 2.24.4. The wire mesh support must be 6 gauge 6 inch x 6 inch wire
mesh folded into a triangular form being 18 inches on each side.
2.04
STABILIZED CONSTRUCTION ENTRANCE
Use stone material type "A' rip-rap defined in NTCOG Item 2.1.6(bX2) with
geotextile fabric COnfOrming tO NTCO G Item 2.23.3.
PART 3
3.01
A.
EXECUTION
INSTALLATION
Straw Bale Dike
Installation on Soil: Embed each bale in the soil a minimum of four inches.
Anchor the bales in place by a minimum of two 2 inch x 2 inch wood stakes or
steel '°T" posts driven through the bales.
Coppell 2 Meter Vault/94-81/2-6-97
02290-3
EROSION CONTROL DURING
CONSTRUCTION
,
Installation on Pavement: Secure each bale in phce by weights phced on the
downstream side of the bale. Anchor aH bales together to prevent individual
movement era single bale. Anchors may be made into the pavement,only if
approved by the Project Manager. This is restricted to areas where the
pavement is to be replaced as part of the same Contract.
Make inspection weekly and after each major storm event.
promptly as needed.
Remove bales when sftt reaches a depth of 6 inches.
Repair or replace
B. Sftt Fence
Installation on Soft: Set posts a minim. m of 1 foot deep and space not more
than 6 feet on center. Cut a 6 inch wide trench 6 inches deep at the toe of the
fence and bacidill with earth or gravel. 0verlapp fabric a minimum of 3 feet
and join such that no leakage or bypass occurs.
,
Installation on Pavement: Weight fabric with rock on the upstream side to'-
prevent flow from seeping under the fence.
Make inspection weekly and aRer each major storm event. Repair or replace
promptly as needed.
Remove and dispose of silt when it reaches a depth of half the height of the
fence.
C. Triangular Sediment Fftter Dike
1. Place dikes in row with the ends tightly abutting the adjacent dike.
Make inspections weekly and after each major storm event. Repair or replace
promptly as needed.
Remove and dispose of silt when it reaches a depth of half the height of the
dike galvanized steel
D. Stabiliz~,d Construction Entrance
The m/nimum length of the stabilived entrance is 30 feet for work that is less
than 150 feet from the paved surface and at least 50 feet for all other cases.
Thickness is 6 inches. The width annnOt be less than the full width of all
points of ingress and egress.
When necessary, clean all vehicles to remove sediment before they enter onto
a paved area. Remove all Sediment spilled, dropped, washed or tracked onto
the paved surface immediately.
Coppell 2 Meter Vault/94-81/2-6-97
02290-4
EROSION CONTROL DURING
CONSTRUCTION
3.02
A.
C,
E,
Properly grade the entrance or incorporate a drainage swale to prevent rimoff
form leaving the construction site.
GENERAL USES
Bore Pits, Recovery Pits and Isolated Manholes: The retention device must
completely surround the excavation. If concrete barriers are installed, the erosion
prevention devices should be placed outside of the barriers.
Material Stockpiles and Spoil/Excavated Material Stockpiles: The retention device
must completely surround the stockpile on ground or pavement that is level up to a
4 percent slope. On slopes greater than 4 percent, the device may be placed on both
ends and the downstream side of the runoff Stockpile of spoil materials around
Sandy Lake Road Pump Station site must not interfere with existing tank overflow.
Storm Water Inlets and Culverts: Phce the retention device in a Simi-circular
pattern around the inlet or culvert opening.
Storm Water Ditches: Place a retention device perpendicular to the flow across the
ditch and up either side to a depth at least six inches higher than the anticipated
depth of flow. Install a device every 100 lineal feet when the slope of the ditch is no
greater than 4 percent and every 50 feet when the slope of the ditch is greater than 4
percent.
Excavated or Stockpiled Material Adjacent to a Ditch Excavation: Place the
detention device on either end of the stockpile and along the entire side away from
the ditch excavation.
3.03
A~
C,
INSTALLATION, MAINTENANCE AND REMOVAL
The Contractor is responsible for determining what types of erosion controls are
required and where they should be installed. The Project Manager has the right to
review such installations and their locations to determine if the conditions of this
Scction arc met. In addition, the Project Manager can require additional controls in
areas he/she feels need attention.
The Contractor is responsible for maintaining all erosion control devices and
activities during the course of construction. The Project Manager has the discretion
to hspect the site periodically and if any deficiencies are found, the Contractor must
correct to hi.q/her satisfaction.
At the close of the Contract, remove all temporary erosion control devices and
restore the site to its original condition, or the condition shown on the Contract
Drawings.
Coppell 2 Meter Vault/94-81/2-6-97
02290-5
EROSION CONTROL DURING
CONSTRUCTION
3.04
PAYMENT
Include costs for erosion control materials and measures in a separate h~rnn sum Bid
Item specified in the Contract General Provisions.
END OF SECTION
Coppeli 2 Meter Vault/94-8 I/2-6-97
02290-6
EROSION CONTROL DURING
CONSTRUCTION
DIVISION 3
CONCRETE
PART 1:
1.01
A~
F,
G,
SECTION 03000
CONCRETE
GENERAL
SCOPE OF WORK
Provide all ~materials, labor, tools, equipment, and incidentals for furnishing, erecting
and insta!lin~ concrete formwork and accessories shown on the Drawings and specified
herein.
Provide all materials, labor, tools, equipment, and accessories for furni~ing and phcing
concrete reinforcing steel and appurtenances shown on the Drawings and specified
herein. Also included is grouting of reinforcement dowel bars.
Provide all materials, labor, took equipment, and incidentals for furnishing and phcing
concrete joints and embedded items and associated accessories shown on the Drawings
and specified herein.
Furnish aH necessary materials, batching facilities equipment, tools, labor~ and
incidentals for the production, mixing and phcement of all cast-in-place concretd.
Unless specifically shown on the Drawings or specified below, all formwork must
conform to the North Texas Council of Governments Standard Specifications for Public
Works Construction (NTCOG), Items 7.4 and 7.5. Any construction provisions not
covered in the NTCOG and these Specifications are governed by those American
Concrete Institute (ACI) Specifications listed below.
Unless specifically shown on the Drawings or specified below, all concrete reinforcing
steel must conform to the North Texas Council of Governments Standard
Specifications for Public Works Construction (NTCOG), Items 2.25, 2.26, 2.27, 7.4
and 7.5. Any construction provisions not covered in the NTCOG and these
Specifications are goveraed by those American Concrete Institute (ACI) Specifications
listed below.
Unless specifically shown on the Drawings or specified below, all concrete joints and
embedded items must conform to the North Texas Council of Governments Standard
Specifications for Public Works Construction (NTCOG), Items 7.4 and 7.5. Any
construction provisions not covered in the NTCOG and these Specifications are
governed by those American Concrete Institute (ACI) Specifications listed below.
Unless specifically shown on the Drawings or spedfled below, all cast-in-place concrete
and appurtenances must conform to the North Texas Council of Governments Standard
Specifications for Public Works Construction (NTCOG), Items 2.1, 2.2, 7.4 and 7.5.
Any construction provisions not covered in the NTCOG and these Specifications are
governed by those American Concrete Institute (ACI) Specifications listed below.
Provide nonmetallic non-shrink grout for leveling base plates, machinery and other
equipment, and at all locations shown or reasonably implied by the Drawings. NTCOG
Item 7.10.15 applies.
Coppell 2 Meter Vault/94-81/2-6-97 03 000 - 1 CONCRETE
1.02
A.
REFERENCE STANDARD
American Concrete Institute (ACI)
1.
2.
Recommended Practice for Concrete Formwork - ACI 347 "
ACI 3 15 - Manual of Standard Practice for Detailing Reinforced Concrete
Structures
ACI 3 18-83 - Building Code Requirements for Reinforced Concrete
;
ACI 503.2 - Standard Specification for Bonding Plastic Concrete to Hardened
Concrete with a Multi-Component Epoxy Adhesive.
ACI 6 13 - Recommended Practice for Selecting Proportions for Concrete.
ACI 68 - Placing Concrete by Pumping Methods.
PART 2:
2.01
2.02
PRODUCTS
BAR SUPPORTS
Provide chairs, riser bars, ties and other accessories made of metal, except as otherwise
specified. Provide bar supports and accessories the same size required to provide
concrete cover. Provide stainless steel chairs or steel chairs with stainless steel tips.
Do not use galvaniTed or plastic tipped metal chairs. Metal bar supports and
accessories shall be Chss 1 or 2 conforming to the requirements of CRSI Manual of
Standard Practice.
EPOXY GROUT
Furnish epoxy grout with high strength rigid epoxy adhesive manufactured for the
purpose of anchoring dowels into hardened concrete. Acceptable products are:
All Other Dowels - Sika's "Sikadur Hl-Mod, LV No. 32" or equal.
2.03
CONCRETE BONDING AGENT
Use concrete bonding agent conforming to ANSI/ASTM C881, Type H for bonding
fxesh wet concrete to cured concrete. Grade and class is required for the project
application. Make a field service representative of the manufacturer available during
initial application for instruction in the proper use of the product when so requested by
the Project Manager.
2.04
BOND BREAKER
Thirty-pound asphalt saturated felt, mastic bond breaker shall be Igas Joint System by
Sika corporation with compatible primer.
Coppell 2 Meter Vault/94-81/2-6-97 03000 - 2 CONCRETE
WATERSTOPS
2.05
A.
B,
Provide waterstops made. of virgin polyvinyl chloride compound and having the
following properties: ~
Tensile Strength
Ultimate Elongation
Brittlehess Temperature
Center Bulb Diameter
2200 psi
400%
-35 Deg. F.
3/8 in. Minim, m
Waterstop~ are produced by an extrusion process and uniform in dimension,
homogenous and free from porosity.
Provide waterstops manufactured by Structural Specialties Corporation, or equal
Construction Joints - Shown on the Drawings.
2.06
PART 3:
3.01
HIGH RANGE WATER REDUCER (SUPERPLASTICIZER)
As an option to the Contractor, a superphsticizer may be used to improve the
workability. of the concrete. The superphsticizer must be used in strict accordance with
the reqmrements and recommendations of the product manufa~trer. 'Add
superplasticizer to the concrete mix at the job site, just prior to dispensing in
conformance with an approved plan by the Project Manager.
EXECUTION
BONDED JOINTS
Bonded joints shall be used only where shown on the Drawings, where specified, or
upon written approval of the Engineer. Prepare surface to be bonded and apply
bonding agent in strict ace, ordance with the manufactureis instructions and ACI 503.2,
except that surface preparation by acid etching will not be allowed. When ACI 503.2
references ACI 301, delete ACI 301 and substitute the project specifications' Section
03300. Protect forms in the area of the bonded joint so that any bonding agent that
may be inadvertently applied to the form will not bond the form to the concrete.
3.02
A~
C,
WATERSTOPS
Make up joints in PVC waterstops by heating the two maraces to be joined until the
material has soRened to the point where it is just short of being fluid and then bringing
the two soRened surfaces together with a slight rubbing motion followed by firmly
pressing them together so that a solid and tight bond is made. Use only special
manufacturer's approved tools.
Joints made in the above manner must be such that the entire cross section of the joint
is dense, homogeneous and free of all porosity. All fmi-~hed joints shall have a tensile
strength of not less than 75% of the material of the strip as e~ruded.
Heat the surfaces to be joined by means of an electric hot phte designed for this
specific purpose and controlled by means of a voltage regulator.
Coppeli 2 Meter Vault/94-8 I/2-6-97 03000 - 3 CONCRETE
D,
Install all waterstops so that half its width will be embedded on each side of the joint.
The method selected for holding the waterstop in position must ensure that the
waterstop will be held securely in true position and in straight alignment in the joint
during placement and vibration of concrete.
3.03
CONCRETE PREPARATION
ff concrete arrives at the project with a slump below that specified, water may be
added. Indiscriminate addition of water to increase shmp is prohibited. Do not exceed
either the maximum permi-e~'ble water-cement ratio or maximum slump. Mix
adjustments to obtain specified slump must be approved by the Engineer.
3.04
A.
B,
CONCRETE FIELD CONTROL
Advise the Project Manager of readiness to proceed at least 24 hours prior to each
concrete phcement. The Project Manager will inspect the preparations for concreting,
including the preparation of previously phced concrete, the reinforcing steel and the
alignment and tightness of the formwork Do not place concrete without the inspection
and acceptance of the Project Manager.
The Engineer or Project Manager may have cores taken from any questionable area in
the concrete work, such as consturction joints and other locations required for
detremination of soundness and quality. The results of tests on such cores shall be the
basis for acceptance, rejection or corrections to the concrete work. Cooperate in
obtaining the cores by allowing free access to the work and permitting the use of
ladders, scaffolding and such incidental equipment as may be required. Repair all core
holes in accordance with this section and satisfaction of the Construction Engineer.
The work of cutting and testing core samples is at the expense of the City.
3.05
A.
D,
FAILURE OF CONCRETE TO MEET REQUIREMENTS
Failure of field control test specimens to meet required strength shall constitute
rejection by the Project Manager. However, cores may be drilled in the structure at
locations designated by the Project Manager in accordance with ASTM Methods, C42
and C39. If the cores fail to meet nfinin~m strength requirements, remove and replace
the structure. The Contractor assumes responsibility to provide core drilling and
testing at his own expense, regardless of whether the cores pass or fail strength
requirements.
Failure to meet the curing requirements of this section may constitute rejection by the
Project Manager.
Failure to meet the finiling requirements of thi~ section may constitute rejection by the
Project Manager. The Project Manager, however, may impose specific corrections to
the defective work at the expense of the Contractor.
Failure to adequately protect the concrete from hot or cold weather as specified by this
section may constitute rejection by the Project Manager.
Coppoll 2 Meter Vault/94-81/2-6-97
03000 - 4 CONCRETE
Failure heed warnings of incHmate weather and place concrete during adverse
conditions without proper protection as specified by this section may constitute
rejection by the Project Manager.
END OF SECTION
Coppert 2 Meter Vault/94-8 I/2-6-97
03000- 5 CONCRETE
SECTION 03413
PRECAST CONCRETE
PART 1:
1.01
A.
B,
C,
1.02
A.
GENERAL
SCOPE OF WORK
Furni~ all materials, labor, tools, equipment, and incidentals required to produce two
special precast concrete manhole for the pressure reducing valves as shown on the
Drawings.
Fabricate all materials in the manufacturees own facility and deliver to the site in
sections making one complete unit.
Unless specifically shown on the Drawings or specified below, aH precast concrete
work must conform to the North Texas Council. of Governments Standard
Specifications for Public Works Construction (NTCOG), Items 7.8 and 7.12. Any
construction provisions not covered in the NTCOG and these Specifications are
governed by those American Concrete Institute (ACI) Specifications.
DESIGN CRITERIA
Minitm,m concrete compressive strength of 4500 psi at 28 days or Class Y Lightweight
Concrete defined in NTCOG Item 7.5.2.
ASTM A615 Grade 60 or ASTM A706 Grade 60 reinforcement. Bending details per
ACI Standards.
Design Loads
1. Live loading for AASHTO HS20 Wheel Load.
Lateral soft pressure for the depths indicated on the Drawings. Soil !mit weight
is 100 pounds per cubic foot.
3. Hydrostatic loading for water table up to 3 feet below ~nigh grade.
PART 2:
2.01
PRODUCTS
MIX DESIGN
If no mix proportions or procedures are outlined by the manufa~ttrer, use those
specified in NTCOG Items 7.4 and 7.12.3, except that the design strength is as
specified in 1.02A above.
2.02
A.
FABRICATION
Cure traits by low pressure steam method.
Coppell 2 Meter Vault/94-81/2-6-97
03413-1
PRECAST CONCRETE
Fininhes:
2.
3.
4.
Unexposed areas - As cast
Exposed areas- Hoat fminh
Remove irregularities, fins and other projections
Prime exposed carbon steel anchors per Section 09900
2.03
Acceptable manufacturer(s) of precast mnnhole
Dalworth - Quickset, or approved equal.
are Brooks Manufacturing, or
PART 3:
3.01
A,
B,
EXECUTION
ERECTION
Do not backfill until complete structure has been phced and inspected by the Project
Manager.
The detail shown on the Drawings depicting the couneetion between the wa_lls and base
slab is based on the precast manhole being placed at the same time the base slab is
poured, toniring thin type of connection posm_'ble. However, another type of connection
detail that best suites his construction schedule can be proposed. Any detail proposed
is subject to approval by the Engineer.
