Loading...
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