END OF SECTION
Coppell 2 Meter Vault/94-8 I/2-6-97 034 13 - 2 PRECAST CONCRETE
DIVISION
METALS
SECTION 05500
MISCELIANEOUS METAL
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furni.~h all labor, materials, equipment and incidentals to provide and install metal
~'.m's ladder, sump frame and grating, access hatches and other mi~cellaneous metals
as shown on the Drawings and specified in NTCOG Items 2.11 and 7.10. Unless
specifically shown on the Drawings, or noted herein, all metal work must conform to
the NTCOG..
1.02
FIELD MEASUREMENTS
Take field measurements at the site to verify or supplement indicated dimensions and
to insure proper fitting of all items.
PART 2:
2,01
PRODUCTS
ANCHORS, BOLTS AND FASTENING DEVICES
For structural purposes, unless otherwise noted, use I-Fdti "Kwik-Bok", or approved
equal expansion bolts. ffbolt length is not called for on the Drawings, provide a bolt
in sufficient length to phce the wedge portion of the bolt a minimHm Of l-inch behind
the reinforcing steel with the concrete. Use stainless steel materials, unless otherwise
noted on the Drawings.
2.02 GALVANIZED STEEL GRATINGS
Furnish galvaniTed sled gratings with depths and thickness shown and manufactured by
Reliance Steel Products Co., F.B. Leopold Co., Inc., PA4 or approved equal
The fabricator determines the exact design of gratings, including thickness, thickness
and depth fibeating bars, number of bars per foot of width, arrangement of distribution
bars, etc.,.
The fabricator provides calculations for the gratings and sealed by a Registered
Professional Engineer in the state of Texas for review by the Engineer.
C,
Gratings shall be designed for the spans indicated on the Drawings, using a design live
load of 100 pounds per square foot or ASSHTO H20 track loads if in an area subject
to track loads.
Band aH openings 2 inches and greater in diameter with a bar of the same depth and
thickness as the main bearing bars of the grating, or furnished with continuous cross
bridges. Weld each cut bar to the band if banding is utilized. The ends of all grating
sections are to be likewise banded. Clamps and bolts used for attaching grating to
supporting member shall be stainless steel. Clamp all grating unless noted otherwise.
Clamps to be recommended by the manufacturer.
Coppell 2 Meter Vault/94-81/2-6-97
05500-1
MISCELLANEOUS METALS
Supports for the galvanized steel grating shall be of galvanized steel construction and
including embed angles. All anchors to be stainless steel.
2.03
ACCESS DOORS
Prefabricated access doors shall be single or double leaf type depending on sizes shown
on the Drawings and/or specified herein. Door leafl~s) shall be 1/4 inch ab~mim_~m
diamond pattern plate with ~:fficient stitfening to withstand a live load of 250 psf Use
pivot torsion bars for counterbalance or spring operations to facilitate easy operation
along with~automatic door hold-open. Channel frame shall be 1/4 inch extruded
ab:minnm formed steel equipped with embedded strap anchors as required. Hardware
to be dttrable and corrosion rust resistant such as brass and/or stainless steel type 302
and 304. Hatches shall be watertight using a 1-1/2 inch drainage coupling provided in
the channel frame. Break bond between di~imilar metals as specified in paragraph
3.02. Provide Type "J" or "JD" access doors manufactured by Bilco Co., or approved
equal. Similar access doors by U.S. Foundry are considered equals.
PART 3:
3.01
A.
B,
EXECUTION
FABRICATION
Weld abn~hmm on the unexposed side' as much as possible in order to prevent p~ing
or discoloration.
All aluminum fmigh exposed surfaces, except as specified below, shall have
manufacturer's standard mill finish. Apply a coating of methacrylate lacquer to all
aluminum before ~':mment from the factory.
Hot-dip all galvanizing, where required, after fabrication. Follow all manufacturing
operations in cleaning, pickling, fiuxing, and completely immersing in a bath of molten
3.02
A.
B.
C,
INSTALLATION
Verify aH dimensions at the site before fabrication is started.
All steel surfaces to come in contact with exposed concrete shall receive a protective
coating of an approved heavy bitumastic troweling mastic applied in accordance with
the manufacturex~s instructions prior to inst_n_l!~tion.
When ah~rninum contacts a cli~irm'iar metal, apply a heavy brush coat of zinc-chromate
primer followed by two coats of aluminum metal paint to the di~gimilar metal-
Where aluminum contacts concrete, apply a heavy coat of approved alkali resistant
paint to the concrete.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
05500-2
. MISCELLANEOUS METALS
DIVISION 7
THERMAL AND MOISTURE PROTECTION
SECTION 07100
DAMPPROOFING
PART 1: GENERAL
1.01
SCOPE OF WORK
Fumi~qh all materials, hbor, equipment and incidentals required to perform all the
dampproofing of cast-in-place concrete for the proper completion of the project
required by the Drawings and as specified herein.
1.02
1.03
PART 2:
RELATED WORK NOT INCLUDED
03000 - Concrete
03413 - Precast Concrete
APPLICATION SCHF~DULE
Dampproof the exterior surfaces of all cast-in-place and precast concrete walls from the
top of the footings/floor slab up to 6 inches below the fini~ed grade.
PRODUCTS
2.01
DAMPPROOFING
Dampproofing shall be B~:mastic Black Solution by the Koppers Company, Inc., or
approved equal
PART 3: EXECUTION
3.01 INSTALLATION
A.
Surfaces treated must be flee of oil and dirt and in proper condition as indicated by the
manufacturer prior to the application of the dampproofing material. Concrete surfaces
rest be completely cured, surface dry and free from frost at the time of application.
B,
Apply two heavy coats, the first float being carefully applied so that "holidays" or
untreated air bubble depressions in the surface are completely filled and the second coat
to guarantee a 100% coating of the surface.
C. Take care in applying dampproofing at all construction joints encountered.
Coppell 2 Meter Vault/94-81/2-6-97
07100-I
WATERPROOFING AND
DAMPPROOFING
The number of coats specified is in addition to primer coats as recommended by the
manufacturer.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
07100- 2
WATERPROOFING AND
DAMPPROOFING
DIVISION 9
FINISFIF~S
SECTION 09900
PAINTING
PART 1:
1.01
A.
GENERAL
SCOPE OF WORK
Fumi~ all materials, labor, equipment and incidentals required to perform all painting
necessary to complete this Contract in ks entirety.
It is the intent of these Specifications to paint all exposed:
Structural Steel
Miscellaneous Steel
Concrete
Frames
Mechanical Equipment
Operators
Pipe
Fittings
Valves
Pipe Bollards
Include all other work obviously required to be painted unless otherwise specified and
minor items not mentioned in the schedule of work in thi~ Section where they come
within the general intent of the specifications as stated herein.
The following items are not to be painted, except as is the normal procedure of the
manufacturer fttrni~ing a ~ni.~hed product:
1. GalvaniTed ladders and stairs,
2. GalvaniTed gratings
3, Galvani,ed piping
Packing glands and other adjustable parts and name plates of mechanical
equipment.
Interior surfaces of Valves, Flow Meters, and Miscellaneous Piping Specialities
in contact with potable water..
6. Non-ferrous metals, unless specifically noted otherwise.
7. Stainless steel.
Coppell 2 Meter Vault/94-81/2-6-97
09900-1 PAINTING
* 8. Aluminum
1.02
RELATED WORK NOT INCLUDED
05500 - Miscellaneous Metals
113 18 - Sump Pump
PART 2:
2.01
A.
C,
PRODUC~
MATERIALS
All painting materials shah be equal to those manufactured by the Tnemec Company,
Inc., Carboline Company, or equal. The painting schedule has been prepared on the
basis of Tnemec products (unless otherwise noted) and Tnemec recommendations for
application. No other brand will be considered for approval unless the brand. and type
of paint proposed for each item in the following schedule together with sufficient data
substantiated by certified tests conducted at no expense to the City to demonstrate its
equality to the paint named is submitted to the Engineer in writing for approval v~n~thin
30 days after the Notice to Proceed. The type and number of tests performed shah be
subject to the Engineex~s approval
Shop prime with mnterials that are guaranteed by the manufacturer to be compatible
with the ~ni~ paints to be used.
Refer to NTCOG Item 2.9. l(a) and (b), and 8.9.
2.02
LISTING
Furni.qh a listing showing what type paint was used and where.
PART 3:
3.01
EXECUTION
PRIMING
Sandblast clean components scheduled for priming as defined above in accordance with
SSPC-SP-6, Commercial Blast Cleaning, immediateby prior to priming.
Sandblast clean components submerged or subject to spla.~hing as defined above in
accordance with SSPC-SP-10, Near White Blast Cleaning, immediately prior to
priming.
Surfaces must be dry and free of dust, oil, grease and other foreign material before
priming.
Coppell 2 Meter Vault/94-81/2-6-97 09900 - 2 PAINTING
· minimum dry film thickness (DFT) in mils per coat noted:
Meter Vault and Surrounding Site Work
a). Exterior
Ferrous Metals (steel, cast iron and ductile iron)
2 Coats Series 66 (4.0-6.0 DFT)
1 Coat Series 71 (1.5-2.0 DFT)
b) Interior
Ferrous Metals (steel, cast iron and ductile iron)
2 Coats Series 66 (4.0-6.0 DFT)
Concrete
1 Coat Series 54-660 (10.0-20.0 DFT)
2 Coats Series 66 (4.0-6.0 DFT per coat)
2. Wood Telephone Panel
1 Coat Series 36-603 (1.0-1.5 DFT)
2 Coats Series 23 (2.0-2.5 DFT per coat)
3. Pressure Reducing Valve Vaults
Same as Meter Vault area, except do not coat concrete walls, ceiling or floor.
Piping. Valves, Flow Meters, and Miscellaneous Piping Specialities - Do not prime or
coat interior surfaces in contact with potable water with the materials specified above.
Have the device manufa~Lrer/supplier coat these interior surfaces with materials that
are suited for a water or moisture environment and meeting the requirements of
National Sanitary Foundation Specifications, NSF 60 and NSF 61.
3.04
WORKMANSHIP
Refer to NTCOG Item 8.9
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97 09900 - 4 PAINTING
DIVISION 11
~QUn~M~NT
PART 1:
1.01
SECTION 11318
SUMP PUMP
GENERAL
SCOPE OF WORK
Furnigh all iabor, materials, tools, equipment and incidentals necessary to install and
place in operation all sump pumps as shown on the Drawings and specified herein.
1.02
1.03
A.
B.
RELATED WORK NOT INCLUDED
09900 - Painting
15010 - Piping
16010 - Electrical - General Provisions
SUBMrITALS
Submittals shah be in accordance with Section 01300.
Provide the following specific information:
1. euml~
a). Descriptive literature and catalog cuts.
b).
Certified performance curves with pump, and system operating points
plotted.
c).
Motor8
Certified drawings: Furni~ certified drawings of proposed equipment;
including elevation drawings showing pump, driving equipment and
couplings, pump sectional drawing with list of parts and materials, and
separate driver drawings and data.
a). Descriptive literature and catalog cuts.
b). Starting torque.
c). Furl load current and speed.
d). Efficiency at 1/2, 3/4 'and full load.
Coppell 2 Meter Vault/94-81/2-6-97
11318- I
SUMP PUMP
'
PART 2:
2.01
2.02
A~
'B.
C.
D.
2.03
A.
B.
C.
D.
E.
e). Power factor at 1/2, 3/4 and full loads.
f). Weight and dimensions.
PRODUCTS
GENERAL
Provide submers~le pump with seW-contained controls, appurtenances and power cable
required for normal operation. Motor and control shall be suitable for 120 volt AC
single phase 60 Hz. electric supply.
MATERIALS
Pump Casing- Cast Iron.
lmpeHer - Bronze non-clog type, threaded to shaR. ..
ShaR - 400 series staiRless steel.
ShaR Seals- Mechanical type, ceramic and carbon, Buna N robber, brass and stainless
steel seal pans.
Motor - Continuous duty, built-in automatic reset overload protection. Oil for
lubrication of bearings and mechanical seal and heat transfer.
Lever Switch - Diaphra~tnn type pressure switch sealed in watertight housing.
Motor Power Cable - Water and oil resistant with epoxy seal on motor.
DESIGN CRITERIA
Rated Capacity - 20 gallons per minute.
Rated Total Head - 11 feet of water.
Rotative Speed - 1750 revolutions per minute.
Sump Size and Depth - Indicated on Drawings.
Name Plate Horsepower - 1/2 Horsepower.
Coppell 2 Meter Vault/94-81/2-6-97 113 18 - 2 SUMP PUMP
2.04 DATA PLATE
Stainless steel suitable attached to pump containing manufacturer's name, purnp size
and type, serial number, speed, impellet diameter, capacity and head rating; an other
pertinent data.
2.05 MANUFACTURER
Sump pumpi shall be furni~ed by a reputable manufacturer with at least five (5) years
experience in the manufacture of pumps.
PART 3: EXECUTION
3.01 INSTALLATION
Level, plumb and align sump pump into position to fit connecting piping. Use
installation procedures recommended by the pump manufacturer.
3,02 PAINTING
A,
If shop coatings differ ~om those specified in Section 09900, they must be of the type
and applied in a manner compatible with those specified in that section.
B. Sump pumps shah be factory painted as per the manufacturer.
3.03 PIPING
Unless otherwise shown on the Drawings or specified herein, sump pump piping shall
consist of galvanized steel pipe.
Sump pump piping, unless otherwise shown or specified, shah contain brass check
valves and gate valves as specified in NTCOG Item 2.13.3.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
11318 - 3 SUMPPUMP
DIVISION 13
SPECIAL EQUIPMENT
PART 1:
1.01
SECTION 13305
FLOW MEASURING DEVICES
GENERAL
SCOPE OF WORK
Furni~ all necessary materials, labor, tools, equipment and other required incidentals
for purchasing, installing, calibrating and testing Venturi and Turbine Type Flow
Meters in the locations shown on the Drawings and specified herein.
1.02
RELATED WORK NOT INCLUDED
15010 - Piping
1.03
B.
SUBMrITALS _,
Conform to the requirements of Section 0 1300 and those specified herein.
Provide complete shop drawings, catalog cut sheets, data sheets, caHbration and
performance tests and Operation and Maintenance Manuals for all flowmeters shown
on the Drawings and specified in thi~ section.
Provide O & M per section 01300 item 1.04 A thru C.
1.04
DESIGN CONDITIONS
The Venturi Meter must accurately measure pre-determined flow rates between 7 and
28 MGD, while controlled by a modulating control butterfly valve.
The Turbine Meter must accurately measure flow rates between 35 and 5500 gpm,
PART 2: PRODUCTS
2.01
A~
B.
TURBINE METER
Bronze, magnetic drive fianged meter with UL fire rated strainer screen.
Measurement of cold water up to 80 degrees F with flow in one direction only.
Coppert 2 Meter Vault/94-81/2-6-97
13305-1
FLOW MEASURING DEVICES
- C. Criteria:
E=
F,
H,
Ma~mttm Operating Pressure 175 psi.
2. Pressure loss thru meter and strainer not more than 6.9 psi at 5500 gpm
3. 100 percent plus or minus 1.5 percent accuracy.
4. Low flow accuracy 95 percent at 35 gpm.
Materials:
Main case
Measuring Chamber
Straightening Vanes
ROtor
Radial Bearing
Trim
Thrust Bearings
Magnets
Strainer Body/Cover
Strainer Screen
Bronze
Bronze
Stainless Steel
Thermophstic
Ceramic
Stainless Steel
Tungsten Carbide
Ceramic
Cast Iron
Stainless Steel
Performance
Must be fire service rated for use on domestic and commercial fire service systems
where connected to public water supply. Factory test prior to -~hipment and submit
copies of test report to the Engineer.
Standards
Conform to AWWA C703 (most recent revision) and demonstrated on factory test
report.
Magnetic Drive
Right angle magnetic drive with registration by combining the magnetic actions of a
driver magnet (embedded in the rear face of the rotor), a three-legged flux carrier and
cylindrical follower magnet attached to the gear train shaft inside the registers magnet
well The only moving part in the water shall be the rotor assembly.
Construction
Two basic assemblies consisting of Main case and measuring chamber. Straightening
vanes in the Main case for minimizing swirl upstream of the meter so as to direct flow
through the rotor evenly. Measuring chamber to inchde rotor, adjusting vane and
sealed direct reading register.
Coppell 2 Meter Vault/94-81/2-6-97
13305 - 2
FLOW MEASURING DEVICES
,
J,
2.02
/L
Strainer
Must be provided with turbine meter by the same manRfacturer. Provide drain plugs
for flushing screen while under pressure. Strainer shall contain "V" shaped ~reen with
four times the equivalent open area of a 10-inch pipe. Strainer to be UL Listed.
Manufacturer
Series "w T:uxbo Turbine meter and screen manufactured by Sensus Technologies, Inc.,
Model W-5500 DRFS with UL Strainer, or approved equal.
VENTURI FLOW METER
Desjim
The Venmri Meter must be a short form concentric tube type cast iron, diWerential
producer, with bronze or stainless steel throat and flanged ends, being Leeds &
Northrup Model UVT -20181(formally BIF UVT - 20181) static tap, B Throat;
Primary Flow Signal Model HVT, or approved equal.
Enelneering Data
Maximum Rated Flow
Design High Differential @ 28 MGD
MinimHm Rated How
Design Low Differential ~ 7 MGD
Maximum Differential
Minimum Differential
Stipulations
1.
28 MGD
240 in. of Water
7 MGD
20 in. of Water
320 in. of Water
10 in. of Water
Flow versus Discharge Coefficient Curve must be "flat" and have constant C
Factor value of at least 0.98 or better over the full range of flows between 7 and
28 MGD.
2. Guaranteed accuracy down to 4 MGD.
D. Material.
1. Cast iron shah be ASTM A126, Grade B.
Coppert 2 Meter VaultJ94-8 I/2-6-97
'1 III
13305 - 3
FLOW MEASURING DEVICES
- 2. Stainless steel shall be Type 304.
Vents and Taps
All vents and taps shall be integral with the venturi robe and shall be bronze or stainless
steel. Both high and low pressure taps to be the Static type. Comer taps are not
acceptable. Provide two sets of taps, on both sides of the robe and 180 degrees apart,
for physically measuring differential with a manometer, independent of the transmitter..
Flanges and Body
Ends shalI be ASME/ANSI B16.1 125 lb cast iron f~anged. Body shah be designed for
150 psi maximum working pressure. All cast iron surfaces shall be coated with NFS
2 type epoxy paint, or approved equal The serial number of the robe shah be
die-stamped on the body in an accessible location.
Required Features
High differential at rated maximum flow.
,
High degree of accuracy referred to in tenas of percent (%) d~viation from actual
(not full gale) flow rate. Cah~rated accuracy of plus or minus 0.25% of actual
flow over the range indicated.
Calibration
Calibrate the ventufi tube at an independent laboratory or University. Submit the
calibration procedure, setup, formulas, methods of calcu!a_fion, range, etc., for
approved prior to calibration.
,
Notify the Engineer at least three (3) weeks in advance of calibration testing.
The Engineer or his representative will, at his option, witness the calibration
procedure.
Carry out caHbration from the curvilinear portion of the Discharge Coefficient
Curve between the minimHm and maxirm~m flow rates specified.
4. Determine the Discharge Coefficient, accuracy and head loss.
,
Furni-qh certified copies of the test report, per section 01300, to the Engineer
prior to .~hipment for his acceptance. Each copy of the report shall contain a
certified copy of Discharge Coefficient values plotted versus Reynolds Number
and flow rate (MGD) values over the range tested. Also include a detailed
identification and serial numbers, test apparatus used, test procedures and
methods used, conditions under which the test was performed, and the tabulated
data and calculations from the recorded data.
Coppert 2 Meter Vault/94-81/2-6-97
13305 - 4
FLOW MEASURING DEVICES
PART 3:.
3.01
B.
Take at least five additional data point measurements below 7 MGD flow and
five above 28 MGD.
7. Use test water at a temperature at or near 70 degrees F.
Manufacturer
The Venturi Flow Tube must be manufactured by a company that has manufactured
main line m~ers for the measurement of fluids for at least ten ( I 0 ) years, and which has
the experience and experimental data, which in the opinion of the Engineer, satisfies the
particular requirements proposed for the work.
Product Warranty
Provide a written warranty from the Venturi Meter supplier stating that the meter is
warranted again~ defects in workmanship and materials for a period of 25 years from
date of installation.
Performance Guarantee
Provide a wxii~en guarantee from the Ventu~ Manufa~urer stating that the meter meets
all requirements of these spedAication~ Further, the meter will perform throughout the
entire range of flow rates specified and any deviation in performance may result in the
meter being removed, repaired or replaced at no cost to the City.
EXECUTION
GENERAL
Install Venturi and Turbine Meters in the locations shown on the Drawings.
Prime and fini~ paint exterior surfaces of both meters. Do not field paint the interiors,
nor any brass, bronze, alntninnrn; phstic, or stainless steel parts. Clean out interior of
any debris, grease, oil, or dirt before installing.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-6-97
13305 - 5
FLOW MEASURING DEVICES
PART 1:
SECTION 13315
CONTROLS AND INSTRUMENTATION
GENERAL
1.01
A.
SCOPE OF WORK
Furnish all _.the necessary labor, equipment, facilities, tools, materials and incidentals
for purchasing and installing all flow measuring control and instrumentation
equipment required for a local loop flow control system as shown on the Drawings
and specified herein.
The City will purchase and the Contractor shall install separately a remote SCADA
system.
1.02
JOB CONDITIONS
The control and instrumentation equipment specified in this Section will measure,
compute and report flow and pressure based on a proposed Universal Venturi type
flow meter specified elsewhere with a design differential head of 240 inches of water
at 28 MGD, and 20 inches of water at 7 MGD. Maximum differential is 320 inches
of water.
1.03 RELATED WORK NOT INCLUDED
15010 - Piping and Valves
16010 - Electrical - General Provisions
16100 - Basic Materials and Methods
16120 - Cable and Wire
1.04
A.
B.
C,
SUBMITTALS
Conform to the requirements of Section 01300 and those specified herein.
Provide complete shop drawings, catalog cut sheets, data sheets, calibration,
performance tests and Operation & Maintenance Manuals for all instrumentation
shown on the Drawings and specified in this section.
Provide Operation & Maintenance Manuals per section 01300 item 1.04 A thru C.
Coppell 2 Meter Vault/94-81/2-7-97
13315-1
CONTROLS & INSTRUMENTATION
I :' i
PART 2 PRODUCTS
FLOW INDICATING DIFFERENTIAL PRESSURE TRANSMITTER
2.01
The flow transmitter to be a differential pressure type equal to Foxboro Model No. IDP10-
D20C21F-M2-H-V-W Low Level Cut-off and meeting the following requirements as a
minimum:
A. Type
Digital resonant wire sensor
Microprocessor-based electronic circuit.
Intelligent DP Transmitter
Operation
1. Purpose:
Sense differential pressure and produce a standard current output signal
proportional to flow.
2. Sensin~ Element:
Resonat wire, process differential pressure via silicon liquid filled diaphragm.
3. Circuitry:
Solid State, with PROM and EEPROM data storage.
4. Transmitter must incorporate temperature measurement to compensate
for thermal effect.
5. Transmitter transmits digital signal over the 4-20 mA signal wires
without effecting the 4-20 mA signal signal.
6. Transmitter communicates via a remote hand held transmitter interface
unit. The interface unit must be a product of the same manufacturer.
7. Output software selected to be linear and reflect the square root of the
pressure difference.
Function
1. Static pressure and overpressure limit from 2000 psig 150 percent of
process pressure.
Coppell 2 Meter Vault/94-81/2-7-97
13315 - 2
CONTROLS & INSTRUMENTATION
D,
2. Power Supply: 42 volt DC (two-wire), regulated.
3. Output: 4-20 ma and digital output for communication.
Physical
1. Wetted Parts: 316 Stainless Steel
2. Body~.Material: 316 Stainless Steel
3. Diaphragms: 316 Stainless Steel
4. Drain and Vent Valves: 316 Stainless Steel
5. Electronic Connection: 1/2 inch NPT
6. Process Connection 1/2 inch x 2-1/8 inch center to center with DA '3 -
valve manifold model number MM4U-TSS-RO-PRM.
7. Floor Stand: O'Brien Corp., No. FP40 with pipe mounting accessories.
Performance
1.
Accuracy:
Plus or minus 0. 1 percent of calibrated span including combined effects of
linearity, hyteresis and repeatability.
Drift less than plus or minus 0.25 percent of reference span over a six
month period.
3. RFI protection to 500 MHz at 5 watts.
4. Surge protection to 2500 V as per IEEE standards.
Warranty
The differential pressure transmitter shall have a 5 year warranty
from the factory.
TOTALIZER
The totalizer shall be a seven (7) digit counter made up of seven counter segments
equal to the Durant Unipulser II - Model No. 41237-405-AMP Edge Connector
Amp 583539-1 with a BCD output. The totalizer unit shall be the non-rest type.
The totalizer will receive a pulse train from the above specified integrator
Coppell 2 Meter Vault/94-81/2-7-97 133 15 - 3 CONTROLS &INSTRUMENTATION
representing one thousand (1000) gallons of flow per pulse. The totalizer shall be
calibrated and labeled for a display scale of reading times 1000. The totalizer power
supply shall be equal to the Power One #HB24-1.2-A (24 VDC, 1.2 amp). Provide
one (1) power supply.
2.03
LED FLOW INDICATOR
The indica.t0r shall operate from 120 volts AC power supply, accept an input of 4
to 20 milli-amp DC, and have an accuracy of +/43.1 MGD. Decimal point shall be
continuously indicated. Indicator shall be equal to a "Moore Industries" Model
DSM/4-20mA/7 - 28 MGD/115 VAC/C.
2.04
LED LEVEL INDICATOR
The indicator shall operate from 120 volts AC power supply, accept an input of 4
to 20 milli-amp DC and have an accuracy of +/43.1 foot. Indicator shall have three
(3) digits and indicate feet. Decimal point shall be continuously indicated. Indicgtor
shall be equal to a "Moore Industries' Model DSM/4-20mA/0-999 FT/117 VAC/F-
C(P).
2.05 PRESSURE INDICATING TRANSMITTER
The pressure transmitters shall be equal to Foxboro Model No. IGP10-D22-D1F-M2-H-W
and meet the following requirements as a minimum:
A. T.vpe
2.
3.
4.
5.
Digital resonant wire sensor
Microprocessor-based electronic circuit.
Watertight and explosion proof.
Local indicator, graduated in engineering units.
Intelligent Transmitter.
B. Operation
1. Purpose:
To sense pressure and produce a standard current output signal proportional
to the measured variable.
2. Sensing Element:
Coppell 2 Meter Vault/94-81/2-7-97
13315 - 4
CONTROLS & INSTRUMENTATION
!
Resonant wire, process pressure transmitted via silicon liquid filled diaphragm·
3. Circuitry:
Solid state, with PROM and EEPROM data storage.
Function
1.
Static, and overpressure from 2000 psig to 15 percent of process
connection. Static and overpressure to 150 percent flange rating.
Power Supply: 42 volts dc (two-wire) regulated.
Output: 4-20 ma and digital output for communication.
The transmitter shall transmit a digital signal over the 4-20 ma signal
wires without effecting the 4-20 ma analog signal.
The transmitter shall communicate via a remote hand held transmitter.
interface unit. The interface unit shall be manufactured by the same
manufacturer.
Suppression: Zero elevation 10 percent of full range. Zero suppression
plus 80 percent of full range.
Physical
2.
3.
4.
5.
6.
7.
8.
Wetted Parts: 316 Stainless Steel
Body Material: 316 Stainless Steel
Diaphragm: 316 Stainless Steel
Process connection: 1/2 inch NPT
Electrical Connection: 1/2 inch NPT
Drain and vent valves: 3 16 Stainless Steel
Valve manifold as manufactured by DA Model No. PTM6-T-SS-AO.
Two Floor Stands: O'Brien Corp., No. FP40 with pipe mounting
accessories:
One ~ S36M
Two - 2USFM
Coppell 2 Meter VaulV94-81/2-7-97 133 15 - 5 CONTROLS & INSTRUMENTATION
E,
2.06
A.
Two - A8M
Plus two (2) pipe mounting accessory kits.
Performance
Accuracy:
Plus or minus 0. 1 percent of calibrated span including combined effects of
!inear.-ity, hysteresis and repeatability.
Drift less than plus or minus 0.5 percent of reference span over a six
month period.
RFI protection to 500 MHz at 5 watts.
Surge protection to 2500 V, as per IEEE standards.
The transmitter shall have a five year warranty from the factory.
LEVEL SET POINT CONTROL SWITCH
The control unit will be used for the open and close control of the rate-of-flow
control valve from the tank water level transmitter. The unit shall be an Acromag
Model 16EA-20-DN-1 and shall be installed in the Vault Terminal Unit (VTU).
The following associated parts and accessories shall be included with he unit:
2.
3.
4.
Level Control Relay - Potter Brum~eld Relay KRPA11DN24VDC.
Control Relay - Potter Brumfield KRPA14DN24VDC.
IDEC Relay Base #5R2P-06.
IDEC Relay Base #5R3P-06
2.07
UNINTERRUFrABLE POWER SUPPLY (UPS)
Provide and install one 350 VA UPS with a connection for remote monitoring of low
battery and normal back-up status. Provide normally open and closed contacts. The
AC input and DC output shall be fused. The unit shall be Upsonic's Station 40VR
PRO Model Number 6021 or approved equal. Provide with 117 VAC power plug
and mount on the bottom of telephone board.
Coppell 2 Meter Vault/94-81/2-7-97
13315 - 6
CONTROLS & INSTRUMENTATION
2.08
A.
MISCELLANEOUS
Current To Current Isolators
Flow and level isolators shall be equal to Acromag Series 1700 Model 1702
(1702-Y-U-I). Two (2) Required.
Nameplates
Provide 3-1/2 inch long by 1 inch high name plates as indicated below. The
material shall be phenolic plastic, black surface, white core, 1/16 inch thick and
matte finish. The lettering shall be all block, capital letters, machined engraved to
expose white core. Plates shall be mounted with brass screws in a permanent
manner. Glue or adhesive is not acceptable. DWU to provide and install
nameplates on the VTU cabinet.
Nameplate Ietter Size
Vault Terminal Unit'
1/2 in.
Flow (MGD) 0-20 MGD
1/4 in.
Reservoir Level FT 0-30
1/4 in.
Totalizer Flow (X 1000)
1/4 in.
2.09
ITEMS PROVIDED FOR COMPLETE SYSTEM
Purchase a second power supply to supply DC power to the transmitters. It shall be
Atop jan Model No. VRB36GT50 with mounting kit No. GB8 or approved equal.
2.10
A.
B.
C.
ITEMS PROVIDED FOR COMPLETE SYSTEM
Necessary miscellaneous items for a complete instrumentation system.
Power supplies as required by the instrumentation manufacturer.
Impedance matching devices or converters required to prevent overloading of the
current trammitten. All miscellaneous instruments must be approved by the Project
Manager.
Coppell 2 Meter Vault/94-81/2-7-97
133 15 - 7
CONTROLS & INSTRUMENTATION
· EXECUTION
PART 3
3.01
GENERAL
Furnish the equipment specified in this section. Mount the equipment listed below
in item 3.02 as indicated on the Drawings. Furnish and deliver the equipment listed
below in item 3.03 to the Project Manager for installation in the Vault Terminal Unit
(VTU) by DWU personnel.
3.02 EQUIPMENT SET IN PLACE
The following equipment is to be furnished and installed by the Contractor:
B.
'C.
D.
E.
Rate-of-Flow (ROF) Valve Actuator/Valve Operator
Flow Transmitter including mounting stand and hardware.
Rate-of-Flow Controller(ROFC). -.
Pressure Transmitters including mounting stand and hardware.
Vault Terminal Unit: This enclosure will be furnished by the City. All equipment
listed in 3.03 will be installed by the City. Enclosure will be picked up by the
Contractor at the Pumping Division, 8231 Hoyle, Dallas, Texas, and installed at the
meter vault by the Contractor. Phone Ron Deloach, Dallas Water Utilities Pumping
Division at (214) 670-85 16 for information to obtain the VTU enclosure.
Panelboard, heater, sump level controller and exhaust fan.
Electrical conduit as shown on the Drawings and as specified in Section 16100.
Wire and cable as indicated on the Drawings and as specified in Section 16120.
Uniterruptible Power Supply: Mount on the bottom of telephone board.
3.03 PURCHASE ONLY
The following will be purchased by the contractor and delivered to the City. The City will
install the equipment in the VTU and the Contractor will install the VTU as indicated on the
Drawings and as listed in item 3.02 above.
A. Integrator
B. Totalizer
Copper 2 Meter Vault/94-81/2-7-97 133 15 - 8 CONTROLS & INSTRUMENTATION
C,
D.
E.
F.
Flow Indicator
Level Indicator
Isolators (2) required.
Power Supply: Two (2) power supplies required, 24 V and 36V DC.
3.04
A.
C,
The City will be responsible for installation of components and termination of all
wiring inside VTU. Interface wiring points between the VTU cabinet and field
wires or cables shall be at terminal blocks inside the VTU cabinet installed by the
City. City to provide interconnection drawing at the time the cabinet is delivered
to the meter vault.
The Contractor will be responsible for all power connections to the new panelboard
and the reconnection of power to all other equipment as shown and specified..
The Contractor will be responsible for installing (setting in place) all equipment
listed in item 3.02 above. This includes all new conduit, wire and cable. The
contractor will not be responsible for component wiring inside VTU.
The City will be responsible for the installation of all devices (See item 3.03 this
section) inside the VTU. The Contractor will be responsible for startup, testing and
calibration of the loop devices and instrumentation.
END OF SECTION
Coppell 2 Meter VaultJ94-81/2-7-97
13315 - 9
CONTROLS & INSTRUMENTATION
DIVISION 1~
MECHANICAL
SECTION 15010
PIPING AND VALVES
PART 1:
1.01
D,
H.
GENERAL
SCOPE OF WORK
Furni.~h all hbor, materials, equipment and incidentals required to install all steel pipe
and fiRingsas shown on the Drawings and as specified NTCOG Item 2.12.9.
Furni~ all labor, materials, equipment, tools and incidentals necessary to provide and
install, in locations in~de of structures, ductile iron pipe and fittings and appurtenances
as shown on the Drawings and specified in NTCOG Item 2.12.8.
Furni~ all materials, labor, equipment, tools and incidentals necessary to provide and
instail preten~oned concrete steel cylinder pipe as shown on the Drawings and specified
in NTCOG Item 2.12.5.
Fumi~ all labor, materials, equipment, tools and incidentals necessary to provide and
install copper piping shown on the Drawings and specified in NTCOG Item 2.13.3.
Provide all materials, labor, equipment, tools, and incidentals necessary for furni~ing
and installing gate valves shown on the Drawings and specified in NTCOG Item 2.13.1.
Provide nll labor, materials, tools, equipment, and incidentals necessary for furni.~hing,
insUlling, and testing butterfly valves and appurtenances shown on the Drawings and
specified in NTCOG Item 2.13.4 and DWU ADDENDUM TO NTCOG.
Furni,~ all labor, equipment, materials, tools and incidentals necessary to provide and
install complete and ready for operation all mi-~,ellaneous valves and associated
appurtenances as shown on the Drawings and specified in NTCOG Item 2.13.3.
Furnish all materials, labor, tools, equipment, and incidentals required for complete
installation and ready for operation, all piping appurtenances shown on the Drawings
or specified in NTCOG.
Contractor has the option to use either steel pipe or Ductfie Iron pipe for the 24-inch
and 12-inch piping inside the meter and pressure reducing valve vaults.
1.02
RELATED WORK NOT INCLUDED
09900 - Painting
11318 - Sump Pump
1.03
A.
B.
SYSTEM DESCRIFFION
The system design pressure for all 24 and 12 inch pipe and fittings is 150 psi.
Galvanized steel pipe is to be used for sump pump. piping.
Coppell 2 Meter Vault/94-81/2-7-97
15010-1.
PIPING AND VALVES
1.04
A,
B,
PART 2:
2.01
A~
B.
C,
STIPULATIONS
All piping, fittings, valves, and appurtenances mug be rated for service under the
guidelines of the National Sanitary Foundation Specifications, NSF 60 and ~NSF 61.
Do not prime or coat interior surfaces in contact with potable water with the materials
specified in Sections 09900. Have the device manufacturer/supplier coat these interior
surfaces with materials that are suited for a water or moisture environment and meeting
the requirements of the Dallas Water Utilities 1995 Addendure to NTCOG and the
National Sanitary Foundation Specifications, NSF 60 and NSF 61.
PRODUCTS
COUPLINGS
Couplings are gasketed, sleeve-type, with diameter to properly fit the pipe.
Minimnm sleeve length is 5 inches for pipe 5 inches and smaller, 7 inches for pipe larger
than 5 inches and smaller than 36 inches, and 10 inches for pipe 36 inches and larger.
Couplings to be Smith-Blair Style 41 lfor steel pipe or, Style 441 for ductile iron, or
approved equal. -.
2.02
BALL VALVES
Metal ball valves, if used, are to be non-lubricated, fxee floating ball design with sew
cleaning of the seat surfaces when operated. Seals and seats must be self-adjusting and
corrosion resistant. Stem packing shall be manually adjustable while the valves are in
line under pressure on only one side of the ball Except as noted below, metal ball
valves shall be by Dynaquip, Worcester Controls, or equal
2.03
GAUGES AND ACCESSORIES
All gauges unless otherwise noted shall have a 4-1/2 inch diameter face, with black
letters on a white background and protected in their connecting piping by shut-off
corporation stops or metal ball valve with lever or tee handle. Gauges shall be supplied
with pulsation dampers on all pressure lines. On other than water and air lines, gauges
shall be supplied with three-way fiu.~hing valves and diaphragm seals. Gauges shall
have one percent accuracy over their full range and shall be supplied by U.S. Gauge,
AsheroR, Marsh, or equal.
PART 3:
3.01
EXECUTION
INSTALLATION
Refer to porvisions of Division 6 of NTCOG.
3.02
A.
PIPE SUPPORTS
Provide supports as shown on the Drawings and as specified in Section 15090.
Coppell 2 Meter Vault/94-81/2-7-97
15010 - 2
PIPING AND VALVES
B,
Provide additional supports as required to support piping such that its weight is not
supported by the pumps or equipment.
3.03
A,
B,
INSTALLATION - MANUAL VALVE OPERATORS
Set buried valves and valve boxes with the operating stem vertically aligned in the
center of the valve boL Set valves on a firm foundation and support by tsmping pipe
bedding material under the sides of the valve. Support the valve box during baclcfilling
and maintained in vertical alignment with the top flush with finish grade.
Before bacidilling, coat all exposed portions of any bolts with two coats of bituminous
paint comparable to Bitumastic No. 50 by Koppers Co., Inc.
3.04
TESTING
All piping shall be hydrostatically or pneumatically tested for leakage in accordance
with the procedures outlined in item 6.7.3 of NTCOG.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97
15010 - 3
PIPING AND VALVES
PART 1
1.01
1.02
1.03
A.
1.04
A.
SECTION 15109
RATE-OF-FLOW CONTROL VALVE
GENERAL
SCOPE OF WORK
Furnish all the necessary materials, labor, tools, equipment, and other incidentals
required for providing and installing one Rate-Of-Flow Control Valve shown on the
Drawings and specified herein.
RELATED WORK SPECIFIED ELSEWHERE
Section 133 15 - Controls and Instn~mentation
Section 15010 - Piping and Valves
Section 15 114 - Rate-Of-Flow Valve Actuator
DESIGN
The Rate-Of-Flow Control Valve shall be a butterfly type valve capable of
withstanding stresses and strains caused by vibrations fTom pressure drop and
cavitation over the normal life of the valve.
The valve must be able to close and seat against a maximum pressure of 150 psi..
REFERENCE STANDARDS
American Water Works Association (AWWA)
AWWA C504 - "Rubber-Seated Butterfly Valves"
,AmericAn Society for Testirlg and Materials CASTM)
2.
3.
4.
ASTM A48 - '~3ray Iron Castings"
ASTM A126 - '~rray Iron Castings for Valves, Flanges and Pipe Fittings"
ASTM A436 - "Austenitic Gray Iron Castings"
ASTM A536 = "Ductile Iron Castings"
Coppell 2 Meter Vault/94-81/2-7-97 15 109 - 1 RATE-OF-FLOW CONTROL VLAVE
D,
North Texas Council of Governments (NTCOG)
North Central Texas Standard Specifications for Public Works Construction, Dallas
Water Utilities Addendure, 1995 Update. ~
National Sanitation Foundation (NSF)
1. ANSI/NSF 60 - Health Effects for Drinking Water Treatment Chemicals.
2. ANSIfNSF 61 - Health Effects for Drinking Water System Components.
1.05
A~
D,
QUALITY ASSURANCE
Oualifications
Valve and appurtenance shall be the product of a well established firm who is fully
experienced, minim!~m office years, reputable and qualified in the manufacture of
the valve to be ftttni.ghed. The valve must be designed, constructed and installed in
accordance with the best praaices and methods and shall comply with these
Specifications as applicable.
Certification
Have the manufacturer furni~ an affidavit of compliance with the Standards
referred to herein as specified in Paragraph 1.05C. Refer to Part 3 for testing
required for certain items in addition to that required by referenced standards.
The Project Manager, or his/her representative, may make inspections aRer delivery.
The equipment is subject to rejection at any time due to failure to meet any of the
Specification requirements, even though submittal data may have been accepted
previously. Equipment rejected after delivery must be marked for identification and
removed fxom the job site at once.
Unless otherwise noted, valves specified herein shall be Class 150B complying with
Dallas Water Utilities Addendure to North Central Texas Standard Specifications
for Public Works Construction (NTCOG), 1995 Update.
PART 2
2.01
A.
PRODUCTS
GENERAL
Mark on the valve, the manufaetttrer's name, flow direction arrow, size; working
pressure it was designed for; and standards referenced, cast in raised letters upon an
approriate part of the valve body.
coppell 2 Meter Vault/94-81/2-7-97
15109- 2
RATE-OF-FLOW CONTROL VLAVE
o B. Joints
All joints referred to herein must be flanged as the pipe or fittings they are
connected to. ~
2. Valve must have the same nominal diameter as the pipe it is connected to.
Insure that the valve and appurtenances have ends/joints that are compatible with,
and may be ,fastened to the adjoining pipe. This may mean furni,~hing special
adaptors as required.
Butterfly valve shall be flanged and with face to face dimensions in accordance with
Table 2 of AWWA C504 for short body type valve. Valve must be suitable for dead
end shut off service.
2.02
A.
B,
D,
VALVE DESIGN
Valve Body
Body shah be cast iron ASTM A126 Class B as specified in NTCOG.
End Flanges
Refer to NTCOG.
ShaR
Provide a one piece solid type 3 16 stainless steal shaR in continuous contact through
the disc.
Seat
The valve seat arrangement shall consist of a TFE resilient seat and retained by a
titanium~ one piece retaining flange (seat retaining ring) for positive bubble tight
shutoffto at least 175 psi in both directions of flow. Seat must be replaceable
without removing the valve ~om the systent Secure retaining flange in place with
stainless steel machine screws. Seat must conform to ANSI/NFS 60 and 61.
Disc shall have a concave face and offset in design for uninterrupted 360 degrees
seating. Provide a wide disc edge with a smooth corrosion resistant seat contact
surface. Disc shall be cast type 3 16 stainless steel-
Provide 3 16 stainless steel disc-to-shaft drive pins for rigid disc-shaR connection.
Coppell 2 Meter Vault/94-81/2-7-97
15109- 3
RATE-OF-FLOW CONTROL VLAVE
There shah be four beatings; two in the top; and two in the bottom of the disc as
follows:
Low friction thrust beatings ofpolyphenylene sulfide Ryton for positlve
centering of the disc in the seat. Thrust bearings shah be designed to
withstand thnxst and vibration from a maximum pressure differential of 35 psi
in either flow direction.
,
Corrqsion resistant beatings made of extra long Ryton to support shaft loads.
These beatings shall provide maximum corrosion ressistance, withstand high
loads and vibrations, and insure easy operation of the shaft.
Where the shaft projects through the body for actuator connection, provide a shaft
seal ~ffing box with mukible ring adjustable virgin TFE packing and exposed
packing gland flange. Packing gland retainer or follower shall be type 3 16 stainless
steel Packing must be adjustable without disassembly of the valve or removal of
the actuator.
Valve shall be Model HP Butterfly Valve manufactured by the Walworth
Corporation, or approved equal.
SHOP COATING
Coat the valve and appurtenances with a suitable material to prevent rest and
corrosion until the time of installation and as noted in Section 09900, if not covered
in the DWU Addendure to NTCOG noted. Prepare exterior surface as noted in
Section 09900.
2.04
A.
FACTORY INSPECTION, TESTING AND CORRECTIONS
Conduct factory inspection, testing and correction of deficiencies as noted in the
DVd. I Addendure to NTCOG and specified herein.
PART 3
3.01
A.
EXECUTION
INSTALLATION
Install valve and appurtenances per the manufacturer' s instruction in the location
shown, true to a~nment and rigidly supported. Any damage to the above items
must be repaired to the Project Manager's satisifaciton before they are installed.
Install the actuator as specified in Section 15 114, or otherwise required. Check all
drawings and figures before setting equipment which have a direct bearing on their
location.
Coppert 2 Meter Vault/94-81/2-7-97 15 109 - 4 RATE~OF-FLOW CONTROL VLAVE
C,
D,
3.02
A~
Carefully inspea all materials for defe~ts in consturction and manufacture. Clean
out openings and ports of foreign material. Operate all operating mechanisms for
proper functioning and check all nuts and bolts for tightness. If parts do not operate
effectively, or are otherwise defective, repair or replace at no additional co~L
Unless othenvise noted, make up joints utilizing the same procedures specified
under the applicable type connecting pipe joint; and all other items installed in the
proper position as recommended by the manufacturer.
FIELD TESTING, INSPECTION AND CORRECTION
Hydrostatic test pressure test the piping and installed valve together. Do not over
pressurize during testing and keep disc in the full open position.
Correct or rephce any apprutenance that fails hydrostatic testing.
2r.03
CLEANING
Clean all items (including valve interior) prior to installation, testing, disinfection,
and final acceptance.
3.04
A.
B.
FIELD PAINTING
Field painting is specified in Section 09900.
Field painting includes touch ups where required.
END OF SECTION
Coppeli 2 Meter Vault/94-81/2-7-97
15 109 - 5
RATE-OF-FLOW CONTROL VLAVE
] '[
SECTION 15114
RATE-OF-FLOW VALVE ACTUATOR
PART 1
1.01
GENERAL
SCOPE OF WORK
Provide the~necessary materials, tools, equipment, and labor to furnish and install
one Rate-Of-Flow control valve actuator specified in this Section and attach to a
special butterfly valve specified in Section 15 109.
1.02
RELATED WORK SPECWIED ELSEWtlERE
Section 13 115 - Control and Instrumentation
Section 15 109 - Rate-Of-Flow Control Valve
Section 160 10 - Basic Materials and Methods
Section 16120 - Wires and Cables
1.03
A.
B,
Submit furl complement of product literature, data, technical information and
catalog cut sheets.
Submit Technical data for electric motor and power requirements.
Furni.gh full sets of electrical wiring schematics and terminal block diagrams on a
AutoCad Release 12 3-1/2 inch disk format and on paper.
Provide full dimensional drawhgs showing outline dimensions and details,
Submit O & M Manuals in accordance with Section 01300.
1.04
A.
DESIGN CONDITIONS
Actuator must successfully operate a Chss 150B butterfly valve specified in Section
15 109. Show certification from valve and actuator manufacturers that actuator and
valve are compat~le and will operate successfully.
Electric power requirements for actuator are 120 Volts AC, single phase, 60 cycles.
Maintain a predetermined flow rate between 7 and 28 MGD with an accuracy of 0.1
MGD within the set point.
Coppell 2 Meter Vault/94-81/2-7-97 15 114 - I RATE-OF-FLOW VALVE ACTUATOR
D,
Maximum flow rate of 28 MGD and a differential pressure drop across the valve no
greater than 7 psi.
Actuator controls set for a 4-20 mA flow signal supplied by the City.
PART 2
2.01
A.
C,
Fo
PRODUCTS
GENERAL
Actuator must be electric motor driven including the gearing, limit switches, torque
switches, fully machined drive sleeve, and a manual override auxiliary handwheel as
a self contained actuator designed to NEMA 4, 4X standards with temperature
range between -20 F to + 150 F.
Design motor specifically for the valve a~xtator service and high torque, totally
enclosed, non-ventilated construction, with motor leads brought into the terminal
compartment without the need of external piping or conduit boL Motor must
conform to the following:
Motor capable of producing rated torque when supply voltage drops to 10
percent above or below rated voltage.
2. Motor self contained, bolted design and all anti-friction type roller bearings.
3. Motor Class "H" insulation.
Provide an actuator power gear train consisting of machined helical or spur gears of
heat treated steel, hardened alloy steel worm, and alloy bronze worm gear accurately
cut with a hobbing machine. Use precision cut steel planetary gearing for final
drive. Gear train must be sealed and oil lubricated. Provide ball or roller bearings
on all high speed sharing.
Use limit switches that are an integral part of the actuator. Provide a minimum of
six limit switches with two contacts each. Each contact must be field selectable for
normally open or normally closed operation. Couple limit switches directly to the
actuator drive bu~ing mechanism. Limit switch gea~g not permitted.
Equip actuator with dynamometer cah~rated torque switches. Make torque switch
adjustable and responsive to loads encountered in either direction of traveL
Switches shall operate during the complete cycle to protect the valve should
excessive load be met by obstruction or other complication in either direction of
travel Provide a calibrated scale from 25 to 100 percent that can be adjusted to any
point in between.
Provide actuator with permanently mounted handwheel for manual operation.
Handwheel should not rotate during electric operation, but must be responsive to
Coppell 2 Meter Vault/94-81/2-7-97 15 114 - 2 RATE-OF-FLOW VALVE ACTUATOR
G,
Ho
K.
L.
manual operation at all other times. When in manual operation, the Unit must
remain in this position until motor is energized, at which time the operator
automatically returns to electric operation. De-clutch devices are not acceptable.
Provide a terminal enclosure with double environmental seal, isolating field wiring
and conduit entries from the controls. Terminal enclosure shah have a minimum of
three conduit entries. Make enclosure integral with the actuator and capable of
rotation in 90 degree increments.
Perform a dynamometer torque test on the actuator with individual test certificates
indicating the following:
2.
3.
4.
5.
6.
7.
Torque valve at 100 percent (R-lbs or in-ros)
Torque valve at 25 percent (R-lbs or in-lbs)
Torque valve at stall (R-lbs or in-lbs)
Test Voltage (VAC; phase; hertz)
Amperes at 100 percent (amps)
Amperes at 25 percent (stops)
Amperes at stall (amps)
Pressure test actuator gear box to 30 psig for two minutes for seal integrity.
Inte~al Control Option
A solid state reversing contactor, control power transformer (fused primary
and secondary), two LED indicating lights for open and closed position, a
selector switch (local-off-remote) lockable with padlock, in any position and
three stainless steel push buttons for open, stop, and close.
The solid state reversing contactor shall have built in transient voltage
protection; built in interlocking circuity and LED indication of motor
direction. The actuator position must be transmitted via 4-20 mA signal using
a 5k ohm internal feedback potentiometer, retransmi~sion module with zero
and span capability and an internal 24 DC power supply.
Provide a separate NEMA 4X control box with loop controller.
MnnRfaeturer
Acceptable manufacturer is Keystone Series 77Q valve actuator made by Keystone
Valve Co., Houston, Texas.
M. Function
Single Loop Control: Operating as a stand alone PID loop controller.
Coppell 2 Meter Vault/94-81/2-7-97
15114- 3
RATE-OF-FLOW VALVE ACTUATOR
2.02
A~
B.
D,
K
L.
INSTRUMENTATION REQUIREMENTS
Physical: NEMA 4X rated
Display: Five digit process variable readout, two nine character alphanumeric
displays for set point, alarm messages, output and configuration
messages. Process variable displays visible at all times, including when
in configuration mode.
Process Variable In. put: Capable of accepting mA, V, mV; thermocouple; and RTD
without field modification
Remote Set Point: 4-20 mA remote set point.
Field Digital Inputs: Five dry relay contacts as required.
Actuator Control Outputs:
Two relays rated at 5A @ 120 VAC provided to
perform positioning of actuator based on a velocity
algorithm_
Field Digital Output:
A dry contact output is required to signal manual operation
has been invoked.
Process Variable Output:
If required, a 4-20 mA retransmission outputs may be
added.
Input Accuracy: +/- O. 5 percent (mA).
Controls:
Selectable P, PL PD. Integral high and low output signal !imiter with
anti-reset windup. Selectable on-demand and continuous adaptive self
time.
Update Rate: Miniml,m 10 times per second.
Provide Interface [,ink communication, if required in the manufacturer's system
description.
Provide Feed-Back Pot for PLC controller.
2.03
A.
OPERATION
Provide two modes of operation; auto and manual Modes must be selectable from
front panel or dry contact field input.
Coppell 2 Meter Vault/94-81/2-7-97
15114 - 4
RATE-OF-FLOW VALVE ACTUATOR
- B. Local/Remote Set Point
Under automatic operation,' the controller will utilize a remote 4-20 mA signal for
the set point. During manual operation, a predefmed set point of 0% will b~ utilized
providing a field dry contact is made. One other type of manual operation is
available, which if triggered by field personnel placing the controller in manual mode
via the fxont panel keypad. During this operation, the operator may adjust the set
point in the field by using the membrane keypad. Once manual operation has been
invoked in ~e field, a dry contact relay output shah be used to signal the RTU that
an intrusion has occurred.
Alarm indication must be by user configurable nine character message.
Provide user selectable secure functions and access code.
The controller shall open to a set point upon receiving an open dry contact. The
valve shall control to the predefined flow rate using the feed-back pot in the
operator to the PLC. When the PLC receives a closed dry contact, the valve closes.
Provide a dry contact on the PLC and the valve operator and closed when the
switch is in remote.
2.04
A.
B.
C.
TUNING
Furnish on-demand "Pre-Tune" capability on demand.
Use Heuristic adaptive tuning algorithm for automatic adjustment of the PlD values.
Provide eight sets of PlD values to be used.
PART 3
3.01
A.
C,
EXECUTION
INSTALLATION
Have either the actuator or special butterfly valve manufacturer install the actuator
on the valve. A local shop may be employed to adapt and fit the actuator to the
valve, however, it must be approved first by the Engineer and then given the
opportunity to inspect the work while in progress.
Provide written certification from both actuator and valve mamffacturers that the
actuator works properly on the specified valve; no ill effects are present or will be
present; and the warranty for both units are intact.
Install actuator per manufacturer' s instructions and have a factory representative
present at initial testing and start-up.
Coppell 2 Meter Vault/94-81/2-7-97
15114- 5
RATE-OF-FLOW VALVE ACTUATOR
F.
G.
H.
Provide power failure protection to prevent memory loss for a minim. m of five
years.
Power supply to be 90-250 VAC, 48-62 Hz. ~
Operating conditions 0-50 degrees C, 10-90% humidity non condensing.
Stage valve, actuator and loop controller package prior to delivery to job site.
Install valve and actuator together in the location shown on the Drawings.
conduits, wiring, boxes, controls, etc.
The Factory Representative/Contractor is responsible for start-up.
Install all
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97 15 114 - 6 RATE-OF-FLOW VALVE ACTUATOR
SECTION 15121
PRESSURE REDUCING VALVES
PART 1
1.01
GENERAL
SCOPE OF WORK
Furnigh all the necessary materials, labor, tools, equipment, and other incidentals for
providing and installing Pressure Reducing Valves, complete with all miscellaneous
control items% shown on the Drawings and specified herein.
1.02
RELATED WORK SPECIFIED EI~EWHERE
Section 15010 - Piping and Valves
1.03
OPERATION
Pressure Reducing Valve I
This valve must maintain any desired downstream pressure for which the Reducing
Pilot Valve is adjusted provided the upstream head does not drop below a determined
pressure. In event the upstream pressure drops to a minimum pressure for which the
Sustaining Pilot Valve is adjusted, it wiIl cause the main valve to close and sustain
minimum pressure in the upstream piping system, and not serve the downstream
system, until the upstream pressure rises above the minim, m determined pressure.
Operating conditions are:
Flow Range
Minimum Upstream Pressure
Design Upstream Pressure
Maximum Downstream Pressure
Minimum Downstream Pressure
7 To 28 MGD
45 psi
70 psi
32 psi
28 psi
Must be adjustable between 28 and 32 psk
Pressure Reducin~ Valve H
This valve must maintain a field set constant pressure drop differential by positioning
the piston with the pilot without causing water hammer or cavitation. Operating
conditions are:
Flow Range
Maximum Upstream Pressure
7 to 28 MGD
105 psi
Copper 2 Meter Vault/94-81/2-7-97 15 121 - 1 PRESSURE REGULATING VALVES
Minimum Upstream Pressure
Maximum Differential
Design Differential
Minimum Differential
80 psi
60 psi Drop
45 psi Drop
10 psi Drop
Pressure Reducing Valve H must be installed upstream of Pressure Reducing Valve I.
1.04
A.
DESIGN
The reducing valves shotrid be ~anged globe body, fully bronze mounted, external pilot
operated, with free floating piston hydraulically operated and diaphragm actuated in a
globe pattern.
Pack valves with a type material that insures tight closure, preventing any metal to
metal friction and seating. Furni~ed with indicator rod, to show position of the piston,
and pet-cocks for receiving testing gauges. The pilot valve, controlling operation of
main valve, must be easily accessible; so arranged to allow for its removal from the
main valve while the main valve is under pressure; and easily adjustable without
removal of springs, weights or use of tools. Design the valve such that repairs and
dismantling internally of main valve may be made without its removal from the line.
Provide valves containing a resilient synthetic robber disc with rectangular corss section
and contained on three and one half sides by a disc retainer. Retain seat ring in place
with stainless steel threaded fasteners or cap screws. Do not press into body. Guide
diaphra~mn assembly at both ends by a bearing in the valve cover and integral bearing
in valve seat. The diaphngm assembly must be the only moving part. Make diaphra~mn
ofnylon fabric reinforced btma-N robber, but do not use as a seating surface. Pressure
Reducing Valves and their internal pans nmst conform to the provisions of the National
Sanitary Foundation Specifications, NSF 61.
PART 2
2.01
2.02
PRODUCTS
PRESSURE REDUCING VALVE I
Twenty-four inch valve with ASA 125 Fo. flanges and hydraulic controls. Construct
valve of first class gray iron free ~'om cold shuts, defective or spongy spots and
conforming to ASTM Specification A-126, Class B. The bronze parts shall conform
to ASTM specification B-62. Coat all iron castings with 2 coats of rest inhibiting
synthetic resin and asphaltum enamel
PRESSURE REDUCING VALVE H
Twenty-four inch valve with ASA 125 lb. flanges and hydraulic controls. Construct
valve of first class gray iron free from cold shuts, defective or spongy spots and
conforming to ASTM specification A-126, Class B. The bronze parts must conform
Coppeil 2 Meter Vault/94-81/2-7-97 15 12 1 - 2 PRESSURE REGULATING VALVES
PART 3
3.01
A.
B,
3.02
to ASTM specification B-62. Coat all iron castings with 2 coats of rust inhibiting
synthetic resin and asphaltum enamel
EXECUTION
TESTING
Valve Test; The valve shall be tested to a pressure no less than 50% above the
maximum working pressure of the valve. The test for tight sealing shall be conducted
at a pressure equal to the maxinlunl working pressure of the valve. The City reserves
the right to witness all or any tests. A representative of the manufacturer shall perform
this test and certify the operation and start-up of the valves.
Pressure Test: The operating pressure conditions indicated for the valves in Pan 1.02
ofthi.g section are estimated line pressure conditions and may not be the exact pressure
conditions when the valves are in actual operation. Immediately after the valves are in
operation, the exact pressure conditions shah be read by the Contractor from the Model
PD3000 Pressure Transmitters during actual operating conditions. fithere is a five (5)
psi pressure differential or greater at any point between the actual pressure conditfons,
and the pressure conditions indicated in Part 1.02, the system shall be immediately
shutdown. The Contractor shall submit a detailed record of his pressure readings
including the corresponding flow rates to the Design Engineer, and the 'Project
Manager.
PAINTING
All wetted surfaces interior and exterior to the pressure reducing valve shall be shop
and ~ni~ painted in accordance with Section 09900.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97 15 12 1 - 3 PRESSURE REGULATING VALVES
SECTION 15800
AIR DISTR1RUTION
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furni~ all material-% labor, supervision, tools, equipment, and incidentals necessary for
providing and installing exhaust ventilator, intake vent, thermostat and all associated
equipment and incidentals.
1.02
RELATED WORK NOT INCLUDED
Section 160 10 - Electrical - General Provisions
Section 16120 - Wires and Cables
1.03
PERFORMANCE
Exhaust ventilator shall be rated according to appropriate Air Moving and Conditioning
Association, Inc. (AMCA), approved test codes and procedures. Supply fan with
sound rating below the maximum permitted by AMCA Standards. Fan provided shall
be licensed to bear the Certified Ratings Seal Fan shall be statically and dynamically
balanced.
1.04
COORDINATION AMONG TRADES
Contractor shall coordinate the installation of all ventilation equipment and thermostat
wiring with other construction trades employed at the job site. Installation of ventilation
equipment shah not conflict with other work in the area.
PART 2:
2.01
PRODUCTS
EXHAUST VENTHJATOR
Ventilator shall be centrifugal type with backward curved aluminum fan wheels. Fan
shall be direct driven by a motor with enclosed prelubricated bearings. Make provisions
for forced air cooling of the motor. Unit hood, housing and base shah be constructed
of aluminum with 1/2 inch aluminum mesh bird screen over opening and integral
alumimam gravity type louvers. Motor shall be standard NEMA flame, fractional
horsepower, single phase, open drip proof~ and UL listed. Exhaust ventilator shall be
equal to ILG Type CRF- 122 w/louvers, or Hartzeli Type HBD- 122BA w/louvers.
Coppell 2 Meter Vault/94-81/2-7-97 15800 - 1 AIR DISTRIBUTION
2.02 INTAKE VENT
Unit shall be the roof-mount type with aluminum hood, housing and base. Provide 1/2
inch aluminum mesh bird screen over opening. Intake vent shall ben equal t'o
ILG-A-RVE-156, or Hartzell, Type HVD-12.
2.03
THE~RMOSTAT
Thermostat hnit shall be capable of adjustment between 40 and 140 degrees F and shall
have an integral "Hand-Off-Automatic" switch. Ventilator fan shall be wired to meet
the provisions ofthig switch.
PART 3:
3.01
A~
B,
EXECUTION
INSTALLATION
Install fan, damper, louvers and thermostat as shown on the Drawings and as
recommended by the manufacturer. Furni~ all motrating panels, frames, closure pieces,
hardware, and anchor bolts as required and as shown on the Drawings.
Inspect installation for fit and fl~ings to insure that moisture cannot enter around fans
or louvers. Caulk all joints and seams to provide a weatherproof installation.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97 15800 - 2 AIR DISTRIBUTION
DIVISION 16
ELECTRICAL
SECTION 16010
GENERAL PROVISIONS
PART 1
1.01
A.
GENERAL
SCOPE OF WORK
Furnish all materials, labor, equipment and incidentals necessary to provide and
install all electrical equipment shown on the Drawings and specified herein.
Electrical items and equipment to be furnished shall include, but not totally limited
to, the following:
2.
3.
4.
5.
6.
120/240V, 1 Phase, 3 Wire, Power service
120/240V, 1 Phase, 4 wire, Distribution Service
Interior and Exterior Lighting
Electrical Conduit
Electrical Wire and Cable
Telephone and Signal Communication Installation
RELATED WORK NOT INCLUDED
02000 - Sitework
03000 - Concrete
05500- Miscellaneous Metals
09900 - Painting
11318 - Sump Pump
133 15 - Controls and Instrumentation
15010 - Piping and Valves
15800 - Air Distribution
1.03
A.
B.
C.
ELECTRICAL GENERAL
eRlli~~ Vault/94-81/2-1 {)-97
1I ' I ]'Ill
REFERENCE STANDARDS
National Electrical Code (NEC) - Latest Edition
National Electrical Manufacturer's Association (NEMA)
American Standard Association (ASA)
16010-1
IT
1.04
National Board of Fire Underwriters
CODES AND PERMITS
All work shall comply with all applicable federal, state and local laws, regulations,
codes and ordinances and referenced Standards. All lighting fixtures and wiring
devices shall be listed by the Underwriter's Laboratory. The Contractor shall, at his
own expense, arrange for and obtain all necessary permits, inspections and approval
by the proper authorities in local jurisdiction of such work.
1.05
A.
1.06
A.
De
COORDINATION WITH OTHER TRADES
All work shall be coordinated to conform with the construction schedule and
progress of other trades' work. Electrical apparatus on each particular piece of
equipment shall be handled, set in place, connected, tested and placed into operation
in conjunction with the general construction schedule for that equipment. -
It is the responsibility of the Contractor to coordinate all electrical work with other
trades and resolve all conflicts in such a way as to not alter the intent of the
Drawings and these specifications.
POWER AND TELEPHONE SERVICE
The Contractor shall familiarize himself with the service installation requirements
of TU Electric and GTE Telephone Companies. Furnish and install the service
equipment in complete accordance therewith.
Provide 2-inch conduit and pull string from Telephone Terminal Board in Meter
Vault to Electrical Power Pole.
Provide 2- inch conduit from Meter Vault to Electrical Meter Pedestal then to
Electrical Power Pole.
Coordinate details and timing of service entrance installation with the utilities
involved through the Project Manager.
PART 2:
2.01
A.
PRODUCTS
SUBMITTALS
Submittal data on all electrical' equipment and materials shall conform to the
requirements of Section 01300.
ELECTRICAL GENERAL
~lBl(lltter Vault/94-81/2-10-97 16010 - 2
's u'm I I i
Submittal data for electrical apparatus installed on other equipment shall
submitted as part of the submittal data for that particular equipment. ~ '
be
PART 3 EXECUTION
3.01 EQUIPMENT
A. General
The work shall be performed by competent supervision with skilled workmen using
the appropriate tools of their trade.
B. Care of Equipment
All electrical equipment shall be packaged to prevent any damage during
shipment, handling and storage. All equipment shall be protected-from
exposure to the elements and shall be kept thoroughly dry at all times.
Pumps, motors, electrical components and other equipment furnished by the
Contractor shall be stored in weather-tight warehouses and shall be transported
to the job site when vault is ready. Equipment shall be installed only when the
construction will provide a clean, dry storage condition once in place. If
warehoused off of job site, provide the Project Manager of where and when
the items are stored.
All electrical equipment, controls and insulation shall be protected against dirt,
moisture and water damage. After installation of all motors, electrical
components and other equipment, etc., it shall be protected against absorption
of moisture and corrosion by the use of strip heaters, lamps, or other suitable
means.
C. Setting of Equipment
All equipment shall be leveled and plumb. Junction boxes, equipment enclosures,
raceways, etc., mounted on concrete or masonry walls shall by separated from the
wall be means of corrosion resistant spacers not less than 1/4 inch thick.
All components, enclosures and similar equipment specified in other sections of
these specifications shall be permanently sealed at the base. All openings into the
equipment shall be sealed to prevent entry of rodents and insects. Sealing material
at the base shall be concrete mortar. Small cracks and conduits shall be sealed from
the inside with Johns-Manville "Duxseal", Permagum Sealing compound, or
approved equal.
ELECTRICAL GENERAL
~lBlflQll~r Vault/94-8 1/2-10-97
16010 - 3
3.02
A.
CUTTING AND PATCHING
All necessary cutting and patching of walls, floors, partitions, ceilings, etc. ~' required
for the proper installation of the work under these specifications shall be done in a
neat, careful and workmen like manner approved by the Project Manager.
The Contractorshall complete the patching of concrete, wood, or other surfaces to
the approval of the Project Manager.
All drilling and patching for expansion bolts, hangers and other supports shall be
subject to the approval of the Project Manager.
END OF SECTION
ELECTRICAL GENERAL
P_Jt6~lb'101tRer Vault/94-81/2-10-97
16010 - 4
SECTION 16100
BASIC MATERIALS AND METHODS
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all materials, labor, equipment, and incidentals necessary to provide and
install all electrical conduit, wireways, junction boxes, and accessories for complete
electrical raceway system as shown on the Drawings and specified herein.
1.02
RELATED WORK NOT SPECWIED
02000 - Sitework
11318 - Sump Pump
13315 - Controls and Instrumentation
15114 - Rate-Of-Flow Valve Actuator
15800 - Air Distribution
1.03
A.
B,
All product data and shop drawings shall be submitted for acceptance in accordance
with the provisions of Section 01300.
Furnish submittal data for all items in this Section, including the following:
1. PVC coated steel conduit and fittings.
2. Aluminum conduit and fittings.
3. Flexible conduit.
4. Outlet boxes and condulets.
5. Junction Boxes.
6. Termination Boxes.
7. Pull Boxes.
8. Electrical Service Pedestal
9. Plywood
10. Paint
1.04
A.
B.
REFERENCE STANDARDS
National Electric Code (NEC) - Latest Edition
National Board of Fire Underwriters
Coppell 2 Meter Vault/94-81/2-11-97 16 100 - I
BASIC MATERIALS & METHODS
I~ II
American Standards Association
Underwriter's Laboratory (UL)
National Electrical Manufacturer's Association (NEMA)
PART 2:
2.01
A.
B.
PRODUCTS
ELECTRICAL CONDUIT
Aluminum Conduit - Rigid metal type, UL listed.
PVC Coated Conduit - PVC coated galvanized rigid steel conduit with fused on
outer polyvinyl chloride coating, 40 mil minimum thickness. Conduit shall be
plastibond "Red" or equal..
Flexible Conduit - Liquid-tight type .with polyvinyl chloride cover. Core shall be
interlocking metal. Conduit shall be equal to Anaconda "Sealtite. Conduit
connectors shall be equal to Appleton "ST" or "STB".
Outlet.~ and Fittings - Shall be same material as the conduit system to which they are
connected and equal to Crouse-Hinds "Condulet*. Boxes and fittings shall be
gasketed with weatherproof blank, switch operator, and receptacle covers. Boxes
shall be of the deep type (type FD).
2.02
PLYWOOD
Provide marine grade AB plywood with
30" X 30" X 3/4" dimension.
2.03
PAINT
Provide oil base white paint for telephone board as specified in Section 09900.
PART 3:
3.01
A.
EXECUTION
GENERAL
Conduit, pull boxes-, termination boxes, and junction boxes shall be as follows:
1. Aluminum ~ When placed in air and in dry locations. Electrically heated
vaults are considered as dry locations.
Coppell 2 Meter Vault/94-81/2-11-97 16 100 - 2 BASIC MATERIALS & METHODS
1, '. ~., I I II
Be
PVC Coated Steel - When placed in wet locations, through concrete,
underground. ,.
3. Stainless Steel - Where shown on drawings.
4. Precast Concrete - Where shown on drawings.
5. Qua zite - Used as base for Electrical Service Pedestal.
or
Conduits - Shall be sized as shown on the Drawings. Where no size is given,
the Contractor shall size per the latest revision of the NEC. No conduit shall
be sized less than 3/4 inches trade size.
In .general, conduit shall be exposed unless otherwise directed or shown on the
Drawings. The conduit installation shall conform to the following requirements:
1. Install exposed rigid conduit parallel to structural members and surfaces.
Two or more conduits in the same general routing shall be parallel and bends
shall be symmetrical.
Rigidly support aluminum conduits with aluminum or S. S~ hardware. Anchor
bolts and screws shall be stainless steel.
Connect conduit to NEMA 3 and 4 enclosures using rain-tight conduit hubs for
threaded conduit connection. Securely fasten conduit connections to other
sheet metal enclosures with lock nuts, one inside and one outside the
enclosure, and an insulating bushing.
Suitable cap or seal conduits during construction to prevent entrance of dirt,
trash and water.
Seal all conduit joints water tight by sealing the threads with teflon sealing
tape. Thermoplastics Corporation No. 121 or Scotch//48, or equal.
3.02
UNDERGROUND CONDUIT INSTALLATION
All excavation, backfilling and concrete work shall conform to Divisions 2 and 3 of
these Specifications. Underground conduits shall have a minimum of 2 feet of earth
cover unless otherwise specified or permitted elsewhere, and shall be sloped to
drain. Provide underground plastic marker tape for installation with all underground
electrical conduit. Install the tape at a depth of one foot below ground directly
above conduit. The tape shall be of either a bright orange or yellow color. Tape
shall be continuously imprinted with caution noted: "Caution Buried Electric Line
Below"; or "Caution Buried Telephone Line Below". Tape shall be equal to Terra
Coppell 2 Meter Vault/94-81/2-11-97 16 100 - 3 BASIC MATERIALS & METHODS
1: ' i nn I I' II
3.03
Tape as manufactured by Griffolyn Company, Inc.
SEALING CONDUITS
After cable has been installed and connected, seal each conduit end with
Johns-Manville "Duxseal" Permagum sealing compound, or equal. This shall apply
at all building junction boxes, pull boxes and equipment connections.
WALL PENETRATION SEALS
Wall penetrations at vault shall be made with an imbedded sleeve. Provide two seals
for each wall sleeve, as detailed on the plans. Seals apply to electrical, signal,
telephone and ground wire conduits. The wall seals shall be as manufactured by
Thundeline Corporation, Model LS or approved equal.
3.05
CONDUIT BENDS
All conduit bends shall be flee of indentation. Bends on 1-1/2 inch conduit and
larger shall be made with hydraulic bender using proper size shoe and recommended
oversize shoe on PVC coated conduit. Only strap wrenches shall be used on PVC
coated conduit. All torn places and skips of PVC coating shall be repaired according
to the manufaeturer's recommendations and satisfaction of Project Manager. Total
number of bends on conduit shall not exceed 270 degrees, between wire/cable pull
points.
JUNCTION BOXES, OUTLETS AND FITTINGS
Exposed conduit system shall have surface mounted switch 'and convenience outlets.
Boxes and fittings on exposed conduit systems shall be copper-free cast aluminum.
Hub arrangements on threaded fittings shall be the most appropriate for the conduit
arrangements required in each particular case to avoid unnecessary conduit bends
and fittings.
Pull boxes and junction boxes shall be sized as required by the NEC and to best meet
the needs of the particular purpose and location except that the size of such boxes
dimensioned on the Drawings shall be as shown unless otherwise approved by the
Project Manager.
Provide conduit support to match conduit used or supply stainless steel throughout
installation.
Coppell 2 Meter Vault/94-81/2-11-97 16 100 - 4
BASIC MATERIALS & METHODS
[
Install insulated grounding bushings
conduit separation.
to cause a continuous ground path
for each
3.07
TELEPHONE BOARD
Provide marine grade plywood with dimensions 30" X 30" X 3/4". Paint all sides
and edges with two coats of specified paint. Install telephone board with at least 1/4"
separation from the wall with non-corrosive spacers.
END OF SECTION
Coppell 2 Meter Vaul~J94-81/2-11-97 16100 - 5 BASIC MATERIALS &METHODS
]! ' ! ~l~ I !
SECTION 16120
WIRES AND CABLES
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all necessary materials, labor, equipment, tools, and supervision to provide
and install wiring and cable for complete 120/240 volt power distribution system.
Also, furnish and install wire and cable for all local and remote controls and
instrumentation.
1.02
RELATED WORK NOT INCLUDED
11318 - Sump Pump
13315 - Controls and Instrumentation
15 114 - Rate-Of-Flow Actuator
15800 - Air Distribution
16100 - Basic Materials and Methods
16140 - Switches and Receptacles
16400 - Service and Distribution
16450 - Grounding
16720 - Alarm and Detection
1.03
A.
B.
C.
REFERENCE STANDARDS
National Electric Code (NEC) - Latest edition
Underwriter's Laboratory
IPCEA & ASTM
1.04
A.
B.
SUBMITTALS
Submit product dam, test data and shop drawings in accordance with Section 01300.
Furnish submittal data for all item specified in this section, including the following:
1. Single conductor 600 volt cable
2. Multiconductor 600 volt cable
Coppert 2 Meter Vault/94-81/2-11-97 16120 - I WIRES AND CABLES
', '~ r I[
4.
5.
6.
Single assembly instrument cable
Multiassembly instrument cable
Ground Wire
Connectors
PART 2:
2.01
PRODUCTS
GENERAL
Slxanding, resistance, weight, insulation, and jacket shall comply with IPCEA and
ASTM Standards.
2.02
A.
POWER CABLE
Single conductor cables in power, control and indication circuits operating at 600
volts or less to be usexl where shown on the Drawings shall be copper, Type THWN
suitable for wet and dry locations rated at 90 degrees C temperature.
The insulation shall be heat and flame retardant and meet requirements of
IPCEA-S-66-524. All cable and wire shall be listed by Underwriter's Laboratory.
Cable and wire shall be equal to Okonite or Houston.
2.03
INSTRUMENT CABLE
Instrument cable shall be copper, 18 AWG minimum, shielded pairs or triples with
drain wire. Insulation shall be flame retardant PVC per UL//13, or cross-linked
polyethylene. Insulation shall have minimum nominal thickness of 15 mils and shall
be rated for minimum 90 degrees C temperature. Outer jacket shall be flame
retardant PVC. Cable shall be equal to Okonite Type SP-OS product//261-10 or
261-15 and P-OS 264-10 or 264-15, except as noted on Drawings.
PART 3:
.3.01
A.
EXECUTION
GENERAL
All wire No. 8 AWG and larger shall be stranded and smaller sizes may be stranded.
Power and branch circuit cable shall be No. 12 AWG and larger.' Control cable
shall be No. 14 AWG and larger for single conductor cable. Size//16 AWG and
Coppell 2 Meter VaultY94-81/2-11-97 16120 - 2 WIRES AND CABLES
' ! ]! [ [
larger for multiconductor cable. Instrument cable shall be No. 18 and larger.
All conductors shall be continuous without splice except where sljlices are
specifically called for by the Drawings. All splices shall be made in junction boxes.
No splices in fittings. Any splice on new cables must have prior approval by the
Project Manager.
All conductors shall be color coded. In addition, all control cables shall be labeled
with Brady Color Coded Wire Markers, Westline E-Z Code Wire Markers, or equal.
The label or identifier shall be the same as the terminal identifier. For those wires
that are the same in color two labels or identifiers are required at each end, one
stating the attached terminal and the second identifier stating the other end terminal
identifier.
in general, wire and cable installations shall be neat, orderly and with the proper
amount of cable from terminal-to-terminal. Control cables in enclosures shall be
neatly bundled, routed and tie-wrapped so as not to interfere with equipment
operation and maintenance. .
3.02 INSTALLATION
Care shall be taken to protect the cable and avoid kinking of conductors, cutting or
puncturing the jacket or contamination by oil or grease in any manner. Cable installation
shall conform to the following requirements:
Terminate stranded conductor cable using compression type connectors. Stranded
cables shall not be wrapped around screw type terminals.
B. Wire screw type connectors shall not be used on stranded cable.
C. Cable shall not be pulled tight against bushings nor pressed heavily against
enclosures.
No wire shall be drawn into a conduit until all work which may cause injury to the
cable is completed. Conduit not protected during storage or construction shall be
swabbed clean prior to the pulling of wire/cable. A wire lubricant may be used if
necessary; however, the lubricant used shall have the approval of the wire or cable
manufacturer and checked by the Project Manager.
3.O3
A.
TESTING
Test all new feeders, wires and cables after installation and prior to termination.
The test shall include a continuity test using a volt-ohm meter, 20,000 ohms per volt
minimum.
Coppell 2 Meter Vault/94--81/2-11-97
16120 - 3
WIRES AND CABLES
Power and Control - Megger test using a 1000 volt potential megger equal to those
manufactured by James G. Biddie and Co., or Associated Research, Inc. a or equal
for 600 V. rated wire. Resistance to ground shall be not less than 500,000 ohms
for any wire or cable. Readings shall be verify by Project Manager.
Megger test using a 500 V. potential megger for 300 V. rated wire.
All equipment and labor required for testing the cables shall be supplied by the
Contractor.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-11-97 16 120 - 4 WIRES AND CABLES
SECTION 16140
SWITCHES AND RECEPTACLES
PART 1
1.01
GENERAL
SCOPE OF WORK
Furni~ all materials, labor, equipment and supervision to provide and install switches
and receptacles shown on the Drawings and specified herein.
1.02
RELATED WORK NOT INCLUDED
16100 - Basic Materials and Methods
16120 - Wires and Cables
1.03
A.
B.
C.
REFERENCE STANDARDS
National Electrical Code (NEC) - Latest edition
Underwrite~'s Laboratory (UL)
National Electrical Manufacturer's Association (NEMA)
1.04
A.
B.
SUBMIlTAI~
Submittals shall conform to the provisions of See'don 01300.
Furni~ product data and shop drawings for all items specified in the Section, including
the following:
1. 120 vok receptacles
2. SPST Light Switches
PART 2:
2.01
A.
PRODUCTS
RECEPTACLES
125 volt receptacles mall be duplex grounding type, 20 amp, hospital grade; UL listed;
NEMA type 5-20R equal to Leviton or Pass & Seymour # 5362-A.
GFCI receptacles shall be duplex grounding type, 125 Volt, 20 amp,, NEMA type 5-
Coppeli 2 Meter Vault/94-81/2-11-97 16 140 - I SWITCHES &RECEPTACLES
: ~i~ r 'i [
2.02
PART 3:
3.01
A.
B.
E,
20R, UL Listed equal to Leviton #6899 or Pass & Seymour #2091.
LIGHT SWITCHES
SPST light switches shah be heavy duty, UL Listed, 120/277 volt, 15 amp; equal to
Hubbel #1201, Leviton #1201-2 or Bryant #4801.
EXECUTION
GENERAL
Install switches and receptacles in locations shown on drawings.
Mount switches and receptacles in FD boxes separated fxom the wall with 1/4" inch
non-corrosive spacers.
Switch and receptacle installed at entrance hatch shall have weatherproof covers
Light switches shall be installed such that when the toggle switch is in the up position,
the lights are on. If install horizontally, identify the offTon position.
Device boxes shall be the same material as the conduit to which they are attached.
Mounting screws and hardware shall be stainless steel
END OF SECTION
Coppell 2 Meter Vault/94-81/2-11-97 16 140 - 2
SWITCHES & RECEPTACLES
SECTION 16182
CIRCUIT BREAKERS
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all materials, labor, tools and equipment to provide and install circuit
breakers with capacities and poles as shown on the Drawings and specified herein.
Circuit breakers shall be in the sequence as shown for the panelboard on the
Drawings.
1.02
RELATED WORK NOT INCLUDED
16120 - Wires and Cables
16471 - Panelboards
1.03
A.
B.
REFERENCE STANDARDS
National Electric Code (NEC) - Latest edition
Underwriter's Laboratory (UL)
t04
SUBMITTALS
Submittal composition and procedures shall conform to the provisions of Section
01300.
Product data and shop drawings are required for all items specified in this Section,
including the following:
Circuit breaker data for each frame size.
PART 2:
2.01
A.
PRODUCTS
CIRCUIT BREAKERS
Circuit breakers shall be low voltage type (less than 600 Volts) with the following
characteristics:
1. Molded case air circuit breaker
Coppell 2 Metor Vault/94-81/2-7-97 16182 - 1 CIRCUIT BREAKERS
· "s ~ i
3.
4.
5.
6.
Quick make; quick break
Trip free
Manually operated with toggle type mechanism
Silver plated contacts
U nderwr i ter' s Laboratory Iisted
Circuit breakers with flames rated 400 amp and smaller shall be thermal magnetic
and ambiem compensating. The thermal elements shall be capable of withstanding
sustained overloads and short circuit currents without injury and without affecting
calibration of bimetallic elements. Breakers shall be equal to those manufactured by
Westinghouse or General Electric.
Provide ground fault circuit breakers in the panelboard or provide ground fault
receptacles where stated on the drawings. Ground fault circuit breakers shall be
equal to Westinghouse type QBGF or General Electric type THQB ground fault
circuit interrupters.
Breaker minimum symmetrical RMS interrupting capacity at 240 VAC shall be as
follows:
Panelboard Breakers
10,000 Amp
2.02
ENCLOSURE
Panelboard shall be as described in other Section of these Specifications.
PART 3:
3.01
EXECUTION
GENERAL
Install circuit breakers in the panelboard as shown on the Drawings.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97 16182 - 2
· I ll~ [
CIRCUIT BREAKERS
[
SECTION 16400
SERVICE AND DISTRIBUTION
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all materials, labor, tools, supervision, and incidentals necessary to provide
and install electrical service entrance including pedestal mounted meter base and
fused disconnect.
1.02
RELATED WORK NOT INCLUDED
16100 - Basic Materials and Methods
16120 - Wires and Cables
REFERENCE STANDARDS
National Electric Cede (NEC) - Latest edition
1.04
SUBMITTALS
Furnish product data and drawings on meter base and fused disconnect according to
the provisions of Section 01300.
1.05
COORDINATION OF WORK
The Contractor shall make arrangements with T. U. Electric Company for
scheduling service entrance installation. The Contractor's work shall conform to any
details and standards of the Power Company.
PART 2:
2.01
A.
PRODUCTS
MATERIALS
Fused Disconnect
Fused disconnect shall be heavy duty 60 amp, 2 pole, 4 wire, solid neutral; 250 volt
AC; in a NEMA 3R enclosure. Fused disconnect shall be equal to Westinghouse
RHF-232-N, or General Electric TH3222RH.
Coppell 2 Meter Vault/94-81/2-7-97
i
16400 - I SERVICE &DISTRIBUTION
I I
Pedestal with Meter
Pedestal and T. U. Meter Base are available through Priester Supply ComiCany, Inc.
in Arlington, Texas. Provide pedestal #307392 and quazite base #310447 or
approved equal.
PART 3:
3.01
A.
EXECUTION
INSTALLATION
The service shall be installed as shown on the Drawings and as required by the latest
revision of the local T. U. Electric's "Electric Service Standards".
Pedestal and base shall be installed approximately five feet from th6 power pole with
conduit under ground and rising up power pole at least twelve feet from ground level
with a weather head at the top of conduit.
Mount weatherproof fused disconnect on the back side of meter socket side. Power
leads from the meter attach to top of disconnect and load leads to vault attach to the
bottom of fuses. Face the pedestal in the direction preferred by T. U. Electric.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97 16400 - 2 SERVICE &DISTRIBUTION
· lag r 1[ '[ I[
SECTION 16450
GROUNDING
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all materials, labor, tools, equipment, and supervision necessary to provide
and install complete grounding system of all new electrical equipment.
1.02
RELATED WORK NOT INCLUDED
11318
13315
15114
15800
16100
16120
16140
16400
16471
16500
16800
- Sump Pump
- Controls and Instrumentation
- Rate-Of-Flow Actuator
- Air Distribution
- Basic Materials and Methods
- Wires and Cables
- Switches and Receptacles
- Service and Distribution
- Panelboards
- Lighting
- Electric Heaters
REFERENCE STANDARDS
A. National Electric Code (NEC) - Latest edition
B. Institute of Electrical and Electronic Engineers (IEEE):
IEEE//142-1972 - Recommended Practice for Grounding of Industrial
and Commercial Power Systems
1.04
Submittals shall conform to the provisions of Section 01300 and shall include the
following item:
A. Grounding Wire/Cable
B. Bolted Connections
Coppell 2 Meter Vault/94-81/2-7-97
16450-1 GROUNDING
I I
C. Exothermal Weld
D. Ground Rod
E. Grounding Bushings
PART 2:
2.01
PRODUC'I'S
MATERIALS
A
Wire/Cable - Grounding cable shall be bare tin plated copper conforming to
ASTM Standard B-8.
C,
Ground Rod - Ground rod shall 'be copper clad steel product with a 5/8'
diameter and 8 feet long. Ground rod shall be equal to those manufactured by
Burndy, Blackburn or Penn-Union.
Grounding Bushing - Rigid metallic conduit grounding bushing shall be
threaded hub, bakelite insulated throat and tin plated copper ground lug.
PART 3:
3.01
EXECUTION
GENERAL
Service entrance grounding conductor buried in the earth shall be bare tin
plated copper wire or cable.
Ground cable attachment shall be made by using bolted serrated ground
connectors for visible and above ground installations. Connections installed
inaccessible and buried below ground shall be made by exothermal weld.
C. Ground connection to equipment shall 'be by ground lugs or clamps.
Lighting fixtures and convenience outlets shall be grounded by a copper
conductor in addition to the conduit connection.
Ground conductors on equipment shall be formed and firmly supported to the
contour of the equipment or enclosure.
F. Ground conductor penetrating vault wall shall not wick water into the vault.
Coppeli 2 Meter Vault/94-81/2-7-97 16450 - 2 GROUNDING
3.02
GROUND CONDUCTOR SIZE
A. Minimum size of service entrance ground conductor is No.6 AWd.
B. Ground all other items as shown on the Drawings or as specified.
3.03
GROUND ~WIRE PROTECTION
Grounding conductors in conduits with other insulated wiring shall also have
insulation. Provide physical protection for bare ground wires as required by
installing in conduits.
3.04
cO n rv
No automatic cubout or switch shall be placed in the grounding conductor of the
interior wiring system unless the opening of the cut-out or switch disconnects all
sources of energy. A jumper shall be connected across any point of partial or
complete discontinuity of a raceway system.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7~97
16450- 3 GROUNDING
r
SECTION 16471
PANELBOARD
PART 1:
1.01
A.
GENERAL
SCOPE OF WORK
Furnish all materials, equipment, labor, tools, and incidentals necessary to provide
and install a panelboard at the location shown and specified herein.
Panelboard circuit breakers shall meet the requirements of Section 16182.
1.02
1.04
RELATED WORK NOT INCLUDED
16100 - Basic Materials and Methods
16120 - Wires and Cables
16182 - Circuit Breakers
SUBMITTALS
Submit product data and drawings on the panelboard in accordance with Section
01300.
1.05
COORDINATION OF WORK
It is the responsibility of the Contractor to coordinate the work with other trades
such that the location and placement of the panelboard does not interfere with other
trades' work.
PART 2:
2.01
PRODUCTS
PANELBOARD
Panelboard shall be equal to Westinghouse Type B10B or General Electric Type
NLAB. Panelboard shall have a main circuit breaker meeting the requirements of
the National Electric Code. Panelboard shall have solid neutral and ground bus and
shall have the number of breakers shown on the Drawings. Panelboard shall be
NEMA 12 enclosure or better.
Coppell 2 Meter Vault/94-81/2-7-97 16471 ~ 1 PANELBOARD
PART 3:
3.01
A.
EXECUTION
GENERAL
Install surface mounted panels 1/4 inches from mounting surfaces using corrosion
resistant spacers.
Provide a typewritten directory for the panelboard showing the circuit breaker
number and the circuit it protects. Include all spares.
Install panelboard where conduit entering the enclosure will not cause any undue
stress or kinking of the cable and wiring.
END OF SECTION
coppall 2 Meter Vaull/94-81/2-7-97 16471 - 2 PANELBOARD
SECTION 16500
LIGHTING
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all materials, labor, tools, supervision, and incidentals necessary to provide
and install interior and exterior lighting as shown on the Drawings and specified
herein.
1.02
1.03
RELATED WORK NOT INCLUDED
03000 - Concrete
16100 - Basic Materials and Methods
16120 - Wires and Cables
16450 - Grounding
REFERENCE STANDARDS
National Electric Code (NEC) - Latest edition
1.04
SUBMITTALS
Provide product data, catalog cut sheets and shop drawings for all lighting in
accordance with Section 01300.
PART 2:
2.01
A.
PRODUCTS
MATERIALS
Interior 1 ,ight.~ and Fixtures
Interior lighting shall be fluorescent type with 3-2 lamp 40 watt fiuorescent industrial
fixtures and shatter proof acrylic lenses. Fixtures shall be Crouse-Hinds Series FMR
or approvod equal.
Exterior ! ,ight and Fixture
1.
Exterior light shall be a high pressure sodium type iuminaire with a fixture of
aluminum housing, integral ballast, 120 volt photoelectric control and post top
Coppell 2 Meter Vault/94--81/2-7-97
I| ! l I!
16500-1 LIGHTING
mounted. Lamp shall be 150 watt high pressure sodium. Light fixture shall
be Crouse-Hinds #RAL-150LHR or approved equal.
Exterior light shall be mounted on a square, one-piece seamless anodized
aluminum pole designed for the light fixture specified above. Pole shall have
anchor base with hand hole, cover and grounding lug. Mounting height shall
be 10 feet. An acceptable pole shall be equal to Crouse-Hinds SS4AT-10-
AM L
PART 3:
3.01
A.
B.
EXECUTION
INSTALLATION
Connect circuit grounding wire to each fixture frame.
Mount exterior light pole to the details shown on the Drawings. Brace pole during
erection to resist any wind loading. · .
Interior light fbxtures shall be installed off the concrete mounting surface a minimum
of 1/4 inch with corrosion resistant spacers.
3.02
WARRANTY
The Contractor shall maintain all lighting, make necessary adjustments and change
bulbs during the coarse of the project construction. Any deficiencies found shall be
remedied before final acceptance.
END OF SECTION
Coppell 2 M~t~r Vault/94-81/2-7-97 16500 - 2 LIGHTING
"! !l I I" !
SECTION 16720
ALARM AND DETECTION
PART 1:
1.01
GENERAL
SCOPE OF WORK
Furnish all material, labor, tools, equipment, and incidentals necessary to provide
and install a complete alarm and detection system as shown on the Drawings and
specified herein.
1.02
1.03
A.
B.
RELATED WORK NOT INCLUDED
11318 - Sump Pump
13315 - Controls and Instrumentation
16100 - Basic Materials and Methods
16120 - Wires and Cables
SUBMITTALS
Submittals shall conform to Section 01300.
All item specified in this Section shall require a submittal, including the following:
1. Intruder Alarm Sensor
2. High Water Alarm Sensor
PART 2:
2.01
PRODUCTS
INTRUDER ALARM SENSOR
Limit switch shall be General Electric Co., general purpose track type with
adjustable radius and adjustable angle arms Cat. No. CR115G10420. Limit switch
shall be mounted on personnel access hatch.
2.02
HIGH WATER ALARM SENSOR
High water alarm shall consist of induction type relays and sensing electrodes as
manufactured by the B/W Controller Corporation, Birmingham, Michigan.
Electrode holders shall be galvanized cast iron type E2 installed in protective pipe.
Electrodes shall be stainless steel solid rods. Relays shall be type 2LH furnished and
coppell 2 Meter Vault/94-81/2-7-97 16720 - I ALARM &DETECTION
"i ll I
PART 3:
3.01
A.
B.
3.02
installed in the Vault.
EXECUTION
INSTALLATION
Install alarm sensors in locations shown on the Drawings.
Unless otherwise shown, use stainless steel mounting bolts and screws, nuts and
washers.
Adjust intruder switch to actuate when the personnel hatch door is openned.
TESTING
Test each alarm point by causing an alarm condition.
END OF SECTION
Coppeli 2 Meter Vault/94--81/2-7-97 16720 - 2
ALARM & DETECTION
!
PART 1:
1.01
1.03
1.04
A.
B.
SECTION 16880
ELECTRIC HEATER
GENERAL
SCOPE OF WORK
Furnish all materials, labor, tools, equipment and supervision necessary to provide
and install the electric unit heater shown on the Drawings and specified herein.
RELATED WORK NOT INCLUDED
13315 - Controls and Instrumentation
16100 - Basic Materials and Methods
16120 - Wires and Cables
REFERENCE STANDARDS
National Electric Code (NEC) - Latest edition
SUBMITTALS
Submittals shall conform to the provisions or Section 03100.
Submit product data and drawings for all items specified in this Section, including
the following:
2.
3.
4.
5.
Data for electric heater
Parts listed and maintenance manuals for electric heater
Thermostat
Humidistat
Selector Switch
copp=ll 2 Meter Vault/94-81/2-7-97
it ~ ~ m
16880-1
ELECTRIC HEATER
PART 2:
2.01
A.
PRODUCTS
MATERIALS
Electric Heater
Electric unit heater shall be equal to ILG Model 360. Heater unit shall be pre-
wirec~'except for field connections to thermostat, humidistat, and switch. Shall
have built-in Honeywell contactor connected in series with automatic thermal
cut-out with reset button to protect against overheating.
Electric heating elements shall be of Fin tube type, 3 KW rating, with
continuous spiral fins permanently brazed to metal sheath.
Motor shall be totally enclosed, continuous heavy-duty, all angle operation
with built-in manually reset thermal overload protection and shall have ball
bearings.
Fan shall be aluminum blade and direct connected to fan motor of specific
design for efficient electric heater performance and shall be dynamically
balanced by manufacturer.
Heater shall be provided with two threaded holes for field mounting and shall
have provision for one point suspension.
All metal surfaces shall be treated for corrosion resistance and shall be finished
in smooth beige baked enamel.
Heater Controls
The controls for electric unit heater shall consist of a humidistat, thermostat
(Honeywell T405 1, T605 1, T6052, or approved equal) and off-tight "hand-off-
automatic" switch.
Thermostat shall be heavy duty, UL listed, with minimum stage 1 contact
rating of 16 amp at 120 volts AC and 8 amps at 240 volts AC full load, and
minimum stage 2 contact rating of 8 amps at 120 volts AC and 4 amps at 240
volts AC full load.
,
Humidistat shall be U.L. listed with minimum contact rating of 4.4
amps at 120 volt AC and 2.2 amps at 240 volts AC.
Coppell 2 Meter Vault/94-81/2-7-97 16880 - 2 ELECTRIC HEATER
' s l~r I IT
PART 3:
3.01
A.
B.
EXECUTION
INSTALLATION
Install unit heater in the location shown on the Drawings.
Fasten unit heater to wall with special bracket supplied by manufacturer and stainless
steel anchor bolts.
Electrical connection to unit heater shall be through flexible conduit 24
inches maximum length.
Control devices shall be installed in boxes mounted off the concrete surface
a minimum of 1/4 inch with corrosion resistant spacers.
After installation of unit heater system, check operation by use of thermostat
and humidistat through all phases of "hand-off-automatic" switching.
END OF SECTION
Coppell 2 Meter Vault/94-81/2-7-97 16880 - 3 ELECTRIC HEATER
il~ "I lilt I *1' "'
NOTICE
THE FOLLOWING BLANK SPACES IN THE CONTRACT
AND BONDS ARE NOT TO BE FILLED IN BY THE
BIDDER AT TIME OF SUBMITtING HIS PROPOSAL
THE CONTRACT AND BONDS FORMS ARE SUBMrI'rED AT THIS
TIME TO FAMILIARIZE THE BIDDER WITH THE FORM
OF CONTRACT AND BONDS WHICH THE SUCCESSFUL BIDDER
WI. LL BE REQUIRED TO EXECUTE.
CONTRACT
Resolution No.
Contract No.
Approved
, 19
THE STATE OF TEXAS )
)
COUNTY OF DALLAS )
THIS CONTRACT is made and entered into by~ and between the CITY OF
DALLAS, a municipal corporation (hereinafter called "City"),
and
(hereinafter called "Contractor").
WITNESSETH
That for the consideration stated in this Paragraph, Contractor
undertakes, covenants and agrees to perform the work described
below, in every detail conforming to the advertisement, bid
proposal, City's Standard Specifications for Public Works
Construction (Second Edition, 1987) as amended, and all other
specifications, including special provisions, addendums, plans,
working drawings, Attachment I and performance and payment bonds,
all of which. instruments are wholly incorporated by reference into
this ContraCt as though written word for word, on a certain public
work described as
for a sum not to exceed
Contractor hereby agrees to commence the work under. this
contract on a date to be specified in a work order of City's Project
Engineer, and to complete fully~all work hereunder by
days· Contractor further agrees to pay as liquidated damages the
sum of ($ )
DOLLARS for each calendar day thereafter that the work 'remains
uncompleted, as provided in Item/Special Provision 1.36.1 of the
Standard Specifications for Public Works Construction.
o 1630N
1
III.
(a) City agrees-that between ~he 25th day and last day of each
month for odd-numbered contracts, and between the 10th day and the
15th day of the month for even-numBered contracts, the Project
Engineer will make an estimate of the value of the work done during
the previous month under the Contract, based upon the prices
furnished in Contractor's bid proposal, and the actual quantities of
work performed as~ measured by the Project Engineer in accordance
with the Contract. Lump sum units shall be estimated and paid on a
percentage-of-completion basis. The Contractor shall furnish the
Project Engineer information as may be requested to aid the Project
Engineer as a guide in the preparation of estimates. Contractor
shall also comply, where applicable, with.. Item 1.51.1 of the
Standard Specifications for Public Works Constr~ction, as amended by
the DWU Addendum to the Standard Specifications. If the confirmed
value of the work done since the last previous estimate exceeds
-$100.00 in amount, a percentage of such confirmed sum will be paid
to the Contractor about thirty (30) days after completion of the
estimate. City shall not be liable for interest on any late or
delayed payment caused by any claim or dispute, any discrepancy in
quantities, any failure to provide supporting documentation or other
information required with the estimate or as a precondition to
payment, or due to any payment City has a right to withhold under
the Contract. Payment may include amounts for acceptable,
non-perishable materials delivered to the work site, based on the
net invoice value as presented in the Contractor's supporting
information and confirmed by the Project Engineer's estimate. The
percentage retained by the City shall be as provided below. In no
event shall payment for any bid item of work exceed the unit price
for the item stated in Contractor's bid proposal, nor shall payment
be made i~ excess of actual quantities of work constructed or
supplied.
(b) For purposes of subparagraph (a), "odd-numbered contracts"
are those contracts numbered under the Dallas Water Utilities
Enumeration System such that the second last digit is an odd-number
(one, three, five, seven or nine); "even-numbered contracts" are
those contracts numbered under the Dallas Water Utilities
Enumeration System such that the second last digit is an even-number
(two, four, six, eight or zero).
(c) If the due date for a progress payment described above
falls on a Saturday, Sunday or official City holiday, payment will
be made to Contractor on or about the first business day following
the Saturday, Sunday or official City holiday.
(d) Progress payments may include payment for
non-perishable materials delivered to the worksite;
materials .will be allowed on the same percentage
invoice value as provided hereinafter. The percentage
acceptable,
payment for
basis of net
retained by
1630N
2
City will be fifteen percent (15%) of the total dollar amount of
work done on all contracts $25,000 and less for which performance
and payment bonds have been furnished~ and ten percent (10%) of the
total dollar amount of work done on all contracts in excess of
$25,000.00 and less than $400,000.00~ and five percent (5%) of the
total dollar amount of work done on all contracts of $400,000.00 or
more. On all contracts described in this paragraph, the following
retainage rules shall also apply:
(l)
When work progress is eighty percent complete,
retainage may be reduced to two percent (2%) of the
dollar value of all work satisfactorily completed to
date (not to include material on hand), provided that
Contractor is making satisfactory progress and there
is no cause for greater retainage as determined by the
Project Engineer.
(2)
When work progress is substantially complete
(operational or beneficial occupancy) the retainage
may be further reduced to only that amount necessary
to assure completion as determined by the Project
Engineer.
(3)
If City determines that Contractor is not making
satisfactory progress or if there is other specific
cause, City may, at its discretion, reinstate in full
the applicable retainage.
IV.
It is further mutually agreed that should it appear to the
City or to=the Project Engineer that, at any time during the
existence of this Contract, the surety on the' s~id Contractor's bond
has become insolvent, bankrupt or otherwise financially unable to
protect City under-the terms of the Contract, City may demand that
the Contractor furnish ~dditional or substitute.surety through some
approved surety company satisfactory to City~ the act of City or the
Project Engineer with reference to demanding additional or
substitute surety shall never be construed to relieve the original
surety of its obligation under the Contract. City may stop the work
under the Contract until the additional or substitute surety has
been furnished by the Contractor, and City shall in no ease be
liable to the Contractor on account thereof. Further, substitution
of the surety or stoppage of work under the circumstances of this
Paragraph shall not serve as an extension of the performance time
requirements set forth in Paragraph II, nor as a waiver of the
liquidated damages due thereunder. City may exercise its right, as
provided under this Contract, to take charge of the work in the
event of the refusal or failure of the Contractor to comply with the
1630N
demands of City
substitute surety.
with reference to furnishing additional or
Ve
In consideration of Contractor fully and faithfully complying
with all terms, provisions and stipulations of this Contract, City
undertakes, covenants and agrees to pay to Contractor for the
furnishing of all material and labor, and the performance of the
work herein contracted for, the following prices as shown on the bid
proposal of Contractor, which prices represent the total
compensation to be received by Contractor under this Contract,
consistent with the not-to-exceed sum stated in Paragraph I, which
prices are as follows:
1630M
4
SPECIFICATIONS
AND
FORMS OF CONTRACT AND BONDS
FOR
COPPELL 2 METERING STATION
CONTRACT NO. 94-81
ITEM QUAN-
NO. TITY UNIT
DESCRIPTION
AND PRICE IN WORDS
UNIT
PRICE
TOTAL
AMOUNT
1 1 L.S.
For furnishing, aH supervision, labor, materials,
tools, equipment, transportation, trench safety
system, storm water pollution prevention, pro-
ject partnering, incidentals, and related items
required, in accordance with the plans and
specifications and related work for the Coppell
2 Metering Station and Pipeline Modifications,
complete in place, the sum of
DOIJ.ARS
AND CENTS
per lump sum
TOTAL (BID ITEM 1)
The allotted time for completion of this contract is May 1, 1998.
I acknowledge receipt of.'
Addendure No.
Addendum No.
Addendum No.
Addendum No.
NAME OF BIDDER
PAGE 1 OF 1
IN TESTIMONY WHEREOF, the CITY OF DAT.;~S has caused this
instrument to be signed and on its behalf, by the City Manager
thereof, duly authorized to 'execute this instrument by Resolution
No. , passed by the'City Council on , 19 ;
and Contractor, through its duly authorized officials, has caused
this instrument to be signed on its behalf, thereby binding
themselves, their heirs, successors, assigns and representatives for
the faithful and full performance of the terms and provisions of
this Contract individually, jointly and severally.
EXECUTED this the
day of , 19
CITY OF D~T.TAS
John L. Ware, City Manager
By:
Assistant City Manager
A~PROVED AS TO FORM:
SAM LINDSAY., City Attorney
By:
Assistant City Attorney
ATTEST:
CONTRACTOR:
Secretary
By:
President
[Revised 8-23-93]
1630M
ATTACHMENT
CONFLICT OF INTEREST
The following section of the Charter of the City of Dailas shall
be one of the conditions, and a part of, the consideration of this
Contract, to-wit:
"CHAPTER XXVII. Sec. 11. FINANCIAL INTEREST OF EMPLOYEE OR
OFFICER PROHIBITED -- No officer or employee shall have any
financial interest, direct or indirect, in any contract with the
City or be financially interested, directly or indirectly, in the
sale to the City of any land, materials, supplies or services,
except on behalf of the City as an officer or employee. Any
violation of this section shall constitute malfeasance in office,
-and any officer or employee guilty thereof shall thereby forfeit his
office,. or position with the City~ Any violation of this section,
with knowledge, express or implied, of the person or corporation
contracting with the City shall render the contract involved
voidable by the City Manager or the City Council.
The alleged violations of this section shall be matters to be
determined either by the Trial Board in the case of employees who
have the right to appeal to the Trial Board, and by the City Council
in the case of other employees."
The prohibitions of this section shall not apply to the
participation by City employees in federally-funded housing
programs, to the extent permitted by applicable federal or state
law."
B. GIFT TO PUBLIC SERVANT
City may terminate this Contract immediately if Contractor has
offered, or agreed to confer any benefit Upon a City employee or
official that the City employee or official is prohibited by law
from accepting. (City has been advised by the prosecuting
authorities that the Section 36.10(4) exception to Sections 36.08
and 36.09 of the Texas Penal Code is not available to public
servants who have no legal reporting requirements.)
For purposes of this section, "benefit" means anything
reasonably regarded as economic gain or economic advantage,
including benefit to any other person in whose welfare the
beneficiary is interested, but does not include a contribution or
expenditure made and reported in accordance'with law.
Not withstanding any other legal remedies, City may require
Contractor to remove any employee of the Contractor from the Project
who has violated the restrictions of this section or any similar
state or federal law, and obtain reimbursement for any expenditures
made as a result of the improper offer, agreement to confer, or
conferring of a benefit to a City employee or official.
(Page i of 1)
STATE OF TEXAS )
)
COUNTY OF DAr.;~S )
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
, hereinafter called Principal, and
, a corporation organized
and existing under the laws of the State of , and fully
authorized to transact business in the State of Texas, as Surety,
are held and firmly bound unto the City of Dallas, a municipal
corporation organized and existing under the laws of the State of
Texas, hereinafter called Owner, in the penal sum of
DOLLARS
($ ) plus 10 percent of the stated penal sum as an
additional sum of money representing additional court expenses,
attorneys' fees, and liquidated damages arising out of or connected
with the below identified Contract in lawful money of the. United
States, to be paid in Dallas County, Texas, for the payment of which
sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators . and successors, jointly and severally,
firmly by these presents. This Bond shall automatically be
increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall
a Change Order or Supplemental Agreement which reduces the Contract
price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows:
Whereas, the Principal entered into a certain Contract, identified
by Resolution Number , with the City of Dallas, the Owner,
dated the day of , A.D. 19 , a copy of which
is hereto attached and made a part hereof, for
the
NOW, THEREFORE, if the Principal shall well, truly and
faithfully perform and fulfill all of the undertakings, covenants,
terms, conditions and agreements of said Contract in accordance with
the plans, specifications and Contract Documents during the original
term thereof and any extension thereof which may be granted by the
Owner, with or without notice to the Surety, and during the life of
any guaranty or warranty required under this Contract, and shall
(PERFORMANCE BOND - Page i of 3)
also well and truly perform and fulfill all the undertakings,
covenants, terms, conditions and agreements .of any and all duly
authorized modifications of said Contract that may hereafter be
made, notice of which modifications to the Surety being hereby
waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a
period of one (1) year from the date of final completion and final
acceptance of. the Work by Owner; and, if the Principal shall fully
indemnify and save harmless the Owner from all costs and damages
which Owner may suffer by reason of failure to so perform herein and
shall fully reimburse and repay Owner all outlay and expense which
the Owner may incur in making good any default or deficiency, then
'this obligation shall be void; otherwise, it shall remain in full
force and effect.
PROVIDED FURTHER, that if any legal action be filed upon this
Bond, exclusive venue shall lie in Dallas County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received,
hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work
to be performed thereunder or the Specifications accompanying the
same shall in anywise 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.
This Bond is given pursuant to the provisions of Article 5160 of
Vernon's Annotated Civil Statutes, and any other applicable statutes
of the State of Texas.
The undersigned and designated agent is hereby designated by the
Surety herein as the Resident Agent in Dallas County to whom any
requisite notices may be delivered and on whom service of process
may be had in matters arising out of such suretyship, as provided by
Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil
Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
each one of which shall be deemed an original, this, the
of , 19 .
copies,
day
ATTEST:
PRINCIPAL
SECRETARY
BY:
(PERFORMANCE BOND - Page 2 of 3)
ATTEST:
SURETY
Resident
BY:
Attorney-in-Fact
The Agent of
delivery'of notice and service of process is:
STREET ADDRESS:
the Surety in Dallas County, Texas, for
(NOTE: Date of Performance Bond must be date of Contract.
Resident Agent is not a corporation, give a person's name.)
If
[Revised 12/15/81]
(PERFORMANCE BOND - Page 3 of 3)
STATE OF TEXAS )
)
COUNTY OF D~T.TAS )
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
, hereinafter called Principal, and
, a corporation
organized and existing under the laws of the State of ,
and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Dallas, 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 furnish materials for, or perform
labor upon the building or improvements hereinafter referred to, in
the penal sum of
($ ) in lawful money of the United States, to be
paid- in Dallas County, Texas, for. the payment of which sum we~l and
truly to be made, we bind ourselves, our heirs, executors,
administrators and successors jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount
of any Change Order or Supplemental Agreement which increases the
Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of
this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas,
the Principal entered into a certain Contract, identified by
Resolution Number , with the City of Dallas, the Owner,
dated the day of , A.D. 19 , a copy of
which is hereto attached and made a part hereof, for the
NOW, THEREFORE, if the Principal shall well, truly and
faithfully perform its duties and make prompt payment to all
persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in
said Contract and any and all duly authorized modifications of said
Contract that may hereafter be made, notice of which modification to
the Surety is hereby expressly waived, then this obligation shall be
void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this
Bond, exclusive venue shall lie in Dallas County, Texas.
(PAYMENT BOND - Page i of 2)
AND PROVIDED FURTHER, that the said Surety, for value received,
hereby stipulates and agrees that no- change, extension of time,
alteration or addition to Contract, or to the Work performed
thereunder, or the Plans, Specifications, Drawings, etc.,
accompanying the same, shall in anywise 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 to be performed thereunder.
This .Bond is given pursuant to the provisions of Article 5160 of
Vernon's 'Annotated Civil Statutes, and any other applicable statutes
of the State of Texas.
The undersigned and designated agent is hereby designated by the
Surety herein as the Resident Agent in Dallas County to whom any
requisite notices may be delivered and on whom service of process
may be had in matters arising out of such suretyship, as provided by
Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil
Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
each one of which shall be deemed an original, this, the
of , 19 .
ATTEST:
PRINCIPAL
copies,
day
ATTEST:
Secretary
BY:
SURETY
BY:
The Resident Agent of the Surety in Dallas County,
delivery of. notice and service of the process is:
NAME:
STREET ADDRESS:
(NOTE: Date of Payment Bond must be date of Contract.
Agent is not'a corporation, give a person's name.)
[Revised 12/15/81]
(PAYMENT BOND -Page 2 of 2)
Attorney-in-Fact
Texas,
for
If Resident